135
s.NO RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deployment of servers, operating systems application and services for integrating and managing such components collectively As per our understading the clause means : 1. deployment of OS and software required on it 2. Managing the application, services on the servers Kindly confirm if our understading is correct. RFP conditions prevails 2 DC/DRC Monitoring Dashboard Page 122 122 The system should provide rack-view monitoring for power consumption,capacity, services deployed, and servers up, down and in critical state. The specification asked is vendor specific and will restrict other OEM to participate, the specification is w.r.t a Data center infrastructure monitoring and is only a single point in the complete EMS specification,request to kindly move it to specific section and delete from here RFP conditions prevails 3 DC/DRC Monitoring Dashboard Page 122 122 The system should automatically act on policy deployment, pre- configurations and pre- defined SOPs The specification asked is highly vendor specific, however we understand that the requirement is to define policies for configuration management and templates for standard configuration across your Network Devices, kindly confirm if our understading is correct. RFP conditions prevails 4 DC/DRC Monitoring Dashboard Page 123 123 There should be a tight integration between infrastructure metrics and logs to have the single consolidated console of Infrastructure & security events. The Specification asked is vendor specific and will restrict other OEM who do not have a SIEM solution, request you to kindly rephrase it as " The solution should provide tight integration capabilities between Monitoring component solution and log management solution to provide valuable Dashbaords with information for engineers to work promptly" RFP conditions prevails 5 DC/DRC Monitoring Dashboard Page 123 123 Consolidate IT event management activities into a single operations bridge that allows operator quickly identify the cause of the IT incident, reduces duplication of effort and decreases the time it takes to rectify IT issues The specification asked contains Vendor specific keywords like operations bridge which restricts other OEM to particiapte, request to neutralize the point for functinality like " Proposed monitoring solution should provide correlation of events and provide Root Cause Analysis out of the box so duplication of efforts can be avoided in crisis situtations" RFP conditions prevails 6 DC/DRC Monitoring Dashboard Page 123 123 The Operator should be able to pull up security events related to a given Configuration Item, from a single console which also has NOC events, and use the security events to triage the problem. This way the Operator gets consolidated system/network event details and security events (current and historical) from the same console and save time in troubleshooting / isolating the issue The Specification asked is vendor specific and will restrict other OEM to participate who do not have a SIEM solution, request you to kindly remove this point or rephrase as " The proposed infrasctuture monitoring solution should provide capabilities to forward events to SIEM solution or should provide API for better integration between the two components" RFP conditions prevails 7 DC/DRC Monitoring Dashboard Page 124 124 Consolidated dashboard of the proposed EMS solution must be able to do dynamic service modelling of all business critical production services & use near-real time Service Model for efficient cross domain topology based event correlation. The Specification asked is vendor specific and will restrict other OEM to participate request you kindly define funtionality to be achieved in place of how to achieve, request to kindly rephrase it as " Proposed EMS solution must be able to do Service modelling of all business critical production services and present the services topology to identify which services are impacted and because of which CI" RFP conditions prevails 8 DC/DRC Monitoring Dashboard Page 124 124 The solution should support dynamic discovery to maintains Run-time Service Model accuracy e.g. virtualization and cloud The Specification asked is vendor specific and will restrict other OEM to participate request you kindly define funtionality to be achieved in place of how to achieve, request to kindly rephrase it as " Proposed EMS solution must be able to do Service modelling of all business critical production services and present the services topology to identify which services are impacted and because of which CI" RFP conditions prevails 9 System and Application Monitoring Page 126 126 The solution should provide a centralized point of control with out-of-the-box policy-based management intelligence for easy deployment for the servers, operating systems, applications and services for correlating and managing all the IT infrastructure components of a business service As per our understading the clause means : 1. deployment of OS and software required on it 2. Managing the application, services on the servers Kindly confirm if our understading is correct. RFP conditions prevails 10 Log Management Page 129 129 The proposed solution must provide UI based wizard and capabilities to minimize false positives and deliver accurate results The requirement asked contains vendor specific keywords and will restrict other OEM to participate request to kindly nuetralize as " Proposed solution must have options for log collection, Log Parsing and storage, Alerts and notifications, Dashboard and Visualization and integration workflow and custom APIs which helps to derive meaningful and actionalble information " RFP conditions prevails 11 Vol 2 Page 130 130 The proposed system must not create more than ticket for same recurring alarm to avoid ticket flooding from Monitoring system The help desk system will generate ticket based on every alarm notification it receives. This seems to be OEM specific points also. Please remove this point. RFP conditions prevails 12 EMS Other Key Requirements Page 132 The solution should be deployable on Linux operating systems to reduce the overall TCO Request you to kindly rephrase it as " The solution should be deployable on Linux operating systems to reduce the overall TCO whereever possible" RFP conditions prevails LSCL Response/Remarks

RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

  • Upload
    trinhtu

  • View
    237

  • Download
    10

Embed Size (px)

Citation preview

Page 1: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

s.NO RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification

1DC/DRC Monitoring

DashboardPage 122

The system should allow for easy deployment of

servers, operating systems application and

services for integrating and managing such

components collectively

As per our understading the clause means :

1. deployment of OS and software required on it

2. Managing the application, services on the servers

Kindly confirm if our understading is correct.

RFP conditions prevails

2

DC/DRC Monitoring

Dashboard

Page 122

122

The system should provide rack-view monitoring

for power consumption,capacity, services

deployed, and servers up, down and in critical

state.

The specification asked is vendor specific and will

restrict other OEM to participate, the specification

is w.r.t a Data center infrastructure monitoring and

is only a single point in the complete EMS

specification,request to kindly move it to specific

section and delete from here

RFP conditions prevails

3

DC/DRC Monitoring

Dashboard

Page 122

122

The system should automatically act on policy

deployment, pre- configurations and pre-

defined SOPs

The specification asked is highly vendor specific,

however we understand that the requirement is to

define policies for configuration management and

templates for standard configuration across your

Network Devices, kindly confirm if our understading

is correct.

RFP conditions prevails

4

DC/DRC Monitoring

Dashboard

Page 123

123

There should be a tight integration between

infrastructure metrics and logs to have the

single consolidated console of Infrastructure &

security events.

The Specification asked is vendor specific and will

restrict other OEM who do not have a SIEM

solution, request you to kindly rephrase it as " The

solution should provide tight integration capabilities

between Monitoring component solution and log

management solution to provide valuable

Dashbaords with information for engineers to work

promptly"

RFP conditions prevails

5

DC/DRC Monitoring

Dashboard

Page 123

123

Consolidate IT event management activities into

a single operations bridge that allows operator

quickly identify the cause of the IT incident,

reduces duplication of effort and decreases the

time it takes to rectify IT issues

The specification asked contains Vendor specific

keywords like operations bridge which restricts

other OEM to particiapte, request to neutralize the

point for functinality like " Proposed monitoring

solution should provide correlation of events and

provide Root Cause Analysis out of the box so

duplication of efforts can be avoided in crisis

situtations"

RFP conditions prevails

6

DC/DRC Monitoring

Dashboard

Page 123

123

The Operator should be able to pull up security

events related to a given Configuration Item,

from a single console which also has NOC

events, and use the security events to triage the

problem. This way the Operator gets

consolidated system/network event details and

security events (current and historical) from the

same console and save time in troubleshooting /

isolating the issue

The Specification asked is vendor specific and will

restrict other OEM to participate who do not have a

SIEM solution, request you to kindly remove this

point or rephrase as " The proposed infrasctuture

monitoring solution should provide capabilities to

forward events to SIEM solution or should provide

API for better integration between the two

components"

RFP conditions prevails

7

DC/DRC Monitoring

Dashboard

Page 124

124

Consolidated dashboard of the proposed EMS

solution must be able to do dynamic service

modelling of all business critical production

services & use near-real time Service Model for

efficient cross domain topology based event

correlation.

The Specification asked is vendor specific and will

restrict other OEM to participate request you kindly

define funtionality to be achieved in place of how to

achieve, request to kindly rephrase it as " Proposed

EMS solution must be able to do Service modelling

of all business critical production services and

present the services topology to identify which

services are impacted and because of which CI"

RFP conditions prevails

8

DC/DRC Monitoring

Dashboard

Page 124

124

The solution should support dynamic discovery

to maintains Run-time Service Model accuracy

e.g. virtualization and cloud

The Specification asked is vendor specific and will

restrict other OEM to participate request you kindly

define funtionality to be achieved in place of how to

achieve, request to kindly rephrase it as " Proposed

EMS solution must be able to do Service modelling

of all business critical production services and

present the services topology to identify which

services are impacted and because of which CI"

RFP conditions prevails

9

System and

Application

Monitoring

Page 126

126

The solution should provide a centralized point

of control with out-of-the-box policy-based

management intelligence for easy deployment

for the servers, operating systems, applications

and services for correlating and managing all the

IT infrastructure components of a business

service

As per our understading the clause means :

1. deployment of OS and software required on it

2. Managing the application, services on the servers

Kindly confirm if our understading is correct.

RFP conditions prevails

10Log Management

Page 129129

The proposed solution must provide UI based

wizard and capabilities to minimize false

positives and deliver accurate results

The requirement asked contains vendor specific

keywords and will restrict other OEM to participate

request to kindly nuetralize as " Proposed solution

must have options for log collection, Log Parsing

and storage, Alerts and notifications, Dashboard and

Visualization and integration workflow and custom

APIs which helps to derive meaningful and

actionalble information "

RFP conditions prevails

11Vol 2

Page 130130

The proposed system must not create more

than ticket for same recurring alarm to avoid

ticket flooding from Monitoring system

The help desk system will generate ticket based on

every alarm notification it receives. This seems to be

OEM specific points also. Please remove this point.

RFP conditions prevails

12

EMS Other Key

Requirements

Page 132

The solution should be deployable on Linux

operating systems to reduce the overall TCO

Request you to kindly rephrase it as " The solution

should be deployable on Linux operating systems to

reduce the overall TCO whereever possible"

RFP conditions prevails

LSCL Response/Remarks

Page 2: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

13

EMS Other Key

Requirements

Page 132

The solution should run without any propriety

database license for data store -Data store must

be bundled within EMS (E.g. popular time-

series, no-sql, HBase based monitoring systems)

to reduce the TCO

Request you to kindly rephrase it as " The solution

should run without any propriety database license

for data store -Data store must be bundled within

EMS or standard RDBMS databases to reduce the

TCO"

RFP conditions prevails

14Fault Management

Page 127127

The Platform must include an event correlation

automatically fed with events originating from

managed elements, monitoring tools or data

sources external to the platform. This

correlation must perform:

• Event filtering

• Event Deduplication

• Event aggregation

• Event masking

The specifications mentioned contains vendor

specific terminology/functionality and will restrict

other OEMs to participate request to kindly

rephrase it as " The Platform must include an event

correlation automatically fed with events originating

from managed elements, monitoring tools. This

correlation must provide RCA on the alarms and

help the operator to focus on problem areas and

resolve issues promptly"

RFP conditions prevails

15Vol 2

Page 110Section: Website Security & Performance Monitoring

Highly Vendor specific. This qualifies under Security.

Hence requesting to please remove this clause. RFP conditions prevails

16Vol 2

Page 110Section: Website Monitoring

Highly Vendor specific. Requesting you to please

remove this clauseRFP conditions prevails

17Vol 2

Page 126

The solution should support Virtual platforms -

VMware and Microsoft Hyper-V, Citrix Xen,

AWS, Azure and provide capability to monitor

both Microsoft .NET and J2EE applications from

the same platform

Requesting to+D7 please rephrase as - The solution

should support Virtual platforms - VMware and

Microsoft Hyper-V, AWS, Azure and provide

capability to monitor both Microsoft .NET and J2EE

applications from the same platform

RFP conditions prevails

18 Generic Generic

There is no specifications of Identity and Access

Management and 2 factor authentication.

Requesting you to please include the specs of same

in corrigendum.

Identity and Access Management and 2 factor

authentication is very critical tool for any Smart City

Project

RFP conditions prevails

19Volume 2, Scope of

work

MSI is required to co-locate all the

hardware/software and related items as per the

design offered for the smart city infrastructure

including SLA monitoring and Help

desk management, in a State Data Centre (Tier

III+) data Center complying with

standard guidelines as per Telecommunications

Infrastructure UPTIME/TIA-942.

LSCL will avail hosting services. MSI will implement,

manage the architecture accordingly. Please

confirm the qualifications requirements for the

Data center operator that has to be proposed ?

RFP conditions prevails

20 Additional queries what type of services will be running on mpls. RFP is Self explanatory

21 Additional queries What will be payment terms for bandwidth RFP is Self explanatory

22 Additional queries Is ROW/RI waived off. RFP conditions prevails

23 Additional queries

Apart from MPLS, bandwidth serivce provider will

not be configuring any security/encrytion anywhere

in the network.

RFP conditions prevails

24 Additional queries

As per TRAI guidelines bandwidth can not be resold

, hence we request for tripartite Agreement

between ISP, MSI & Department

RFP conditions prevails

25

Vol1: 1.3

Definitions/Acrony

ms #13 -

Consortium

6

A consortium consists of multiple members (not

more than Three parties - Lead Bidder + 2

Consortium members) entering into a

Consortium Agreement for a common objective

of satisfying the Authority Agreement for a

common objective of satisfying the Authority

requirements & represented by lead member of

the consortium, designated as a "Lead Bidder”.

Also, the responsibility for successful execution

of the entire project will be that of the defined

Lead bidder. The consortium members should

have relevant experience of executing similar

roles and responsibilities in past as stated in the

MoU in Annexure 7.

Parent company existence of Bidder/ Lead

bidder would be

considered for only 100% subsidiary/ division/

sub division/ branch

business unit. For the purpose of technical

evaluation, net worth and turnover of only the

bidding entity will be considered. Net worth and

turnover of any parent, subsidiary, associate or

other related entity will not be Considered.

Since the RFP specifies "The consortium members

should have relevant experience of executing similar

roles and responsibilities in past"

While it is acceptable that for Sole bidder/Lead

bidder Profile, the networth and turnover of only

bidding entity is considered whereas for the Project

Experience criteria, could be fulfilled by any one of

the consortium partners.

The objective of forming a consortium is to draw on

the relevant experience and domain expertise of

consortium members to meet the requirement of

the RFP.

Please refer to the corrigendum 6

26

Vol1: 2.24.1 Initial

Composition; Full

Time Obligation;

Continuity of

Personnel

24

Bidder shall not make any changes to the

composition of the Key Personnel and not

require or request any member of the Key

Personnel to cease or reduce his or her

involvement in the provision of the Services

during the defined term of the engagement

unless that person resigns, is terminated for

cause, is long-term disabled, is on permitted

mandatory leave under Applicable Law or

retires. In any such case, the Authority's prior

written consent would be mandatory.

For the evolving needs of the projects during the

tenure and betterment of the process, we request

to allow make changes to the composition of the

key personnel by SI.

Please refer to the corrigendum 6

Page 3: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

27

Vol1: Pre-

Qualification

Criteria #7

36

The sole bidder or lead bidder /consortium

partner should

have CMM level 5.

Documetry Evidence:- The Sole Bidder or the

Lead Bidder

1. Copies of valid certificates in the name

of the bidding entity

We request to correct the clause for documentry

Evidence as " The Sole Bidder or the Lead Bidder /

Consortium Partner

1. Copies of valid certificates in the name of the

bidding entity

Also, request to consider CMM Level 3 or higher

should have with Lead Bidder or Consortium

Member.

Please refer to the corrigendum 6

28

Vol1: Pre-

Qualification

Criteria #8

36

The sole bidder or lead bidder should have

completed at

least two projects in Govt/Semi Govt/ PSU; in

the field of

development and integration of citizen centric

web portal /

mobile app, database management /data

warehousing/ business analytics / cloud

applications on the date of release of NIT.

This scope of work relates to software

development, and relevent domain expert could be

a member of Consortium instead of being a lead

bidder.

1. We request to revise the clause as " The sole

bidder or lead bidder or any consortium partner

should have completed at least two projects in

Govt/Semi Govt/ PSU; in the field of development

and integration of citizen centric web portal /mobile

app, database management /data warehousing/

business analytics / cloud applications on the date

of release of NIT".

2. We request to consider project experience of

foreign locations from any of consortium member.

RFP conditions prevails

29

Vol1: Pre-

Qualification

Criteria #9

36-37

The Sole Bidder or any consortium member (in

case

of consortium) should have experience of

Operation and maintenance of network

comprising software, ICT hardware of minimum

project value of INR 1 Crore per year in the last

three years on the date of issue of NIT.

The clause should be revised as "The Sole Bidder or

any consortium member (in case of consortium)

should have experience of Operation and

maintenance of network comprising

Application/software, ICT/IT hardware of minimum

project value of INR 1 Crore per year in the last

three years on the date of issue of NIT.

RFP conditions prevails

30

Vol1: 3.5.1

Technical Bid

Criteria &

Evaluation #A2 -

CMM Certification

39

Marks shall be allotted as given below:

•CMM level 5 =3 marks

Documentry Evidence: Sole Bidder or Lead

Bidder of the

Consortium:

Certificate from

competent authority

We request to revise the clause as " Sole Bidder or

Lead Bidder or Any Consortium Member of the

Consortium: Certificate of CMM Level 3 or higher

from competent authority.

*Software company could be the consortium

member instead of being a lead bidder.

Please refer to the corrigendum 6

31

Vol1: 3.5.1

Technical Bid

Criteria &

Evaluation - B

Project Experience

(Max –50 marks) - #

B1 Web

Portal/mobile

app

39

The Sole Bidder or lead member (in case of

consortium) should have been awarded and

successfully executed & commissioned

project(s) related to development and

integration of citizen centric web portal / mobile

app components or both having minimum value

of INR 15 crore in India during last five years as

on the date of release of

RFP.

Marks shall be allotted as given below:

• More than equal to 5 Project = 20 marks

• 4 Project = 14 marks

• 3 Project = 10 marks

• 2 Project = 7 marks

We request to revise the Clause as "The Sole Bidder

or lead member (in case of consortium) or any

member of consortium should have been awarded

and successfully executed & commissioned

project(s) related to development and integration of

citizen centric web portal / mobile app components

or both having minimum value of INR 15 crore in

India/Aborad during last five years as on the date of

release of RFP.

Marks shall be allotted as given below:

• More than equal to 5 Project = 20 marks

• 4 Project = 14 marks

• 3 Project = 10 marks

• 2 Project = 7 marks

*Software company could be the consortium

Please refer to the corrigendum 6

32

Vol1: 3.5.1

Technical Bid

Criteria &

Evaluation - B

Project Experience

(Max –50 marks) - #

B2 City centric

software Integration

Projects

41

The Sole Bidder or lead member (in case of

consortium) should have experience in the field

of City centric software Integration Projects.

Marks shall be allotted as below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

We Request to revise the Clause as "The Sole Bidder

or lead member (in case of consortium) or any

member of Consortium" should have experience in

the field of City centric software Integration Projects

in India/Abroad.

Marks shall be allotted as below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

*Software company could be the consortium

member instead of being a lead bidder.

Please refer to the corrigendum 6

33

Vol1: 3.5.1

Technical Bid

Criteria &

Evaluation - B

Project Experience

(Max –50 marks) - #

B3 Software

Plateform

42

The Sole Bidder or lead member (in case of

consortium) should have experience in

developing and implementing IT software

projects in India with Java /J2EE, Application

Servers like JBoss or similar, HTML5/CSS3,

mobile apps native languages (Android, ioS,

Windows, Hybrid language like phonegap), User

Experience in designing User Interfaces. At least

2 projects have been executed (documentary

evidence to be provided as proof of delivery)

with the above mentioned technology stack.

Marks shall be allotted as below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

We request to revise the Clause as "The Sole Bidder

or lead member (in case of consortium) or any

member of the consortium should have experience

in developing and implementing IT software

projects in India/Aborad with Java /J2EE,

Application Servers like JBoss or similar,

HTML5/CSS3, mobile apps native languages

(Android, ioS, Windows, Hybrid language like

phonegap), User Experience in designing User

Interfaces. At least 2 projects have been executed

(documentary evidence to be provided as proof of

delivery) with the above mentioned technology

stack".

Marks shall be allotted as below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

*Software company could be the consortium

member instead of being a lead bidder.

Please refer to the corrigendum 6

Page 4: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

34

Vol1: 3.5.1

Technical Bid

Criteria &

Evaluation - B

Project Experience

(Max –50 marks) - #

B4 Operation and

Maintenance

43

The bidder must have experience of providing

Handholding and Operational Manpower for

Turnkey IT projects. Minimum no. of manpower

per project should be 10.

Marks shall be allotted as below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

Documentry Evidence:

Sole Bidder/or any Member of Consortium:

1.Work order/Contract clearly highlighting the

scope of work, Bill of Material and value of the

contract/order.

2.Completion Certificate issued & signed by the

competent authority of the client entity on the

entity’s letterhead

OR Self-certificate from the bidder signed by the

concerned project in-charge of the bidder and

counter signed by

authorised signatory for this bid holding written

special

power of attorney on stamp paper along with

the official contact details of the competent

authority of the client entity.

The Authority reserves the right to contact the

aforementioned competent authority.

Operation and Maintenance could be the contract

of IT infra management services also. We request

to revise the Clause as "The bidder must have

experience of providing Handholding and

Operational Manpower for Turnkey IT projects.

Minimum no. of manpower per project should be

10.

Marks shall be allotted as below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

Documentry Evidence:

Sole Bidder/or any Member of Consortium:

1.Work order/Contract clearly highlighting the

scope of work, Bill of Material/Service Contract

Agreement and value of the contract/order.

2.Completion Certificate/certificate of contract in

existance as on date, issued & signed by the

competent authority of the client entity on the

entity’s letterhead OR Self-certificate from the

bidder signed by the concerned project in-charge of

the bidder and counter signed by authorised

signatory for this bid holding written special power

of attorney on stamp paper along with the official

contact details of the competent authority of the

client entity.

The Authority reserves the right to contact the

Please refer to the corrigendum 6

35

Vol1: 5.2 Pre-

Qualification Bid

Covering Letter

52

a. We hereby acknowledge and unconditionally

accept that the Authority can at its absolute

discretion apply whatever criteria it deems

appropriate, not just limiting to those criteria

set out in the RFP and related documents, in

short listing of Agency for providing services.

Terms and conditions should be applicable to bidder

as mentioned in to the RFP. We request to revise

the clause as " We hereby acknowledge and

unconditionally accept that the Authority can at its

absolute discretion apply those criteria set out in

the RFP and related documents, in short listing of

Agency for providing services".

Authority should not apply the criteria it deems

appropriate but out of the RFP and related

documents.

RFP conditions prevails

36

Vol2: 11 Payment

Terms and Schedule

#2

184

Due payments shall be made promptly by the

Authority, generally within Sixty (60) days after

submission of an invoice or request for payment

by MSI

We request to make payment within 30 days and

revise the clause as "Due payments shall be made

promptly by the Authority, generally within thirty

(30) days after submission of an invoice or request

for payment by MSI

RFP conditions prevails

37Vol2: 5.1 City

Network 113 [General query on costing of network]

We request to provide clarity of recurring cost of

network bandwidth consumption whether it would

be paid directly by LSCL to service proivder/SWAN

OR it would need to include bidder's proposal for

the costing to receive payment from LSCL in

comprehensive commerical proposal? And thus, to

be paid by SI to service provider/SWAN?

Please refer to the corrigendum 6

38

Vol2: 8 Project

Implementation

Timelines &

Deliverables:

166Resource # Resource Mobilization T+0.10

months

Based on sub systems of smart city scope of work,

we request to revise the resource mobilization up

to T+0.20 months

RFP conditions prevails

39

Vol2: 8 Project

implementation

Timelines &

Deliverables:

167

Phase 1 System Implementation – T+3 Months

(T is the date of Signing of the contract with

MSI)

Based on sub system of smart city scope of work,

we request to revise the Phase 1 System

Implementation up to T+6 Months

RFP conditions prevails

40

Vol2: 8 Project

implementation

Timelines &

Deliverables:

166Mobilization and Kick start: T + 1 month (T is the

date of Signing of the contract with MSI)

Based on Sub System of smart city scope of work,

we request to revise the Mobilization and Kick start

up to T+ 1 and half months [45 Days]

RFP conditions prevails

41

Vol2: 8 Project

implementation

Timelines &

Deliverables:

167iii. Phase 2 T + 6 months (T is the date of Signing

of the contract with MSI)

Based on Sub System of smart city scope of work,

we request to revise the Phase 2 T+12 Months (T is

the date of Signing of the contract with MSI)

RFP conditions prevails

42Vol3: 10. Bidder's

Obligations #10.2411

10.24. SI shall be responsible on an ongoing

basis for coordination with other vendors and

agencies of the Authority in order to resolve

issues and oversee implementation of the same.

SI shall also be responsible for resolving conflicts

between vendors in case of borderline

integration issues.

Responisbility would be with SI, but Authority

should be accountable for the resolveing of issues

and oversee implementation, in this this case.

RFP conditions prevails

43

Vol3: 1.

Implementation

Phase related SLAs #

Team mobilization

and

commencement of

work.

32

Target - Within 10 days of issuance of LoI or

contract

agreement, whichever is earliest.

We requsest to revise the target of Team

Mobilization up to 20 Days from the issuance of LoI

or contract agreement, whichever is earliest.

RFP conditions prevails

44Vol3: 2. Delay in

Implementation33

Target:

Kick off Date (T) +3 months for phase 1

Kick off Date (T) +6 months for phase 2

Due to various sub-Systems of Smart City timeline

should be revised as below.

Kick off Date (T) +6 months for phase 1

Kick off Date (T) +12 months for phase 2

RFP conditions prevails

45

Vol3: Operation &

Maintenance Phase

related SLAs

33 to 47

Entire Section of Operation & Maintenance

Phase, related to SLAs, Penalties, severity and

service level monitoring

Given SLA and penalties in RFP should be indicative.

Parameters and framework of Actual SLA and

penalties should be finaliized with considering

practical and realistic approach by monitoring

performance measures up to three months from

the final 'Go-Live' of the project. SLA holiday period

of three months should be observed mutually, after

the final 'Go-Live' of the project to set parameters

for SLA and panalties for Long term contract of five

years. SLA and Penalties parameters should be

reviewed at least once in a year for the betterment

of the project managment.

RFP conditions prevails

Page 5: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

465.2 Data Center and

Disaster Recovery114

A.3 The authority has decided to host the

application and the data of the Integrated

Command &

Control Centre to the UP State Data Centre

(SDC) situated in Lucknow. The Disaster

Recovery

Centre (DRC) will be the cloud platform

developed by the National Informatics Centre

We request to consider Cloud Services for the

Primary Data Center and Disater Recovery

Infrastructure. The key benefits are listed as follows:

Stop Spending Money on Data Centre Operations –

Cloud computing vendors do the heavy lifting of

racking, stacking, and powering servers, so you can

focus on your customers and core business rather

than on IT infrastructure.

Do more for less – Moving to the cloud is not just an

effort to reduce cost and avoidance for the sake of

the obvious monetary value; it is also about the

increase in technological competitiveness that

comes with it. If you can deliver twice the capability

at the same cost, that equates to savings.

Benefit from economies of scale – Millions of

customers are aggregated in the Cloud, which

translates into lower, pay-as-you-go prices. We

continually focus on reducing our data centre

hardware costs, improving our operational

efficiencies, lowering our power consumption, and

passing savings back to customers.

Move from a forecast-procurement model to a

consumption model – Instead of investing more in

optimizing data centers and servers, pay only for the

resources you consume and increase or decrease

usage depending on need, not elaborate

forecasting. For example, development and test

RFP conditions prevails

47

Vol-1

6.8 Proposed Bill of

Material

79 Video Wall with Controller (55" each)Please change to:

Video Wall with Controller (70" each)Please refer to the corrigendum 6

48

Vol-1

7.2 Price

component for

CAPEX:

88 Video Wall with Controller (55” each)Please change to:

Video Wall with Controller (70" each)Please refer to the corrigendum 6

49

Vol-2

2.3.2 IoT Platform

Video Display Wall

(VDW)

Page 61 of 245The VDW shall be provided as per the following

requirements: 55” (Inch) each.

Please change to:

The VDW shall be provided as per the following

requirements: 55” (Inch) each in 2x2 matrix

Matrix of 4 video wall is

not mentioned anywhere.Please refer to the corrigendum 6

50

Vol-2

2.3.2 IoT Platform

Video Display Wall

(VDW)

Page 61 of 245

The native resolution of each Visual Display Unit

/ Rear Projection Module should be 1920 X 1080

pixels (Full HD) and should have LED as its light

source with ultra-thin configuration.

This shold be changed to:

The native resolution of each Visual Display Unit /

Rear Projection Module should be 1920 X 1080

pixels (Full HD) and should have LASER as its light

source with ultra-thin configuration.

Same is asked in clause 5 of Minimum Technical

Specifications of video wall, Page 224 of 245 - Voll 2

Laser Light source is the

latest technology and will

be supporte for a much

longer period, it has much

better brightness, lumen

efficiency , true

redundancy

Please refer to the corrigendum 6

51

Vol-2

2.3.2 IoT Platform

Video Display Wall

(VDW)

Page 62 of 245The brightness uniformity of the VDM shall be

>95%.

This shold be changed to:

The brightness uniformity of the VDM shall be

>98%.

In large walls the

uniformity of each cube is

very important and should

not be compromised

otherwise the video wall

will appear patchy hence

affecting the overall image

quality and VW

performance

RFP conditions prevails

52

Vol-2

2.3.2 IoT Platform

Video Display Wall

(VDW)

Page 62 of 245The Rear Projection Module shall have LED as its

light source.

This shold be changed to:

The Rear Projection Module shall have Laser as its

light source.

Same is asked in clause 5 of Minimum Technical

Specifications of video wall, Page 224 of 245 - Voll 2

Laser Light source is the

latest technology and will

be supporte for a much

longer period, it has much

better brightness, lumen

efficiency , true

redundancy

Please refer to the corrigendum 6

53

Vol-2

2.3.2 IoT Platform

Video Display Wall

(VDW)

Page 62 of 245

The Cube shall have redundancy in power

supply, LED light source and its driver circuitry

and its power supply

Should be changed to:

The Cube shall have inbuilt redundancy in power

supply and laser light source.

The asked specs is

manufacturer specific,

hence changed required.

Redundancy of all other

critical components is

provided

Please refer to the corrigendum 6

54

Vol-2

2.3.2 IoT Platform

Video Display Wall

(VDW)

Page 62 of 245Auto continuous-colour and brightness

management mechanism to be

This shold be changed to:

Auto colour and brightness management

mechanism to be provided

This is specific to a

manufacturer hence

should be changed as

asked to introduce more

competetion

RFP conditions prevails

55

Vol-2

2.3.2 IoT Platform

Video Display Wall

(VDW)

Page 63 of 245

The support structure shall incorporate sound

proofing to prevent noise penetration from the

equipment/s into the operations room.

Should be changed to:

The support structure shall incorporate 1 19" rack

mounting system to install equipment

The change is asked to

house the controller which

is to be provided with

video wall

RFP conditions prevails

56

Vol-2

2.3.2 IoT Platform

Video Display Wall

(VDW)

Page 63 of 245

Each VDW projection engine shall be modular to

allow sub-components to be replaced without

disruption to other components.

Should be changed to:

projection engine shall be modular having input

module and optical engine separate

The clarification sought is

more simplifiedRFP conditions prevails

57

Vol-2

2.3.2 IoT Platform

Video Display Wall

(VDW)

Page 63 of 245

Each display cube shall not exceed a thermal

dissipation of eight hundred (800) BTU per hour

under normal operating conditions.

Should be changed to:

Each display cube shall not exceed a thermal

dissipation of twelve hundred (1200) BTU per hour

under normal operating conditions.

Thermal dissipation asked

is too low compared to the

power consumption asked

of each cube in the specs,

hence should be changed

RFP conditions prevails

58

Vol-2

2.3.2 IoT Platform

Video Display Wall

(VDW)

Page 63 of 245

The VDW shall allow for easy maintenance of

modules, colour sync systems, etc. where

downtime is no greater than twenty (20)

minutes.

Should be changed to:

The VDW shall allow for easy maintenance of

modules, colour sync systems, etc. where downtime

is no greater than twenty (60) minutes.

The asked downtime is

very low and unrealistic,

hence request change for a

standard downtime of 60

mins

RFP conditions prevails

59

Vol-2

2.3.2 IoT Platform

Video Display Wall

(VDW)

Page 63 of 245

The AC input power shall be 110-240 VAC +/-

10% at 50/60 Hz +/- 1Hz. Power consumption of

each cube shall be less than 300W.

Should be changed to:

The AC input power shall be 110-240 VAC +/- 10% at

50/60 Hz +/- 1Hz. Power consumption of each cube

shall be less than 350W.

Change required to

introduce more

competetion

RFP conditions prevails

Page 6: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

60

Vol-2

2.3.2 IoT Platform

Video Display Wall

(VDW)

Page 64 of 245

The VDW shall have redundancy of critical

components like light module, drivers and

power supplies.

Should be changed to:

The VDW shall have redundancy of critical

components like light module, and power supplies.

The asked specs is

manufacturer specific,

hence changed required.

Redundancy of all other

critical components is

provided

RFP conditions prevails

61

Vol-2

2.3.2 IoT Platform

Display Content

Management

System (DCMS) or

Video Wall

Management

System

Page 64 of 245The DCMS shall be able to display visual content

on any network attached display device.

Should be changed to:

The DCMS shall be able to display visual content on

the video wall

The clarification sought is

more simplifiedRFP conditions prevails

62

Vol-2

2.3.2 IoT Platform

Display Content

Management

System (DCMS) or

Video Wall

Management

System

Page 64 of 245

The DCMS shall be able to input, manage, and

distribute visual content, including digital CCTV

video, web pages, CATV, workstation

applications, and active screens from any

networked workstation.

Should be changed to:

The DCMS shall be able to input, manage, and

distribute visual content

The assked video wall is

not multi networked based

hence clarification and

change sought.

RFP conditions prevails

63

Vol-2

2.3.2 IoT Platform

Display Content

Management

System (DCMS) or

Video Wall

Management

System

Page 64 of 245

The DCMS shall be able to decode, transmit,

manage, and display the following formats of

digital streaming video:

• MPEG-4

• H.264

Should be changed to:

The DCMS shall be able to decode, transmit,

manage, and display the following formats of digital

streaming video

since H.264 is the

advanced codecRFP conditions prevails

64

Vol-2

2.3.2 IoT Platform

Display Content

Management

System (DCMS) or

Video Wall

Management

System

Page 65 of 245

The DCMS shall have a seamless interface within

the VMS UI of the CCTV. All DCMS interactions

within the Video Management System shall be

no more than three (3) mouse clicks to execute

a DCMS function. The DCMS UI shall have the

ability to run independently while the Video

Management System is running.

Should be changed to:

The DCMS UI shall have the ability to run

independently while the Video Management System

is running.

The clarification sought is

more simplifiedRFP conditions prevails

65

Vol-2

2.3.2 IoT Platform

Display Content

Management

System (DCMS) or

Video Wall

Management

System

Page 65 of 245

The DCMS shall be accessible on any networked

workstation or networked monitor with OPS on

the ICCC network.

Should be changed to:

The DCMS client could be installed in required

workstation

The assked video wall is

not multi networked based

hence clarification and

change sought.

RFP conditions prevails

66

Vol-2

2.3.2 IoT Platform

Display Content

Management

System (DCMS) or

Video Wall

Management

System

Page 65 of 245

The DCMS shall be able to create and edit user

groups. DCMS permissions for users and user

groups shall be customizable. At a minimum the

definable permissions shall include UI function

rights, viewing access rights, source list access

rights, and display access rights.

Should be changed to:

DCMS shall be able to create users groups and edit

them

The clarification sought is

more simplifiedRFP conditions prevails

67

Vol-2

2.3.2 IoT Platform

Display Content

Management

System (DCMS) or

Video Wall

Management

System

Page 65 of 245

The DCMS shall be able to display a minimum of

two hundred (200) independent visual sources

simultaneously on the VDW in the Operations

Room. The sources shall be of 4CIF resolution.

Should be changed to:

The DCMS shall be able to display independent

visual sources simultaneously on the VDW in the

Operations Room. The sources could be of HD

resolutions

Better resolutions asked Please refer to the corrigendum 6

68

Vol-2

2.3.2 IoT Platform

Display Content

Management

System (DCMS) or

Video Wall

Management

System

Page 65 of 245

The DCMS shall be able to create and add

borders and text overlays to individual original

video content source. The borders and text

overlays shall have selectable options for colour,

widths, text size, and flash on/off.

Should be changed to:

The DCMS shall be able to add borders to individual

original video content source.

The clarification sought is

more simplifiedRFP conditions prevails

69

Vol-2

2.3.2 IoT Platform

Display Content

Management

System (DCMS) or

Video Wall

Management

System

Page 65 of 245

The DCMS shall be able to select and display any

region of a multi-monitor display on a DCMS

connected source. For example, if an operator

has three

(3) monitors, the operator can select monitors

one (1) through two (2) for display on the VDW,

while leaving monitor 3 for local display only.

Should be changed to:

The DCMS shall be able to select and display any

multi-monitor display on a DCMS connected source.

The clarification sought is

more simplifiedRFP conditions prevails

70

Vol-2

2.3.2 IoT Platform

Display Content

Management

System (DCMS) or

Video Wall

Management

System

Page 65 of 245The DCMS shall be able to accept a minimum

input of four (4) CATV video sources;

Should be changed to:

The DCMS shall be able to accept a minimum input

of (4) CATV video sources through a demodulator if

available in the control room

demodulator should be

provided by SI, not in the

scope of video wall

manufacturer

RFP conditions prevails

71

Vol-2

2.3.2 IoT Platform

Display Content

Management

System (DCMS) or

Video Wall

Management

System

Page 65 of 245

The DCMS shall be able to control and manage

all CATV tuners remotely from all video

connected rooms in the ICCC;

Should be changed to:

The DCMS shall be able to show the inputs from

multiple demodulators

demodulator should be

provided by SI, not in the

scope of video wall

manufacturer

RFP conditions prevails

72

Vol-2

2.3.2 IoT Platform

Display Content

Management

System (DCMS) or

Video Wall

Management

System

Page 66 of 245

The DCMS shall have a SDK and API openly

available without charge for future integration

with third party applications.

Should be changed to:

The DCMS shall have a API available without

charge for future integration with third party

applications.

The clarification sought is

more simplifiedRFP conditions prevails

Page 7: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

73

Vol-2

2.3.2 IoT Platform

Video Wall

Management

Software

Page 66 of 245

The software should enable the users to see the

desktop of the graphics display wall remotely on

the any PC or above connected with the DCMS

and Video Wall over the Ethernet and change

the size and position of the various windows

being shown.

Should be changed to:

The client software should enable the users to see

the desktop of the graphics display wall remotely on

any PC and change the size and position of the

various windows being shown.

The clarification sought is

more simplifiedRFP conditions prevails

74

Vol-2

6. Video Wall

Controller

Clause 18

Page 226 of 245Output: To connect to minimum 16 Displays

through HDMI

Please change to:

To connect to minimum 16 Displays through

HDMI/DVI

RFP conditions prevails

75RFP volume section -

2142

Database License should be un-restricted and

perpetual, to prevent any noncompliance in an

event of customization & integration.

Perpetual word should be removed as most of the

OEMs do not provide perpetual license.RFP conditions prevails

Bidder shall submit relevant

licences of all components for the

entire contract period

76RFP volume section -

2142

Database shall support for central storage of

data with multiple instances of database in a

clustered environment access the single

database/multiple database

This clause will not allow open source and open

source based cost effective

but equally competent RDBMS to be able to

participate and to lower over all cost of the

project.This is also specific to some OEMs.

RFP conditions prevails

77RFP volume section -

248 (Point 56)

The platform should also have the capability to

read data directly from a set of databases

(HBase, Mongo DB, Oracle, Cassandra, MySQL,

Impala). To connect to any of the databases

information on how to connect should be

provided.

Kindly also include PostgreSQL in the list of

databases.Please refer to the corrigendum 6

78RFP volume section -

2128 Databases(Oracle/SQL/MYSQL/DB2)

Kindly also include PostgreSQL in the list of

databases.Please refer to the corrigendum 6

79RFP volume section -

2156

Database protocol (MySQL, MSSQL, Oracle) on a

single device

Kindly also include PostgreSQL in the list of

databases.Please refer to the corrigendum 6

80 Vol-II, 1.4 11 Security

Kindly confirm if the proposed Server Operating

System for all servers shall be Common Criteria

EAL4+ cerified as security shall be an important

aspect.

RFP conditions prevails

81 Vol-II, 1.5 16 OEM Software RequirementsKindly confirm if the OEM Software support shall

not restrict the number of support cases/incidents.RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

82 Vol-II, 1.5 16 OEM Software Requirements

Please clarify if

The Software OEM shall have defined product life

cycle and update policies for the all the supplied

products

RFP conditions prevails

83 Vol-II, 1.4 13 Open Standards

Kindly confirm if the bidder should adhere to the

policy of Government of India on adoption of open

source software issued by DeitY vide F. No.

1(3)/2014-EG II available on MeitY website at

"meity.gov.in/writereaddata/files/policy_on_adopti

on_of_oss.pdf"

RFP conditions prevails

84 Vol-II, 1.5 16 OEM Software Requirements

Kindly confirm if the bidder shall not propose any

freeware software/community edition. ( as any such

underlying freeware/community-edition may be a

severe security risk).

RFP conditions prevails

85 Vol-II, 1.5 16 OEM Software Requirements

Kindly confirm that important software components

eg Operating system, RDBMS etc even if bundled

with a solution have to be supported by the

respective OEM. ( as any such underlying

freeware/community-edition may be a severe

security risk)

RFP conditions prevails

86 Vol-II, 1.5 16 OEM Software Requirements

Kindly confirm if the bidder shall propose full-use

license for the software instead of restrictive

licensing which would restrict the department from

using the procured OS/RDBMS/Application Server

etc for any other application for smart city.

RFP conditions prevails

87 Volume 2, S.no 25 38 commercial- off-the-shelf (COTS) applications

Is Bidder allowed to quote be-spoke solution? RFP

Volume 2, Pg 171 Point 9.4 Software Development

states that bespoke developed solution are also

allowed. We understand that department does not

want bidder to develop application post winning

and as first-time exercise but does department

allows bidders who have already developed such

solution based on open source and open standards

technology to participate? This is as per guidelines

of Government of India defined on Volume 2, Pg

197. Please clarify for fair practice & comparable

solutions participation.”

RFP conditions prevails

88Volume 2, 12.1.4

Annex-D197 Open Standards

"Shall bidder also adhere to Government of India’s

Open Source preference policy to ensure that

source code of platforms is free from royalty

wherever possible?

(http://meity.gov.in/writereaddata/files/policy_on_

adoption_of_oss.pdf)?”

RFP conditions prevails

89 Volume 2, Pt 9.5 172 Integration

Do you want implementation agency to integrate

existing applications in a point to point access

mechanism or Do you recommend ESB (Enterprise

Service Bus) based integration implementation

mechanism to ensure industry standards based

integration between multiple applications /

departments without point to point complex

integration. ESB tool based approach is highly

recommended for agility, simplicity and security. It

also ensures future integration requirements

without direct dependency on existing applications

hence flexibility.”

RFP conditions prevails

Page 8: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

90 Vol-!!, Pt 19 37 API Management

Please confirm if an API managment solution should

be provided as part of the overall solution and

whether it is required to protect backend API

servers with strict traffic control on incoming and

outgoing traffic, provide access control features to

determine exactly who is using the API, how it is

used, and how much is being used, centrally set up

and manage policy and application plans for all APIs

on one platform, provide API authentication and

security and Monitor and set alerts on traffic flow.

RFP conditions prevails

91 Vol-II, 1.4 13-14 Application Architecture

Kindly confirm that the product/framework/SI pre-

existing product or work must be wrapped in a

vendor neutral API so that at any time the OEM

product can be replaced without affecting rest of

the system. In addition, there must be at least 2

independent OEM products available using same

standard before it can be used to ensure system is

not locked in to single vendor implementation.

RFP conditions prevails

92 Vol-II, 1.5 16 OEM Software Requirements

Kindly confirm that OEM of the various proposed

system software shall have presence in India and

shall have its own India Support centre as well.

RFP conditions prevails

93 Vol-II, 1.5 16 OEM Software Requirements

Kindly confirm that the bidder shall propose full use

license/subscription of various industry leading

middleware software i.e. Integration Server, API

management , Application Server, RDBMS etc

instead of using any restrictive bundle as part of any

Platform. The proposed Platform shall support

multiple choices for the middleware software

instead of any vendor lock-in.

The Authority shall be able to use these OEM

Middleware software i.e. ESB, API Management,

RDBMS, Application server even if it decides to

change or discard the platform/bundle also at a

later date.

RFP conditions prevails

94 Vol-II, 1.4 13-14 Application Architecture

Kindly confirm that various system software

proposed as part of an application platform shall be

replaceable and should not cause any vendor lock-

in. The bidder shall not propose an application

platform/bundle which enforces vendor lock-in eg

that platform/bundle uses only specific OEM

products in that bundle that too with restricted use

only for that limited application.

The bidders shall not propose any restricted use

lock-in bundles/platforms for the smart city

projects.

RFP conditions prevails

95Vol-II Level 2

Vol-II, Integrate73,84 Intgegration of Various UP Govt Applications

The RFP specifies scope for Integration of Various

Applications of Government of Uttar Pradesh.

Please confirm that the bidder shall propose an

Industry leading Enterprise OEM ESB Solution.

RFP conditions prevails

96 Vol-II 136

Blade Chassis Specifications:

Have the capability for installing industry

standard flavours of Microsoft Windows, and

Enterprise Red Hat Linux Oss as well as

virtualization solution such as Vmware.

Request you to please modify this clause as below:

Have the capability for installing industry standard

flavours of Microsoft Windows, and Enterprise Red

Hat Linux OS as well as industry standard

virtualization solution.

Please refer to the corrigendum 6

97 Vol-II, 94. 57

Platform Software

There shall be no use of freeware, shareware

and proprietary software

Please clarify that the mentioned statement is not

allowing usage of Freeware, shareware and

Proprietary Software. Need more clarity on the

same under ICCC requirement for Lucknow Smart

City

RFP is Self explanatory

98 Vol-II, 7 163 Handholding and Training

Request you to please confirm if OEM training to be

considered as part of requirement as the training

requirement is more specific to Product and

Solution specific trainings and it is more

recommended to have trainings delivered by

industry experts.

RFP conditions prevails

Bidder's responsibility to train

staffs to meet the RFP

functionality to maintain

operations and maintenance

99 General

Request more clarity on below:

- What kind of upper-layer systems?

- Where are they hosted?

- What are their future application integration

plans?

RFP is Self explanatory

100Vol2 : Scope Of

Work72/ 2.4.13

The Building Management System (BMS) shall

be implemented foreffective

management,monitoring and integration of

various components like Access Control System,

fire detection system etc.

Kindly provide the approx. number of Non-IT

equipments to be considered for BMS.Please refer to the corrigendum 6

101 Vol 1 81 NA

Kindly provide estimated details about

infrastructure size like number of IT equipments,

sensors, etc. This is needed to design the BoM.

RFP is Self explanatory

102Volume II , Section

2.3.261

DLP display cube shall measure 55 inches in

diagonal

Request you to consider DLP display cube shall

measure 70 inches as that is the standard Size as

55" is not available with anyone

Please refer to the corrigendum 6

103Volume II , Section

2.3.261 Ultra-thin configuration

Request you to make it normal configuration so that

other OEM Can qualify .Too add more to this heat

dissipation is the best in Normal rear projection

cubes as compared to Ultra Thin cubes

RFP conditions prevails

Page 9: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

104Volume II , Section

2.3.262

The VDW shall be capable of displaying high

definition (HD) and standard definition (SD)

content

Request you to consider The VDW shall be capable

of displaying 4K high definition (HD) and standard

definition (SD) content

Please refer to the corrigendum 6

105Volume II , Section

2.3.263

Each VDW unit shall have front-access to the

projection modules and internal components of

the cubes for maintenance purposes

Request you to consider Each VDW unit shall have

Rear-access to the projection modules and internal

components of the cubes for maintenance purposes

as the screen gap is minimum in Rear access as

Front access cubes are with 1.5 mm Screen gap or

more .To add more to this any failure of one cube in

Front access will lead to obstruction of View of

complete VDW Which will result in hindrance for

24x7 Viewing

Please refer to the corrigendum 6

106Volume II , Section

2.3.264 To add

To add The video wall content will be able to show

live on any remote display .Mobile with IE Which

will help in viewing the videowall remotely

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

107Volume II ,Section

12.1.9 224 Contrast Ratio 100000:1

Request you to consider 1000000:1 or more so that

other OEM Can qualify Please refer to the corrigendum 6

108Volume II ,Section

12.1.9 224 Brightness 500 nits

Request you to consider brightness of at least 300

cd/m² or more so that other OEM can qualify .RFP conditions prevails

109Volume II ,Section

12.1.9 224 Laser Light source

Request you to consider LED as Laser based

Videowall are nearly 35% costlier than LED

Videowall & Continous viewing of Laser will lead to

Operator fatigue as its too bright for Indoor

applications .

RFP conditions prevails

110Volume II ,Section

12.1.9 224

Dual Redundant and Hot Swappable Power

Supply. This should

be built inside the cube for fail safe operation

with cooling

features.

Request you to kindly delete so that other OEM can

qualify as this is speciifc to one OEM RFP conditions prevails

111Volume II ,Section

12.1.9 224 IR Remote control

Request you to delete the same as it is specific to

one OEM & Obsolete technology .Now days control

is through IP Which is latest technology.Hence IP

Control to be provided so that other OEM can

Qualify

Please refer to the corrigendum 6

112Volume II ,Section

12.1.9 224 RAID 0, 1, 5, 10 support

This is specific to one OEM . Request you to

consider RAID 0,1 so that other OEM Can qualifyRFP conditions prevails

113Volume II ,Section

12.1.9 224

Dust Prevention - Should meet or exceed IP6X

standard

This is specific to one OEM .Request you to mention

Protection against dust should be there which

should not hamper the functionality of VDW

RFP conditions prevails

114

Vol2_RFP

DATA CENTER

SPECIFICATION

141 Link Load Balancer Specifications

Link Load balancer can also act as aa IPv6 gateway

hence we request to add below IPv6 Features on

Link load balancing Specifications,

• IPV6 support with IPv6 to IP4 and IPv4 to IPv6

translation and full IPv6 support.

• IPV6 support with DNS 6 to DNS 4 & DNS 4 to DNS

6 translation

• Support full DNS bind function & Capable of

handling complete DNS bind records including

A,MX, AAAA for IPv6.

RFP conditions prevails

Bidders should meet the

functional requirement as per

desired SLA

115Vol2_RFP

5.3 data security145 2.2.11.5 data security

The RFP has included most of network and security

solution to strengthen C&C infrastructure. But Web

Application security network function is missing and

is essential network function for overall security of

application infrastructure. Application security will

surely improve the security posture and improve the

operational efficiency of the solution. Besides Cyber

Security Model Framework for Smart Cities circular

also recommends web application security devices

for overall end to end security model. We suggest

including application security solution with

minimum specifications to this project.

Application level security solution should be

provided through leading practices and standards

including the following:

Prevent OWASP top 10 vulnerabilities including SQL

Injection, XSS, Security Misconfiguration

Vulnerabilities, Restrict URL Access Vulnerabilities,

Insufficient Transport Layer Protection, Redirects

and Forwards Vulnerabilities

The application security solution should have

positive security model with machine learning

capabilities to detect and prevent anomaly in

application traffic and unknown attacks. Machine

learning should be based on true ML algorithms,

and not just automation of dynamically learnt rules.

RFP conditions prevails

Bidder's should meet the

functional requirement by

adhering OWASP framework

116

Vol2_RFP

DATA CENTER

SPECIFICATION

Multi-tenant hardware with multicore CPU

support. It shall support minimum four (4)

virtual instances and shall be scalable to 16

instances on the same appliance. Shall have

minimum of 10 Gbps of system throughput per

virtual

instance to support multiple load balancing and

security functions. Shall have minimum of 8x10G

SFP+ interfaces from day one. Shall have

security features like reverse-proxy firewall, sync-

flood and denial of service attack protection

from day one.

number of virtual instance requirements are on

higher side keeping current and future scalabulity

requirement under consideration. Multi-tanent

server load balancer appliance typically requires 2-3

virtual tanents each of DMZ, MZ and server farm.

16 instances are on higher side and will add surplus

cost in overall solution design. we rcommend to

reduce it to 8 virtual instances.

RFP conditions prevails

Page 10: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

117Vol2_RFP

5.3 data security145 New Suggestion-Application security

RFP has addressed most of the Application Security

points but still some application security points are

missing like unknown attacks based on user inputs

and application responses, Zero day Attacks, atomic

attacks and complex attack chains hence to address

these kind of attacks request you to consider next

generation application security solution with

minimum requirements.

1.The application security solution should have

positive security model with machine learning

capabilities to detect and prevent anomaly in

application traffic and unknown attacks. Machine

learning should be based on true ML algorithms,

and not just automation of dynamically learnt rules.

2. web application security solution should have

capability of performing static analysis of source

code & dynamic analysis at RUN time to identify

potential vulnerabilities in web applications and

solution must have option to deploy virtual patch

based on static and dynamic analysis results.

3. The Web application security solution should

address known & unknown attacks based on user

inputs and application responses using combination

of dedicated protectors/signature engines and

Machine Learning

4. WAF should support built-in correlation engine to

detect atomic attacks and complex attack chains.

Administrator should have option to define

RFP conditions prevails

Bidder's should meet the

functional requirement by

adhering OWASP framework

118volume2 , 5.3 Data

Security147

All applications hosted on cloud should support

multi-tenancy with adequate

There are no specifications in detail for encryption

solution. Please include definate specification to

meet.

RFP conditions prevails

119

volume2 , 1.4

Finalization and

submission of a

detailed technical

architecture

11authentication, encryption and role based

access control mechanism.

This requires a PKI system and needs to be specified

as a separate component that includes HSM also. RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

120

Volume 2 7.24.1

Access Control

System

147

All traffic from city equipment/sensors to the

application servers shall be encrypted Secure

Socket Layer (SSL) or SSH and authenticated

prior to sending any information. The data at

rest or in transmit must be encrypted.

Is HSM based SSL acceleration is required looking at

the large volume of connections between devices.It

will also add adquate security against attacks.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

121

volume2 , 1.4

Finalization and

submission of a

detailed technical

architecture

12

Support for PKI based Authentication and

Authorization- The solution shall support PKI

based Authentication and Authorization, in

accordance with IT Act 2000, using the Digital

Certificates

issued by the Certifying Authorities (CA). In

particular, 3 factor authentications (login id &

password, biometric and digital Signature) shall

be implemented by the MSI for

officials/employees

involved in processing citizen services

There are no specifications listed for CA and HSM.

According to IT Act, any CA needs to be

implemented with adequate HSM security. Looking

at the large volume, high end HSM will be required

with good signing speed and key generation ability

in high availability mode. Any pointers to

performance will help in sizing.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

122

Volume 2

Functionality

Description

74

File layer encryption needs to be established for

consistent protection from credentialed user

access and multi-key support across different

platforms regardless of OS/platform/storage

type, while ensuring that this encryption is

transparent to both Hadoop and calling

applications and scales out as the cluster grows.

The performance expctations and detail

specification of encryption solution required would

be helpful

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

123

volume2 , 1.4

Finalization and

submission of a

detailed technical

architecture

11

The security services used to protect the

solution shall include:

Identification,Authentication, Access Control,

Administration and Audit and support for

industry standard

protocols.

Th industry standards needs algorithms and their

secure implementation using devices like HSMs,

Encryption tools etc. Kindly include HSMs and

Encryption tools as these are separate equipments

that needs to be incuded in the system and RFP.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

124

Volume 2

Functionality

Description

74

Data Protection / Data at rest: Platform should

support encryption for tenant data at rest (on

disk/storage)

Mopst of the storage devices have their native

encryption ability. However best practises suggest

keeping the keys separate in a Key manager. Please

specify if Key management is required for self

encryption devices eg: KMIP compatible key

management

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

125

Volume 2

Functionality

Description

74

Data Protection / Production Data integrity:

Platform should support procedure in place to

ensure production data shall not be replicated

or used in non-production environment

This indicates ability to Mask or Tokenize the data

so that production data will not get in clear in non-

production or replicated environments. File level

encryption is also a way to protect the same in

replication/backup databses. Does that indicate an

encryption solution should come along with

Tokenization, Detokenization, Masking, Unmasking

and File level encryption ability.Detail technical

specification around this will be helpful.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

126

Volume 2

Functionality

Description

234-235 UPS Specifications

UPS rating and warranty period not specified.

Request you to provide the Rating of UPS needed

and warranty on the same.

RFP conditions prevailsBidder shall provide a redundant

power supply as mentioned in RFP

127

Volume 2: Scope of

Work

Primary Storage

137 Solution/ Type: IP Based/iSCSI/FC/NFS/CIFS

Request to modify the clause as "Solution/ Type: IP

Based/iSCSI/NFS/CIFS" as FC protocol is majorly

needed for structured high performance

applications and is not really required for

survillance, video or unstructured data.

RFP conditions prevails

Page 11: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

128

Volume 2: Scope of

Work

Secondary Storage

138

Solution/Type:

• Secondary Storage (Archival/Backup) can be

on any media such as Tapes, Disks, Disk systems,

etc. or its combination.

(so as to arrive at lower cost per TB)

• May or may not use de-duplication technology

• Compatible with primary storage

• Must use latest stable technology platform,

with support available for next 7 to 10 years.

Please modify and request to add below features

for better functioning of secondary storage.

"Solution/Type:

• Secondary Storage (Archival/Backup or Software

Defined Storage) can be on any media such as

Tapes, Disks, Disk systems, etc. or its combination.

(so as to arrive at lower cost per TB)

• May or may not use de-duplication technology

• Must provide WORM feature

• Enables placing data on cloud, SAN, DAS/ SSD

storage types with auto tiering.

• Compatible with primary storage

• Must use latest stable technology platform, with

support

available for next 7 to 10 years."

RFP conditions prevailsMinimum Specs Given, Bidder can

quote equivalent or higher

129

Volume 2: Scope of

Work New Clause Proposed "Backup Software"

Backup Software is required to write data on Tapes,

however no technical specification for backup

software has been provided or any BOQ. Request to

provide some minimum Specifications for a Backup

Software Solution. Some of general specifications

like below;

Backup software should work on Windows and

Linux Operating Systems to be quoted for this

requirement

It should be capable of LAN based and SAN based

backup /restore from various platforms including

Linux and Windows

The proposed Software Vendor must be available as

Leaders in Latest Gartner Magic Quadrant for

Enterprise Backup Software report.

It should be able to perform backup/ restore of both

file and block/ RDBMS data.

The backup software must provide functionality for

disk-to-tape, block/ file based full/ incremental

backup, vaulting of tapes offline, etc.

The backup software should allow creation of

additional backup copies within the same library

after the main backup.

It must have in-built calendar based scheduling

system .

It must have in built Java/ Browser based GUI for

centralized comprehensive management of backup.

Supplied backup software should allow individual

RFP conditions prevails

130

Vol2_RFP

DATA CENTER

SPECIFICATION- Link

Load Balancer

Specifications

141

Suggestion for nextGen platform with Global

load balancing and secure remote access

solution

Traditional hardware based networking appliances

does not offer flexibility, agility and multi-tenancy

to meet modern networking requirements such as

portability, automation, consolidation of multiple

network functions, management and orchestration.

Purpose built hardware with network function

virtualization are key attributes for next gen cloud

based data centres and provide agility, portability &

programmability with guaranteed performance.

Load balancer, application firewall, GSLB being AFE

(application front end) device must comply and

support next generation NFV and SDN

requirements, having said that it is suggested that

SI needs to deploy high performance purpose built

next generation multi-tenant NFV cloud platform.

The Platform should support multiple network

functions including link load balancing, SSL VPN &

global server load balancing functions with

dedicated hardware resources for each virtual

function for guaranteed performance.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

131

Vol2_RFP

5.3 data security -

2.2.11.5 data

security -

145 Suggestion for web application firewall

The RFP has included most of network and security

solution to strengthen C&C infrastructure. But Web

Application security network function is missing and

is essential network function for overall security of

application infrastructure. Application security will

surely improve the security posture and improve the

operational efficiency of the solution. Besides Cyber

Security Model Framework for Smart Cities circular

also recommends web application security devices

for overall end to end security model. We suggest

including application security solution with

minimum specifications to this project.

WAF should provide protection against OWASP

top10 web based vulnerabilities for layer7 attack

mitigation.

The application security solution should have

positive security model with machine learning

capabilities to detect and prevent anomaly in

application traffic and unknown attacks.

WAF must have integrated static & dynamic

analyser of source code & to identify potential

vulnerabilities in web applications with admin

define policy to deploy virtual patch based on static

and dynamic analysis results.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

Page 12: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

132

Vol2_RFP

DATA CENTER

SPECIFICATION-

Server Load

Balancer

Specifications

141

Multi-tenant hardware with multicore CPU

support. It shall support minimum four (4)

virtual instances and shall be scalable to 16

instances on the same appliance. Shall have

minimum of 10 Gbps of system throughput per

virtual

instance to support multiple load balancing and

security functions. Shall have minimum of 8x10G

SFP+ interfaces from day one. Shall have

security features like reverse-proxy firewall, sync-

flood and denial of service attack protection

from day one.

number of virtual instance requirements are on

higher side keeping current and future scalability

requirement under consideration. Multi-tenant

server load balancer appliance typically requires 2-3

virtual tenants each of DMZ, MZ and server farm.

16 instances are on higher side and will add surplus

cost in overall solution design. we recommend to

reduce it to 6 virtual instances.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

133

Vol2_RFP

DATA CENTER

SPECIFICATION-

Server Load

Balancer

Specifications

141 Server Load Balancer - application transaction visibility/analytics

load balancer being AFE appliances offer application

availability and performance optimization, however

next generation load balancer solutions does offer

transaction level visibly that will help department to

quantify application performance in real time.

moreover application visibility and analytics solution

does provide performance metrics that help

application and network teams to identify and fix

the root cause of application and network issues -

one of the key requirements to host and manage

dynamic applications through load balancers. it is

highly recommend that server load balancer should

have end user transaction visibility module from day

one and should be from different OEM (not from

ADC). to meet the performance requirements this

module should run as dedicated virtual function on

LB platform with dedicated hardware resources with

minimum requirements mentioned below.

The solution should, at a minimum, provide

following measurements:

- Service usage by user, server, port and URL

- Counts of slow and fast transactions

- End-to-end transaction time

- End-to-end data transfer time

- Server response time

- HTTP redirect time

- Network round-trip time from the measurement

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

134 Vol 1 Addittion

Proposed Integrated Command Control Center

(ICCC) platform comprising of Pre-Integrated

Visualization layer & Normalization/IOT platform

should be deployed in at least 1 city in India and

must be operational for more than a year with 3 use

cases mentioned in the tender.

This will ensure the

proposed CCC solution is

working as per customer

expectations and capable

of delivering desired

outcomes in Indian

conditions. Relevance of

min. 3 use-case will prove

the depth and integration

capabilities of the product.

RFP conditions prevails

135 Vol 1 Addittion

·Proposed Integrated Command Control Center

(ICCC) platform comprising of Pre-Integrated

Visualization layer & Normalization/IOT platform

should have min 1 deployment in cloud and min 1

deployment on-premises in India - Bidder to submit

OEM undertaking / Work Order / Purchase Order for

same. As multiple city technology are going in cloud,

ICCC solution must have experience in cloud

technology integration.

For the obvious advantages

of Cloud technology based

deployments, many cities

are starting to outsource

more and more elements

of their Smart City ICT & IT

infrastructure to cloud

service providers. As

multiple city technology

are going in cloud, CCC

solution must be

thoroughly proven for

cloud based deployments

and integrations. Also, for

any of the existing legacy

infrastructure or for

system which can be better

hosted locally, the CCC

should have On-premises

capabilities as well.

RFP conditions prevails

136 Vol 1 Addittion

Proposed Integrated Command Control Center

(ICCC) platform comprising of Pre-Integrated

Visualization layer & Normalization/IOT platform

should be deployed in 5 cities globally with

minimum 3 smart city use cases either on Cloud or

On-premise architecture.

This will ensure the

proposed CCC product is of

Global/International

Standards and

meets/fulfills all

parameters required for

the Smart City use-case

domains. Relevance of

min. 3 use-case will prove

the depth and integration

capabilities of the product.

RFP conditions prevails

Page 13: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

137 Vol 1 Addittion

Proposed Integrated Command Control Center

(ICCC) platform comprising of Pre-Integrated

Visualization layer & Normalization/IOT platform

should be either be from Single OEM OR should be

pre-integrated and operational for more than a year

in a City locally or globally. OEM need to submit

project experience and undertaking on same.

Single OEM for Pre-

Integrated Visualization

layer & Normalization / IOT

platform will ensure

watertight integration,

seamless and trouble-free

operations. If not single

OEM, than propose

solution to be working

successfully for over 1 will

ensure the proposed

combination of products

are working as per

expectations and capable

of delivering desired

outcomes

RFP conditions prevails

138 Vol 1 Addittion

Smart City Platform/Software provider should be

Member of Smart Cities Council & Navigant

Research Report for Smart Cities Suppliers.

This will ensure the

proposed CCC product is of

Global/International

Standards and

meets/fulfills all

parameters required for

the Smart City use-case

domains.

RFP conditions prevails

139 Vol 1 Addittion

OEM should have registered office in India at least

from last 10 Years and should have software

development center and Research & Development

Lab in India.

Relevance of time will

prove the depth and

capabilities of the product

& its strategy, market

presence, staying power,

support mechanism.

RFP conditions prevails

140 Vol 1 Addittion

Bidder need to submit OEM's data sheet, ordering

guide & API document available on the public

domain along with bid document.

Documentary evidence to

substantiate capabilities of

proposed solution /

product, Product

Performance & Features,

Integration capabilities,

etc.

RFP conditions prevails

141 Vol 1 Addittion

OEM must be single legal entity or its holding

company, having annual revenue of more than INR

100 Crores in the last two financial years (2014-15

and 2015-16) either in India or Globally and at the

same time be profitable in last the 3 financial years

This will ensure no

smalll/local players

participate in the process

and only repuated brands

with expierence of industry

come forth.

RFP conditions prevails

142 Vol 1 AddittionOEM should have atleast 4 spare depots in the

country for material replacement and support

This again will ensure no

Chinese/Taiwan/Israel etc.

type of compaines who do

not have a support base

are able to participate.

RFP conditions prevails

143 Vol 1 Addittion

OEM should have executed atleast 5 mission-mode

projects of state or central government like SDC.

SWAN etc.

OEMs with past expierence

of executing mission

critical projects should be

preferred

RFP conditions prevails

144Volume-1, | Section

6.883 Proposed Bill of Material

Please add line item for Smart City Platform

applicationPlease refer to the corrigendum 6

145Volume 2, | Section

2.3.1 (Collaboration)46

The platform should allow the stakeholders to

be notified of the creation of collaboration

spaces using SMSs and announcements over

PSTN telephone calls.

Request you please change clause as "The platform

should allow the stakeholders to be notified of the

creation of collaboration spaces using SMSs

/announcements over PSTN telephone calls/Emails.

RFP conditions prevails

The platform should allow the

stakeholders to be notified of the

creation of collaboration spaces

using SMSs /announcements over

PSTN telephone calls/Emails.

146

Volume 2 | Section

2.3.1 (Incident

Management)

59

MSI has to provide an appropriate tools for

incident and SLA management for the SLA

Parameters defined in Vol. 3 of this RFP

Request you to please remove " SLA Management"

becasuse SLA management is part of "EMS" which is

already asked in RFP.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

147

Vol 2 | 1.4

Finalization and

submission of a

detailed technical

architecture

12

Support for PKI based Authentication and

Authorization- The solution shall support PKI

based

Authentication and Authorization, in accordance

with IT Act 2000, using the Digital Certificates

issued by the Certifying Authorities (CA). In

particular, 3 factor authentications (login id &

password, biometric and digital Signature) shall

be implemented by the MSI for

officials/employees

involved in processing citizen services.

1. Should the PKI based Auth & Auth solution be

deployed on- premise or cloud?

2. How many Digital Signature Certificates would be

required?

3. Should the application have the ability to just

validate DSC's or even issue DSC's?

4. Is Aadhar based authentication permitted too or

its just DSC?

5. What are the specifications of biometric systems

that should be integrated?

6.Can we expect that the biometric hardware

existing or new will have capability to integrate?

Should one quote for the biometric hardware too?

7. Should the biometric fingerprints be validated by

Aadhar ID or any other software?

8. Is a OTP based auth required?

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

148

Vol 2 | 1.5 Other

expectations from

MS

17 26. Build and certify ICCC as per ISO 27001:2011 standards

Is the expectation of ICCC platform to be ISO 27001

certified? In ISO 27001, 2011 standard isn't specified

in ISO Standards. Need further details.

RFP conditions prevails

149

Vol 2 | 2.1

Environmental

Sensors:

21 Mosquito Density

Is the expectation the environmental sensor should

be able to detect mosquito sensity too? Or

expecting a different sensor to measure this

density?

Please refer to the corrigendum 6

150

Vol 2 | 2.1

Environmental

Sensors:

21Functional Specs: CO upto 1000 ppm, Technical

Specs Range: CO : 0 – 31 ppm

Can you please clarify the difference? Should the

range be ppb or ppm in tech specs?RFP conditions prevails

Page 14: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

151Vol 2 | 2.2 Variable

Message Sign Board25

The real time information can also be

pushed manually from ICCC as well as system

should capable to take the data from the cloud

for display on the board

Should application also be deployed on cloud to

send messages to VMS?RFP is Self explanatory

152

Vol 2 | 2.3

Centralized

Command & Control

Centre

29

suggestion for nextGen platform with Global

load balancing and secure remote access

solution

What's the SLA expected during this shift? Is there

any permitted downtime?RFP conditions prevails Query Not Clear

153

Vol 2 |2.3

Centralized

Command & Control

Centre

29

MSI should also continuously monitor all the

infrastructure/Servers/Routers/etc which

has been built as part of this RFP

What about monitoring of the sensor health and

sensor data correctness, sensor gateway health

status, battery life, warranty monitoring, security

issues coming from firmware, sensor performance

management?

RFP conditions prevails

154

Vol 2 | 2.3.1

General

Requirements: Point

23

37

The platform should also be able to bring in

other egovernance data (SCADA systems) as i-

frames in the

command and control centre dashboard

Why i-frames only? There are other ways to

integrate too.RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

155

Vol 2 | 2.3.1

General

Requirements: Point

23

50

Integrate with other 3rd party applications

seamlessly.

The response time of the analytical tools used

should

be less than 10 sec

Can you clarify if its 3rd party applications or 3rd

party application data sources/apis?

Response time of an analytical tool varies from case

to case based on the amount of data that should be

processed. If one is looking at monthly data it could

show up in less than 2 sec. If its yearly data it could

vary. Request to remove this clause. Application

response time can be less but for reporting engines,

it may not be the case

RFP conditions prevails

156Vol 2, 3.1 Unified

Smart Mobility Card:82

Scope of Work: The MSI is expected to integrate

the services of various departments into

Lucknow Metro card so as to achieve the

concept of One City-One Card. Below are the

minimum list of the services/ departments that

are expected to be taken for the integration:

1. What is the integration required for Smart

Mobility Card to ICCC?

2. Will MSI be given access to LMC Application to

integrate the services?

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

157

Vol 2, Geographical

Information System

(GIS) & GIS City

Portal

85 3D Data of city

Will 3D data of city be provided as part of GIS

Platform or should be added? If it has to be added,

should 3D data modelling be considered too?

Please refer to the corrigendum 6

158

Vol 2, Geographical

Information System

(GIS) & GIS City

Portal

86

8 Core Arc GIS Server on Active-Active mode

along with two Desktop advanced are already

existing and the MSI shall evaluate the sizing as

per their requirement of the system and also

has to maintain the existing city portal and the

upgrade system for 5 years

Till when are the existing ArcGIS licenses valid?

Is there already a web GIS server?

Is the expectation to use ArcGIS platform only or

propose another based on the specs given further in

the RFP page 97 onwards?

Please refer to the corrigendum 6

159

Vol 2 | Technical

Requirement | WAN

/ Internet Router

132Bandwidth: Bandwidth on demand for cost

effective connection performance enhancement

Request you yo please specify the throughtput (min

& max) that’s needs to be considered.RFP conditions prevails

160

Vol 2 | Technical

Requirement |

Servers

135

Network interface:

2 X 20GbE LAN ports for providing Ethernet

connectivity

Optional: 1 X Dual-port 16Gbps FC HBA for

providing FC connectivity

Request to modify the specification: " 2 X 10GbE

LAN ports for providing Ethernet connectivity

Optional: 1 X Dual-port 16Gbps FC HBA for

providing FC connectivity.

The same can be provided using convered FCOE

ports on Blade/Rack server " The Required numer

of ports to be distrbuted across two adapters for

adapter level redundancy. "

Latest generation blade

architectures support dual

converged modules for IO

connectivity for carry Lan

and SAN traffic. This helps

in simplification, lower

cabling, power & cooling

without compromising

throughput. Adpater level

redundancy will provide

resileicy agaisnt any faults .

Also, We support

Converged network

adapter to provide LAN

and SAN access over FCOE.

Please refer to the corrigendum 6

161

Vol 2 | Technical

Requirement |

Blade-Chassis

Specifications

136

Dual network connectivity of 10 G speed for

each blade server for redundancy shall be

provided

Request to modify the specification: " Dual network

connectivity of 20 G uplink bandwidth for each

blade server for redundancy shall be provided "

Dedicated uplink

bandwidth of 20 Gbps per

server will ensure optimum

performance fior

demanding workloads

RFP conditions prevails

162

Vol 2 | Technical

Requirement |

Blade-Chassis

Specifications

136

Two hot-plugs/hot-swap redundant 16 Gbps

Fiber Channel module for connectivity to the

external Fiber channel Switch and ultimately to

the storage device

Request to modify the specification: "Two hot-

plugs/hot-swap redundant 16 Gbps Fiber Channel or

FCOE module for connectivity to the external Fiber

channel Switch and ultimately to the storage

device"

Latest generation blade

architectures support dual

converged modules for IO

connectivity for carry LAN

and SAN traffic. This helps

in simplification, lower

cabling, power & cooling

without compromising

throughput. We support

dual converged modules to

carry both LAN & SAN

traffic. Hence kindly allow

for coverged IO modules.

Please refer to the corrigendum 6

163

Vol 2 | Technical

Requirement |

Blade-Chassis

Specifications

136

Provision of systems management and

deployment tools to aid in blade server

configuration and OS deployment

Request to modify this clause to "Provision of

systems management and deployment tools to aid

in blade server configuration and OS deployment

along with centalized management solution in HA

for single pane of glass view for configuration,

monitoring & management "

There should be

centralized management

dashboard for all the

chassis and blade servers

in a given data center for

single pane of glass view

RFP conditions prevails

Page 15: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

164

Vol 2 | Technical

Requirement |

Blade-Chassis

Specifications

136 Minimum 1 USB portRequest you to modify this to " Minimum 1 USB

Ports at Blade Server or Chassis level "RFP conditions prevails

165

Vol 2 | Technical

Requirement |

Blade-Chassis

Specifications

136

Two hot-plug/hot-swap, redundant 10 Gbps

Ethernet or FCoE module with minimum 16

ports (cumulative), having Layer 2/3

functionality

Request you to modify this to " Minimum Two hot-

plug/hot-swap, redundant 10 Gbps Ethernet or FCoE

module with minimum 16 ports (cumulative), to

meet uplink bandwidth per server for a fully loaded

chassis "

Sufficient bandiwtdh

shiuld be provisioned

considering fully loaded

chassis even if not all blade

slots are populated. This

will maintain the same

optimum performance

level & investment

protection even in case of

any future expansion of

number of blades in the

given chassis

RFP conditions prevails

166

Vol 2 | Technical

Requirement |

Servers

135

Processor:

• Latest series/ generation of 64 bit x86

processor(s) with Ten or higher Cores

• Processor speed should be minimum 2.4 GHz

• Minimum 2 processors per each physical

server

Request to Modify to " Processor:

• Latest series/ generation of 64 bit x86 processor(s)

skylake processors

• Processor speed should be minimum 2 GHz

• Minimum 2 processors per each physical server"

The current series by Intel

is teh Skylake chipset

which are more efficient

and perfromance oriented.

Also the bidder should be

let to decide the no. of

core per processor in order

to have teh best suitable

robust solution

RFP conditions prevails

167

Vol 2 | Technical

Requirement |

Servers

135

Internal Storage:

• 2 x 300 GB SAS (10k rpm) hot swap disk with

extensible bays

Request to Modify to " Internal Storage: 2 x 300 GB

SAS (10k rpm)"

The blades storage is

required only to hots the

OS binaries and metadata

rest all storage would be

required on external

storage as the servers are

external devices bootable

and is best recommended

as per best practice laws.

RFP conditions prevails

168

Vol 2 | Technical

Requirement | Anti-

APT

154

Solution must be custom built AntiAPT solution

and must not have network perimeter security

component part devices like firewall and IDS/IPS

Request to change to below , as custom built

solution can be easily compromised :- Solution

must not be a custom built Anti APT solution and

must not have network perimeter security

component part devices like firewall and IDS/IPS

Request to change to

below , as custom built

solution can be easily

compromised

RFP conditions prevails

Dedicated Custom built APT

solutions offer dedicated

resources to do analysis of

unknown threats with higher

acceleration instead of

UTM/Firewall based devices

having multiple security layers

hosted on shared resources.

169

Vol 2 | Technical

Requirement | Anti-

APT

154

The proposed solution should use customizable

OS sandboxes for detecting zero day malwares,

This should not be a CPU or chip based function.

Request to Remove this clause As custom built solution

can be easily compromisedRFP conditions prevails

170

Vol 2 | Technical

Requirement | Anti-

APT

154

The proposed solution should be able to detect

lateral movement (East West) of the attacker

without the need of installing agents on

endpoint/server machines.

Request to change as per below:

The proposed solution should be able to detect

lateral movement (East West) of the attacker with

or without the need of installing agents on

endpoint/server machines.

Incase of Anti APT lateral

movement (East West)

may not have actual

visibility without an agent

RFP conditions prevails

171

Vol 2 | Technical

Requirement | Anti-

APT

154

The proposed solution should support Multiple

protocols for inspection. Example :• HTTP, FTP,

SMTP, SNMP, IM ,IRC,DNS and P2P protocols

Internal direction :SMB ,Database protocol

(MySQL, MSSQL, Oracle) on a single device

Request to Change the Clause As "The proposed

solution should support Multiple protocols for

inspection. Example HTTP,HTTPS SMTP, IMAP,

POP3, FTP NetBIOS-ssn (SMB)"

Specific to OEM RFP conditions prevails

172

Vol 2 | Technical

Requirement | Anti-

APT

156

The proposed solution should have an endpoint

security component and should have following

functionalities (Antivirus, antimalware, ransom

ware protection, Vulnerability Protection in

endpoint, integrated DLP and C&C detection,

ability to quarantine and clean the infected files,

ability to integrate

Request to Change the Clause As :- The proposed

solution should have an endpoint security

component and should have following

functionalities (Antivirus, antimalware, ransom ware

protection, Vulnerability Protection in endpoint,

and C&C detection, ability to quarantine and clean

the infected files, ability to integrate.

Specific to OEM Please refer to the corrigendum 6

173

Vol 2 | Technical

Requirement | Anti-

APT

156

The proposed solution should be able to run at

least 60 parallel sandboxes for analysis of

payload and on premise customized sandbox

solution should have the capability to allow

manual submission of suspicious files for

analysis

Request to Change the Clause As :- The proposed

solution should be able to run at least 5000 files a

day for sandboxes analysis of payload and on

premise sandbox solution should have the

capability to allow manual submission of suspicious

files for analysis

Different OEM use

different mechanism to

size their sandbox solution

hence requesting change

RFP conditions prevails

174

Vol 2 | Technical

Requirement | Anti-

APT

156

Customized sandbox solution should support

following operating systems (Windows XP,

Win7, Win8/8.1, Win 10, Windows Server 2003,

2008 & 2012) and must have the capability to

analyse large files and must be able to support

more than 40MB file size.

Request to Change the Clause As :- sandbox

solution should support following operating systems

( Win7 Win 10, )and must have the capability to

analyse large files and must be able to support more

than 50MB file size.

Different OEM use

different solution hence

requesting change

RFP conditions prevails

175

Vol 2 | Technical

Requirement | Anti-

APT

156

The solution should allow administrator to

categorize files as safe based on Hash values

(MD5) and proposed solution should be able to

provide customizable sandbox to match

customer's endpoint environments.

Request to Change the Clause As :-The solution

should allow administrator to categorize files as safe

based on Hash values (MD5/SHA 256) and proposed

solution should be able to provide sandbox to

match customer's endpoint environments.

MD5 Hash has problem of

overlapping hence

requesting change

RFP conditions prevails

176

Vol 2 | Technical

Requirement | Anti-

APT

156

The Proposed solution should support

customizable Windows 7/8/10 and Microsoft

2008/12 operating environments for

Sandboxing. This requirement should be based

on virtual execution and should not be

Hardware or chip based function

Request to Remove this clause , as custom built

solution can be easily compromise:- The Proposed

solution should support Windows 7 & Windows 10

operating environments for Sandboxing.

As custom built solution

can be easily compromisedRFP conditions prevails

177

Vol 2 | Technical

Requirement | Anti-

APT

157

Solution must be capable of performing multiple

file format analysis which includes but not

limited to the following: LNK, Microsoft objects,

pdf, exe files, compressed files, .chm, .swf, .jpg,

.dll, .sys, .com and .hwp

Request to Change the Clause As :- Solution must

be capable of performing multiple file format

analysis which includes but not limited to the

following: Microsoft objects, pdf, exe files,

compressed files, .chm, .swf, .jpg .dll, com

Different OEM support

different file types and

hence requesting change

RFP conditions prevails

Page 16: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

178

Vol 2 | Technical

Requirement | Anti-

APT

157

The proposed solution should support exporting

of analysis results such as C&C server IP and

malicious domain listing and solution should

have capabilities to scan inside password

protected Archive and should have capabilities

to detect Malwares and Spywares on windows

and non-windows platforms.

Request to Change the Clause As :-The proposed

solution should support exporting of analysis results

such as C&C server IP and malicious domain listing

and solution should have capabilities to scan inside

Archive and should have capabilities to detect

Malwares and Spywares on windows and non-

windows platforms.

Specific to OEM RFP conditions prevails

179

Vol 2 | Technical

Requirement | Anti-

APT

157

The proposed solution should have option to

configure unrestricted internet for sandboxes

and proposed solution must have capabilities to

detect Mac, Linux and mobile malwares.

Request to Change the Clause As :-The proposed

solution should have option to configure

unrestricted internet for sandboxes and proposed

solution must have capabilities to detect malwares

& their behaviors .

Specific to OEM RFP conditions prevails

180

Vol 2 | Technical

Requirement | Anti-

APT

157

The Proposed solution should have option to

share Indicators of compromise for mitigation

and clean up with AV endpoint and Web

gateway to block threat at web gateway level

and network level through NIPS. Anti-APT

solution should share intelligence with

endpoint, security web gateway solution, HIPS•

server security & NIPS, similarly endpoint and

security web gateway, NIPS & HIPS(Server

Security) should submit files to AntiAPT solution

for analysis and all three (Anti•APT, Web

Security, Email security, Endpoint, HIPS (server

security) solution should manage through single

management console.

load balancer being AFE appliances offer application

availability and performance optimization, however

next generation load balancer solutions does offer

transaction level visibly that will help department to

quantify application performance in real time

This would restrict the

participation of renowed

OEM in proposing their

best of breed solution as it

allow only OEM to

participate

RFP conditions prevails

Proposed Anti-APT solution should

share Indicators of compromise for

mitigation based on sandbox

analysis with Endpoint AV, HIPS,

Web security and Email security

solutions to block unknown threat

and should manage through single

management console.

181

Vol 2 | Technical

Requirement |

Firewall

158Firewall shall have an Intrusion Prevention

System (IPS) with following features

When IPS is already asked why Firewall has IPS

capabiltiies only added in firewall sectionRFP conditions prevails

182

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS)

151

Intrusion Prevention System (NIPS) should be

based on purpose-built platform that has Field

Programmable Gate Arrays (FPGAs), On-board

L2 Switch and dual plane architecture for Data

and control plane and NIPS should be

independent standalone solution.

Request for change as FPGA is OEM specific ask, this

would restrict other renowned/leaders in market

from participation.

RFP conditions prevails

183

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS)

151

The proposed IPS should support "IPS on a stick"

in the Core switch by using VLAN Translation

that allows customers to inspect inter-vlan

traffic without adding additional in-line IPS per

VLAN.

Request you to remove this clause; as IPS has to be

either Inline or Inline TAP and use VLAN Tag as one

of the Filtering Criteria; As different interfaces can

be binded to the same zone and Intra-zone traffic

can be controlled using Access control rules; request

to consider the change.

Please refer to the corrigendum 6

184

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS)

151Must support full redundancy solution (Active-

Passive, Active Active)

Request for the change to Must support full

redundancy solution (Active-Passive/Active Active)

for all deployment options - Passive/ Inline-

set/Routed

RFP conditions prevails

185

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS)

151

The proposed IPS must able to operate in

Asymmetric traffic environment with DV filters

protection

Please share use case; It has dependency on

network design; Please refer to the corrigendum 6

186

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS)

152

The proposed IPS solution must support

Adaptive Filter Configuration(AFC)

which will alert or disable ineffective filter in

case of noisy filters

Request for the change - The proposed IPS solution

must support Adaptive Filter Configuration(AFC) or

equivalent methods which will alert or disable

ineffective filter in case of noisy filters/signatures

RFP conditions prevails

187

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS)

152

The proposed IPS must have real 10Gbps

throughput with atleast 60 million concurrent

sessions and 450,000 new connections per

second with <40 ms latency.

Please change the clause to - "The proposed IPS

must have real 10Gbps throughput with atleast 6

million concurrent sessions and 50,000 new

connections per second." As with standard port

offering of 10*8G = 80Gbps is far higher than the

Real world throughput asked; so as the box is

oversized; request you to consider the change.

RFP conditions prevails

188

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS)

152

The IPS vendor must be position as a leader in

vulnerability research by the latest Frost and

Sullivan vulnerability tracker

Request to remove this clause as its OEM specific,

also next point ask for Gartner and NSS lab reports

and positions which are available.

Please refer to the corrigendum 6

189

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS)

152

The IPS vendor should be in Gartner leader’s

quadrant in latest report. IPS

vendor must be in the recommended products

in the latest NSS report.

Request for the change to - The IPS vendor should

be in Gartner leader’s quadrant in latest report from

last 3 years. IPS vendor must be in the

recommended products in the latest NSS report.

RFP conditions prevails

190

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS)

152

The IPS filter must support network action set

such as Block (drop packet),

Block (TCP Reset), Permit, Trust, Notify,

Trace(Packet Capture), Rate Limit and

Quarantine

Request you to change the clause to - The IPS filter

must support network action set such as Block (drop

packet), Block (TCP Reset), Permit, Trust, Notify,

Trace(Packet Capture), Rate Limit. Quarantine is

feature available in most HIPS solutions, and

product asked is Network IPS, hence request you to

remove quarantine word.

RFP conditions prevails

191

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS)

152

IPS solution must have vulnerability based filter

which are known for most

effectively for Zero Day Attack Protection and

ZDI technology should be inbuilt.

Request to remove word- ZDI as it is OEM specific

techonology and other renowned OEM in industyr

support equivalent technology with different

terminology.

RFP conditions prevails

IPS solution must have

vulnerability based filter which are

known for most effectively for

Zero Day Attack Protection and ZDI

technology/equivalent should be

inbuilt.

Page 17: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

192

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS)

152

The proposed IPS must provide bandwidth rate

limit to control the

unwanted/nuisance traffic such as P2P, Online

Game, etc

Request to remove this clause as separate Firewall

is asked in RFP, Firewall are capable of application

based filtering and would be better place to control

application based on bandwidth.

RFP conditions prevails

193

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS)

152The proposed IPS must be able to support GTP

inspection for GPRS/3G mobile networksPlease remove this clause, as it is specific to OEM Please refer to the corrigendum 6

194

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS)

153

The proposed IPS vendor must provide a global

threat intelligence portal that provide real-time

monitoring and statistics of malicious threats

and attacks and NIPS should integrate with

sandboxing to submit unknown files in

sandboxing for simulation and create IOC's on

real time basis as per

sandboxing analysis and revert back to NIPS to

block threats and sandboxing solution should

support customizable Windows 7/8/10 and

Microsoft 2008/12 operating environments for

Sandboxing with at least 60 virtual instances

running in single sandboxing box

Different OEM use different sizing parameter and

hence requesting to remove this clauseRFP conditions prevails

Considering sclability of traffic and

zero day specific threats this caunt

is requred.

195

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS)

153

The proposed IPS system must support SNMP

and a private MIB that can beutilized from an

Enterprise Management Application such as HP

Open view, MRTG, etc.

Please change the clause to - "The proposed IPS

system must support SNMP and a private MIB that

can beutilized from any SIEM"

RFP conditions prevails

196

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS)

153

The proposed IPS system must be able to be

managed locally independently without any

centralised management server

Request you to remove this clause; as Centralized

Management Console adds true value to the

architecture where event correlation,

administration, deployment, policy change could be

managed from centralized console removing

network and administrative overhead.

RFP conditions prevails

Functional requrement is abe to

achieve hence no need to procue

additional dedicated manfement

197

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS)

154

The management server must support the

archiving and backup of events and export to

NFS, SMB, SCP and SFTP and must allow the

report to be exported into other format such as

PDF, HTML, CSV, XML etc

Request you to consider the change - "The

management server must support the archiving and

backup of events and export to NFS, SMB, SCP/SFTP

and must allow the report to be exported into other

format such as PDF/HTML/CSV/XML etc" as Most

common formats for reports and data backup are

available in the management server.

RFP conditions prevails

198 Vol_1_RFP_0 8813. Audio Processor (As per

Bidder’s Solution)Specifications to be inserted in corrigendum RFP conditions prevails

199 Vol_1_RFP_0 8814.Audio Distribution Amplifier

(As per Bidder’s Solution)Specifications to be inserted in corrigendum RFP conditions prevails

200 Vol_1_RFP_0 8815.Audio Extractor (As per

Bidder’s Solution)Specifications to be inserted in corrigendum RFP conditions prevails

201 Vol_1_RFP_0 8916.Distribution Amplifier (As

per Bidder’s Solution)Specifications to be inserted in corrigendum RFP conditions prevails

202 Vol_1_RFP_0 89 17.AV Auto Switcher Specifications to be inserted in corrigendum RFP conditions prevails

203

Vol 1 2.29

Eligible Goods and

Services, and OEM

Criteria

34

h. The bidder’s proposed OEM(s) for the

following solutions must be included in

the Gartner magic quadrants (in either Leaders

or Challengers quadrant) as on

the day of submission of bid. Gartner Reports

released in the last 1 year to be

referred and submitted.

i) Wired and Wireless LAN Access Infrastructure

ii) Data Centre Networking

Request customer to allow OEM(s) who are Leaders

or challengers or Visionaries from Gartner’s MQ for

Data Center Networking

The Requirement of Lan switches is for Data centre

RFP conditions prevails

204

Vol 2 Data Centre

TOR (Top of the

Rack ) Switch

135Resiliency:

• Dual load sharing AC and DC power supplies

The Switch support dual AC or Dc power supplies in

data Centre . Request for clarificationPlease refer to the corrigendum 6

205

RFP Volume 2 ,

Section 4.1 :

Geographical

Information System

(GIS) & GIS City

Portal

Subsection :

Proposed

Technology under

GIS initiative by

Lucknow Smart City:

87

3: SAN Storage : Dual Controller, Fiber Channel

based storage with

16TB(8*2TB HDD), Scalability to 24 drives within

the same enclosure

Request you to please clarify:

1: Useable Capacity Required.

2: Required Performance parameter like required

IOPS.

3: Required Cache across controllers

(Recommended to have at least 48 GB Cache across

dual controller)

Please refer to the corrigendum 6

206

RFP Volume 2 ,

Section 5.2: Data

Center and Disaster

Recovery

Subsection: Disaster

Recovery (DR) Site

120

Disaster Recovery Site will be on Meghraj cloud

platform (National Informatics Centre) with

100% uptime.

Please Clarify is required storage with relevant

Capacity & Performance (IOPS) is to be provisioned

by SI or it will be provided by NIC Meghraj Cloud.

If it has to be provisioned by NIC Megraj Cloud then

please confirm the Availability of Storage Capacity

at NIC Meghraj Cloud along with the details of

Storage (Make & Model) from which NIC Meghraj

cloud will allocate the required capacity since DR

Storage has to compatible with DC Storage.

RFP conditions prevails

207

RFP Volume 2 ,

Section 5.2: Data

Center and Disaster

Recovery

Subsection: Disaster

Recovery (DR) Site

121

Both DC and DR Site shall work in an Active-

Active mode.

Please clarify is the required functionality of Active

Active DC & DR is required for some selected set of

application with the availability of this functionality

at application level. If yes please clarify the list of

applications with native functionality support of

Active Active DC & DR.

RFP conditions prevails

Page 18: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

208

RFP Volume 2 ,

Section 5.2: Data

Center and Disaster

Recovery

Subsection: Disaster

Recovery (DR) Site

121Zero RPO (Recovery Point Objective) and RTO

(Recovery Time Objective) of 10 minutes.

Please clarify is the required functionality of Zero

RPO is required for some selected set of application

with the availability of this functionality at

application level or is this requirement for all

applications.

If is it required for all applications then it will be a 3

Site Storage solution with Primary Site ( Lucknow

SDC ) , Near Line Site (Please confirm the Site ) & DR

Site ( NIC Meghraj).

RFP conditions prevailsBidder to ensure the functional

requirements of the RFP

209

RFP Volume 2 ,

Section 5.2: Data

Center and Disaster

Recovery

Subsection: Primary

Storage

137

Storage:

Storage Capacity should be minimum 5 TB

(usable, after configuring in offered RAID

configuration)

Disks should be preferably minimum of 3 TB

capacity

Request you to please clarify:

1: Please confirm is 5 TB is storage capacity required

or else please clarify the useable Capacity Required.

2: Required Performance parameter like required

IOPS.

3: Please confirm if lower capacity Disks can be used

since disk capacity of 3 TB normally comes in NL SAS

disks which are not performance driven disks.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

210

RFP Volume 2 ,

Section 5.2: Data

Center and Disaster

Recovery

Subsection: Primary

Storage

137Storage:

RAID Support : RAID 0, 1, 1+0, 5+0 and 6

Request you to please re-look at RAID requirement

since RAID 1+0 & 5+0 are non standard RAIDs.

Industry recognized RAIDs are RAID 0, 1, 5, 6 & RAID

10 ; any combination of RAID levels can exist in

single array

RFP conditions prevails

211

RFP Volume 2 ,

Section 5.2: Data

Center and Disaster

Recovery

Subsection: Backup

and

Recovery,Point 95

Page No : 57Perform backup verification to ensure integrity

of backup

Kindly change the specification to “Perform backup

verification for all backed up data to ensure

integrity of backup without restoring the data from

disk based backup appliances.”

Justification: Backup verification by restoring the

data can take a lot of time and resources, an

appliance should be proposed which can validate

the integrity of all backed up data without restoring

it, hence saving time and effort.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

212

RFP Volume 2 ,

Section 5.2: Data

Center and Disaster

Recovery

Subsection: Backup

and

Recovery,Point 95

57Support full, incremental, scheduled and on-

demand backups

Support full, incremental, scheduled,

on-demand backups, block based backups for

LINUX, WINDOWS, VMWare, Hyper-V, Exchange.

Justification: Block based backups allow faster

backups and restore for large file systems without

exerting any effort on the underlying systems.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

213

RFP Volume 2 ,

Section 5.2: Data

Center and Disaster

Recovery

Subsection: Backup

and

Recovery,Point 95

57

Provide additional programs and utilities

for the purpose of backup and recovery

and administration

Kindly change the specification to “Provide

additional programs and utilities

for the purpose of backup and recovery and

administration and should support data transfer

from clients to target device (tape, disk or object

storage) without need of a media server ever.”

Justification: The following specification allows cost

effective deployment of backup environment for

the solution. With growth of data more media

servers are required to send the data to the target

devices, the following specification asks vendors to

provide intelligent capability of sending data from

clients to the target media without need of media

servers ever, hence reducing costs, management

and administration of backup environment.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

214

RFP Volume 2 ,

Section 5.2: Data

Center and Disaster

Recovery

Subsection: Backup

and

Recovery,Point 95

141

Supported Backup Software: Should support

industry leading backup software such as Veritas

NetBackup.

Supported Backup Software: Should support

industry leading backup software such as DellEMC

NetWorker , Veritas NetBackup etc.

RFP conditions prevails

Supported Backup Software:

Should support industry leading

backup software such as Veritas

NetBackup, etc.

215

RFP Volume 2 ,

Section 5.2: Data

Center and Disaster

Recovery

Subsection: Backup

and

Recovery

NA

1. RFP mentions archival specifications which are

generic, clarification is required as to what needs to

be archived files, mails etc.

2. 4. RFP mentions that there are three

environments Prod, Dev, DR is backup required for

all ? since these are different environments

(logically and physically separated as per RFP) what

is the amount of data that has to be protected at

each site.

3. 6. On page 139 “Retrieval time for any data

stored on secondary storage should be max. 4 hours

for critical data & 8 hours for other data. This would

be taken into account for SLA calculation. (Critical

data means any data needing urgent attention by

the Judicial System or by Police Dept. for

investigation / terrorist treat perception).”

Requesting for information on amount of critical

data which may be needed to be restored in 4 hours

since restore times depend on amount of data,

network and restore location.

RFP conditions prevailsBidder shall maintain standard

Industry parctice

216

Volume-2, Section

5.2 Data Center and

Disaster Recovery,

Subsection : Servers

135

Network interface:

• 2 X 20GbE LAN ports for providing Ethernet

connectivity

(20GbE is proprietary to a specific OEM, need to

change it to 2x10GbE or 4x 10GbE, secondly when

they are asking for a 10G switch in the chassis it

defeats the purpose of taking 20GbE port on blade

server)

Please refer to the corrigendum 6

Page 19: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

217

Volume-2, Section

5.2 Data Center and

Disaster Recovery,

Subsection : Blade

Chassis

Specifications

136

Dual network connectivity of 10 G speed for

each blade server for redundancy shall be

provided

Two hot-plug/hot-swap, redundant 10 Gbps

Ethernet or FCoE module with

Need clarity are they looking for 4x10G switches or

only 2x 10G switchesRFP conditions prevails Two No. of switches in redundancy

218Volume 2, 13

ANNEXURE 2221

Client Workstations :Windows 7 Pro, Ultimate or

Enterprise, 64-bit

OS asked is whereas the current offered OS by

Microsoft is Windows 10 Pro. Hence request to

change the same to Windows 10 Pro

RFP conditions prevailsBidder can provide current OS to

comply the functionality

219Volume 2, 13

ANNEXURE 2221

Client Workstations : Nvidia GeForce GT430 PCIe

Nvidia GeForce GTX460 PCIe

or faster.

Asked Graphics card are Nvidia GeForce GT430 PCIe

or Nvidia GeForce GTX460 PCIe. GeForce are

consumer series graphics card meant for gaming.

Request you to kindly change this to 1GB

professional series AMD/Nvidia graphic card

RFP conditions prevails

220Volume 2, 13

ANNEXURE 2221 Client Workstations : Min 22 Inch or Higher

Asked monitor is min 22 inch, however the standard

size is 21.5inch. Hence request you to kindly

ammend it to min 21.5inch or higher

Please refer to the corrigendum 6

221Volume 2, 13

ANNEXURE 2227

Monitoring Workstations : 22” TFT LED monitor,

Minimum 1920 x1080 resolution, 5 ms or

better response time, TCO 05 (or higher)

certified

Asked monitor is min 22 inch, however the standard

size is 21.5inch. Hence request you to kindly

ammend it to min 21.5inch or higher

Please refer to the corrigendum 6

222Volume 2, 13

ANNEXURE 2Page No : 228

Monitoring Workstations : SMPS; Minimum 400-

watt Continuous Power Supply with Full

ranging input and APFC. Power supply should be

90% efficient

with EPEAT Gold certification for the system.

Asked Power supply is Min 400 watt. Due to

technological advancement the equipment are

becoming more and more power efficent and

require less power, hence request you to kindly

chane this to Min 360 watt.

RFP conditions prevails

223Volume 2, 13

ANNEXURE 2Page No : 228

Monitoring Workstations : EPEAT Gold

certification for the system.

Asked is EPEAT Gold Certification, We request you

to kindly change this to EPEAT SilverRFP conditions prevails

224Volume 2, 13

ANNEXURE 2Page No : 227

Monitoring Workstations : BIOS controlled

electro-mechanical internal chassis lock for the

system

Asked is BIOS controlled electro-mechanical internal

chassis lock for the system which is OEM specific,

we suggest external locking arrangement which is

better controllable and cost effective

RFP conditions prevails

225

Vol-2

2.3.2 IoT Platform

Display Content

Management

System (DCMS) or

Video Wall

Management

System

Page 64 of 245

The DCMS shall be able to decode, transmit,

manage, and display the following formats of

digital streaming video:

• MPEG-4

• H.264

Should be changed to:

The DCMS shall be able to decode, transmit,

manage, and display the following formats of digital

streaming video

since H.264 is the

advanced codecRFP conditions prevails

226

Vol-2

2.3.2 IoT Platform

Display Content

Management

System (DCMS) or

Video Wall

Management

System

Page 65 of 245

The DCMS shall have a seamless interface within

the VMS UI of the CCTV. All DCMS interactions

within the Video Management System shall be

no more than three (3) mouse clicks to execute

a DCMS function. The DCMS UI shall have the

ability to run independently while the Video

Management System is running.

Should be changed to:

The DCMS UI shall have the ability to run

independently while the Video Management System

is running.

The clarification sought is

more simplifiedRFP conditions prevails

227

Vol-2

2.3.2 IoT Platform

Display Content

Management

System (DCMS) or

Video Wall

Management

System

Page 65 of 245

The DCMS shall be accessible on any networked

workstation or networked monitor with OPS on

the ICCC network.

Should be changed to:

The DCMS client could be installed in required

workstation

The assked video wall is

not multi networked based

hence clarification and

change sought.

RFP conditions prevails

228

Vol-2

2.3.2 IoT Platform

Display Content

Management

System (DCMS) or

Video Wall

Management

System

Page 66 of 245

The DCMS shall be able to run a minimum of

twenty (20) workstation client software

instances simultaneously.

Should be changed to:

The DCMS shall be able to run a minimum of ten

(10) workstation client software instances

simultaneously.

The clarification sought is

more simplifiedRFP conditions prevails

229

Vol-2

2.3.2 IoT Platform

Display Content

Management

System (DCMS) or

Video Wall

Management

System

Page 66 of 245

The DCMS shall have the ability to self-monitor

and provide alerts to the administrator and

designated users via e-mail.

Should be changed to:

The DCMS shall have the ability to provide alerts to

the designated users via e-mail.

The clarification sought is

more simplifiedRFP conditions prevails

Page 20: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

230

Vol_1,

2.29 Eligible Goods

and Services, and

OEM Criteria:

29

h. The bidder’s proposed OEM(s) for the

following solutions must be included in

the Gartner magic quadrants (in either Leaders

or Challengers quadrant) as on

the day of submission of bid. Gartner Reports

released in the last 1 year to be

referred and submitted.

i) Wired and Wireless LAN Access Infrastructure

ii) Data Centre Networking

iii) Enterprise Network Firewalls

iv) Intrusion Prevention Systems

v) Modular Servers

1. This section mentions that proposed OEM(s) for

the following solutions must be included in

the Gartner magic quadrants (in either Leaders or

Challengers quadrant) as on

the day of submission of bid. Gartner Reports

released in the last 1 year to be for Wired and

Wireless LAN Access

2.Tender asks for Edge Level Switch Industrial grade

switch. . OEM to be in IDC / Gartner report. This

report is not applicable for Industrial switches, but

applicable for commercial Ethernet equipment.

The applicable reports for industrial Switches are

ARC /IHS reports.

None of the top manufacturers of Industrial

Ethernet equipment do fall in the IDC / Gartner

report.

Such specs do not allow the top global Industrial

Ethernet companies to participate in this prestigious

tender.

https://www.arcweb.com/

https://ihsmarkit.com/

We request to please consider Industrial Edge Level

Switch OEM market share by means of ARC/IHS

report

RFP conditions prevails

231

Industrial outdoor switch specs are missing. Which

need to have for connecting the camera and other

devices at outdoor juction box. Request to provide

the same

RFP conditions prevails

232 Vol 1 Addittion

Proposed Integrated Command Control Center

(ICCC) platform comprising of Pre-Integrated

Visualization layer & Normalization/IOT platform

should be deployed in at least 1 city in India and

must be operational for more than a year with 3 use

cases mentioned in the tender.

This will ensure the

proposed CCC solution is

working as per customer

expectations and capable

of delivering desired

outcomes in Indian

conditions. Relevance of

min. 3 use-case will prove

the depth and integration

capabilities of the product.

RFP conditions prevails

233 Vol 1 Addittion

·Proposed Integrated Command Control Center

(ICCC) platform comprising of Pre-Integrated

Visualization layer & Normalization/IOT platform

should have min 1 deployment in cloud and min 1

deployment on-premises in India - Bidder to submit

OEM undertaking / Work Order / Purchase Order for

same. As multiple city technology are going in cloud,

ICCC solution must have experience in cloud

technology integration.

For the obvious advantages

of Cloud technology based

deployments, many cities

are starting to outsource

more and more elements

of their Smart City ICT & IT

infrastructure to cloud

service providers. As

multiple city technology

are going in cloud, CCC

solution must be

thoroughly proven for

cloud based deployments

and integrations. Also, for

any of the existing legacy

infrastructure or for

system which can be better

hosted locally, the CCC

should have On-premises

capabilities as well.

RFP conditions prevails

234 Vol 1 Addittion

Proposed Integrated Command Control Center

(ICCC) platform comprising of Pre-Integrated

Visualization layer & Normalization/IOT platform

should be deployed in 5 cities globally with

minimum 3 smart city use cases either on Cloud or

On-premise architecture.

This will ensure the

proposed CCC product is of

Global/International

Standards and

meets/fulfills all

parameters required for

the Smart City use-case

domains. Relevance of

min. 3 use-case will prove

the depth and integration

capabilities of the product.

RFP conditions prevails

235 Vol 1 Addittion

Proposed Integrated Command Control Center

(ICCC) platform comprising of Pre-Integrated

Visualization layer & Normalization/IOT platform

should be either be from Single OEM OR should be

pre-integrated and operational for more than a year

in a City locally or globally. OEM need to submit

project experience and undertaking on same.

Single OEM for Pre-

Integrated Visualization

layer & Normalization / IOT

platform will ensure

watertight integration,

seamless and trouble-free

operations. If not single

OEM, than propose

solution to be working

successfully for over 1 will

ensure the proposed

combination of products

are working as per

expectations and capable

of delivering desired

outcomes

RFP conditions prevails

Page 21: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

236 Vol 1 Addittion

Smart City Platform/Software provider should be

Member of Smart Cities Council & Navigant

Research Report for Smart Cities Suppliers.

This will ensure the

proposed CCC product is of

Global/International

Standards and

meets/fulfills all

parameters required for

the Smart City use-case

domains.

RFP conditions prevails

237 Vol 1 Addittion

OEM should have registered office in India at least

from last 10 Years and should have software

development center and Research & Development

Lab in India.

Relevance of time will

prove the depth and

capabilities of the product

& its strategy, market

presence, staying power,

support mechanism.

RFP conditions prevails

238 Vol 1 Addittion

Bidder need to submit OEM's data sheet, ordering

guide & API document available on the public

domain along with bid document.

Documentary evidence to

substantiate capabilities of

proposed solution /

product, Product

Performance & Features,

Integration capabilities,

etc.

RFP conditions prevails

239 Vol 1 Addittion

OEM must be single legal entity or its holding

company, having annual revenue of more than INR

100 Crores in the last two financial years (2014-15

and 2015-16) either in India or Globally and at the

same time be profitable in last the 3 financial years

This will ensure no

smalll/local players

participate in the process

and only repuated brands

with expierence of industry

come forth.

RFP conditions prevails

240 Vol 1 AddittionOEM should have atleast 4 spare depots in the

country for material replacement and support

This again will ensure no

Chinese/Taiwan/Israel etc.

type of compaines who do

not have a support base

are able to participate.

RFP conditions prevails

241 Vol 1 Addittion

OEM should have executed atleast 5 mission-mode

projects of state or central government like SDC.

SWAN etc.

OEMs with past expierence

of executing mission

critical projects should be

preferred

RFP conditions prevails

242Volume 2, | Section

2.3.1 (Collaboration)46

The platform should allow the stakeholders to

be notified of the creation of collaboration

spaces using SMSs and announcements over

PSTN telephone calls.

Request you please change clause as "The platform

should allow the stakeholders to be notified of the

creation of collaboration spaces using SMSs

/announcements over

PSTN telephone calls/Emails.

RFP conditions prevails

The platform should allow the

stakeholders to be notified of the

creation of collaboration spaces

using SMSs /announcements over

PSTN telephone calls/Emails.

243

Volume 2 | Section

2.3.1 (Incident

Management)

59

MSI has to provide an appropriate tools for

incident and SLA management for the SLA

Parameters defined in Vol. 3 of this RFP

Request you to please remove " SLA Management"

becasuse SLA management is part of "EMS" which is

already asked in RFP.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

244

Vol 2 | 1.4

Finalization and

submission of a

detailed technical

architecture

12

Support for PKI based Authentication and

Authorization- The solution shall support PKI

based

Authentication and Authorization, in accordance

with IT Act 2000, using the Digital Certificates

issued by the Certifying Authorities (CA). In

particular, 3 factor authentications (login id &

password, biometric and digital Signature) shall

be implemented by the MSI for

officials/employees

involved in processing citizen services.

1. Should the PKI based Auth & Auth solution be

deployed on- premise or cloud?

2. How many Digital Signature Certificates would be

required?

3. Should the application have the ability to just

validate DSC's or even issue DSC's?

4. Is Aadhar based authentication permitted too or

its just DSC?

5. What are the specifications of biometric systems

that should be integrated?

6.Can we expect that the biometric hardware

existing or new will have capability to integrate?

Should one quote for the biometric hardware too?

7. Should the biometric fingerprints be validated by

Aadhar ID or any other software?

8. Is a OTP based auth required?

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

245

Vol 2 | 1.5 Other

expectations from

MS

17 26. Build and certify ICCC as per ISO 27001:2011 standards

Is the expectation of ICCC platform to be ISO 27001

certified? In ISO 27001, 2011 standard isn't specified

in ISO Standards. Need further details.

RFP conditions prevails

246

Vol 2 | 2.1

Environmental

Sensors:

21Functional Specs: CO upto 1000 ppm, Technical

Specs Range: CO : 0 – 31 ppm

Can you please clarify the difference? Should the

range be ppb or ppm in tech specs?RFP conditions prevails

247Vol 2 | 2.2 Variable

Message Sign Board25

The real time information can also be

pushed manually from ICCC as well as system

should capable to take

the data from the cloud for display on the board

Should application also be deployed on cloud to

send messages to VMS?RFP conditions prevails

Data can be taken from the cloud,

application will be hosted in SDC

248

Vol 2 | 2.3

Centralized

Command & Control

Centre

29

MSI shall also be responsible for dismantling

temporary command and control centre as and

when final ICCC is finalized. Shifting of existing

equipment from temporary to final location

shall also be under the scope of MSI

What's the SLA expected during this shift? Is there

any permitted downtime?RFP conditions prevails

LSCL is providing Final ICCC

Building

249

Vol 2 |2.3

Centralized

Command & Control

Centre

29

MSI should also continuously monitor all the

infrastructure/Servers/Routers/etc which

has been built as part of this RFP

What about monitoring of the sensor health and

sensor data correctness, sensor gateway health

status, battery life, warranty monitoring, security

issues coming from firmware, sensor performance

management?

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

Page 22: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

250

Vol 2 | 2.3.1

General

Requirements: Point

23

50

Integrate with other 3rd party applications

seamlessly.

The response time of the analytical tools used

should be less than 10 sec

Can you clarify if its 3rd party applications or 3rd

party application data sources/apis?

Response time of an analytical tool varies from case

to case based on the amount of data that should be

processed. If one is looking at monthly data it could

show up in less than 2 sec. If its yearly data it could

vary. Request to remove this clause. Application

response time can be less but for reporting engines,

it may not be the case

RFP conditions prevails

251Vol 2, 3.1 Unified

Smart Mobility Card:82

Scope of Work: The MSI is expected to integrate

the services of various

departments into Lucknow Metro card so as to

achieve the concept of One City-One

Card. Below are the minimum list of the

services/ departments that are expected to

be taken for the integration:

1. What is the integration required for Smart

Mobility Card to ICCC?

2. Will MSI be given access to LMC Application to

integrate the services?

RFP conditions prevails

252

Vol 2, Geographical

Information System

(GIS) & GIS City

Portal

85 3D Data of city

Will 3D data of city be provided as part of GIS

Platform or should be added? If it has to be added,

should 3D data modelling be considered too?

Please refer to the corrigendum 6

253

Vol 2, Geographical

Information System

(GIS) & GIS City

Portal

86

8 Core Arc GIS Server on Active-Active mode

along with two Desktop advanced are

already existing and the MSI shall evaluate the

sizing as per their requirement of the

system and also has to maintain the existing city

portal and the upgrade system for

5 years

Till when are the existing ArcGIS licenses valid?

Is there already a web GIS server?

Is the expectation to use ArcGIS platform only or

propose another based on the specs given further in

the RFP page 97 onwards?

Please refer to the corrigendum 6

254

Vol 2 | Technical

Requirement | WAN

/ Internet Router

132Bandwidth: Bandwidth on demand for cost

effective connection performance enhancement

Request you yo please specify the throughtput (min

& max) that’s needs to be considered.RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

255

Vol 2 | Technical

Requirement |

Blade-Chassis

Specifications

136

Dual network connectivity of 10 G speed for

each blade server for redundancy shall be

provided

Request to modify the specification: " Dual network

connectivity of 20 G uplink bandwidth for each

blade server for redundancy shall be provided "

Dedicated uplink

bandwidth of 20 Gbps per

server will ensure optimum

performance fior

demanding workloads

RFP conditions prevails

256

Vol 2 | Technical

Requirement |

Blade-Chassis

Specifications

136

Two hot-plugs/hot-swap redundant 16 Gbps

Fiber Channel module for connectivity to the

external Fiber channel Switch and ultimately to

the storage device

Request to modify the specification: "Two hot-

plugs/hot-swap redundant 16 Gbps Fiber Channel or

FCOE module for connectivity to the external Fiber

channel Switch and ultimately to the storage

device"

Latest generation blade

architectures support dual

converged modules for IO

connectivity for carry LAN

and SAN traffic. This helps

in simplification, lower

cabling, power & cooling

without compromising

throughput. We support

dual converged modules to

carry both LAN & SAN

traffic. Hence kindly allow

for coverged IO modules.

Please refer to the corrigendum 6

257

Vol 2 | Technical

Requirement |

Blade-Chassis

Specifications

136

Provision of systems management and

deployment tools to aid in blade server

configuration and OS deployment

Request to modify this clause to "Provision of

systems management and deployment tools to aid

in blade server configuration and OS deployment

along with centalized management solution in HA

for single pane of glass view for configuration,

monitoring & management "

There should be

centralized management

dashboard for all the

chassis and blade servers

in a given data center for

single pane of glass view

RFP conditions prevails

258

Vol 2 | Technical

Requirement |

Blade-Chassis

Specifications

136 Minimum 1 USB portRequest you to modify this to " Minimum 1 USB

Ports at Blade Server or Chassis level "RFP conditions prevails

259

Vol 2 | Technical

Requirement |

Blade-Chassis

Specifications

136

Two hot-plug/hot-swap, redundant 10 Gbps

Ethernet or FCoE module with minimum 16

ports (cumulative), having Layer 2/3

functionality

Request you to modify this to " Minimum Two hot-

plug/hot-swap, redundant 10 Gbps Ethernet or FCoE

module with minimum 16 ports (cumulative), to

meet uplink bandwidth per server for a fully loaded

chassis "

Sufficient bandiwtdh

shiuld be provisioned

considering fully loaded

chassis even if not all blade

slots are populated. This

will maintain the same

optimum performance

level & investment

protection even in case of

any future expansion of

number of blades in the

given chassis

RFP conditions prevails

260

Vol 2 | Technical

Requirement |

Blade-Chassis

Specifications

136

Two hot-plugs/hot-swap redundant 16 Gbps

Fiber Channel module for connectivity to the

external Fiber channel Switch and ultimately to

the storage device

Request you to modify this to " MinimumTwo hot-

plugs/hot-swap redundant 16 Gbps Fiber Channel

module for connectivity to the external Fiber

channel Switch and ultimately to the storage device

to meet uplink bandwidth per server for a fully

loaded chassis "

Sufficient bandiwtdh

shiuld be provisioned

considering fully loaded

chassis even if not all blade

slots are populated. This

will maintain the same

optimum performance

level & investment

protection even in case of

any future expansion of

number of blades in the

given chassis

Please refer to the corrigendum 6

Page 23: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

261

Vol 2 | Technical

Requirement |

Servers

135

Processor:

• Latest series/ generation of 64 bit x86

processor(s) with Ten or higher Cores

• Processor speed should be minimum 2.4 GHz

• Minimum 2 processors per each physical

server

Request to Modify to " Processor:

• Latest series/ generation of 64 bit x86 processor(s)

skylake processors

• Processor speed should be minimum 2 GHz

• Minimum 2 processors per each physical server"

The current series by Intel

is teh Skylake chipset

which are more efficient

and perfromance oriented.

Also the bidder should be

let to decide the no. of

core per processor in order

to have teh best suitable

robust solution

RFP conditions prevails

262

Vol 2 | Technical

Requirement |

Servers

135

Internal Storage:

• 2 x 300 GB SAS (10k rpm) hot swap disk with

extensible bays

Request to Modify to " Internal Storage: 2 x 300 GB

SAS (10k rpm)"

The blades storage is

required only to hots the

OS binaries and metadata

rest all storage would be

required on external

storage as the servers are

external devices bootable

and is best recommended

as per best practice laws.

RFP conditions prevails

263

Vol 2 | Technical

Requirement | Anti-

APT

154

Solution must be custom built Anti•APT solution

and must not have network perimeter security

component part devices like firewall and IDS/IPS

Request to change to below , as custom built

solution can be easily compromised :-

Solution must not be a custom built Anti APT

solution and must not have network perimeter

security component part devices like firewall and

IDS/IPS

Request to change to

below , as custom built

solution can be easily

compromised

RFP conditions prevails

Dedicated Custom built APT

solutions offer dedicated

resources to do analysis of

unknown threats with higher

acceleration instead of

UTM/Firewall based devices

having multiple security layers

hosted on shared resources.

264

Vol 2 | Technical

Requirement | Anti-

APT

154

The proposed solution should use customizable

OS sandboxes for detecting zero day malwares,

This should not be a CPU or chip based function.

Request to Remove this clause As custom built solution

can be easily compromisedRFP conditions prevails

265

Vol 2 | Technical

Requirement | Anti-

APT

154

The proposed solution should be able to detect

lateral movement (East West) of the attacker

without the need of installing agents on

endpoint/server machines.

Request to change as per below:

The proposed solution should be able to detect

lateral movement (East West) of the attacker with

or without the need of installing agents on

endpoint/server machines.

Incase of Anti APT lateral

movement (East West)

may not have actual

visibility without an agent

RFP conditions prevails

266

Vol 2 | Technical

Requirement | Anti-

APT

154

The proposed solution should support Multiple

protocols for inspection. Example :• HTTP, FTP,

SMTP, SNMP, IM ,IRC,DNS and P2P protocols

Internal direction :SMB ,Database protocol

(MySQL, MSSQL, Oracle) on a single device

Request to Change the Clause As "The proposed

solution should support Multiple protocols for

inspection. Example HTTP,HTTPS SMTP, IMAP,

POP3, FTP NetBIOS-ssn (SMB)"

Specific to OEM RFP conditions prevails

267

Vol 2 | Technical

Requirement | Anti-

APT

156

The proposed solution should be able to run at

least 60 parallel sandboxes for analysis of

payload and on premise customized sandbox

solution should have the capability to allow

manual submission of suspicious files for

analysis

Request to Change the Clause As :- The proposed

solution should be able to run at least 5000 files a

day for sandboxes analysis of payload and on

premise sandbox solution should have the

capability to allow manual submission of suspicious

files for analysis

Different OEM use

different mechanism to

size their sandbox solution

hence requesting change

RFP conditions prevails

268

Vol 2 | Technical

Requirement | Anti-

APT

156

Customized sandbox solution should support

following operating systems (Windows XP,

Win7, Win8/8.1, Win 10, Windows Server 2003,

2008 & 2012) and must have the capability to

analyse large files and must be able to support

more than 40MB file size.

Request to Change the Clause As :- sandbox

solution should support following operating systems

( Win7 Win 10, )and must have the capability to

analyse large files and must be able to support more

than 50MB file size.

Different OEM use

different solution hence

requesting change

RFP conditions prevails

269

Vol 2 | Technical

Requirement | Anti-

APT

156

The solution should allow administrator to

categorize files as safe based on Hash values

(MD5) and proposed solution should be able to

provide customizable sandbox to match

customer's endpoint environments.

Request to Change the Clause As :-The solution

should allow administrator to categorize files as safe

based on Hash values (MD5/SHA 256) and proposed

solution should be able to provide sandbox to

match customer's endpoint environments.

MD5 Hash has problem of

overlapping hence

requesting change

RFP conditions prevails

270

Vol 2 | Technical

Requirement | Anti-

APT

156

The Proposed solution should support

customizable Windows 7/8/10 and Microsoft

2008/12 operating environments for

Sandboxing. This requirement should be based

on virtual execution and should not be

Hardware or chip based function

Request to Remove this clause , as custom built

solution can be easily compromise:- The Proposed

solution should support Windows 7 & Windows 10

operating environments for Sandboxing.

As custom built solution

can be easily compromisedRFP conditions prevails

271

Vol 2 | Technical

Requirement | Anti-

APT

157

Solution must be capable of performing multiple

file format analysis which includes but not

limited to the following: LNK, Microsoft objects,

pdf, exe files, compressed files, .chm, .swf, .jpg,

.dll, .sys, .com and .hwp

Request to Change the Clause As :- Solution must

be capable of performing multiple file format

analysis which includes but not limited to the

following: Microsoft objects, pdf, exe files,

compressed files, .chm, .swf, .jpg .dll, com

Different OEM support

different file types and

hence requesting change

RFP conditions prevails

272

Vol 2 | Technical

Requirement | Anti-

APT

157

The proposed solution should support exporting

of analysis results such as C&C server IP and

malicious domain listing and solution should

have capabilities to scan inside password

protected Archive and should have capabilities

to detect Malwares and Spywares on windows

and non-windows platforms.

Request to Change the Clause As :-The proposed

solution should support exporting of analysis results

such as C&C server IP and malicious domain listing

and solution should have capabilities to scan inside

Archive and should have capabilities to detect

Malwares and Spywares on windows and non-

windows platforms.

Specific to OEM RFP conditions prevails

273

Vol 2 | Technical

Requirement | Anti-

APT

157

The proposed solution should have option to

configure unrestricted internet for sandboxes

and proposed solution must have capabilities to

detect Mac, Linux and mobile malwares.

Request to Change the Clause As :-The proposed

solution should have option to configure

unrestricted internet for sandboxes and proposed

solution must have capabilities to detect malwares

& their behaviors .

Specific to OEM RFP conditions prevails

Page 24: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

274

Vol 2 | Technical

Requirement | Anti-

APT

157

The Proposed solution should have option to

share Indicators of compromise for mitigation

and clean up with AV endpoint and Web

gateway to block threat at web gateway level

and network level through NIPS. Anti•APT

solution should share intelligence with

endpoint, security web gateway solution, HIPS•

server security & NIPS, similarly endpoint and

security web gateway, NIPS & HIPS(Server

Security) should submit files to AntiAPT solution

for analysis and all three (Anti•APT, Web

Security, Email security, Endpoint, HIPS (server

security) solution should manage through single

management console.

All of these functionalities are part of antivirus

solution hence we request you to remove these

clause as Anti-malware solution focuses more on

zero day and unknown threats.

This would restrict the

participation of renowed

OEM in proposing their

best of breed solution as it

allow only OEM to

participate

RFP conditions prevails

Proposed Anti-APT solution should

share Indicators of compromise for

mitigation based on sandbox

analysis with Endpoint AV, HIPS,

Web security and Email security

solutions to block unknown threat

and should manage through single

management console.

275

Vol 2 | Technical

Requirement |

Firewall

158Firewall shall have an Intrusion Prevention

System (IPS) with following features

When IPS is already asked why Firewall has IPS

capabiltiies only added in firewall sectionRFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

276

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS)

151

Intrusion Prevention System (NIPS) should be

based on purpose-built platform that has Field

Programmable Gate Arrays (FPGAs), On-board

L2 Switch and dual plane architecture for Data

and control plane and NIPS should be

independent standalone solution.

Request for change as FPGA is OEM specific ask, this

would restrict other renowned/leaders in market

from participation.

RFP conditions prevails

FPGA technology is helpful in

boosting overall system

performance, both by performing

tasks at wire speed and by

reducing CPU load to achieve

desired performance

277

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS)

151Must support full redundancy solution (Active-

Passive, Active Active)

Request for the change to Must support full

redundancy solution (Active-Passive/Active Active)

for all deployment options - Passive/ Inline-

set/Routed

RFP conditions prevails

278

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS)

152

The proposed IPS solution must support

Adaptive Filter Configuration(AFC)

which will alert or disable ineffective filter in

case of noisy filters

Request for the change - The proposed IPS solution

must support Adaptive Filter Configuration(AFC) or

equivalent methods which will alert or disable

ineffective filter in case of noisy filters/signatures

RFP conditions prevails

279

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS)

152

The proposed IPS must have real 10Gbps

throughput with atleast 60 million concurrent

sessions and 450,000 new connections per

second with <40 ms latency.

Please change the clause to - "The proposed IPS

must have real 10Gbps throughput with atleast 6

million concurrent sessions and 50,000 new

connections per second." As with standard port

offering of 10*8G = 80Gbps is far higher than the

Real world throughput asked; so as the box is

oversized; request you to consider the change.

RFP conditions prevails

280

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS)

152

The IPS vendor should be in Gartner leader’s

quadrant in latest report. IPS

vendor must be in the recommended products

in the latest NSS report.

Request for the change to - The IPS vendor should

be in Gartner leader’s quadrant in latest report from

last 3 years. IPS vendor must be in the

recommended products in the latest NSS report.

RFP conditions prevails

281

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS)

152

The IPS filter must support network action set

such as Block (drop packet),

Block (TCP Reset), Permit, Trust, Notify,

Trace(Packet Capture), Rate Limit and

Quarantine

Request you to change the clause to - The IPS filter

must support network action set such as Block (drop

packet), Block (TCP Reset), Permit, Trust, Notify,

Trace(Packet Capture), Rate Limit. Quarantine is

feature available in most HIPS solutions, and

product asked is Network IPS, hence request you to

remove quarantine word.

RFP conditions prevails

282

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS)

152

IPS solution must have vulnerability based filter

which are known for most

effectively for Zero Day Attack Protection and

ZDI technology should be inbuilt.

Request to remove word- ZDI as it is OEM specific

techonology and other renowned OEM in industyr

support equivalent technology with different

terminology.

RFP conditions prevails

IPS solution must have

vulnerability based filter which are

known for most effectively for

Zero Day Attack Protection and ZDI

technology/equivalent should be

inbuilt.

283

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS)

152

The proposed IPS must provide bandwidth rate

limit to control the unwanted/nuisance traffic

such as P2P, Online Game, etc

Request to remove this clause as separate Firewall

is asked in RFP, Firewall are capable of application

based filtering and would be better place to control

application based on bandwidth.

RFP conditions prevails

284

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS)

153

The proposed IPS vendor must provide a global

threat intelligence portal that provide real-time

monitoring and statistics of malicious threats

and attacks and NIPS should integrate with

sandboxing to submit unknown files in

sandboxing for simulation and create IOC's on

real time basis as per

sandboxing analysis and revert back to NIPS to

block threats and sandboxing solution should

support customizable Windows 7/8/10 and

Microsoft 2008/12 operating environments for

Sandboxing with at least 60 virtual instances

running in single sandboxing box

Different OEM use different sizing parameter and

hence requesting to remove this clauseRFP conditions prevails

285

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS)

153

The proposed IPS system must support SNMP

and a private MIB that can beutilized from an

Enterprise Management Application such as HP

Open view, MRTG, etc.

Please change the clause to - "The proposed IPS

system must support SNMP and a private MIB that

can beutilized from any SIEM"

RFP conditions prevails

286

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS)

153

The proposed IPS system must be able to be

managed locally independently without any

centralised management server

Request you to remove this clause; as Centralized

Management Console adds true value to the

architecture where event correlation,

administration, deployment, policy change could be

managed from centralized console removing

network and administrative overhead.

RFP conditions prevails

Page 25: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

287

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS)

154

The management server must support the

archiving and backup of events and export to

NFS, SMB, SCP and SFTP and must allow the

report to be exported into other format such as

PDF, HTML, CSV, XML etc

Request you to consider the change - "The

management server must support the archiving and

backup of events and export to NFS, SMB, SCP/SFTP

and must allow the report to be exported into other

format such as PDF/HTML/CSV/XML etc" as Most

common formats for reports and data backup are

available in the management server.

RFP conditions prevails

The management server must

support the archiving and backup

of events and export to NFS, SMB,

SCP/SFTP and must allow the

report to be exported into other

format such as

PDF/HTML/CSV/XML etc"

288 Firewall 159

Firewall shall have following user authentication

capabilities: • XAUTH VPN, Web based, 802.X

authentication

Firewall shall have following user authentication

capabilities: • XAUTH VPN, Web based/802.X

authentication

The 802.X authentication is

for wireless or port based

authentication on Switch.

This authentication is not

related to Firewall and

spcific to an OEM. Please

ammend the clause

accordingly.

RFP conditions prevails

289

1.4 Finalization and

submission of a

detailed technical

architecture

11

Security - The architecture must adopt an end-to-

end security model that protects data and the

infrastructure from malicious attacks, theft,

natural disasters etc

The advance secuirty solution should provide proxy,

caching, content filtering, SSL inspection, protocol

filtering, inline AV and content inspection ( 1000+

predifined pattern) in block mode on the same

Appliance. The solution should have at least 20+

million websites in its URL filtering database and'

should have pre-defined URL categories and

application protocols along with YouTube, Facebook

and linked-in controls. Solution vendor should

ensure that 100 predefined categories & 100+ pre-

defined protocols.

The web channel became

significantly more

malicious, both as an

attack vector and as the

primary support element

of other attack trajectories

(e.g., social, mobile, email).

there is nearly 6-fold

increase in malicious sites

overall. Moreover, 85

percent of these sites were

found on legitimate web

hosts that had been

compromised. It is

suggested to have Inline,

real-time information

security to prevent web-

borne threats.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

290

1.4 Finalization and

submission of a

detailed technical

architecture

11

Security - The architecture must adopt an end-to-

end security model that protects data and the

infrastructure from malicious attacks, theft,

natural disasters etc

The data secuirty solution should inspect the

sensitive content through 1500 pre-defined

templates, textual content inside

image,commulative content control and inspection

through web and email channel. The data end point

solution should inspect data leaks over HTTP ,

HTTPs and SMTP. The solution should be able to

block outbound emails sent via SMTP if its violates

the policy. Endpoint solution should support win 32

and 64 bit OS, Mac & Linux OS,Support wide variety

of platforms. The solution should be able to enforce

policies to detect data leaks even on image files

through OCR technology and should enforce policies

to detect low and slow data leaks

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

291

1.4 Finalization and

submission of a

detailed technical

architecture

11

Security - The architecture must adopt an end-to-

end security model that protects data and the

infrastructure from malicious attacks, theft,

natural disasters etc

The solution must be present in the latest Gartner's

Leader/Challanger quadrant for Data Loss

Prevention and Web Security . The OEM should

have own TAC center in India.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

292

Volume 1,Pre

qualification ,point

no. 2

35

The Sole Bidder or the Lead Bidder of

consortium should have an average annual

turnover of minimum INR 10 crore with

minimum average turnover of INR 5 crore from

one or more of the “specific business areas”

mentioned below over the last three financial

years and, in case of a Consortium, the average

annual turnover for each of the consortium

members over the last three Financial Years

should be INR 2.5 crore or more from one or

more of the “specific business areas” mentioned

below:

mobile app

capability

It is a large scale System Integration Project having

complex requirement of integrating to various

systems. In order to execute such projects it is

essential for the bidders to have prior experience in

ICT/IT Infrastructure/ IT system Integration in any

sector. It is very difficult to have such revenues

come from the four components specified and

implementation of most of the components are

recently started in India. Hence we request you to

consider the following clause

The Sole Bidder or the Lead Bidder of consortium

should have an average annual turnover of

minimum INR 40 crore with minimum average

turnover of INR 20 crore from one or more of the

“specific business areas” mentioned below over the

last three financial years and, in case of a

Consortium, the average annual turnover for each of

the consortium members over the last three

Financial Years should be INR 10 crore or more from

one or more of the “specific business areas”

mentioned below:

mobile app

capability

Please refer to the corrigendum 6

293Volume 1,Section

2.2929

The proposed OEM should have installed base

of at least 20% of the quoted product or

technology

This clause is very Subjective and is not applicable to

all components.Request you to remeove the clauseRFP conditions prevails

294

Volume 1,Pre

qualification ,point

no. 8

36

The sole bidder or lead bidder should have

completed at least two projects in Govt/

Semi Govt/ PSU; in the field of development and

integration of citizen centric web portal /

mobile app, database management /data

warehousing/ business analytics / cloud

applications on the date of release of NIT

Since the ICCC is to be implemented DC (on

premise) and DR (cloud ) we request you to amend

the clause as below.

The sole bidder or lead bidder should have

completed at least two. projects in Govt/ Semi

Govt/ PSU; in the field of development and

integration of citizen centric web portal /

mobile app, database management /data

warehousing/ business analytics / implementation

on cloud on the date of release of NIT during last

five financial years.

RFP conditions prevails

AS per Section 43A of the

IT Act requires that

anycorporate which

possesses, deals or handles

‘sensitive personal data or

information’ through a

computer resource owned,

operated or controlled by

it, maintain and implement

‘reasonable security

practices and procedures’

to protect such

information. If a body

corporate is negligent in

maintaining and

implementing such

reasonable security

practices and procedures

and thereby causes any

wrongful loss or wrongful

gain, it will be liable to pay

Page 26: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

295

Volume 1,Technical

qualification ,point

no. 1

37

Average annual turnover from “Specific Business

Areas” as mentioned

below for Sole bidder or Lead bidder (in case of

consortium) over the last

three Financial years

Marks shall be allotted as given below:

• More than INR 40 Crore = 7 marks

• More than INR 30 Crore – up to INR 40 Crore

= 6.5 marks

•More than INR 20 Crore – up to INR 30 Crore =

6 marks

•More than equal to INR 5 Crore - up to INR 20

Crore = 5 marks

“Specific Business Areas”

•Software Application Development including

mobile app

•Multiple Software application integration

capability

•Database Management

•Business Analytics

•ICT Infrastructure and System Integration

•IoT/Cloud environment

It is a large scale System Integration Project having

complex requirement of integrating to various

systems. In order to execute such projects it is

essential for the bidders to have prior experience in

ICT/IT Infrastructure/ IT system Integration in any

sector. It is very difficult to have such revenues

come from the four componenets specified and

implementation of most of the components are

recently started in India. Hence we request you to

consider the following clause

Average annual turnover from “Specific Business

Areas” as mentioned below for Sole bidder or Lead

bidder (in case of consortium) over the last three

Financial years

Marks shall be allotted as given below:

• More than INR 100 Crore = 7 marks

• More than INR 80 Crore – up to INR 100 Crore =

6.5 marks

•More than INR 60 Crore – up to INR 80 Crore = 6

marks

•More than equal to INR 40 Crore - up to INR 60

Crore = 5 marks

“Specific Business Areas”

•Software Application Development including

mobile app

•Multiple Software application integration

capability

•Database Management

RFP conditions prevails

296

Volume 1,Technical

qualification ,point

no. B3

42

The Sole Bidder or lead member (in case of

consortium) should have experience in

developing and implementing IT software

projects in India with Java /J2EE, Application

Servers like JBoss or similar, HTML5/CSS3,mobile

apps native languages (Android, ioS, Windows,

Hybrid language like phonegap), User

Experience in designing User Interfaces. At least

2 projects have been executed (documentary

evidence to be provided as proof of

delivery) with the above mentioned technology

stack.

Marks shall be allotted as below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

The documentry evidence asked for this clause will

not be able to justify the clause.So kindly request

you to allow bidders to provide a self certificate

highlighting the technologies and software used for

each of the project experience.

RFP conditions prevails

297 General

This is a Large integration project which includes

various integrations to be done. For such projects

Bidder's Proposed solution should be included

under technical evaluation. So, rrequest you to put

certain weightage to Proof of concept or

Presentation

RFP conditions prevails

298

Vol 1 Section 3.5.1

Technical Bid

Criteria &

Evaluation, B1

39 & 40

The Sole Bidder or lead member (in case of

consortium) should have been awarded and

successfully executed & commissioned

project(s) related to development and

integration of citizen centric web portal / mobile

app components or both having minimum valuof

INR 15 crore in India during last five years as on

the date of release of RFP.Marks shall be

allotted as given below:

• More than equal to 5 Project = 20 marks

• 4 Project = 14 marks

• 3 Project = 10 marks

• 2 Project = 7 marks

Generally such projects are not so large when

compared to the scope of RFP, as mentioned in the

respective clause. Kinldy amend the clause as :

The Sole Bidder or lead member (in case of

consortium) should have been awarded and

successfully executed & commissioned project(s)

related to development and integration of citizen

centric web portal / mobile app components or both

having minimum valuof INR 5 crore in India during

last five years as on the date of release of

RFP.Marks shall be allotted as given below:

• More than equal to 5 Project = 20 marks

• 4 Project = 14 marks

• 3 Project = 10 marks

• 2 Project = 7 marks

Please refer to the corrigendum 6

299

Vol 1 Section 3.5.1

Technical Bid

Criteria &

Evaluation, B2

41

The Sole Bidder or lead member (in case of

consortium) should have experience in the field

of City centric software Integration Projects.

Marks shall be allotted as below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

Large scale Utility based enterprise integration

projects are focussed on citizens with various

integrations like Integration with SCADA, payment

gateways, Web Portal, GIS, etc and have similar

nature of work as City Centric Software intrgration.

Request Kindly ammend the clause as:

The Sole Bidder or lead member (in case of

consortium) should have experience in the field of

Enterprise integration/City centric software

Integration Projects during last Five financial years.

Marks shall be allotted as below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

Please refer to the corrigendum 6

300

Vol-2

2.3.2 IoT Platform

Video Display Wall

(VDW)

Page 62 of 245Auto continuous-colour and brightness

management mechanism to be

This shold be changed to:

Auto colour and brightness management

mechanism to be provided

This is specific to a manufacturer hence should be

changed as asked to introduce more competetion

RFP conditions prevails

301

Vol-2

2.3.2 IoT Platform

Display Content

Management

System (DCMS) or

Video Wall

Management

System

Page 64 of 245

The DCMS shall be able to decode, transmit,

manage, and display the following formats of

digital streaming video:

• MPEG-4

• H.264

Should be changed to:

The DCMS shall be able to decode, transmit,

manage, and display the following formats of digital

streaming video

since H.264 is the advanced codec

RFP conditions prevails

Page 27: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

302

Vol-2

2.3.2 IoT Platform

Display Content

Management

System (DCMS) or

Video Wall

Management

System

Page 65 of 245

The DCMS shall have a seamless interface within

the VMS UI of the CCTV. All DCMS interactions

within the Video Management System shall be

no more than three (3) mouse clicks to execute

a DCMS function. The DCMS UI shall have the

ability to run independently while the Video

Management System is running.

Should be changed to:

The DCMS UI shall have the ability to run

independently while the Video Management System

is running.

The clarification sought is more simplified

RFP conditions prevails

303

Vol-2

2.3.2 IoT Platform

Display Content

Management

System (DCMS) or

Video Wall

Management

System

Page 65 of 245

The DCMS shall be accessible on any networked

workstation or networked monitor with OPS on

the ICCC network.

Should be changed to:

The DCMS client could be installed in required

workstation

The assked video wall is not multi networked based

hence clarification and change sought.

RFP conditions prevails

304

Volume 1: section 3

sub point 3.5.1

(CMM Certification)

39Marks shall be allotted as given below:

•CMM level 5 =3 marks

Marks shall be allotted as given below:

•ISO 9001 & 27001 =1.5 marks

•CMM level 5 =1.5 marks

RFP conditions prevails

305

Volume 1: section 3

sub point 3.5.1

(Project Experience)

39 to 44

1. Web Portal/mobile app

2. City centric software Integration Projects

3. Software Platform

4. Operation & Maintenance

We request,

kindly consider on going project experience also for

evaluation process.

RFP conditions prevails

306

Volume 1: section 6

(Proposed Bill of

material)

78 Proposed bill of material

In line with overall approach for smart city initiative,

the GIS software should added in Bill of Material

seprately as per below:

COTS based GIS desktop - 3 nos.

COTS based Enterprise GIS Suite Server - 1 nos.

Please refer to the corrigendum 6

307

Volume 2: section 4

Sub point 4.1

(Proposed

Technology under

GIS initiative)

86 & 87 Arc GIS Desktop Advanced: 2 unit

We suggest that;

The overall integration done with CCC along with

the help of GIS platform (IT / softwares /

Applications)

We suggest that LSCL should not use a specific

product/software but use New Open COTS based

Geo-spatial Consortium standard certified

Enterprise GIS platform server / desktop products.

Which shall be completely integrated for

Applications and Services.

Please refer to the corrigendum 6

308 General

As we understand prestigious authority like yours

should support Indian company initiatives and

Indian product which are of equal or better

standard than foreign brands also Indian Govt. is

promoting ‘Make in India’ product concept in

various fields including Smart City Projects So, by

mentioning specific foreign brand in a tender is

against the spirit of Make India Program.

RFP conditions prevails

309 General

We also take this opportunity to brief that In-line

with ‘Make in India’ vision, SGL has taken initiatives

and has developed a first indigenous IGiS

(Integrated GIS and Image Processing Software), in

collaboration with world leading space Agency,

Indian Space Research Organization (ISRO). IGiS has

advanced features and functionalities and is

technically at par with the brand mentioned in

tender as per OGC and International Standards.

We are pleased to inform you that our IGiS software

is Integrated GIS & Image Processing Software

having equivalent features & functions to

international softwares like ArcGIS in single

platform

RFP conditions prevails

310RFP Volume 2,

Section 1.411

all the system logs should be properly stored &

archived for future analysis and forensics

whenever desired. The authority would carry

out the security audit of the entire system upon

handover and at regular interval during O&M

period.

In section 1.4, RFP has mentioned the requirement

of security forensics solution, but same has not be

elaborated in the technical specs sheet as done of

other security components. We recommend to

consider Forensic solution to have context

Awareness. The Forensic solution will provide the

complete session information and what happened

during, before and after. Forensic solution can See

the full source and scope of attacks and Arm

incident response teams with clear, concise

answers. This will also help to tighten security

posture.

RFP conditions prevails

311RFP Volume 2,

Section 4.3112

Portal must be secure in all the way and all the

latest security implementations like https, xss,

sql injection, OWASP vunrebelties etc should

be implemented/followed to avoid any hacking

In section 4.3, under minimum Technical &

Functional Requirements of Lucknow smart city

portal, RFP has asked for the security against

security implementations like https, xss, sql

injection, OWASP vunrebelties, this can be done via

WAF, so we recommend the WAF solution to

protect the application from OWA top 10. Rather in

technical specifications of SLB, reverse proxy

function has been requested. Our recommendation

is, It must be in dedicated solution to maintain the

better security and content scanning while upload

any user data to portal. The Proposed solution must

have capability to scan the file up to 1 Gbps and

having Caching feature for enhance end users

experience.

RFP conditions prevails

Bidder's should meet the

functional requirement by

adhering OWASP framework

Page 28: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

312

RFP Volume 2,

Section 2.3.1, Point

74

52

Data Protection / Data at rest: Platform should

support encryption for tenant data at rest (on

disk/storage)

Please advise with this functionality are you looking

for hard disc encryption. The solution should also

include File Share Encryption - Policy-enforced file

encryption for collaborating teams.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

313

RFP Volume 2,

Section 2.3.1, Point

74

53

Patch Management: Platform should have

capabilities to patch vulnerabilities across VM

infrastructure, applications and systems.

Request you to please mentioned all the

environment like any other OS etc. It will help to

achieve ISO 27001.

RFP conditions prevails

314

RFP Volume 2,

Section 2.3.1, Point

99

59

appropriate tools for incident and SLA

management for the SLA Parameters defined in

Vol. 3 of this RFP

Are you looking for this functionality for Cyber

security incident as well, for that Forensic solution

to have context Awareness. The Forensic solution

will provide the complete session information and

what happened during, before and after. Forensic

solution can See the full source and scope of attacks

and Arm incident response teams with clear, concise

answers.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

315RFP Volume 2,

Section 4.3110 Security Audit:

Our assumptions is there will be multiple server

and network equipments in network and as per

best practice frameworks including GDPR, HIPAA,

NIST, PCIetc, the proposed tool must have function

to audit for security posture, prioritize remediation,

and reduce risk. Can you confirm is proposed

solution must have Compliance reports: PCI,

HITRUST, HIPAA, SOX, NIST 800-53, GLBA, ISO,

COBIT, ISO-27002, ITIL.

RFP is Self explanatory

316

RFP Volume

2,Section 5.3 Data

Security

146

The system shall include industry standards

based firewall and antivirus, and shall provide

content filtering, tracking, lockdown, and

malware detection and prevention capabilities.

This RFP lines incline towards UTM. We recommend

the proxy/SWG appliance must be in separate

appliance. From an architecture perspective, NGFW

simply repackages traditional firewall technology

and incorporates some advanced firewall features,

making it less secure than the full proxy

architecture. NGFWs use stream-based detection

methodologies, examining the traffic as it streams

by. This means that the firewall can only see a

fleeting portion of malware at any given time,

making it possible for malware to be delivered in

many segmented pieces. Conversely, Proxy

appliance waits for an entire object to be

reassembled and scanned before allowing it to be

delivered. We also recommend that the proxy

solution must be dedicated appliance based

solution and in Gartner leaders Quadrant since last

5 years.

RFP conditions prevails

317

RFP Volume 2,

Section 5.3 Data

Security, Endpoint

protection and

storage protection

150

Endpoint solution should have capability of AV,

Vulnerability protection, HIPS, Firewall, Device

control, virtual Patching and integrated DLP and

pre and post machine learning execution.

The current specification of Endpoint protection are

specific to one OEM, your are requested to make

specification open for wider participation.

RFP conditions prevails

Vulnerability protection and DLP

capability is required at endpoint

level to address current threat

landscape.

Bidders should provide AV,

Vulnerability protection, HIPS,

Firewall, Device control, virtual

Patching and DLP and pre and post

machine learning execution

capabilities at endpoint

318 RFP Volume 2 150

Solution should have feature to take backup of

ransom ware infected files and restoring the

same and Management Server should support

Active Passive high availability configuration.

Should have central management console for

server security and Anti-APT with sandboxing for

central visibility and control

These specks seems like vendor specific. RFP conditions prevails

Solution should have feature to

mitigate ransomware threat and

Management Server should

support Active Passive high

availability configuration. Should

have central management console

for server security and AntiAPT

with sandboxing for central

visibility and control.

319

RFP Volume

2,Section 5.3 Data

Security, Anti-APT

154

The proposed solution should be able to store

packet captures (PCAP) of all Malicious

communications detected by sandbox.

Please remove this clause as store packet captures

(PCAP) is not Anti-APT functionality, so remove this

clause to remove vendor locking.

RFP conditions prevails

320

RFP Volume

2,Section 5.3 Data

Security, Anti-APT

154

The proposed solution should be able to run at

least 60 parallel sandboxes for analysis of

payload and on premise customized sandbox

solution should have the capability to allow

manual submission of suspicious files for

analysis

This is vendor specific clause, please remove the

same to make it open for leading security vendors

to participate

RFP conditions prevails

Considering Smart City traffic

volume and future scalability

considering unknown malware

threats the proposed solution

should be able to run at least 60

parallel sandboxes for analysis of

payload and on premise

customized sandbox solution

should have the capability to allow

manual submission of suspicious

files for analysis

321

RFP Volume

2,Section 5.3 Data

Security, Anti-APT

154

Endpoints should be able to submit suspicious

files directly to the on premise customized

sandbox solution without the need to be

intercepted by network based security solutions.

This is vendor specific clause, please remove the

same to make it open for leading security vendors

to participate

RFP conditions prevails

Endpoints should be able to

submit suspicious files directly to

the on premise customized

sandbox solution

322

RFP Volume

2,Section 5.3 Data

Security, Anti-APT

154

Customized sandbox solution should support

following operating systems (Windows XP,

Win7, Win8/8.1, Win 10, Windows Server 2003,

2008 & 2012) and must have the capability to

analyze large files and must be able to support

more than 40MB file size.

This is vendor specific clause, please remove the

same to make it open for leading security vendors

to participate

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

323

RFP Volume

2,Section 5.3 Data

Security, Anti-APT

154The proposed solution should support at least

100+ protocols for inspection.

This is vendor specific clause, please remove the

same to make it open for leading security vendors

to participate

RFP conditions prevails

Page 29: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

324

RFP Volume

2,Section 5.3 Data

Security, Anti-APT

154

The proposed solution should have an endpoint

security component and should have following

functionalities (Antivirus, antimalware, ransom

ware protection, Vulnerability Protection in

endpoint, integrated DLP and C&C detection,

ability to quarantine and clean the infected files,

ability to integrate with Anti APT components

and automatically block/Quarantine zero day

malwares by sharing Indicators of Compromise.

This is vendor specific clause, please remove the

same to make it open for leading security vendors

to participate

RFP conditions prevails

Considering current landscape

possible data leakage due to a

malicious threat is a prominent

concern. Hence DLP capability is

desired at the endpoint channel to

avoid any intentional and

unintentional data exfilteration.

325

RFP Volume

2,Section 5.3 Data

Security, Functional

Requirements Host

Intrusion Prevention

System (HIPS)

149

Solution should support stateful Inspection

Firewall, Antimalware, Deep Packet Inspection

with HIPS, Integrity Monitoring and

Recommended scan in single module with

agentless and agent capabilities and Firewall

should have the capability to define different

rules to different network interfaces with

stateful inspection.

These specks seems like vendor specific. RFP conditions prevails

Proposed solution should support

stateful Inspection Firewall,

Antimalware, Deep Packet

Inspection with HIPS, Integrity

Monitoring functionality

326

RFP Volume

2,Section 5.3 Data

Security, Functional

Requirements Host

Intrusion Prevention

System (HIPS)

149

Host based IPS should support virtual patching

both known and unknown vulnerabilities until

the next scheduled maintenance window.

Solution should have capability to submit

unknown files to sandboxing for simulation and

create IOC's on real time basis as per sandboxing

analysis and revert back to server security

solution and sandboxing should have at least

virtual instance of server class OS - Win 2008,

win 2012.

These specks are vendor specific, please remove the

same.RFP conditions prevails

Host based IPS should support

virtual patching both known and

unknown vulnerabilities until the

next scheduled maintenance

window. Solution should have

capability to submit unknown files

to sandboxing

327

RFP Volume

2,Section 5.3 Data

Security, Functional

Requirements Host

Intrusion Prevention

System (HIPS)

149

Virtual Patching should be achieved by using a

high-performance HIPS engine to intelligently

examine the content of network traffic entering

and leaving hosts.

These specks are vendor specific, please remove the

same.RFP conditions prevails

328

RFP Volume

2,Section 5.3 Data

Security, Functional

Requirements Host

Intrusion Prevention

System (HIPS)

149

Solution should have feature to take backup of

ransom ware infected files and restoring the

same and Management Server should support

Active Passive high availability configuration.

Should have central management console for

server security and Anti-APT with sandboxing for

central visibility and control.

These specks are vendor specific, please remove the

same.RFP conditions prevails

Solution should have feature to

mitigate ransomware threat and

Management Server should

support Active Passive high

availability configuration. Should

have central management console

for server security and AntiAPT

with sandboxing for central

visibility and control.

329

RFP Volume

2,Section 5.3 Data

Security, Anti-Virus

159Antivirus shall include content filtering and data

loss prevention.

These specks are vendor specific, please remove the

same. Else please define what is the level of content

filtering and DLP requirements on the endpoint

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

330

RFP Volume

2,Section 5.3 Data

Security, Anti-Virus

159

Antivirus shall have features to prevent peer to

peer sharing, streaming media, games and other

applications from internet.

These are Web security requirements, please

remove e the same from this sectionsRFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

331

RFP Volume

2,Section 5.3 Data

Security

151, 152 Gartner leader’s quadrant

Presently RFP is asking for the Gartner leader’s

quadrant for only Endpoitn Protection and NIPS,

youa re requested to ask this qualification

uniformaly for other envisaged security coimpoents

as well such as Data Loss Prevention, Secure Web

Gateways, Managed Security Services

RFP conditions prevails

332 Camera Adjustment Tilt: 80° Change in to tilt: 0°~75°

Seeems to specific OEMs

should be Change in to tilt:

0°~75° which is ok enouhg

to fulfill the purpose.

Please make the necessary

changes.

RFP conditions prevails

333 Protection :- Level IP67 Change into Level IP66

Seeems to specific OEMs

should beChange into Level

IP66 which is ok enouhg to

fulfill the purpose. Please

make the necessary

changes.

RFP conditions prevails

334

Field of View 33° to 104° (horizontal) 19° to 56°

(vertical) 39° to 121° (diagonal)Change angle of view: 90.1°~31°

Seeems to specific OEMs

should be angle of view:

90.1°~31° degree which is

ok enouhg to fulfill the

purpose. Please make the

necessary changes.

RFP conditions prevails

335

Certifications Safety UL60950-1 second edition

CSA22.2-No.60950-1

IEC/EN60950-1 second edition IEC/EN60825

RFP conditions prevails

336

Certifications EMCRequirements

Specification

CISPR22 Class B ICES-003

EN50121-4

EN50155

EN50130-4

EN55022

EN55024 EN61000-3-2/-3-3 Class A VCCI Class B

KN22 Class B KN24

RFP conditions prevails

337 Camera Specs Not mentioned in tender.Please review tender document and mention

specifications for required camera.RFP conditions prevails

RFP-Vol-2, Section-

13 (19) (CCTV

System for Control

Room)

239

Change Into CE,FCC,UL Certifications

Seeems to specific

OEMs,Change Into

CE,FCC,UL Certifications

degree which is ok enouhg

to fulfill the purpose.

Please make the necessary

changes.

Page 30: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

338 Volume 2 Page No. 11

•Security -The architecture must adopt an end-

to-end security model that protects data and

the infrastructure from malicious attacks, theft,

natural disasters etc. MSI must make provisions

for security of field equipment as well as

protection of the software system from hackers

and other threats. Using Firewalls and Intrusion

Prevention Systems such attacks and theft

should be controlled and well supported (and

implemented) with the security policy. The virus

and worm attacks should be well defended with

gateway level Anti-virus system, along with

workstation level Anti-virus mechanism. There

should also be an endeavour to make use of the

SSL/VPN technologies to have secured

communication between Applications and its

end users. Furthermore, all the system logs

should be properly stored & archived for future

analysis and forensics whenever desired. The

authority would carry out the security audit of

the entire system upon handover and at regular

interval during O&M period.

•Security - The architecture must adopt an end-to-

end security model that protects data and the

infrastructure from malicious attacks, theft, natural

disasters etc. MSI must make provisions for security

of field equipment as well as protection of the

software system from hackers and other threats.

Using Firewalls and Intrusion Prevention Systems

such attacks and theft should be controlled and well

supported (and implemented) with the security

policy. All critical encryption keys to be managed

and audited centrally using a FIPS 140-2 Level 3

Hardware Based Key Manager that supports KMIP

standards.

The virus and wormattacks should be well defended

with gateway level Anti-virus system, along with

workstation level Anti-virus mechanism. There

should also be an endeavour to make use of the

SSL/VPN technologies to have secured

communication between Applications and its end

users. Furthermore, all the system logs should be

properly stored & archived for future analysis and

forensics whenever desired. The authority would

carry out the security audit of the entire system

upon handover and at regular interval during O&M

period.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

339 Volume 2 Page No. 11

The systems implemented for project should be

highly secure, considering that it is intended to

handle sensitive data relating to the city and

residents of the city. The overarching security

considerations are described below.

I. The security services used to protect the

solution shall include: Identification,

Authentication, Access Control, Administration

and Audit and support for industry standard

protocols.

II. The solution shall support advanced user

authentication mechanisms including digital

certificates and biometric authentication.

III. Security design should provide for a well-

designed identity management system, security

of physical and digital assets, data and network

security, backup and recovery and disaster

recovery system.

Where are we keeping the Private keys of Digital

Certificates ?

As per CCA guidelines Private Keys should be kept in

FIPS 140-2 level 3 certfied HSM only.

HSM should be capable of storing all the provate

keys in FIPS certified Hardware only and never

stored in Software or in File Format (Not even in NV

RAM), also the Complete hardware based storage of

key material for entire Life cycle

Pls Add:- IV. All Encryption Keys for securing

sensitive data must be managed in a FIPS 140-2

Level 3 certified HSM as per Meity Guidelines.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

340 Volume 2 Page No. 12

Support for PKI based Authentication and

Authorization- The solution shall support PKI

based Authentication and Authorization, in

accordance with IT Act 2000, using the Digital

Certificates issued by the Certifying Authorities

(CA). In particular, 3 factor authentications

(login id & password, biometric and digital

Signature) shall be implemented by the MSI for

officials/employees involved in processing

citizen services.

Where are we keeping the PKI certificates and

Private Keys ?

Support for PKI based Authentication and

Authorization- The solution shall support PKI based

Authentication and Authorization, in accordance

with IT Act 2000, using the Digital Certificates issued

by the Certifying Authorities (CA). In particular, 3

factor authentications (login id & password,

biometric and digital Signature) shall be

implemented by the MSI for officials/employees

involved in processing citizen services.

Pls Add:- All PKI certificates and Keys used by

officials/employees are to be managed centrally

using a FIPS 140-2 Level 3 certified Hardware based

Key Manager compliant to KMIP Standards.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

341 Volume 2 Page No 34

This data must be exposed to application eco

system using secure APIs that require

Authenticated Access using API credentials. Keys

must be kept in a FIPS 140-2 Level 3 certified

HSM.

Where are we keeping the Private keys ?

As per CCA guidelines Private Keys should be kept in

FIPS 140-2 level 3 certified HSM only.

This data must be exposed to application eco

system using secure APIs that require Authenticated

Access using API credentials.

Pls Add:- Keys must be stored in a FIPS 140-2 Level

3 certified HSM on in software or in file format in

any of the form.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

342 Volume 2 Page No. 35

The attributes of the API key(s) must restrict /

allow access to relevant data, i.e. (the attributes

can be like: specific domain(either parking or

lighting or waste.

The attributes of the API key(s) must restrict / allow

access to relevant data, i.e. (the attributes can be

like: specific domain(either parking or lighting or

waste.

Pls Add:- This is to be implemented using

Encryption and User based Key Management

techniques. Keys must be kept in a FIPS 140-2 Level

3 certified HSM.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

343 Volume 2 Page No. 37

Platform functionality:- Application

management: Provides role-based access view

to applications. Role based access to be

implemented using CC EAL 5 + certified

Smartcards used as authenticators. Smartcards

should preferably also have RFID based access

capability in addition so that the same can be

integrated with BMS systems.

Application management: Provides role-based

access view to applications. Role based access to be

implemented using CC EAL 5 + certified Smartcards

used as authenticators. Smartcards should

preferably also have RFID based access capability in

addition so that the same can be integrated with

BMS systems.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

344 Volume 2 Page No. 39•The solution shall be available via a VPN as a

web-based interface or a thin-client interface.

•The solution shall be available via a VPN as a web-

based interface or a thin-client interface.

Pls Add:- VPN should use OTP for user access. OTP

token must be numeric grid-pattern based as

industry best practice.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

Page 31: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

345 Volume 2 Page No. 51

g) Infrastructure components security: Platform

should support user encrypted storage volumes.

Restrict inbound access from public network

only on secure ports via DMZ proxy instances.

SSH access is restricted with secure key pair and

from designated jump hosts alone. User

management

and authentication is tied to Corporate SSO.

How are you going to encrypt the storage ?

Functional Requirement of Command and Control

Centre Platform:- g) Infrastructure components

security: Platform should support user encrypted

storage volumes through FIPS 140-2 level 3 certified

Key Manager appliance with APIs. Restrict inbound

access from public network only on secure ports via

DMZ proxy instances. SSH access is restricted with

secure key pair and from designated jump hosts

alone. User management and authentication is tied

to Corporate SSO .

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

346 Volume 2 Page No. 51

d) VM Infrastructure security: Platform should

have appropriate technical controls in place to

prevent attacks that target virtual infrastructure

How are you going to encrypt the VM / Hyperwiser

?

Functional Requirement of Command and Control

Centre Platform:- d) VM Infrastructure security:

Platform should have appropriate technical controls

in place to prevent attacks that target virtual

infrastructure through FIPS 140-2 level 3 certified

Key Manager appliance with APIs so that VMs can

be encrypted to avoid unauthorised access.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

347 Volume 2 Page No. 52

Software should support security standards:-

OAuth 2.0, HTTPS over SSL, and key

management help protect the data across all

domains.

How are you going to encrypt theapplication ?

Functional Requirement of Command and Control

Centre Platform:- Software should support security

standards:-OAuth 2.0, HTTPS over SSL, and key

management help protect the data across all

domain through FIPS 140-2 level 3 certified Key

Manager appliance with APIs so that applications

can be accessed by the authorised users only

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

348 Volume 2 Page No. 52

•Data Protection / Production Data integrity:-

Platform should support procedure in place to

ensure production data shall not be replicated

or used in non-production environment.

Which Platformare we refreing here ?

•Data Protection / Production Data integrity:-

Platform should support procedure in place to

ensure production data shall not be replicated or

used in non-production environment.

Pls Add:- . All Encryption Keys for securing

sensitive data must be managed in a FIPS 140-2

Level 3 certified HSM as per Meity Guidelines.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

349 Volume 2 Page No. 52

•Data Protection / Data at rest:-

Platform should support encryption for tenant

data at rest (on disk/storage).

Which Platformare we refreing here ?

•Data Protection / Data at rest:-

Platform should support encryption for tenant data

at rest (on disk/storage).

Pls Add:- All Encryption Keys for securing sensitive

data must be managed in a FIPS 140-2 Level 3

certified HSM as per Meity Guidelines.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

350 Volume 2 Page No. 72

The Biometric/Access card based Access Control

System shall be deployed with the objective of

allowing entry and exit to and from the premises

to authorized personnel only with appropriate

door locks and controller assemble connected

with BMS system. The system deployed shall be

based on proximity as well as biometric

technology for critical areas and proximity

technology for non-critical areas.

The Biometric/Access card based Access Control

System shall be deployed with the objective of

allowing entry and exit to and from the premises to

authorized personnel only with appropriate door

locks and controller assemble connected with BMS

system. The system deployed shall be based on

proximity as well as biometric technology for critical

areas and proximity technology for non-critical

areas.

Pls Add:- The access cards to be used by the BMS

system should also have a logical smartcard chip

that is to be used for Application Role based Access.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

351 Volume 2 Page No. 72

The SI shall provide CCTV system within the

Data center and Command and Control Center

on 24X7 bases. All important areas of the Data

center, Command and Control Center along with

the non-critical areas like locations for DG sets,

entry exit of Command Center, Entry and Exit of

building premises need to be under constant

video surveillance. Monitoring cameras shall be

installed strategically to cover all the critical

areas of all the respective locations and the feed

of the CCTV system should be integrated with

control and command centre.

The SI shall provide CCTV system within the Data

center and Command and Control Center on 24X7

bases. All important areas of the Data center,

Command and Control Center along with the non-

critical areas like locations for DG sets, entry exit of

Command Center, Entry and Exit of building

premises need to be under constant video

surveillance. Monitoring cameras shall be installed

strategically to cover all the critical areas of all the

respective locations and the feed of the CCTV

system should be integrated with control and

command centre.

Pls Add:- The CCTV system should be able to

prevent attacks from IoT botnets such as Mirai and

Reaper by using secure authentication techniques

like PKI. All PKI Keys to be managed and audited

centrally using a FIPS 140-2 Level 3 Hardware Based

Key Manager that supports KMIP standards.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

352 Volume 2 Page No. 141

All Encryption Keys to be managed and audited

centrally using a FIPS 140-2 Level 3 Hardware

Based Key Manager that supports KMIP

standards.

As Industry Best Practice :-

Pls Add:- All Encryption Keys to be managed and

audited centrally using a FIPS 140-2 Level 3

Hardware Based Key Manager that supports KMIP

standards.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

Page 32: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

353 Volume 2 Page No. 143

Database shall provide functionality for

encryption of all sensitive data using secure

encryption/tokenization techniques. All

Encryption Keys to be managed and audited

centrally using a FIPS 140-2 Level 3 Hardware

Based Key Manager that supports KMIP

standards.

How are you going to encrypt the DB?

Database shall provide functionality for encryption

of all sensitive data using secure

encryption/tokenization techniques.

Pls Add:- All Encryption Keys to be managed and

audited centrally using a FIPS 140-2 Level 3

Hardware Based Key Manager that supports KMIP

standards.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

354 Volume 2 Page No. 151

Server protection for storage solution should

support SED drives. All Encryption Keys to be

managed and audited centrally using a FIPS 140-

2 Level 3 Hardware Based Key Manager that

supports KMIP standards.

As Industry Best Practice :-

Pls Add:- All Encryption Keys to be managed and

audited centrally using a FIPS 140-2 Level 3

Hardware Based Key Manager that supports KMIP

standards.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

355 Additionnal

Key Secure Specifications:-

"Key management solution needs to be leveraged

through dedicated FIPS 140-2 Level 3 certified Key

Management appliances with capacity of managing

1 Million Keys per appliance and at least 100

maximum concurrent clients per cluster, to

distribute keys and certificates, and manage

different keys for each group, application and user

in order to prevent access of encryption keys to an

attacker.

Key Management appliance should support

Encryption Algorithms including 3DES, AES-256, SHA-

256, SHA-384, SHA-512, Should support encryption

of virtual image disk with Track the key access to all

copies of your data.

RFP conditions prevails

356 Additionnal

HSM Specifications:-

Encryption Confidentiality of sensitive information

and data of users and portal information should be

ensured.

System must implement various measures to

achieve this including mechanisms to ensure

security of procurement data, spanning from strong

end-to-end encryption of sensitive data, use of

strong PKI national standards encryption, use of

FIPS 140-2 Level 3 certified HSM (Hardware Security

Module) appliances with the capabilities of storing

all Private Keys securely in FIPS Certified Hardware

only (Not in NV RAM) and never stored in software

or in File Server in any form, HSM should have

enhanced Audit Log Facility & Error logs managed by

separate audit role. Log entries should originate

from HSM, which should include, when, who, what

and result of logging. Audit log entries are ensured

against any truncation, modification, deletion,

addition. Critical events like tamper,

decommissioning, zeroization, SO creation audit role

creation should be logged automatically and

unconditionally. Logs should be sent to the server

before rewriting them, physical security, access

control, network security, stringent audit

mechanism, 24x7 monitoring, and measures such as

data partitioning and data encryption.

RFP conditions prevails

357

Volume I

6.8 Proposed Bill

of Material

794. Video Management Softwares - Set

How many cameras need to be recorded in this

Video Management Software?

Are these cameras new or existing cameras?

Where are these cameras located?

What are the camera specifications?

Please provide resolution/bitrate at which we need

to record these cameras?

RFP conditions prevailsBidder to study the existing

infrasturcture

358

Volume I

6.8 Proposed Bill

of Material

80

21. CCTV System in Command & Control Room -

Set

How many cameras are required in the Command &

Control Room?

Please provide the camera specification?

We understand that these cameras will be recorded

with the Video Management Software as per S.No. 4

above. Please confirm.

RFP conditions prevailsBidder has to propose as per the

building drawings

359

Volume II

1.4 Finalization and

submission of a

detailed technical

architecture

Page 12 of 245

• Interoperability - The system should have

capability to take feed from cameras

installed by private/Govt. at public places,

digitize (if required) & compress (if required)

this feed & store as per requirements.

How many such cameras need to be provisioned for

Video Recording?

Please also provide the make/model of these

cameras?

This information is required to calculate the storage

for these video feeds, as well as the server sizing of

the Video Management Software to be proposed.

RFP conditions prevailsBidders should comply RFP

functionality

360

Volume II

1.4 Finalization and

submission of a

detailed technical

architecture

Page 12 of 245

• Support for PKI based Authentication and

Authorization- The solution shall support PKI

based Authentication and Authorization, in

accordance with IT Act 2000, using the Digital

Certificates issued by the Certifying

Authorities (CA). In particular, 3 factor

authentications (login id & password,

biometric and digital Signature) shall be

implemented by the MSI for officials/employees

involved in processing citizen services.

PKI based Authentication and Authorization is OEM

specific. It should be removed.

Generic Authentication and authorization

requirements should be added so that it is not

restrictive to other parties.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

361

Volume II

1.5 Other

expectations from

MSI

Page 12 of 245

34. The MSI will setup a local server on the

Integrated Command & Control Centre which

will communicate with the central server.

What is the function of this local server?

Please further elaborate the expectation from this

local server

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

Page 33: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

362

Volume II

Functional

Requirements of the

Variable Message

Sign Boards: (VMS)

Page 25 of 245

The system should be capable to display

warnings, traffic advice, route guidance, air

quality, traffic congestion, live journey time,

alternate routes to destination, whether

updates emergency messages and any other

dynamic messages automatically from the cloud

We understand that the Central VMS Controller

application shall be installed locally on physical

servers at the UP State Data Centre (SDC), so what is

the requirement of cloud here?

What is this cloud and what kind of information is

stored on this cloud?

RFP conditions prevails

363

Volume II

2.3 Centralized

Command & Control

Centre

Scope

Page 29 of 245

MSI should be able to provide Unified view for

each Departments:

What is the expectation for integration of Unified

Mobility card with CCC platform?

Kindly elaborate

RFP conditions prevails

Bidder should meet the functional

Requirements mentioned in the

RFP

364

Volume II

2.3 Centralized

Command & Control

Centre

Functional

Requirement of

Command and

Control Centre

Platform:

Page 33 of 245

The MSI has to provide, deploy and configured

an integrated operations and dashboard

application that integrated various Smart City

use cases on this platform. Proposed Solution

architecture should have combination of data

collection, and normalization with below

capabilities but not limited to. Command and

control centre software should support cloud

technology.

We understand that the Command and Control

center platform software proposed shall be locally

hosted in the UP State Data Centre (SDC) situated in

Lucknow. Please confirm.

RFP conditions prevails

365

Volume II

2.3 Centralized

Command & Control

Centre

Functional

Requirement of

Command and

Control Centre

Platform:

Page 35 of 245

Multitenant City operations Dashboard: City

software platform Dashboard should display

only relevant data (associated geographical

data) for the user who logs in

Multitenancy is not required here. Request you to

please remove the word "Multitenant".

City dashboard will display data relevant to the user

who logs in based on his role.

RFP conditions prevails

366

Volume II

2.3 Centralized

Command & Control

Centre

Functional

Requirement of

Command and

Control Centre

Platform:

Page 35 of 245

7. Device Abstraction method

The platform should normalize individual device

data into Things Query Language or equivalent

language to communicate among devices.

OEM specific, to be removed.

IOT devices will be integrated to the integration

layer of the CCC Software platform for data

exchange supporting different supported protocol.

RFP conditions prevails

367

Volume II

2.3 Centralized

Command & Control

Centre

Functional

Requirement of

Command and

Control Centre

Platform:

Page 36 of 245

10. Service management

a) Data brokerage, ID Management: Performs

service management

OEM specific, to be removed.RFP conditions prevails

368

Volume II

2.3 Centralized

Command & Control

Centre

Functional

Requirement of

Command and

Control Centre

Platform:

Page 36 of 245

12. Authentication, Authorization

System should support standard Authentication,

Authorization Performs The sentence looks incomplete. Please confirm. RFP conditions prevails

Bidder should meet the functional

Requirements mentioned in the

RFP

369

Volume II

2.3 Centralized

Command & Control

Centre

Functional

Requirement of

Command and

Control Centre

Platform:

Page 36 of 245

Platform functionality

19. API management and gateway: Provides

secure API lifecycle, monitoring mechanism for

available APIs

20. User and subscription management:

Provides different tier of user categorization,

authentication, authorization, and services

based on the subscriptions

Both these points are OEM specific.

Generic requirements should be added instead of

exact OEM specific wordings.

RFP conditions prevails

370

Volume II

2.3 Centralized

Command & Control

Centre

Functional

Requirement of

Command and

Control Centre

Platform:

Page 37 of 245

23. The platform should also be able to bring in

other e- governance data (SCADA systems) as i-

frames in the command and control centre

dashboard

"as i-frames" should be removed.

Platform should be able to present the SCADA

system data in the command and control center

dashboard.

RFP conditions prevails

371

Volume II

2.3 Centralized

Command & Control

Centre

Functional

Requirement of

Command and

Control Centre

Platform:

Page 38 and 39

of 245

25 Control and Command Centre Operations

It shall provide possibility to connect to

workstations and accessible via web browser

The solution shall be available via a VPN as a

web-based interface or a thin-client interface

To be removed RFP conditions prevails

372

Volume II

2.3 Centralized

Command & Control

Centre

Functional

Requirement of

Command and

Control Centre

Platform:

Page 39 of 245

26. Integration capabilities

This platform is expected to integrate various

urban services devices at the street layer so that

urban services applications can be developed on

top of this platform independent of the

technology that is used in the devices.

OEM specific terminology ( Urban Services devices).

Requirements must me modified to generic

wordings so that it does not restrict participation.

RFP conditions prevails

Page 34: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

373

Volume II

2.3 Centralized

Command & Control

Centre

Functional

Requirement of

Command and

Control Centre

Platform:

Page 40 of 245

28. Platform should support on the fly

deployment of Sensors. Platform shall have

the ability to add / remove sensors including

new vendor types without a need for shutdown.

OEM specific. To be removed RFP conditions prevails

374

Volume II

2.3 Centralized

Command & Control

Centre

Functional

Requirement of

Command and

Control Centre

Platform:

Page 41 of 245

30. Resiliency

• This architecture provides the smart city use

cases much needed resiliency while adapting

cloud architecture

This bullet point to be removed. It looks like a

feature of some OEM rather than a requirement.

The Command and Control center software

proposed shall be locally hosted in the UP State

Data Centre (SDC) situated in Lucknow.

RFP conditions prevails

375

Volume II

2.3 Centralized

Command & Control

Centre

Functional

Requirement of

Command and

Control Centre

Platform:

Page 41 of 245

The Smart City platform should have

demonstrated integration to collaboration tools

to bring multiple stake holders and responders

to respond an emergency or an urban services

event.

OEM specific terminology ( Urban Services events).

Requirements must me modified to generic

wordings so that it does not restrict participation.

RFP conditions prevails

376

Volume II

2.3 Centralized

Command & Control

Centre

Functional

Requirement of

Command and

Control Centre

Platform:

Page 41 of 245

31. API Based Open Platform

• Provides urban services’ API(s) to

develop operation applications for each of the

Urban Services domains. For example, the

lighting operator of the City should be able to

develop a City Lighting management

application based on the API(s) provided by the

platform. This lighting application should also

have the ability to access data from other

domains like environment based on the access

control configured in the system.

OEM specific terminology ( Urban Services). To be

removedRFP conditions prevails

377

Volume II

2.3 Centralized

Command & Control

Centre

Functional

Requirement of

Command and

Control Centre

Platform:

Page 41 of 245

• The vendor should have already

documented different Urban Services APIs using

which applications can be developed.

• The vendor should be able to demonstrate

existing applications that are developed using

these urban services APIs.

OEM specific terminology ( Urban Services). To be

removedRFP conditions prevails

378

Volume II

2.3 Centralized

Command & Control

Centre

Functional

Requirement of

Command and

Control Centre

Platform:

Page 42 of 245

34. Provides urban services API(s) to develop

operation applications for each of the Urban

Services domains. For example, the lighting

operator of the City should be able to develop a

City Lighting management application based on

the API(s) provided by the platform. This

lighting application should also have the

ability to access data from other domains like

environment based on the access control

configured in the system.

OEM specific. To be removed RFP conditions prevails

379

Volume II

2.3 Centralized

Command & Control

Centre

Functional

Requirement of

Command and

Control Centre

Platform:

Page 44 of 245

47. Service Catalog Management

The Service catalog management module should

allow categorizing the externalized and non-

externalized services into logical groups by

creating the service catalogs. In addition, system

should allow manage the service catalogs by

adding, modifying, or deleting the catalog

details.

OEM specific. To be removed RFP conditions prevails

380

Volume II

2.3 Centralized

Command & Control

Centre

Functional

Requirement of

Command and

Control Centre

Platform:

Page 44 of 245

49. Multi-tenancy

1. Single instance of SMART CITY PLATFORM

can be logically partitioned to host

multiple tenants.

2. Each tenant should have

respective administrator users.

3. Role based access control: Allows to

provision users with specific roles to delegate

monitoring and management of city resources

based on regions (sub-boundaries in the

tenant/City geography).Each Tenant can be

further partitioned (zones/streets etc) with

access to users for the respective

zones/streets.

OEM specific. To be removed.

Multi-tenancy is not required here. It is one city

which will have different users based on their role.

Administrator user can decide on different roles and

accesses of these users.

RFP conditions prevails

381

Volume II

2.3 Centralized

Command & Control

Centre

Functional

Requirement of

Command and

Control Centre

Platform:

Page 46 of 245 52. Collaboration

Points under "Collaboration" requirements are OEM

specific based on a certain capability of that

particular OEM.

Also many points are repeated more than once.

Requirements should be generic and not restrictive

for participation of other OEMs.

RFP conditions prevails

382

Volume II

2.3 Centralized

Command & Control

Centre

Functional

Requirement of

Command and

Control Centre

Platform:

Page 48 of 245

53. Enterprise resource planning (ERP)

integration System should allow integration of

business process

in ERP workflows like property tax collection etc.

Please specify which exact modules need to be

integrated to Smart City platform for dashboards/

visualizations?

Is it only "Property Tax Collection" or others as well.

Please help is providing more clarity and exact

requirement.

RFP conditions prevails

Page 35: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

383

Volume II

2.3 Centralized

Command & Control

Centre

Functional

Requirement of

Command and

Control Centre

Platform:

Page 48 of 245

Analytics Engine should be an artificial

intelligence- based smart city analytics platform

module to maximize business value through

advanced machine learning capabilities

Terms like " Artificial Intelligence" and "Machine

learning" should be removed to avoid restrictions

for participation.

RFP conditions prevails

384

Volume II

2.3 Centralized

Command & Control

Centre

Functional

Requirement of

Command and

Control Centre

Platform:

Page 50 of 245

66. Cloud Infrastructure Operations

67.

68.

69.

All these points to be removed.

The Command and Control center software

proposed shall be locally hosted in the UP State

Data Centre (SDC) situated in Lucknow so cloud

related points are not relevant.

RFP conditions prevails

385

Volume II

2.3 Centralized

Command & Control

Centre

Functional

Requirement

of+C40

Page 52 of 245

72. Software should support security standards:

OAuth 2.0, HTTPS over SSL, and key

management help protect the data across all

domains.

OAuth 2.0 is OEM specific. To be removed. RFP conditions prevails

386 2.3.2 IoT Platform

All these points are already covered in Section 2.3

Centralized Command & Control Centre

Functional Requirement of Command and Control

Centre Platform:

RFP conditions prevails

Bidder should meet the functional

Requirements mentioned in the

RFP

387

Volume II

2.3.2 IoT

Platform

Page 59 of 245

1) Data Aggregation, Normalization and Access -

It is envisaged that the city will implement

multiple Smart City use cases over a period of

time. The potential example Smart City use

cases are-

• Smart Traffic Management

• Smart Energy Metering

• Connected Public Transport

• Public Wi-Fi and Urban Service Delivery over

Public Wi-Fi

• Kiosks for Citizen Information

• Citizen Interactive Kiosks for Urban Service

Delivery

Please provide the use case for each of these Smart

City elements/systems.RFP conditions prevails

388

Volume II

2.3.2 IoT

Platform

Page 59 of 245

The City will be using various device vendors for

various urban services. For example, in the

Smart city journey of the city, various vendors of

smart elements will be used for deployment and

each will be generating data in their own

format. This Smart City platform should be able

to define its own data model for each urban

service like parking, waste, lighting, transport

etc and map data from different device vendors

to the common data model. This way,

application development and analytics

applications do not need to worry about the

complexity of various data formats.

OEM specific terminology ( Urban Services). To be

removedRFP conditions prevails

389

Volume II

2.3.2 IoT

Platform

Page 60 of 245

The attributes of the API key(s) must restrict /

allow access to relevant data, i.e. (the attributes

can be like: specific domain (either parking or

lighting or waste etc. or combination of these),

RO / RW /, specific to tenant (city, street within

city etc.)

OEM specific. To be removed RFP conditions prevails

390

Volume II

2.3.2 IoT

Platform

Page 60 of 245

Multitenant City operations Dashboard: City

software platform Dashboard should display

only relevant data (associated geographical

data) for the user who logs in.

"Multitenant" word to be removed. RFP conditions prevails

391

Volume II

2.3.2 IoT

Platform

Page 60 of 245Visualization/Control and Command Centre

Layer

All these points are already covered in Section 2.3

Centralized Command & Control Centre

Functional Requirement of Command and Control

Centre Platform:

RFP conditions prevails

392

Volume II

2.4 Site

Preparation for

Command Control

Center,

Page 72 of 245

2.4.11 CCTV system

The SI shall provide CCTV system within the

Data center and Command and Control Center

on 24X7 bases. All important areas of the

Data center, Command and Control Center

along with the non-critical areas like locations

for DG sets, entry exit of Command Center,

Entry and Exit of building premises need to be

under constant video surveillance. Monitoring

cameras shall be installed strategically to cover

all the critical areas of all the respective

locations and the feed of the CCTV system

should be integrated with control and command

centre.

How many CCTV cameras are required within Data

center and Command and Control Center?

We understand that the Data center will be located

at the UP State Data Centre (SDC) situated in

Lucknow. There will be CCTV system already present

in the SDC. So do we still need to consider CCTV

cameras for Data Center or only for the Command

and Control Center?

RFP conditions prevailsBidder shall propose to meet ICCC

requirements / std

393Volume II

3.1 E Governance:Page 73 of 245

3. e-District (Municipal Services)

4. others city levels initiatives

Please elaborate on "Municipal Services", which are

these services?

Also please advise any other exact "city level E-

Governance initiatives" which need to be integrated

to CCC.

RFP conditions prevails

394

Volume II

3.5 Intelligent

Traffic Management

System

Page 77 of 245 3.5 Intelligent Traffic Management System

Please provide the scope of integration for

Intelligent Traffic Management System, as provided

for the above systems like Solid Waste Management

and Smart parking.

RFP conditions prevails

Page 36: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

395

Volume II

3.6 ICT for City Bus

Services

Page 78 of 245 3.6 ICT for City Bus Services

Please provide the scope of integration for ICT for

City Bus Services, as provided for the above systems

like Solid Waste Management and Smart parking.

RFP conditions prevails

396

Volume II

3.7 City

Surveillance

Page 78 of 245

3.7 City Surveillance

Functional Requirements: City Surveillance

System will be required to be integrated with

Lucknow Command & Control Center by the

selected System Integrator to receive real-time

feeds of the camera installed by the respective

department. These video feeds will be utilized in

Analytical layer to help administration monitor

its assets and do a better urban planning, also

will implement the SoP to fulfil the use cases.

We understand that the Command and Control

center software proposed shall integrate with the

existing Video Management System software

installed for the City Surveillance System (Drishti) to

view the feed of 280 existing cameras. No new

Video Management System software is required for

these 280 existing cameras.

OR

Do we need to propose a new Video Management

software/recording servers/storage for recording

these 280 existing cameras

Please confirm the understanding.

RFP conditions prevails

397

Volume II

3.7 City

Surveillance

Drishti- City

Surveillance

Page 80 of 245

v ICCC will receive feeds of CCTV existing

cameras and new cameras on real time basis.

ICCC will be integrated with existing cameras

and new cameras.

1) Do we need to propose a new Video

Management System / Recording Servers/Storage

for recording the CCTV feeds from these new and

existing cameras?

2) Please provide the exact count of New and

Existing Cameras?

3) Please provide make/model of Existing Cameras

3) Please also provide the Camera Type/details of

the New Cameras?

4) For how many days do we need to store the

Camera feeds and at which resolution/bitrate?

RFP conditions prevails

398Volume II

3.8 UP Dial 100Page 80 of 245 3.8 UP Dial 100

Please provide the scope of integration for UP Dial

100 , as provided for the above systems like Solid

Waste Management and Smart parking.

RFP conditions prevails

399

Volume II

3.9 Integration of

SCADA Systems

(Water Supply,

Sewerage Pumping

Station etc.) (For

future integration)

Page 81 of 245

3.9 Integration of SCADA Systems (Water

Supply, Sewerage Pumping Station etc.) (For

future integration)

Please provide the scope of integration for SCADA

Systems (Water Supply, Sewerage Pumping Station

etc.) (For future integration) , as provided for the

above systems like Solid Waste Management and

Smart parking.

RFP conditions prevails

400

Volume II

3.11 Unified Smart

Mobility Card:

Page 82 of 245 3.11 Unified Smart Mobility Card:

We understand that the proposed Command and

Control Centre Platform software does not need to

integrate with the Unified Smart Mobility Card.

Please confirm the understanding.

If not, please provide a use-case/scope for the

integration.

RFP conditions prevails

401

Volume II

3.12 Biometric

Attendance System

of Sanitary Workers

Page 84 of 245

Functional Requirements: As soon as the IT

agency of the Lucknow Municipal Coorporation

will complete the work of Aadhaar Based

Attendance System, The Master System

Integrator who will be selected under the scope

of work of this RFP has to integrate the

Biometric Attendance Management System of

Sanitary Workers to Lucknow Control and

Command Centre and also will implement the

SoP to fulfil the use cases. The Integration of the

Biometric Systems will be utilized in Analytical

layer to help administration monitor the

services offered by its employees and do a

better planning.

Please provide the expectation of integrating the

Biometric Attendance Management System of

Sanitary Workers to Lucknow Control and Command

Centre

Also please provide the scope of this integration (

like provided for Solid Waste Management and

Smart parking etc.

RFP conditions prevails

402

Volume II

4.2 LSCL App

(Mobile App):s

Page 106 of 245 4.2 LSCL App (Mobile App):

We understand that the proposed Command and

Control Centre Platform software does not need to

integrate with the LSCL App (Mobile App). Please

confirm the understanding.

If not, please provide a use-case/scope for the

integration.

RFP conditions prevails

403

Volume II

4.3 Lucknow Smart

City Website:

Page 107 of 245 4.3 Lucknow Smart City Website:

We understand that the proposed Command and

Control Centre Platform software does not need to

integrate with the Lucknow Smart City Website.

Please confirm the understanding.

If not, please provide a use-case/scope for the

integration.

RFP conditions prevails

Bidder should meet the functional

Requirements mentioned in the

RFP

404

Volume II

5.2 Data Center

and Disaster

Recovery

Data Center

Page 116 of 245

Min 90 days Data Backup of the video feeds and

the transaction data for min 1 year shall be

stored within the Data Center infrastructure

preferable in a cost effective and innovative

manner.

Please provide the resolution/bitrate at which the

video feeds should be stored for 90 days in DCRFP conditions prevails

405

Volume II

5.2 Data Center

and Disaster

Recovery

Data Center

Page 116 of 245

In case the data center services are to go

down due to any unforeseen circumstance,

the Command Center should have access to the

video feeds of previous 90 days and the

transaction data for min 1 year from this data

backup facility.

Where will this "Data backup facility" located for 90

days video feeds ( if DC services go down)?RFP conditions prevails

406Volume II , Section

2.3.261 Ultra-thin configuration

Request you to make it normal configuration so that

other OEM Can qualify .Too add more to this heat

dissipation is the best in Normal rear projection

cubes as compared to Ultra Thin cubes

RFP conditions prevails

Page 37: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

407Volume II , Section

2.3.264 To add

To add The video wall content will be able to show

live on any remote display .Mobile with IE Which

will help in viewing the videowall remotely

RFP conditions prevails

408Volume II ,Section

12.1.9 224 Brightness 500 nits

Request you to consider brightness of at least 300

cd/m² or more so that other OEM can qualify .RFP conditions prevails

409Volume II ,Section

12.1.9 224 Laser Light source

Request you to consider LED as Laser based

Videowall are nearly 35% costlier than LED

Videowall & Continous viewing of Laser will lead to

Operator fatigue as its too bright for Indoor

applications .

RFP conditions prevails

410Volume II ,Section

12.1.9 224 RAID 0, 1, 5, 10 support

.This is specific to one OEM . Request you to

consider RAID 0,1 so that other OEM Can qualifyRFP conditions prevails

411Volume II ,Section

12.1.9 224

Dust Prevention - Should meet or exceed IP6X

standard

This is specific to one OEM .Request you to mention

Protection against dust should be there which

should not hamper the functionality of VDW

RFP conditions prevails

412 RFP Vol_2, Servers 135

Network interface:

• 2 X 20GbE LAN ports for providing Ethernet

connectivity

• Optional: 1 X Dual-port 16Gbps FC HBA for

providing FC connectivity

Network interface:

• 2 X 10GbE LAN ports for providing Ethernet

connectivity

• Dual-port 16Gbps FC HBA for providing FC

connectivity

Or Equivalent Bandwidth if bidder is proposing

converged adapter.

Justification : We should have both the option open

either LAN & SAN separate or converged.

Please refer to the corrigendum 6

413RFP Vol_2, Primary

Storage137

Cache : Minimum 128 GB of useable cache

across all controllers. If cache is provided in

additional hardware for unified storage solution,

then cache must be over and above 128 GB.

Cache : 16 GB or higher as per the solution

requirement in terms of performance and SLA.

Justification: Let bidder should decide the cache

required for the offered solution.

RFP conditions prevails

414RFP Vol_2, Primary

Storage137

Storage:RAID solution offered must protect

against double disc failure.

Pls suggest if we can propose solution with RAID 5

also as it will more usable capacity with in same

number of disk drives.

RFP conditions prevails

415 Vol_2_RFP : SOW 169

Request to clarify the requirement of IoT Wireless

sensors and User device (Laptop, Phone) WLAN

connectivity to Command and Control Centre

Platform and data security requirements

RFP conditions prevails Query Not Clear

416 Vol_2_RFP : SOW 169

Request to clarify the requirement for API

connectivity requirements to Wired and Wireless

Data network

RFP conditions prevails Query Not Clear

417

EMS with Helpdesk;

EMS Other Key

Requirements

132

The solution should run without any propriety

database license for data store - Data store must

be bundled within EMS (E.g. popular time-

series, no-sql, HBase based monitoring systems)

to reduce the TCO

The OEM should deploy the solution as per the

product's architecture across web/app/database tier

& which can extend to either internal/external

databases. Please rephrase the same as:"The

solution should run with the recommended

database."

RFP conditions prevails

418

EMS with Helpdesk;

EMS Other Key

Requirements

132

The solution should be deployable on Linux

operating systems to reduce the overall TCO.

The OEM should deploy the solution as per the

product's recommended design & industry's best

practices, thus there should not be any limitation

around the deployment design. Please rephrase the

same as: "The solution should be deployable on

Windows / Linux operating systems to reduce the

overall TCO."

Please refer to the corrigendum 6

419 Vol_2_RFP.pdf 138

To store data as required, to meet the archival

requirement

for different type of data/information

Please provide details of TB of data that backup

software needs to be backed upRFP conditions prevails

Bidder should meet the functional

Requirements mentioned in the

RFP

420 Vol_2_RFP.pdf 139

Must include backup/archive application

portfolio

required

Please share backup software specifications. RFP conditions prevails

421

Eligible Goods and

Services, and OEM

Criteria (volume 1)

34

The bidder’s proposed OEM(s) for the following

solutions must be included in

the Gartner magic quadrants (in either Leaders

or Challengers quadrant) as on

the day of submission of bid

Is it a mandatory requirement for the OEM to be in

Leaders/Challengers Quadrant?Kindly clarify.RFP conditions prevails

422Variable Message

Sign Board27

Various users should access the system using

single sign on and

should be role based. Different roles which

could be defined (to be finalized at the stage of

SRS) could be Administrator, Supervisor, Officer,

Operator, etc.

Model of usage of the application

- Will it be used by specific set of users or all users

?

RFP conditions prevails

423Variable Message

Sign Board27

Various users should access the system using

single sign on and

should be role based. Different roles which

could be defined (to be finalized at the stage of

SRS) could be Administrator, Supervisor, Officer,

Operator, etc.

Does the Scope of work include end to end user life

cycle management ?RFP conditions prevails

424Variable Message

Sign Board27

Various users should access the system using

single sign on and

should be role based. Different roles which

could be defined (to be finalized at the stage of

SRS) could be Administrator, Supervisor, Officer,

Operator, etc.

No of users that would be managed by Identity and

Access Management and YoY growth of users

(assuming 10%)

RFP conditions prevails

425General

Requirements53 Enterprise resource planning (ERP) integration

No of end points (applications) and the their types

that this IDAM solution would be catering to. i.e.

SAP, Linux OS, Windows OS, SOAP, REST applications

etc.

RFP conditions prevails

426 Project Scope 12Support for PKI based Authentication and

Authorization

What are the different methods of advanced

authentication to be used and what all scenarios to

be used for advanced authentication i.e. SMS or

Mail OTP, fingerprint, etc

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

427 Release Operations 53

Patch timeline/ notifications: Platform vendor

should provide risk-based systems patching time

frames to tenants based on request

Need more details on tenants here and pls confirm

whethter the solution deployment planned. Ie cloud

based or some other way …

Please refer to the corrigendum 6

Page 38: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

428 Volume 2, SIEM 160

A single log appliance should support minimum

30,000 EPS and packet appliance should support

upto 1GBPS line rate with multiple ingress

interfaces for capturing from multiple network

interfaces. Correlation Engine appliance should

be consolidated in a purpose build appliance

and should handle 100,000 EPS.

Putting Single log appliance to support 30,000 EPS

and packet appliance to support 1Gbps is

proprietary to specific vendor.

Need to rephrase as "Solution should support

100,000 EPS and packet rate at 1Gbps line rate ."

Please refer to the corrigendum 6

429

Vol 1, 2.29 Eligible

Goods and Services,

and OEM Criteria, h

Page 34

The bidder's proposed OEM(s) for the following

solutions must be included in the Gartner magic

quadrants (in either Leaders or Challengers)

1. Wired and Wireless LAN Access Infrastructure

We request you to please modify the clause as: The

bidder's proposed OEM(s) must be present in the

Gartner magic quadrants.

RFP conditions prevails

430

Vol 2, IP CCTV

camera for Control

Room, Pt 13

Page 240

Single-stream H.264 up to 1920 x 1080 at 30

frames per

second (fps) Single-stream MJPEG up to 1920 x

1080 at

30 fps

Dual-stream H.264 and MJPEG:

Primary stream programmable up to 1920 x

1080 at 30

fps

Secondary stream programmable up to 1024 x

576 at 15

fps

We suggest to ask for H.265 instead of H.264. H.265

can reduce the transmission bandwidth by 50%

while compare with H.264

Please refer to the corrigendum 6

431

RFP VOL 2 , WAN /

Internet Router,

Technical

Requirements

Page 133

Security features:

• MD5 encryption for routing protocol

• NAT

• URL based Filtering

• RADIUS/AAA Authentication

• Management Access policy

• IPsec / Encryption

• L2TP

URL Filtering is a security feature which should

idealy implemented on Security devices i.e.

Firewall along with other security policies and

Firewall shall be placed on edge of the network

to ensure secure passage of traffic inside the

Network ,Moreover Firewall has already been

required as per the RFP so suggest removing the

URL based filtering from this clause of router.

RFP conditions prevails

432Volume 2 - Disaster

Recovery (DR) Site120-121

Both DC and DR Site shall work in an Active-

Active mode with 100% recording of cameras

and application availability of all smart city

components.

Does that mean that both DC and DR will be Active

at all times? Or the DR will only be Active at the

time of a planned Switchover or an actual Failover.

RFP conditions prevails

433Volume 2 - Disaster

Recovery (DR) Site120-121

The SI shall design the DC and DR solution with

the necessary load balancing, replication and

recovery solution that provide zero RPO

(Recovery Point Objective) and RTO (Recovery

Time Objective) of 10 minutes.The DC and DR

site shall be periodically audited; updated and

mock drills shall be performed.

Sanovi DRM facilitates real time monitoring of RPO

and RTO being achieved in terms of time, data lag

and database transaction. It has inbuilt solution

signatures for detecting and monitoring various

replication mechanisms for data lag and time lag. It

also facilitates policy based actions for automated

response to any alert.

RFP conditions prevails

434Volume 2 - Disaster

Recovery (DR) Site120-121 DC/DRC Monitoring Dashboard

LSCL should include a Disaster Recovery

Management Solution which provides a dashboard

view of the real time status of disaster recovery

environment including the health of the sites,

applications, replication mechanisms and readiness

of the disaster recovery systems for recovery. The

DRM Solution faciltates alerts using

email/SMS/SNMP notifications on event threshold

conditions such as mentioned in the RFP to ensure

DR is monitored for any event impacting DR

readiness. The DRM Solution can also conduct DR

Drills from a centralized location.

RFP conditions prevails

435Volume 2 - Disaster

Recovery (DR) Site120-121 DC/DRC Monitoring Dashboard

The proposed Disaster Recovery Management

solution should be rated/mentioned in independent

analyst reports from either Gartner or IDC. Typically

5 years or more of recognition indicates a reliable

product.

RFP conditions prevails

436Volume 2 - Disaster

Recovery (DR) Site120-121 DC/DRC Monitoring Dashboard

As the DRM component communicates with all the

component of the Production and DR

environment,the DR Management solution should

be tested and certified by an A2LA Accredited

Organization to ensure that there are no security

vulnerabilities which can be exploited.

RFP conditions prevails

437Volume 2 - Disaster

Recovery (DR) Site120-121 DC/DRC Monitoring Dashboard

The DR Monitoring and Management software

should have a healthy customer base and the

product should be running successfully in at least 30

large organizations. Typically, large organisations

are defined by having revenue/assets of at least Rs

500 crores or more.

RFP conditions prevails

438Volume II Scope of

Work 11

The virus and worm attacks should be well

defended with gateway level Anti-virus system,

along with workstation level Anti-virus

mechanism.

Request you to please add minimum specification of

Anti-Virus Solution to have fair and competitive

bidding.

RFP conditions prevails

439Volume II Scope of

Work 12

Support for PKI based Authentication and

Authorization- The solution shall support PKI

based Authentication and Authorization, in

accordance with IT Act 2000, using the Digital

Certificates issued by the Certifying Authorities

(CA). In particular, 3 factor authentications

(login id & password, biometric and digital

Signature) shall be implemented by the MSI for

officials/employees involved in processing

citizen services.

Request you to please add minimum specification of

PKI and Hardware Security Module( HSM)

Specification.RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

440Volume II Scope of

Work 52

Data Protection / Data at rest: Platform should

support encryption for tenant data at rest (on

disk/storage)

Request you to please add minimum specification of

Database Encryption Solution to have fair and

competitive bidding. RFP conditions prevails

Page 39: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

441Volume II Scope of

Work 11

Security - The architecture must adopt an end-to-

end security model that protects data and the

infrastructure from malicious attacks, theft,

natural disasters etc. MSI must make provisions

for security of field equipment as well as

protection of the software system from hackers

and other threats.

Request you to please add minimum specification of

Security Analytics,Network Forensics and Intrusion

prevention Solution to have fair and competitive

bidding.RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

442

Volume II Scope of

Work 55

Any anomalies shall be promptly identified &

investigated through SIEM(Security Incident

Management Framework

Request you to please add minimum specification of

SIEM and 2 Factor Authentication Solution to have

fair and competitive bidding.

Please refer to the corrigendum 6

443

Volume II Scope of

Work 112

Portal must be secure in all the way and all the

latest security implementations like https, xss,

sql injection, OWASP vunrebelties etc should be

implemented/followed to avoid any hacking.

To Achieve this, we suggest to implement WAF and

Request you to please add minimum specification of

web Application firewall Solution to have fair and

competitive bidding.

RFP conditions prevails

Bidder's should meet the

functional requirement by

adhering OWASP framework

444Volume II Scope of

Work 11

The security services used to protect the

solution shall include: Identification,

Authentication, Access Control, Administration

and Audit and support for industry standard

protocols.

Request you to please add minimum specification of

AAA Solution to have fair and competitive bidding.RFP conditions prevails

445

"Volume II Scope of

Work" 12

Single-Sign On- The application should enable

Single-Sign on so that any user once

authenticated and authorized by system is not

required to be re-authorized for completing any

of the services in the same session. For

employees of the department concerned, the

browser based application accessed on the

intranet, through Single-Sign-on mechanism, will

provide access to all the services of the

departments concerned (based on their roles

and responsibilities), Help module, basic and

advanced reporting etc. Similarly, for external

users (citizens, etc), based on their profile and

registration, the system shall enable Single-Sign

on facility to apply for various services, make

payments, submit queries /complaints and

check status of their applications.

Request you to please add minimum specification of

Single Sign on Solution to have fair and competitive

bidding.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

446

Vol2_RFP

DATA CENTER

SPECIFICATION

141 Link Load Balancer Specifications

Link Load balancer can also act as aa IPv6 gateway

hence we request to add below IPv6 Features on

Link load balancing Specifications,

• IPV6 support with IPv6 to IP4 and IPv4 to IPv6

translation and full IPv6 support.

• IPV6 support with DNS 6 to DNS 4 & DNS 4 to DNS

6 translation

• Support full DNS bind function & Capable of

handling complete DNS bind records including

A,MX, AAAA for IPv6.

RFP conditions prevails

Bidders should meet the

functional requirement as per

desired SLA

447Vol2_RFP

5.3 data security145 2.2.11.5 data security

The RFP has included most of network and security

solution to strengthen C&C infrastructure. But Web

Application security network function is missing and

is essential network function for overall security of

application infrastructure. Application security will

surely improve the security posture and improve the

operational efficiency of the solution. Besides Cyber

Security Model Framework for Smart Cities circular

also recommends web application security devices

for overall end to end security model. We suggest

including application security solution with

minimum specifications to this project.

Application level security solution should be

provided through leading practices and standards

including the following:

Prevent OWASP top 10 vulnerabilities including SQL

Injection, XSS, Security Misconfiguration

Vulnerabilities, Restrict URL Access Vulnerabilities,

Insufficient Transport Layer Protection, Redirects

and Forwards Vulnerabilities

The application security solution should have

positive security model with machine learning

capabilities to detect and prevent anomaly in

application traffic and unknown attacks. Machine

learning should be based on true ML algorithms,

and not just automation of dynamically learnt rules.

RFP conditions prevails

Bidder's should meet the

functional requirement by

adhering OWASP framework

448

Vol2_RFP

DATA CENTER

SPECIFICATION

Multi-tenant hardware with multicore CPU

support. It shall support minimum four (4)

virtual instances and shall be scalable to 16

instances on the same appliance. Shall have

minimum of 10 Gbps of system throughput per

virtual

instance to support multiple load balancing and

security functions. Shall have minimum of 8x10G

SFP+ interfaces from day one. Shall have

security features like reverse-proxy firewall, sync-

flood and denial of service attack protection

from day one.

number of virtual instance requirements are on

higher side keeping current and future scalabulity

requirement under consideration. Multi-tanent

server load balancer appliance typically requires 2-3

virtual tanents each of DMZ, MZ and server farm.

16 instances are on higher side and will add surplus

cost in overall solution design. we rcommend to

reduce it to 8 virtual instances.

RFP conditions prevails

Page 40: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

449Vol2_RFP

5.3 data security145 New Suggestion-Application security

RFP has addressed most of the Application Security

points but still some application security points are

missing like unknown attacks based on user inputs

and application responses, Zero day Attacks, atomic

attacks and complex attack chains hence to address

these kind of attacks request you to consider next

generation application security solution with

minimum requirements.

1.The application security solution should have

positive security model with machine learning

capabilities to detect and prevent anomaly in

application traffic and unknown attacks. Machine

learning should be based on true ML algorithms,

and not just automation of dynamically learnt rules.

2. web application security solution should have

capability of performing static analysis of source

code & dynamic analysis at RUN time to identify

potential vulnerabilities in web applications and

solution must have option to deploy virtual patch

based on static and dynamic analysis results.

3. The Web application security solution should

address known & unknown attacks based on user

inputs and application responses using combination

of dedicated protectors/signature engines and

Machine Learning

4. WAF should support built-in correlation engine to

detect atomic attacks and complex attack chains.

Administrator should have option to define

RFP conditions prevails

Bidder's should meet the

functional requirement by

adhering OWASP framework

450 Volume 1, 7.2 E 90,91 Line Item missing for SIEM in Commercial sheet. Kindly Include the same as separate line Item RFP conditions prevails

451 Volume 2, SIEM 160 SIEM Specifications

Some part of SIEM specs has been mentioned under

EMS. Kindly confirm specifications under heading

SIEM (page 160 onwards )are to be considered.

Please refer to the corrigendum 6

452Volume II Scope of

Work 155

Solution must be custom built AntiAPT solution

and must not have network perimeter security

component part devices like firewall and IDS/IPS

Top security vendors have their Anti-APT solution as

well as Firewall and IPS, and Anti-APT is proven best

by NSS LABS. Request Please remove "must not

have network perimeter security component part

devices like firewall and IDS/IPS"

RFP conditions prevails

Custom built APT solutions offer

dedicated resources to do analysis

of unknown threats with higher

acceleration instead of

UTM/Firewall devices having

multiple security layers hosted on

shared resources.

453Volume II Scope of

Work 156

The proposed solution should have an endpoint

security component and should have following

functionalities (Antivirus, antimalware, ransom

ware protection, Vulnerability Protection in

endpoint, integrated DLP and C&C detection,

ability to quarantine and clean the infected files,

ability to integrate with Anti APT components

and automatically block/Quarantine zero day

malwares by sharing Indicators of Compromise.

Please remove integrated DLP from Endpoint

because this is not recommended model and DLP

always work on perimeter layer because any data

which is supposed to go out will go from network

only.

Request you to please change "The proposed

solution should have an endpoint security

component and should have following

functionalities (Antivirus, antimalware, ransom

ware protection, Vulnerability Protection in

endpoint, integrated DLP and C&C detection, ability

to quarantine and clean the infected files, ability to

integrate with Anti APT components and

automatically block/Quarantine zero day malwares

by sharing Indicators of Compromise."

RFP conditions prevails

Considering current landscape

possible data leakage due to a

malicious threat is a prominent

concern. Hence DLP capability is

desired at the endpoint channel to

avoid any intentional and

unintentional data exfilteration.

454Volume II Scope of

Work 156

The proposed solution should be able to run at

least 60 parallel sandboxes for analysis of

payload and on premise customized sandbox

solution should have the capability to allow

manual submission of suspicious files for

analysis

Asked number of parallel sandboxing is vendor

specific and because of this multiple known APT

vendor will not be able to bid in Smart City.

Request you to please Change"The proposed

solution should be able to run at least 50+ parallel

sandboxes for analysis of payload and on premise

customized sandbox solution should have the

capability to allow manual submission of suspicious

files for analysis"

RFP conditions prevails

Considering Smart City traffic

volume and future scalability

considering unknown malware

threats the proposed solution

should be able to run at least 60

parallel sandboxes for analysis of

payload and on premise

customized sandbox solution

should have the capability to allow

manual submission of suspicious

files for analysis

455Volume II Scope of

Work 156

Customized sandbox solution should support

following operating systems (Windows XP,

Win7, Win8/8.1, Win 10, Windows Server 2003,

2008 & 2012) and must have the capability to

analyse large files and must be able to support

more than 40MB file size.

Asked file size should not be bottle neck for Smart

City projects.

Request you to change" Solution should support

more than 60 MB file Size."

RFP conditions prevails

456Volume II Scope of

Work 157

The Proposed solution should have option to

share Indicators of compromise for mitigation

and clean up with AV endpoint and Web

gateway to block threat at web gateway level

and network level through NIPS. AntiAPT

solution should share intelligence with

endpoint, security web gateway solution,

HIPSserver security & NIPS, similarly endpoint

and security web gateway, NIPS & HIPS(Server

Security) should submit files to AntiAPT solution

for analysis and all three (AntiAPT, Web

Security, Email security, Endpoint, HIPS (server

security) solution should manage through single

management console.

In asked specs all the solution should be manage

through single management console, which is not

possible because as Smart City we do not know who

will win IPS,Web Security, Email Security, Endpoint

HIPS(server security) and if each solution is from

different vendor they will be having their own

managemnt console and we do not know that they

support REST API or someting else and also

different OEM endpoint solution will not be able to

send file to different OEM Anti-APT solution.

Request you to please change"The Proposed

solution should have option to share Indicators of

compromise for mitigation and clean up with AV

endpoint and Web gateway to block threat at web

gateway level and network level through NIPS.

AntiAPT solution should share intelligence with

endpoint, security web gateway solution, HIPSserver

security & NIPS, similarly endpoint and security web

gateway, NIPS & HIPS(Server Security) should

submit files to AntiAPT solution for analysis and all

three (AntiAPT, Web Security, Email security,

Endpoint, HIPS (server security) solution should

manage through single management console."

RFP conditions prevails

Page 41: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

457Volume II Scope of

Work Additional Point

The Proposed Anti-APT solution must have

recommended rating in 2017 NSS BPS report from

NSS Labs and must have more than 98% security

efectivness.

RFP conditions prevails

458 Vol 1 6

A consortium consists of multiple members (not

more than Three

parties - Lead Bidder + 2 Consortium members)

Request to amend the clause as:

A consortium consists of multiple members (not

more than four

parties - Lead Bidder + 3 Consortium members)

RFP conditions prevails

459 Vol 1, 3.4.3,s.no.2 35

The Sole Bidder or the Lead Bidder of

consortium should have an average annual

turnover of minimum INR 10 crore with

minimum average

turnover of INR 5 crore from one or more of the

“specific

business areas” mentioned below over the last

three

financial years and, in case of a Consortium, the

average

annual turnover for each of the consortium

members over

the last three Financial Years should be INR 2.5

crore or

more from one or more of the “specific business

areas”

mentioned below:

Development including mobile app

capability

Request to amend the clause as:

The Sole Bidder or the Lead Bidder of consortium

should have an average annual turnover of

minimum INR100 crore with minimum average

turnover of INR 50 crore from one or more of the

“specific

business areas” mentioned below over the last

three

financial years and, in case of a Consortium, the

average

annual turnover for each of the consortium

members over the last three Financial Years should

be INR 10 crore or more from one or more of the

“specific business areas”

mentioned below:

Development including mobile app

capability

Please refer to the corrigendum 6

460 Vol 1, 3.4.3, S.no.7 36The sole bidder or lead bidder /consortium

partner should have CMM level 5.

Request to amend the clause as:

The sole bidder or lead bidder /consortium partner

should have CMM level 3.Please refer to the corrigendum 6

461Vol 1, 3.4.3,, PQ

s.no.836

The sole bidder or lead bidder should have

completed at least two projects in Govt/ Semi

Govt/ PSU; in the field of development and

integration

of citizen centric web portal / mobile app,

database management /data

warehousing/ business analytics / cloud

applications on the date of release of NIT.

Request to ammend the clause as:

The sole bidder or lead bidder/ consortium partner

should have experience in implementation of e-

governance solution/ software solution in at least

two projects in Govt/ Semi Govt/ PSU in last five

years as on the date of release of NIT.

RFP conditions prevails

462Vol 1, 3.4.3, PQ

s.no.836

Completion Certificate issued and signed

by the competent authority

e-governance projects have contract period of 5

years, we request you to consider ongoing projects

with client certificates

RFP Conditions prevails

463Vol 1, 3.4.3, pQ

S.No.936

The Sole Bidder or any consortium member (in

case of consortium) should have experience of

Operation and maintenance of network

comprising software, ICT hardware of minimum

project value of INR 1 Crore per year in the last

three years on the date of issue of NIT.

Request to ammend the clause as:

The Sole Bidder or any consortium member (in case

of consortium) should have experience of Operation

and maintenance of ICT Infrastructure of minimum

project value of INR 100 Crore in the last five years

on the date of issue of NIT.

RFP Conditions prevails

464

Vol1, 3.5.1 Technical

Bid Criteria &

Evaluation,s.no.A1

44

Average annual turnover from “Specific Business

Areas” as mentioned

below for Sole bidder or Lead bidder (in case of

consortium) over the last

three Financial years

Marks shall be allotted as given below:

• More than INR 40 Crore = 7 marks

• More than INR 30 Crore – up to INR 40 Crore =

6.5 marks

•More than INR 20 Crore – up to INR 30 Crore =

6 marks

•More than equal to INR 5 Crore - up to INR 20

Crore = 5 marks

“Specific Business Areas”

•Software Application Development including

mobile app

•Multiple Software application integration

capability

•Database Management

•Business Analytics

•ICT Infrastructure and System Integration

•IoT/Cloud environment

Request to ammend as:

Average annual turnover from “Specific Business

Areas” as mentioned below for Sole bidder or Lead

bidder (in case of consortium) over the last three

Financial years

Marks shall be allotted as given below:

• More than INR 150 Crore = 7 marks

• More than INR 125 Crore – up to INR 150 Crore =

6.5 marks

•More than INR 100 Crore – up to INR 125 Crore = 6

marks

• Equal to INR 100 = 5 Marks

“Specific Business Areas”

•Software Application Development including

mobile app

•Multiple Software application integration

capability

•Database Management

•Business Analytics

•ICT Infrastructure and System Integration

•IoT/Cloud environmen

Please refer to the corrigendum 6

465

Vol1, 3.5.1 Technical

Bid Criteria &

Evaluation,s.no.A2

39 •CMM level 5 =3 marks

Please ammend to :

CMM level 5 =3 marks

Or

ISO 9001: 2008 & ISO 27001 & ISO20000 & CMM

Level 3: 3 Marks

RFP conditions prevails

466

Vol1, 3.5.1 Technical

Bid Criteria &

Evaluation,s.no.B1

40

The Sole Bidder or lead member (in case of

consortium) should have been awarded and

successfully executed &

commissioned project(s) related to

development and integration of citizencentric

web portal / mobile app components or both

having minimum value of INR 15 crore in India

during last five years as on the date of release of

RFP.

.Marks shall be allotted as given below:

• More than equal to 5 Project = 20 marks

• 4 Project = 14 marks

• 3 Project = 10 marks

• 2 Project = 7 marks

The Sole Bidder or lead member or any of the

consortium partner should have been awarded and

successfully Implemented IT projects project

having solution development and implementation

as project components minimum value of INR 5

crore in India during last five years as on the date of

release of

RFP.

.Marks shall be allotted as given below:

• More than equal to 4 Project = 20 marks

• 3 Project = 14 marks

• 2 Project = 10 marks

• 1 Project = 7 marks

Please refer to the corrigendum 6

Page 42: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

467

Vol1, 3.5.1 Technical

Bid Criteria &

Evaluation,s.no.B1

40

Completion Certificate issued & signed by the

competent authority

of the client entity on the entity’s letterhead

e-governance projects have contract period of 5

years, we request you to consider ongoing projects

with client certificates

RFP Conditions prevails

468

Vol1, 3.5.1 Technical

Bid Criteria &

Evaluation,s.no.B2

42

The Sole Bidder or lead member (in case of

consortium) should have

experience in the field of City centric software

Integration Projects

Marks shall be allotted as below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

The Sole Bidder or lead member/ Consortium

Partner should have experience in the field of e-

Governance Project/ Citizen centric Projects in last

5 years.

Marks shall be allotted as below:

• three Projects = 10 marks

•TwoProjects = 8 marks

• One Projects =6 marks

RFP Conditions prevails

469

Vol1, 3.5.1 Technical

Bid Criteria &

Evaluation,s.no.B3

42

The Sole Bidder or lead member (in case of

consortium) should have

experience in developing and implementing IT

software projects in India

with Java /J2EE, Application Servers like JBoss or

similar, HTML5/CSS3,

mobile apps native languages (Android, ioS,

Windows, Hybrid language like

phonegap), User Experience in designing User

Interfaces. At least 2 projects

have been executed (documentary evidence to

be provided as proof of

delivery) with the above mentioned technology

stack.

The Sole Bidder or lead member / Consortium

Partner should have experience in developing and

implementing IT software projects in India with Java

/J2EE, Application Servers like JBoss or similar,

HTML5/CSS3, mobile apps native languages

(Android, ioS, Windows, Hybrid language like

phonegap),.Net, PHP User Experience in designing

User Interfaces. At least 2 projects have been

executed (documentary evidence to be provided as

proof of

delivery) with the above mentioned technology

stack.

Please refer to the corrigendum 6

470

Vol 1, 3.5.2 Key

Personnel Criteria

S.No 7

47

GIS Specialist:

a. Master in Geography with Post-Graduate

Diploma in Remote

Sensing & GIS/Master in Remote Sensing & GIS

from reputed

institute.

Request to consider qualification of

B.E/B.tech/MCA/Mtech with experience in GIS

Projects.

RFP conditions prevails

471

Vol 1, 3.5.2 Key

Personnel Criteria

S.No 1

46

Project Director

a. Education: Full Time MBA/MCA/M. Tech &

B.Tech/B.E. from a reputed institute

b. Total Experience: At least 15 years in IT sector

c. Should have more than 8 years of experience

of handling such large projects

Request to consider qualification of

PGDBM/MBA/MCA/M. Tech & B. Tech/B.E. from a

reputed institute

RFP conditions prevails

472

Vol 1, 3.5.2 Key

Personnel Criteria

S.No 2

46

Project Manager

a. Education: Full Time MBA/MCA/M. Tech & B.

Tech/B.E. from a reputed institute

b. Total Experience: At least 12 years in IT sector

c. Should have more than 5 years of experience

of handling such large projects as a project

manager

d. Should preferably have PMP or Prince2

certification

Request to consider qualification of

PGDBM/MBA/MCA/M. Tech & B.Tech/B.E. from a

reputed institute

Request to delete PMP or Prince 2 certification

RFP conditions prevails

473

Vol 1, 3.5.2 Key

Personnel Criteria

S.No 3

46

Solution Architect

a. Education: Full time MCA/M. Tech/B.

Tech/B.E. in CS/IT from a reputed institute

b. Total Experience: At least 8 years in IT sector

c. Should have experience of more than 3 years

as Solution Architecture in large projects of

similar nature

Request to consider qualification MCA/M. Tech/B.

Tech/B.E. in CS/IT/EC from a reputed instituteRFP conditions prevails

474

Vol 1, 3.5.2 Key

Personnel Criteria

S.No 4

46

Application Architect

a. B.Tech / M.Tech with at least 8 years from

reputed Architect Institute

b. Should have designed enterprise level

solutions of similar nature with experience

working on the cloud network for at least 2

projects

Request to consider qualification of

B.E/B.tech/MCA/Mtech from reputed instituteRFP conditions prevails

475

Vol 1, 3.5.2 Key

Personnel Criteria

S.No 5

46

Database Management System Expert

a. B.Tech / MTech in CS/IT/EC with at least 8

years from reputed Institute with certification in

DBMS from reputed institute

b. Should have designed enterprise level

solutions comprising of data warehousing/ERP

for at least 2 projects

Request to consider qualification of

B.E/B.tech/MCA/Mtech in CS/IT/EC from reputed

institute

RFP conditions prevails

476

Vol 1, 3.5.2 Key

Personnel Criteria

S.No 6

47

Network Architect (DC/DRCloud)

a) B.Tech / MTech with at least 8 years from a

reputed Institute

b) Should have experience in designing &

implementing Network solutions for at least 3

similar projects.

Preference will be given to the experts with

CCNP Certifications.

c) Any professional certification that relates to

cloud computing/DC/DR, preferably CCNA(DC),

CCNP

(DC), DCDC(BICSI), CBCI, CBCP, etc

Request to consider qualification of

B.E/B.tech/MCA/Mtech from reputed institute

Professionals with CCNA/CCNP Certification is

preferebale.

RFP conditions prevails

477 Vol 2 Page 184 of 245 Please note that these two clauses are contradictory. Kindly provide the confirmation that all the payment will be done by Authority within 45 days of invoice. Please refer to the corrigendum 6

478 Vol 3 Page 16 of 51

Authority shall make all efforts to make

payments to SI within 45 days of receipt of

invoice(s) and all necessary supporting

documents.

Please refer to the corrigendum 6

Page 43: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

479 Vol 1 Page 29 of 104

The Bidder shall quote only one specific make

and model from only one specific

OEM, for each of the goods. Providing more

than one option shall not be

allowed. All goods quoted by the Bidder must be

associated with item code and

names and with printed literature describing

configuration and functionality.

Any deviation from the printed specifications

should be clearly mentioned in the

offer document by the Bidder

Since as System Integrator, We are responsible to

meet the technical specification and SLA levels for

the entire technical Solution. In this regard we

understand that we shall propose multiple makes

which are technically equivalent and would meet

RFP requirements.

This will help the SI to offer a very competitive price

to the customer by taking aggressive risks on their

costs, which will totally benefit the customer. If only

one make is insisted the vendor does not support

the Si in times and therefore the costs go up

considerably.

For your Kind information, in almost all of the

government contracts there is a list of Compendium

of Suppliers approved for each of their item

required for the Project.This list is made part of the

contract.

During execution of the contract, the SI/Contractor

shall have to supply materials of makes/vendors

who are in that list only.

Hence we request you to kindly accept the same.

RFP Conditions prevails

480 Vol 3 Page 6 of 51

3.2. Obtaining of all statutory and other

approvals required for the performance of the

Services under this Contract. This may include

approvals/clearances, wherever

applicable, that may be required for execution

of this contract e.g. clearances

from Government authorities for importing

equipment, exemption of

Tax/Duties/Levies, work permits/clearances for

Bidder/Bidder’s team, etc

We understand that all statutory and other

approvals required for the performance of the

Services under this Contract is in bidder's scope

however we request LSCL to support in getting all

the clearance in time.

In case of delay due to any approvals & clearances

which are not attributable to the bidder, the

timelines shall be extended accordingly to complete

the project.

RFP conditions prevails

LSCL shall provide support in

getting clearance whereever

required on best effort basis

481 Payment Schedule

We requet you to ammend the payment schedule as

follows as it will help us in maintainig the cashflow

for the project,

RFP conditions prevails

482

Upon approval of SRS,FRS & SDD document by

the authority :T+1 Months : 10% of contract

value

Upon approval of SRS,FRS & SDD document by the

authority :T+1 Months : 20% of contract value on

pro-rata basis.

RFP conditions prevails

483

Phase I Operationalization & Go Live Acceptance

by the authority : T + 3 Months : 30% of contract

value

Phase I Operationalization & Go Live Acceptance by

the authority : T + 3 Months : 35% of contract value

on pro-rata basis.

RFP conditions prevails

484

Phase II Operationalization & Go Live

acceptance by the authority : T + 6 Months :

30% of contract value

Phase II Operationalization & Go Live acceptance by

the authority : T + 6 Months : 35% of contract value

on pro-rata basis.

RFP conditions prevails

485

Operations & Maintenance phase for a period of

60 months from the date of Go Live of the last

solution : T1 + 60 Months : 30% of Contract

Value in equal quarterly instalments

Operations & Maintenance phase for a period of 60

months from the date of Go Live of the last solution

: T1 + 60 Months : 10% of Contract Value in equal

quarterly instalments.

RFP conditions prevails

486 General New Clause proposed,

In order to have better working capital for the

project we propose an Assignment clause as below

to be included in the Payment Schedule, which shall

allow us to factor the bill with financing institution,

and therefore enable us to participate in the

Tender.

Assignment Clause (new Clause proposed) :

“The Contractor shall not, without the express prior

written consent of the Employer, assign to any third

party the Contract or any part thereof, or any right,

benefit, obligation or interest therein or there

under, except that the Contractor shall be entitled

to assign either absolutely or by way of charge any

monies due and payable to it or that may become

due and payable to it under the Contract to any

Financial Institution(s) or Bank(s) or NBFC(s).

In the event the Contractor assigns the monies due

and payable to it or that may become due and

payable to it, under the Contract, to any Financial

Institution(s) or Bank(s) or NBFC(s), the Employer

shall acknowledge the intimation letter it may

receive from such financial institution(s) or Bank(s)

or NBFC (s). If the Employer does not reply within

15 days of the receipt of the intimation letter, it can

be considered as “acknowledged by the Employer”.

Furthermore the Employer will provide an indicative

date by when the funds will be released to the

Contractor as a measure of comfort for the

RFP conditions prevails

487 Vol 1 Page 34 of 104

The bidder that has quoted the lowest Total

Price (Capex price + Opex price)

shall be awarded the contract. For the purpose

of arriving at L1, prices

inclusive of any applicable taxes and levies etc.

will be considered.

RFP Conditions prevails

488 Vol 3 Page 16 of 51

All payments agreed to be made by Authority to

SI in accordance with the Bid shall

be inclusive of all statutory levies, duties, taxes

and other charges whenever

levied/applicable, if any, and Authority shall not

be liable to pay any such levies/

other charges under or in relation to this

Contract and/or the Services.

RFP Conditions prevails

Vol 2 Page 185 of 245

Kindly confirm that any stauatory variation in

taxes/duties would be payable at actuals by client

as this is not under bidder's control.

Page 44: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

489 Vol 2 Page 18 of 245

The MSI shall directly interact with electricity

boards for provision of electric supply at all

desired locations including any Field

Infrastructure solution mentioned in the RFP

document. The Lucknow Smart City shall

facilitate, if any documentation is required from

its Side. The MSI will submit the bill for

reimbursement on quarterly basis to the

Lucknow Smart City Limited.

We understand that MSI would be responsible for

One time connection charges as well as recurrent

charges for electricity consumed and authority will

reimburse on quarterly basis . Kindly confirm that

payment from the authority would be done within

15 days of submission of documents.

We also understand that recurring charges for

electricity shall not be included in Bidder's price.

Kindly confirm.

RFP conditions prevails

490 Vol 1 Page 36 of 104The sole bidder or lead bidder /consortium

partner should have CMM level 5.

We request you to consider the credentials of

subsidiary company.

"A parent company/firm shall be allowed to use the

credentials of its subsidiaries provided, the stake of

the parent company is more than 50% and

satisfactory documentary proofs establishing the

relationship and stake are submitted."

Please refer to the corrigendum 6

491 Vol 1 Page 36 of 104

The sole bidder or lead bidder should have

completed at least two projects in Govt/ Semi

Govt/ PSU; in the field of development and

integration of citizen centric web portal / mobile

app, database management /data warehousing/

business analytics / cloud applications on the

date of release of NIT.

We request you to ammend this clause as below,

The Bidder (any member in case of consortium)

shall have successfully executed at least two (2)

projects related to implementation of Integrated

Operations Centre/Command and Control Centre

integrating at least three (3) different city/campus-

wide applications/sensors at the command and

control centre for a city wide / campus wide

deployment having a minimum value of INR 10

crores per project during last seven (7) years.

RFP Conditions prevails

492 Vol 1 Page 35 of 105

2. The Sole Bidder or the Lead Bidder and all

other Members of Consortium:

Audited financial statements for the last three

financial years Certificate from the Statutory

Auditor on turnover details from the “specific

business areas” over the last three (3) financial

years

we request you to ammend the clause as follows,

"The Sole Bidder or the Lead Bidder and all other

Members of Consortium:

Audited financial statements for the last three

financial years Certificate from the Statutory

Auditor/ CA on turnover details from the “specific

business areas” over the last three (3) financial

years"

RFP Conditions prevails

493 Vol 3 Page 8 of 51

9.4. The Authority reserves the right to review,

approve and require amendment of the terms of

the Consortium Contract or any contract or

agreements entered into by and between the

members of such Consortium and no such

agreement/contract shall be executed,

amended, modified and/or terminated without

the prior written consent of the Authority. An

executed copy of each of such

agreements/contracts shall, immediately upon

execution be submitted by SI to the Authority.

Since Lead bidder shall be single point of contact for

the execution of the project, we request you to

remove this clause from contract document.

RFP Conditions prevails

494 Vol 1 Page 39 of 104

CMMi Certification : Sole Bidder or Lead Bidder

of the Consortium: Certificate from competent

authority

Please refer to the corrigendum 6

495

Vol2_RFP

DATA CENTER

SPECIFICATION-

Server Load

Balancer

Specifications

141 Server Load Balancer - application transaction visibility/analytics

load balancer being AFE appliances offer application

availability and performance optimization, however

next generation load balancer solutions does offer

transaction level visibly that will help department to

quantify application performance in real time.

moreover application visibility and analytics solution

does provide performance metrics that help

application and network teams to identify and fix

the root cause of application and network issues -

one of the key requirements to host and manage

dynamic applications through load balancers. it is

highly recommend that server load balancer should

have end user transaction visibility module from day

one and should be from different OEM (not from

ADC). to meet the performance requirements this

module should run as dedicated virtual function on

LB platform with dedicated hardware resources with

minimum requirements mentioned below.

The solution should, at a minimum, provide

following measurements with 5gbps of throughput:

- Service usage by user, server, port and URL

- Counts of slow and fast transactions

- End-to-end transaction time

- End-to-end data transfer time

- Server response time

- HTTP redirect time

- Network round-trip time from the measurement

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

496 Vol. 2 29

MSI should also continuously monitor all the

infrastructure/Servers/Routers/etc which has

been built as part of this RFP

Does Network monitoring tools / EMS applications

requiredRFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

497 vol.2 (section2.3.1) 30

The portal shall be designed to present Smart

Parking, Transport Management, Solid Waste

Management, and Vehicle Tracking

Management and other already implemented

umbrella for an enhanced user experience and

administrative control.and upcoming solutions

data under one

The mentioned application will be hosted in

Centralized command center or only the

intergartion required.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

498 vol.2 (section 2) Variable Message Sign boardWhat if there is a power Failure is there any UPS or

othere power source required.RFP conditions prevails

Page 45: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

499 vol.2 (section 3)

MSI shall also be responsible for dismantling

temporary command and control

centre as and when final ICCC is finalized.

Shifting of existing equipment from temporary

to final location shall also be under the scope of

MSI.

Permanent ICCC will be a new constructed building

or the rented one. And who will own the rent or

construction cost.

RFP conditions prevailsLSCL is Constructing its own

Building

500 vol.2 (section 3) 31The mobile app has to be developed for

Android, iOS and Windows platforms.

Is the development of mobile app in windows

platforms required as there is not much smart

phone using windows plaeform.

Please refer to the corrigendum 6

501Vol-

2/Pg.18/245,Pt#28

The MSI shall directly interact with electricity

boards for provision of electric supply at all

desired locations.

►who will be the custodian and who will pay

monthly bills.RFP conditions prevails

502Vol-

2/Pg.18/245,Pt#29

All existing road Signs which are likely to be

affected by the works are to be carefully taken

down & stored.

►who will take the ownership for safety and

security of removed items. Who will provide

shade/godown/store/space for safe keeping.

RFP conditions prevails MSI has to take the ownership

503Vol-

2/Pg.18/245,Pt#31

Prior to starting the site clearance, the MSI shall

carry out survey of field locations for buildings,

structures, fences, trees, existing installations,

etc. The Lucknow Smart City shall be fully

informed of the results of the survey and the

amount and extent of the demolition and Site

clearance shall then be agreed with the LSCL.

►what is the time frame for clearance/approval

and how MSI will raise invoice.RFP conditions prevails

504

►Who will bear ROW cost for cable layout and

other civil works.who will pay for the rent of

building if required.

RFP conditions prevails

505►Required no. of boards are not mention as per

Annexures-4.RFP conditions prevails

506Vol-

2/Pg.23/243,Pt#2.2

Variable Message Sign Board:The VaMS boards

shall be viewable from a distance of 100m and

various angles on the road. For installing VaMS

Signboards, the SI shall provide Gantry with

spans, as required at various locations (Single

lane road, double lane road). Spans need to be

specified depending on the number of lanes

that need to be bridged. SI shall consider

additional space for lateral clearance as well as a

vertical clearance height as per NHAI (National

Highway Authority of India) guidelines.

►Needs calirification about quantity of Variable

sign board because as per mention crossing name

more than one roads are approaching/diverging.

(Refer Annexure-5)

RFP conditions prevails

507►Who will provide last mile connectivities from

various locations of proposed systems. RFP conditions prevails

MSI is responsible for last mile

connectivity

508

►Who will provide hardware interface with power

backup and which type of hardware will require for

different different type of systems.

RFP conditions prevails

509

►location details will require for different systems

before to consideration/plan for integration

because no. of locations for individual system will

effect on BOM,Capex and Opex cost.

RFP conditions prevails

510Vol-

2/Pg.29/243,Pt#2.3

Scope of work: MSI shall be responsible for

complete installation of temporary command

and control centre which also includes all civil,

mechanical, electrical and interior works.

►Calarification required if required ,then who will

bear the cost of electrical work like cable & other

fittings in between Power house/transformer and

temporaray/permanent command & control room

Please refer to the corrigendum 6

511Vol-

2/Pg.32/243,Picture

Illussion view of CCC: Dimension details are not

available

►Dimension details will require for interior work &

Aircondition BTU consideration.Please refer to the corrigendum 6

512Vol-

2/Pg.40/243,Pt#27

Functional Description,Integration Capabilities:

For example, if the City wants to deploy Smart

Parking solution, this platform should have the

ability and provision to write adaptors which

interface with the parking sensors or

management software of the parking sensors to

collect parking events, data and alerts and

notifications from the devices and their

software managers.

Clarification is require for no of future

parking,location of parking apart from 3 locations

mentioned in RFP namely-Jhande Park-Lalbagh,

Dayanidhaan Park-Lalbagh & Jhandewala Park-

Aminabad,no. of sensors at individual locations

because commecial will involve for the provision of

required hardware/network and scope of

maitenance with Capex/opex cost.

RFP conditions prevails

513

Vol-

2/Pg.71/243,Pt#2.4.

9

Fire Detection and Suppression System

Clarification is require for implementation of fire

system at both location namely temporary

command center/permanent commant center

because we can not shift/resuse all line items during

setup of fire alarm system at permanent location.

Please refer to the corrigendum 6

514

Vol-

2/Pg.72/243,Pt#2.4.

13

Building Management system

Clarification is require about etc. means which type

of system(Airconditioning system,lighting

system,power management) should include in BMS

integration because cost will involve for licence and

hardware also.

Please refer to the corrigendum 6

515Vol-

2/Pg.74/243,Pt#3.2

ICT Enabled Solid Waste

Management:Functional Requirements:Solid

Waste Management will be required to be

integrated with Lucknow Command & Control

Center to receive real-time feeds of the of waste

collection vehicles, status of sensor based bins.

These feeds will be utilized in Analytical layer to

help administration monitor its assets and do a

better planning and also will implement the SoP

to fulfil the use cases.

Clarification is require for intigration: MSI will take

the feed from a single dash board or take the feed

from individual sensors/vehciles from all locations.

RFP conditions prevailsMSI has to study and integrate the

existing system

Vol-

2/Pg.28/243,Pt#2.3

Centralized Command & Control Centre: It will

be a common facility from where various smart

components shall be operated and monitored

such as smart Signals, smart vehicles, Smart

street lights, smart parking, city Surveillance,

solid waste bins & Vehciles etc.

Vol-

2/Pg.19/245,Pt#2

Implement, View & Operate >Environmental

Sensors:

Page 46: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

516Vol-2/Pg.76 to

77/243,Pt#3.4

Energy Efficient Street Lighting Solutions:

Functional Requirements>Services>The ICCC

should aggregate various data feeds from light

sensors and systems further process information

out of these data feeds to provide interface

/dashboards for generating alert and

notifications in real time.

Clarification is require for no of future street light

sub station cabinets,location of cabinets,no. of

sensors at individual locations because commecial

will involve for the provision of required

hardware/controller/network and scope of

maitenance with Capex/opex cost.

RFP conditions prevailsMSI has to study and integrate the

existing system

517Vol-

2/Pg.77/243,Pt#3.5

Intelligent Traffic Management System

>Functional Requirements:As soon as the

Technical Service Provider of the Integrated

Traffic Management will complete the work of

Integrated Traffic Management project, The

Master System Integrator who will be selected

under the scope of work of this RFP has to

integrate the Integrated Traffic Management

Systems to Lucknow Control and Command

Centre and also will implement the SoP to fulfil

the use cases.

Who will provide last mile connectivities from traffic

management control room and required

interface/network hardware. Scope of Capex &

Opex cost.

RFP is Self Explanatory

518Vol-2/Pg.83 to

84/243,Pt# 3.2

Biometric Attendance System of Sanitary

Workers >Functional Requirements: As soon as

the IT agency of the Lucknow Municipal

Coorporation will complete the work of Aadhaar

Based Attendance System, The Master System

Integrator who will be selected under the scope

of work of this RFP has to integrate the

Biometric Attendance Management System of

Sanitary Workers to Lucknow Control and

Command Centre and also will implement the

SoP to fulfil the use cases. The Integration of the

Biometric Systems will be utilized in Analytical

layer to help administration monitor the

services offered by its employees and do a

better planning.

location details will require before to

consideration/plan for integration because no. of

locations for individual system will effect on

BOM,Capex and Opex cost.

RFP conditions prevailsMSI has to study and integrate the

existing system

519 GeneralSupply of work station,laptop,printer and other

hardware those are mention in RFP-Vol2

Bill of materials are not found as per requirement. It

will impact on selection of vendor selection as per

there consideration of quantity.

Please refer to the corrigendum 6

520 RFP Vol_2, Servers 135

Network interface:

• 2 X 20GbE LAN ports for providing Ethernet

connectivity

• Optional: 1 X Dual-port 16Gbps FC HBA for

providing FC connectivity

Network interface:

• 2 X 10GbE LAN ports for providing Ethernet

connectivity

• Dual-port 16Gbps FC HBA for providing FC

connectivity

Or Equivalent Bandwidth if bidder is proposing

converged adapter.

Justification : We should have both the option open

either LAN & SAN separate or converged.

Please refer to the corrigendum 6

521RFP Vol_2, Primary

Storage137

Cache : Minimum 128 GB of useable cache

across all controllers. If cache is provided in

additional hardware for unified storage solution,

then cache must be over and above 128 GB.

Cache : 16 GB or higher as per the solution

requirement in terms of performance and SLA.

Justification: Let bidder should decide the cache

required for the offered solution.

RFP conditions prevails

522RFP Vol_2, Primary

Storage137 Solution/ Type: IP Based/iSCSI/FC/NFS/CIFS Pls specify speed of the protocols RFP conditions prevails

523RFP Vol_2, Primary

Storage137

Storage:RAID solution offered must protect

against double disc failure.

Pls suggest if we can propose solution with RAID 5

also as it will more usable capacity with in same

number of disk drives.

RFP conditions prevails

524RFP Vol_2, Primary

Storage137

Storage:                                                                     

  Disks should be preferably minimum of 3 TB

capacity

3 TB Disk is End of Life. Pls change it to 4 TB or

more.Please refer to the corrigendum 6

525Vol_2_RFP : WAN /

Internet Router132 Routing protocols of RIP, OSPF, and BGP.

Request to incorporate MPLS, MPLS L2 VPN, MPLS

V3 VPN protocol for integration with service

providor and private network infrastructure

securely.

Please refer to the corrigendum 6

526Vol_2_RFP : WAN /

Internet Router132

Protocol Support : Must have support for

TCP/IP, PPP, X.25, Frame relay and HDLC

Request to remove legacy X.25 protocol used for

low speed Serial WAN connectivity Please refer to the corrigendum 6

527

Vol_2_RFP : WAN /

Data Centre TOR

(Top of the Rack )

Switch

135 Dual load sharing AC and DC power supplies

Request to consider Dual load sharing AC or DC

power supplies as either of power source, AC

required to power the switch and AC and DC type

power supplies can't be used for load sharing.

Please refer to the corrigendum 6

528

Vol_2_RFP : WAN /

Data Centre TOR

(Top of the Rack )

Switch

134 Should support Ring protectionRequest to remove the feature as not relevant for

the ToR Switch typePlease refer to the corrigendum 6

529 Vol_2_RFP : SOW 169

Request to clarify the requirement of IoT Wireless

sensors and User device (Laptop, Phone) WLAN

connectivity to Command and Control Centre

Platform and data security requirements

RFP conditions prevails

530 Vol_2_RFP : SOW 169

Request to clarify the requirement for API

connectivity requirements to Wired and Wireless

Data network

RFP conditions prevails

531 Vol 2 Page 37

Platform should be able to be deployed on a

public

cloud for disaster recovery

Requirement for deploying in public cloud is only for

DR site or also the primary site has to be on public

cloud also?

RFP conditions prevails

532 Vol 2 Page 39

The platform should also be able to bring in

other egovernance

data (SCADA systems) as i-frames in the

command and control centre dashboard

Does SCADA systems already exist and here vendor

has to do only perform the integration with ICCC

and Smart City platform?

RFP conditions prevailsMSI has to study and integrate the

existing system

533 Vol 2 Page 40 Edge Computing support

Edge Compute Gateway is provided by use case and

application developer providers or it has to be

supplied by HPE apart from ICCC and Smart City

platform>

RFP conditions prevails

Page 47: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

534 Vol 2 Page 42

All system messages (notifications, alerts and

alarms) should always visible from the

Notifications view,

which provides controls that operator can use to

sort and filter the messages that it displays.

There is no need to integrate with any existing

SNMP/OSS servers here?, we need to show all

alerts/alarms in CCC - Visualization Layer only is that

correct understanding?

RFP conditions prevails

535 Vol 2 Page 43

System should support LDAP to be used as an

additional data store for user management and

authentication.

Is there a need for external / existing LDAP, or the

default plaform LDAP support would be applicable?RFP conditions prevails

536 Vol 2 Page 47

The platform should allow stakeholders to

participate in the web conferencing session

using any means including smart phones,

laptop computers, PSTN telephones,

enterprise desk phones etc.

Does vendor need to quote for IP-PBX or Centrex

capability or we need to integrate from ICCC +

Smart City Platform to integrate with existing IP-PBX

and PSTN netwotk for Voice and Web calling

sessions?

RFP conditions prevails

537 Vol 2 Page 48

System should allow integration of business

process

in ERP workflows like property tax collection etc.

Please confirm the verion, interfaces for ERP

Integration with ICCCRFP is Self Explanatory

538 Vol 2 Page 50

Analytics Engine module should have below

intelligence capabilities;

a) Advanced Predictive Analytics should be part

of

the solution.

We understand Analytics would be part of the

application domain and existing use cases provided

or going to be deployed

RFP conditions prevails

539 Vol 2 Page 54

Outsourced SW Development: Platform should

have

appropriate controls in place to detect source

code

security defects, functionalities for any

outsourced

software development activities from suppliers,

open

source libraries

This is generally provided by application provider or

an independent tools for SW validation, this

shouldn’t be part of Smart City or ICCC platform?

Please clarify on this more what is the ask?

RFP conditions prevails

540 Vol 2 Page 59ICCC solutions should have a SMS gateway for

sending messages to citizens.

Does SMS Gateway can be offered on Cloud (3rd

Party) that’s what our understanding is and it would

have integration to ICCC and IoT platform provided

by us?

RFP conditions prevails

Bidder should meet the functional

Requirements mentioned in the

RFP

541 Additional queries How many racks are required. RFP conditions prevailsBidder to Propose as per the

Technical Architecture

542 Additional queries Dimensions of the racks required will be (600 X 1000

X 42U or 800 X 1000 X 42U etc)RFP is Self Explanatory

543 Additional queries What will be the Maximum rated load per rack. RFP conditions prevailsBidder to Propose as per the

Technical Architecture

544 Additional queries Power billing type : Rated or metered? RFP conditions prevailsBidder to Propose as per the

Technical Architecture

545 Additional queries Is Cage required around these racks? RFP conditions prevails

546 Additional queries Is biometric access /card reader is required on the

cage?RFP conditions prevails

547 Additional queries

Our shared CCTV system keeps 30 days cctv footage.

Does this suffice or you need dedicated camera and

DVR/NVR for the cage?

RFP conditions prevails

548 Additional queries How many cross connects are required? RFP conditions prevails

549 Additional queries Types of cross connects required : Fiber or

Ethernet/copper?RFP conditions prevails

Bidder should meet the functional

Requirements mentioned in the

RFP

550 Additional queries Who will provide the racks, if SP, then do you have

any Rack OEM preference.RFP is Self Explanatory

551 Additional queries

Any inter rack cabling in the scope, if yes, then the

cabling diagram and other details needs to be

shared.

RFP conditions prevails

552 Additional queries

Acceptance for bandwidth will be site wise and

acceptance criteria will be ping test to DC-DR and

will be independent of acceptance for the project

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

553 Additional queries

Please confirm the scope for connectivity ( MPLS &

internet for including sim cards & Bulk message

requirement

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

554 Page 17 iii

Size and provision the WAN bandwidth

requirements across all locations considering

the

application performance, data transfer, DR and

other requirements for smart city

initiatives.

Please confirm the no of locations &with addresses

where the bandwidth has to be provided .This is

required for the feasibility of the locations

RFP is Self Explanatory

555 Page 17 iii

Size and provision the WAN bandwidth

requirements across all locations considering

the

application performance, data transfer, DR and

other requirements for smart city

initiatives.

Please confirm on how many locations Internet is

required & MPLS is required on how many locations

, please also confirm last mile & Uptime required

RFP conditions prevails

556 Additional queries what type of services will be running on mpls. RFP conditions prevails

557 Additional queries Please freeze MTTR and SLAs for bandwidth and DC Please refer to the Addendum 1

558 Additional queries What will be LD and SLA Penalty for bandwidth and

DC Please refer to the Addendum 1

559 Additional queries What will be payment terms for bandwidth RFP conditions prevails

560 Additional queries Is ROW/RI waived off. RFP conditions prevails

561 Additional queries

Apart from MPLS, bandwidth serivce provider will

not be configuring any security/encrytion anywhere

in the network.

RFP conditions prevails

562 Additional queries

As per TRAI guidelines bandwidth can not be resold

, hence we request for tripartite Agreement

between ISP, MSI & Department

RFP conditions prevails

Page 48: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

563Vol 1, Section 3, PQ

Point No.235

The Sole Bidder or the Lead Bidder of

consortium should have an average annual

turnover of minimum INR 10 crore with

minimum average turnover of INR 5 crore from

one or more of the “specific business areas”

mentioned below over the last three financial

years and, in case of a Consortium, the average

annual turnover for each of the consortium

members over the last three Financial Years

should be INR 2.5 crore or more from one or

more of the “specific business areas” mentioned

below:

•Software Application Development including

mobile app

•Multiple Software application integration

capability

•Database Management

•Business Analytics

•ICT Infrastructure and System Integration

•IoT/Cloud environment

The annual turnover should be more.

he Sole Bidder or the Lead Bidder of consortium

should have an average annual turnover of

minimum INR 80 crore with minimum average

turnover of INR 50 crore from one or more of the

“specific business areas” mentioned below over the

last three financial years and, in case of a

Consortium, the average annual turnover for each of

the consortium members over the last three

Financial Years should be INR 25 crore or more from

one or more of the “specific business areas”

mentioned below:

Please refer to the corrigendum 6

564Vol 1, Section 3, PQ

Point No.736

The sole bidder or lead bidder /consortium

partner should have CMM level 5.

Printing Error: as CMM level 5 certificate is asked

from any of the bidder either Lead or consortium

hence certficate of any of the bidder should be

acceptable.

The Sole Bidder or the Lead Bidder or Consortium

Partner

1. Copies of valid certificates in the name of the

bidding entity

Please refer to the corrigendum 6

565Vol 1, Section 3, PQ

Point No.836

The sole bidder or lead bidder should have

completed at least two projects in Govt/ Semi

Govt/ PSU; in the field of development and

integration of citizen centric web portal / mobile

app, database management /data warehousing/

business analytics / cloud applications on the

date of release of NIT.

Experince of consortium partner should be consider.

The sole bidder or lead bidder or Consortium

Partner should have completed at least two projects

in Govt/ Semi Govt/ PSU; in the field of

development and integration of citizen centric web

portal / mobile app, database management /data

warehousing/ business analytics / cloud applications

on the date of release of NIT.

RFP Conditions prevails

566Vol 1, Section 3, PQ

Point No.936/37

The Sole Bidder or any consortium member (in

case of consortium) should have experience of

Operation and maintenance of network

comprising software, ICThardware of minimum

project value of INR 1 Crore per year in the last

three years on the date of issue of NIT.

The Sole Bidder or any consortium member (in case

of consortium) should have experience of Operation

and maintenance of network

comprising software, ICThardware of minimum

project value of INR 10 Crore per year in the last

three years on the date of issue of NIT.

RFP Conditions prevails

567Vol 1, Section 3, TQ

Point No.A39

Average annual turnover from “Specific

Business Areas” as mentioned below for Sole

bidder or Lead bidder (in case of consortium)

over the last three Financial years

Marks shall be allotted as given below:

• More than INR 40 Crore = 7 marks

• More than INR 30 Crore – up to INR 40 Crore

= 6.5 marks

•More than INR 20 Crore – up to INR 30 Crore =

6 marks

•More than equal to INR 5 Crore - up to INR 20

Crore = 5 marks

“Specific Business Areas”

•Software Application Development including

mobile app

•Multiple Software application integration

capability

•Database Management

•Business Analytics

•ICT Infrastructure and System Integration

•IoT/Cloud environment

Experince of consortium memver should be consider

Average annual turnover from “Specific Business

Areas” as mentioned below for Sole bidder or Lead

bidder or Consortium member (in case of

consortium) over the last three Financial years

Please refer to the corrigendum 6

568Vol 1, Section 3, TQ

Point No.A39

Marks shall be allotted as given below:

•CMM level 5 =3 marks

Certificate of consortium member should be

accepted.

Sole Bidder or Lead Bidder or Consortium Partner:

Certificate from competent authority

Please refer to the corrigendum 6

569Vol 1, Section 3, TQ

Point No.B139/40

The Sole Bidder or lead member (in case of

consortium) should have been awarded and

successfully executed & commissioned

project(s) related to development and

integration of citizen

centric web portal / mobile app components or

both having minimum value

of INR 15 crore in India during last five years as

on the date of release of RFP.

.Marks shall be allotted as given below:

• More than equal to 5 Project = 20 marks

• 4 Project = 14 marks

• 3 Project = 10 marks

• 2 Project = 7 marks

Experince of consortium member should be

consider.

The Sole Bidder or lead member or Consortium

Partner (in case of consortium) should have been

awarded and successfully executed &

commissioned project(s) related to development

and integration of citizen

centric web portal / mobile app components or both

having minimum value

of INR 15 crore in India during last five years as on

the date of release of RFP.

Please refer to the corrigendum 6

570Vol 1, Section 3, TQ

Point No.B241

The Sole Bidder or lead member (in case of

consortium) should have experience in the

field of City centric software Integration Projects

Marks shall be allotted as below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

Experince of consortium should be consider

The Sole Bidder or lead member or Consortium

Partner (in case of consortium) should have

experience in the field of City centric software

Integration Projects Marks shall be allotted as

below:

Please refer to the corrigendum 6

Page 49: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

571Vol 1, Section 3, TQ

Point No.B342

The Sole Bidder or lead member (in case of

consortium) should have

experience in developing and implementing IT

software projects in India

with Java /J2EE, Application Servers like JBoss or

similar, HTML5/CSS3,

mobile apps native languages (Android, ioS,

Windows, Hybrid language like

phonegap), User Experience in designing User

Interfaces. At least 2 projects

have been executed (documentary evidence to

be provided as proof of

delivery) with the above mentioned technology

stack.

Marks shall be allotted as below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

.NET should be included in required technology and

experience of consortium member should be

consider.

The Sole Bidder or lead member or Consortium

Partner (in case of consortium) should have

experience in developing and implementing IT

software projects in India with Java /J2EE,

Application Servers like JBoss or similar, .Net

,HTML5/CSS3, mobile apps native languages

(Android, ioS, Windows, Hybrid language like

phonegap), User Experience in designing User

Interfaces. At least 2 projects have been executed

(documentary evidence to be provided as proof of

delivery) with the above mentioned technology

stack.

Please refer to the corrigendum 6

572Volume 2 Page

70/245 Pt no 2.4.6

UPS system shall provide a redundant power

supply to the following needs:

· Servers and important network and storage

equipment · Access control, Fire Detection

& suppression system and surveillance system

The system shall be automatic with power

supply from the mains and automatic

switchover to DG set as secondary source for

the Data Center. The specifications of UPS are

provided in this RFP.

Need clarification about type of loads such as Data

Center load, general lighting load,lighting system for

ICCC only,workstation load & etc in terms of KVA

Please refer to the corrigendum 6

573Volume 2 Page

235/245 Pt no 16

b) KVA rating as per the requirement to provide

the supply for KICCC

Need clarification about type of loads such as Data

Center load, general lighting load,lighting system for

ICCC only,workstation load, AC load & etc in terms

of KVA

RFP conditions prevailsBidder to Propose as per the

Technical Architecture

574

2.29 Eligible Goods

and Services, and

OEM Criteria Vol 1

Page No : 34

h. The bidder’s proposed OEM(s) for the

following solutions must be included in

the Gartner magic quadrants (in either Leaders

or Challengers quadrant) as on

the day of submission of bid. Gartner Reports

released in the last 1 year to be

referred and submitted.

i) Wired and Wireless LAN Access Infrastructure

ii) Data Centre Networking

Request customer to allow OEM(s) who are Leaders

or challengers or Visionaries from Gartner’s MQ for

Data Center Networking

The Requirement of Lan switches is for Data centre

RFP conditions prevails

575

Data Centre TOR

(Top of the Rack )

Switch Volume 2

Page No : 135Resiliency:

• Dual load sharing AC and DC power supplies

The Switch support dual AC or Dc power supplies in

data Centre .

Request for clarification Please refer to the corrigendum 6

576

RFP Volume 2 ,

Section 4.1 :

Geographical

Information System

(GIS) & GIS City

Portal

Subsection :

Proposed

Technology under

GIS initiative by

Lucknow Smart City:

Page No : 87

3: SAN Storage : Dual Controller, Fiber Channel

based storage with

16TB(8*2TB HDD), Scalability to 24 drives within

the same enclosure

Request you to please clarify:

1: Useable Capacity Required.

2: Required Performance parameter like required

IOPS.

3: Required Cache across controllers

(Recommended to have at least 48 GB Cache across

dual controller)

RFP conditions prevails

577

RFP Volume 2 ,

Section 5.2: Data

Center and Disaster

Recovery

Subsection: Disaster

Recovery (DR) Site

Page No : 120

Disaster Recovery Site will be on Meghraj cloud

platform (National Informatics Centre) with

100% uptime.

Please Clarify is required storage with relevant

Capacity & Performance (IOPS) is to be provisioned

by SI or it will be provided by NIC Meghraj Cloud.

If it has to be provisioned by NIC Megraj Cloud then

please confirm the Availability of Storage Capacity

at NIC Meghraj Cloud along with the details of

Storage (Make & Model) from which NIC Meghraj

cloud will allocate the required capacity since DR

Storage has to compatible with DC Storage.

RFP conditions prevails

578

RFP Volume 2 ,

Section 5.2: Data

Center and Disaster

Recovery

Subsection: Disaster

Recovery (DR) Site

Page No : 121

Both DC and DR Site shall work in an Active-

Active mode.

Please clarify is the required functionality of Active

Active DC & DR is required for some selected set of

application with the availability of this functionality

at application level. If yes please clarify the list of

applications with native functionality support of

Active Active DC & DR.

RFP conditions prevails

579

RFP Volume 2 ,

Section 5.2: Data

Center and Disaster

Recovery

Subsection: Disaster

Recovery (DR) Site

Page No : 121Zero RPO (Recovery Point Objective) and RTO

(Recovery Time Objective) of 10 minutes.

Please clarify is the required functionality of Zero

RPO is required for some selected set of application

with the availability of this functionality at

application level or is this requirement for all

applications.

If is it required for all applications then it will be a 3

Site Storage solution with Primary Site ( Lucknow

SDC ) , Near Line Site (Please confirm the Site ) & DR

Site ( NIC Meghraj).

RFP conditions prevails

580

RFP Volume 2 ,

Section 5.2: Data

Center and Disaster

Recovery

Subsection: Primary

Storage

Page No : 137

Storage:

Storage Capacity should be minimum 5 TB

(usable, after configuring in offered RAID

configuration)

Disks should be preferably minimum of 3 TB

capacity

Request you to please clarify:

1: Please confirm is 5 TB is storage capacity required

or else please clarify the useable Capacity Required.

2: Required Performance parameter like required

IOPS.

3: Please confirm if lower capacity Disks can be used

since disk capacity of 3 TB normally comes in NL SAS

disks which are not performance driven disks.

RFP conditions prevails

Page 50: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

581

RFP Volume 2 ,

Section 5.2: Data

Center and Disaster

Recovery

Subsection: Primary

Storage

Page No : 137Storage:

RAID Support : RAID 0, 1, 1+0, 5+0 and 6

Request you to please re-look at RAID requirement

since RAID 1+0 & 5+0 are non standard RAIDs.

Industry recognized RAIDs are RAID 0, 1, 5, 6 & RAID

10 ; any combination of RAID levels can exist in

single array

RFP conditions prevails

582

RFP Volume 2 ,

Section 5.2: Data

Center and Disaster

Recovery

Subsection: Backup

and

Recovery,Point 95

Page No : 57Perform backup verification to ensure integrity

of backup

Kindly change the specification to “Perform backup

verification for all backed up data to ensure

integrity of backup without restoring the data from

disk based backup appliances.”

Justification: Backup verification by restoring the

data can take a lot of time and resources, an

appliance should be proposed which can validate

the integrity of all backed up data without restoring

it, hence saving time and effort.

RFP conditions prevails

583

RFP Volume 2 ,

Section 5.2: Data

Center and Disaster

Recovery

Subsection: Backup

and

Recovery,Point 95

Page No : 57Support full, incremental, scheduled and on-

demand backups

Support full, incremental, scheduled,

on-demand backups, block based backups for

LINUX, WINDOWS, VMWare, Hyper-V, Exchange.

Justification: Block based backups allow faster

backups and restore for large file systems without

exerting any effort on the underlying systems.

RFP conditions prevails

584

RFP Volume 2 ,

Section 5.2: Data

Center and Disaster

Recovery

Subsection: Backup

and

Recovery,Point 95

Page No : 57

Provide additional programs and utilities

for the purpose of backup and recovery

and administration

Kindly change the specification to “Provide

additional programs and utilities

for the purpose of backup and recovery and

administration and should support data transfer

from clients to target device (tape, disk or object

storage) without need of a media server ever.”

Justification: The following specification allows cost

effective deployment of backup environment for

the solution. With growth of data more media

servers are required to send the data to the target

devices, the following specification asks vendors to

provide intelligent capability of sending data from

clients to the target media without need of media

servers ever, hence reducing costs, management

and administration of backup environment.

RFP conditions prevails

585

RFP Volume 2 ,

Section 5.2: Data

Center and Disaster

Recovery

Subsection: Backup

and

Recovery,Point 95

Page No : 141

Supported Backup Software: Should support

industry leading backup software such as Veritas

NetBackup.

Supported Backup Software: Should support

industry leading backup software such as DellEMC

NetWorker , Veritas NetBackup etc.

Please refer to the corrigendum 6

586

RFP Volume 2 ,

Section 5.2: Data

Center and Disaster

Recovery

Subsection: Backup

and

Recovery

NA

1. RFP mentions archival specifications which are

generic, clarification is required as to what needs to

be archived files, mails etc.

2. 4. RFP mentions that there are three

environments Prod, Dev, DR is backup required for

all ? since these are different environments

(logically and physically separated as per RFP) what

is the amount of data that has to be protected at

each site.

3. 6. On page 139 “Retrieval time for any data

stored on secondary storage should be max. 4 hours

for critical data & 8 hours for other data. This would

be taken into account for SLA calculation. (Critical

data means any data needing urgent attention by

the Judicial System or by Police Dept. for

investigation / terrorist treat perception).”

Requesting for information on amount of critical

data which may be needed to be restored in 4 hours

since restore times depend on amount of data,

network and restore location.

RFP conditions prevails

587

Volume-2, Section

5.2 Data Center and

Disaster Recovery,

Subsection : Servers

Page No : 135

• Latest series/ generation of 64 bit x86

processor(s) with Ten

or higher Cores

• Processor speed should be minimum 2.4 GHz

There is no deviation on this but we need clarity,

the specs are for E5-2640V4 CPU which is not the

latest generation now, the replacement CPU is 4114

it will have 10Core but 2.2 Ghz

RFP conditions prevails

Minimum Specifications are given,

bidder may propose higher

configuration as per the SLA

588

Volume-2, Section

5.2 Data Center and

Disaster Recovery,

Subsection : Blade

Chassis

Specifications

Page No : 136

Dual network connectivity of 10 G speed for

each blade server for redundancy shall be

provided

Two hot-plug/hot-swap, redundant 10 Gbps

Ethernet or FCoE module with

Need clarity are they looking for 4x10G switches or

only 2x 10G switchesRFP conditions prevails

589Volume 2, 13

ANNEXURE 2Page No : 221

Client Workstations : Nvidia GeForce GT430 PCIe

Nvidia GeForce GTX460 PCIe

or faster.

Asked Graphics card are Nvidia GeForce GT430 PCIe

or Nvidia GeForce GTX460 PCIe. GeForce are

consumer series graphics card meant for gaming.

Request you to kindly change this to 1GB

professional series AMD/Nvidia graphic card

RFP conditions prevails

590Volume 2, 13

ANNEXURE 2Page No : 228

Monitoring Workstations : SMPS; Minimum 400-

watt Continuous Power Supply with Full

ranging input and APFC. Power supply should be

90% efficient

with EPEAT Gold certification for the system.

Asked Power supply is Min 400 watt. Due to

technological advancement the equipment are

becoming more and more power efficent and

require less power, hence request you to kindly

chane this to Min 360 watt.

RFP conditions prevails

591Volume 2, 13

ANNEXURE 2Page No : 228

Monitoring Workstations : EPEAT Gold

certification for the system.

Asked is EPEAT Gold Certification, We request you

to kindly change this to EPEAT SilverRFP conditions prevails

Page 51: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

592Volume 2, 13

ANNEXURE 2Page No : 227

Monitoring Workstations : BIOS controlled

electro-mechanical internal chassis lock for the

system

Asked is BIOS controlled electro-mechanical internal

chassis lock for the system which is OEM specific,

we suggest external locking arrangement which is

better controllable and cost effective

RFP conditions prevails

593 Vol2 Pg.120-121/245

Disaster Recovery Site will be on Meghraj cloud

platform (National Informatics Centre) with

100% uptime. The bidder has to work on

requirement of server configuration, Web

Server,

OS Platform, Environment as per the

requirement of the project. The authority will

help in

necessary documentation with National

Informatics Centre for Hosting. The MSI is

required to provision for a Disaster Recovery

(DR) Site same as of main Data Center (DC)

capacity & standard for Smart City Solution. The

DR site should not be in the same seismic

zone and should be at least 250 km from Main

DC site. DR site shall provision to cater to

100% load of the smart city system.

1. Whether DR site will be on Meghraj datacentre or

any other location with active-active mode. Kindly

explore DR location and requirements.

2. Is there network security devices (i.e. Firewall and

antivirus solution) requires at DR site to protect

threads

RFP conditions prevails

594

Vol 2, Section

"Functional

Requirement of

Command and

Control Centre

Platform" point # 58

on page 2

2

The smart city integrated platform shall be able

to normalize the data coming from different

devices / instruments of various OEMs

Please provide details regarding the estimated

number of such devices/instruments, avergae

packet size generated by these and frequency (per

sec, per min, etc.) at which data will be generated

by these.

RFP conditions prevails

595

Vol 2, Section

"Functional

Requirement of

Command and

Control Centre

Platform" point # 58

on page 48

48

The platform should have capability to provide

access to real time data and historical data from

various connected devices for reporting and

analytics.

Please provide details on the estimated size of the

data generated by all the devices/instruments that

will be required for reporting and analytics. Provide

yearly growth estimates and data retention period.

RFP conditions prevails

596

Vol 2, Section

"Functional

Requirement of

Command and

Control Centre

Platform" point # 58

on page 22

22Enabling analytics: Time shifted and real-time

data available for big data and analytics

In practice, some KPIs/functionalities would require

near real-time monitoring/alerting while others may

work fine with sizable latency. Please provide

details of the functionalities that will require real-

time monitoring/alerting and what is the acceptable

lowest common denominator.

RFP conditions prevails

597

Vol 2, Section

"Functional

Requirement of

Command and

Control Centre

Platform" point # 58

on page 48

48

The platform should have capability to provide

access to real time data and historical data from

various connected devices for reporting and

analytics.

Please provide details on estimated number of

internal users accessing these reports. Also mention

how many of these will be power users.

RFP conditions prevails

598

Vol 2, Section

"Functional

Requirement of

Command and

Control Centre

Platform" point # 58

on page 48

48

The platform should have capability to provide

access to real time data and historical data from

various connected devices for reporting and

analytics.

Will there be a requirement to publish some of

these reports on citizen portal? If yes, please

provide details on the nature of these reports - real-

time or historical?

RFP conditions prevails

599

Vol 2, Section

"Functional

Requirement of

Command and

Control Centre

Platform" point # 58

on page 56

56

The platform should also have the capability to

read data directly from a set of databases

(HBase, Mongo DB, Oracle, Cassandra, MySQL,

Impala). To connect to any of the databases

information on how to connect should be

provided.

Please provide details on the estimated data

volume, year-on-year growth percentage and data

retention period for this ERP data.

RFP conditions prevails

600

Vol 2, Section

"Functional

Requirement of

Command and

Control Centre

Platform" point # 58

on page 60

60The solution should have predictions with

measurable accuracy of at least > 70%

Accuracy of the models depends on various factors,

including but not limited to, quality and correctness

of data, amount of historical data available for ML

and nature of constraints. In view of this, accuracy

of > 70% can be assured only after the MSI analyses

the data sets. Consider modifying the clause.

RFP conditions prevails

601

Vol 2, Section

"Functional

Requirement of

Command and

Control Centre

Platform" point # 58

on page 60

60 General query

In-database analytics improves the overall efficiency

of analytics and AI by running complex algorithms,

built either using R or Python, in-place where data

resides. Thereby, eliminating the need to transport

large volume of data between systems.

We recommend that following requirement should

be included in the RFP section:

"The solution should provide in-database analytics

capabilities using open source technologies such as

Python and R"

RFP conditions prevails

602

Vol 2, Section 5.2

"Data Center and

Disaster Recovery"

114

The Disaster Recovery Centre (DRC) will be the

cloud platform developed by the National

Informatics Centre.

Kindly consider using cloud for Disaster Recovery,

provisioned by a MEITY empanelled cloud service

provider - which can offer you cost-savings by

changing capital expenses to operational expenses.

RFP conditions prevails

603

Vol 2, Section 5.2

"Data Center and

Disaster Recovery"

115

There should be dedicated rack space available

in the data center for the entire Smart City

project Infrastructure.

Kindly consider hosting the smart city solutions on a

Meity empaneled Cloud Service provider having

virtually separated infrastructure.

RFP conditions prevails

604

Vol 2, Section 5.2

"Data Center and

Disaster Recovery"

119

Storage requirements for the application suite

shall have to be assessed by the SI and

the storage solution shall be sized and procured

accordingly.

Kindly mention if any old/historic data also needs to

be stored.RFP conditions prevails

Page 52: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

605

Vol 2, Section 5.2

"Data Center and

Disaster Recovery"

121Both DC and DR Site shall work in an Active-

Active mode.Please explain active-active mode in detail. RFP conditions prevails

606

Vol 2, Section 5.2

"Data Center and

Disaster Recovery"

123

The system should be capable of supporting at

least 100 thousand

network flow per second on single server with

capability to capture each

unique traffic conversations

Kindly explain the statement in more detail. RFP conditions prevails

607

Vol 2, Section 5.2

"Data Center and

Disaster Recovery"

125

The proposed solution must have suitable

system level backup mechanism for

taking backup of NM data manually of at least

one month.

Kindly explain the system level backup mechanism

in detail.RFP conditions prevails

608

Vol 2, Section 5.2

"Data Center and

Disaster Recovery"

140 Tape librarayKindly consider using cloud service for Data backup

and retention.RFP conditions prevails

609

Vol 2, Section 5.2

"Data Center and

Disaster Recovery"

114 General query

Kindly consider for DC & DR of smart city

applications- a cloud platform which gives benefits

like- hyper-scalability of infra, image mobility, low

capital expenses, pay as you go, less overhead for

management, flexibility to increase/decrease

infrastructure.

RFP conditions prevails

610Vol 2, Section 5.3

"Data Security"148

Care shall be taken while transmitting

confidential information over public

networks to other government agencies with a

prior permission from the

concerned authority.

We request that you consider a solution that

encrypts the data during transit as well as in the

data cener to ensure these security requirements.

Request you to also provide more details on the

medium used to transmit data across government

agencies.

RFP conditions prevails

611Vol 2, Section 5.3

"Data Security"152 NIPS

For NIPS solution, consider using cloud based

solution which can do hybrid monitoring.RFP conditions prevails

612Vol 2, Section 5.3

"Data Security"154

The centralized management server must be an

appliance based on a harden

OS shipped by default from factory and system

shall allow the latest update to

be manually, automatically or based on schedule

Request you to also consider using Microsoft

Deployment Toolkit or Windows Deployment

Services for deployment of OS images.

RFP conditions prevails

613Vol 2, Section 5.3

"Data Security"156

Customized sandbox solution should support

the following operating systems (Windows XP,

Win7, Win8/8.1, Win 10, Windows Server 2003,

2008 & 2012) and must have the capability to

analyse large files and must be able to support

more than 40MB file size.

Windows XP, Windows Server 2003 and Windows

Server 2008 are out of support products. Consider

excluding these OS from the clause.

RFP conditions prevails

614

Vol 2, Section

"Functional

Requirement of

Command and

Control Centre

Platform" -

Collaboration

46

The ICCC platform should provide an ability to

bring multiple stake holders on to a common

voice conference call as a standard operating

procedure in response configured events

Consider modifying the clause to- "The SI can select

a collaboration platform which is hosted in the OEM

datacentre & not necessarily to be in the Master

system integrator DC. The ICCC platform should

provide an ability to a person to bring multiple stake

holders on to a common PC based voice conference

call as a standard operating procedure in response

configured events."

RFP conditions prevails

615

Vol 2, Section

"Functional

Requirement of

Command and

Control Centre

Platform" -

Collaboration

46

The stake holders can be on various types of

devices like computer, smart phones, tablets or

normal phones

Consider modifying the clause to- "The stake

holders can be on various types of devices like

computer, smart phones, tablets."

Please refer to the corrigendum 6

616

Vol 2, Section

"Functional

Requirement of

Command and

Control Centre

Platform" -

Collaboration

46

The ICCC platform should have the capability to

bring in multiple stake holders automatically

into a common collaboration platform like

persistent chat rooms and virtual meeting

rooms in response to a SOP defined to handle a

particular event.

Consider modifying the clause to- "Basis SOP any

person of the team will bring in multiple stake

holders automatically into a common collaboration

platform like persistent chat rooms and virtual

meeting rooms in response to a SOP defined to

handle a particular event."

RFP conditions prevails

617

Vol 2, Section

"Functional

Requirement of

Command and

Control Centre

Platform" -

Collaboration

46

The platform should allow the stakeholders to

be notified of the creation of collaboration

spaces using SMSs and announcements over

PSTN telephone calls.

Consider relaxing the clause to - "The platform

should allow the stakeholders to be notified of the

creation of collaboration spaces over email

notifications."

RFP conditions prevails

618

Vol 2, Section

"Functional

Requirement of

Command and

Control Centre

Platform" -

Collaboration

46

The platform should allow stakeholders to

invoke a web conferencing session directly from

the collaboration space. The web conferencing

session should automatically include all

stakeholders in the collaboration space.

Consider modifying the clause to- "The platform

should allow stakeholders to invoke a web

conferencing session directly from the collaboration

space. The web conferencing session should provide

an option for all stakeholders in the collaboration

space to join in."

RFP conditions prevails

619

Vol 2, Section

"Functional

Requirement of

Command and

Control Centre

Platform" -

Collaboration

46

The platform should allow stakeholders to

participate in the web conferencing session

using any means including smart phones, laptop

computers, PSTN telephones, enterprise desk

phones etc.

Consider relaxing the clause to- "The platform

should allow stakeholders to participate in the web

conferencing session using any means including

smart phones, laptop computers."

RFP conditions prevails

620

Vol 2, Section

"Functional

Requirement of

Command and

Control Centre

Platform" -

Collaboration

46

The platform should allow the stakeholders to

access the collaboration spaces, participate in

conversations, share content, create web

conferences and control smart city devices from

any endpoint (smart phones, laptops and other

computers) and from any network location.

Consider relaxing the clause to- "The platform

should allow the stakeholders to access the

collaboration spaces, participate in conversations,

share content, create web conferences and control

smart city devices from PC endpoint (laptops and

other computers) and from any network location."

RFP conditions prevails

Page 53: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

621

Vol 2, Section

"Functional

Requirement of

Command and

Control Centre

Platform" -

Collaboration

46

The platform should allow the stakeholders to

be notified of the creation of collaboration

spaces using SMSs and announcements over

PSTN telephone calls.

Consider relaxing the clause to-"The platform

should allow the stakeholders to be notified of the

creation of collaboration spaces over email

notifications."

RFP conditions prevails

622

Vol 2, Section

"Functional

Requirement of

Command and

Control Centre

Platform" -

Authentication,

Authorization

36 General queryPlease specify the architecture of existing Active

Directory/LDAP forest.RFP conditions prevails

623

Vol 2, Section

"Functional

Requirement of

Command and

Control Centre

Platform" -

Authentication,

Authorization

36 General query

We suggest using authentication & authorization

system that gives a single login id-password for

accessing multiple apps and services. Please suggest

if you would like to go for synchronized identities to

on-premise or cloud AD/LDAP.

RFP conditions prevails

624

Vol 2, Section

"Functional

Requirement of

Command and

Control Centre

Platform" -

Authentication,

Authorization

36 General query

We suggest using authentication & authorization

system to restrict (Allow/Block/step up

authentication) access to SaaS based apps.

RFP conditions prevails

625

Vol 2, Section

"Functional

Requirement of

Command and

Control Centre

Platform" -

Authentication,

Authorization

36 General query

We suggest using authentication & authorization

system that enables Single Sign On to SaaS based

SAML 2.0 apps.

RFP conditions prevails

626

Vol 2, Section

"Functional

Requirement of

Command and

Control Centre

Platform" -

Authentication,

Authorization

36 General query

We suggest using authentication & authorization

system that enables you to restrict

(Allow/Block/Step up Authentication) access based

on risky sign-ins, Malicious IPs and Anonymous

logins in real time.

RFP conditions prevails

627

Vol 2, Section

"Functional

Requirement of

Command and

Control Centre

Platform" -

Authentication,

Authorization

36 General query

We suggest using authentication & authorization

system - that enables you to manage data flow of

LoB mobile apps. for eg: restricting copy paste

action to only managed apps

RFP conditions prevails

628

Vol 2, Section

"Functional

Requirement of

Command and

Control Centre

Platform" -

Authentication,

Authorization

36 General query

We suggest using a authentication & authorization

system that allows you to give email access to users

only after mobile device enrollment.

RFP conditions prevails

629

Vol 2, Section

"Functional

Requirement of

Command and

Control Centre

Platform" -

Authentication,

Authorization

36 General query

Please specify if you have any company owned

devices to manage which you give out to

users.(Android, iOS and windows 10 devices)

RFP conditions prevails

630

Vol 2, Section

"Functional

Requirement of

Command and

Control Centre

Platform" -

Authentication,

Authorization

36 General query

We suggest using authentication & authorization

system that enables you to wipe data from devices

when device is unenrolled.

RFP conditions prevails

631

Vol 2, Section

"Functional

Requirement of

Command and

Control Centre

Platform" -

Authentication,

Authorization

36 General query

Please specify if there are going to be Linux client

machines in the centralize command and control

centre.

RFP conditions prevails

632

Vol 2, Section

"Functional

Requirement of

Command and

Control Centre

Platform" -

Authentication,

Authorization

36 General query

We suggest using authentication & authorization

system that gives users time based access to

administrators. Example- device management

admin, Help desk admins.

RFP conditions prevails

633

Volume 2, Section

2.3.1 "General

Requirements" of

Command and

Control Centre

Platform-Web

Portal & Mobile App

31 General query

Please clarify whether the portal required for

citizens will be different from the portal required for

Internal users.

RFP conditions prevails

Page 54: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

634

Volume 2, Section

2.3.1 "General

Requirements" of

Command and

Control Centre

Platform-Web

Portal & Mobile App

31 General queryPlease specify if authenticated access to both the

portal & the app is required.RFP conditions prevails

635

Volume 2, Section

2.3.1 "General

Requirements" of

Command and

Control Centre

Platform-Web

Portal & Mobile App

31 General query

Consider adding the clause- "Internal Users should

be able to use it to store work files across multiple

devices with ease and security. "

RFP conditions prevails

636

Volume 2, Section

2.3.1 "General

Requirements" of

Command and

Control Centre

Platform-Web

Portal & Mobile App

31 General query

Consider adding the clause- "Internal Users should

be able to share selected files with colleagues as

needed, and edit Office documents together in real

time."

RFP conditions prevails

637

Volume 2, Section

2.3.1 "General

Requirements" of

Command and

Control Centre

Platform-Web

Portal & Mobile App

31 General query

Consider adding the clause- "Internal users should

be able to collaborate with online chatting and

online storing of content."

RFP conditions prevails

638

Volume 2, Section

2.3.1 "General

Requirements" of

Command and

Control Centre

Platform-Web

Portal & Mobile App

31 General query

Consider adding the clause "office documents

should open on a browser and users can edit the file

without opening these on client system"

RFP conditions prevails

639

Vol 2, Section 5.3

"Data Security"-

Endpoint protection

and storage

protection

150 General query

We suggest using a data security solution with end-

point protection against malicious code execution as

well.

RFP conditions prevails

640

Vol 2, Section 5.3

"Data Security"-

Endpoint protection

and storage

protection

150 General query

Kindly clarify- why restoring Ransomware infected

files is needed since these files are already infected.

Instead, we suggest having a security system that do

you want the end-point to prevent any unknown

folder/file encryption processes (typical way of

ransomware attack).

RFP conditions prevails

641

Vol 2, Section 5.3

"Data Security"-

Endpoint protection

and storage

protection

150 General query

Request to consider a solution that gives ability to

native web-browser and OS to screen malicious and

untrusted websites and sandbox execution of

suspicious URLs or enable a read-only mode to

unverified websites

RFP conditions prevails

642

Vol 2, Section 5.3

"Data Security"-

Endpoint protection

and storage

protection

150 General query

Request to consider a solution that gives

virtualization-enabled security built-in in the end-

point OS

RFP conditions prevails

643

Vol 2, Section 5.3

"Data Security"-

Endpoint protection

and storage

protection

150 General query

Kindly mention if you have a security plan against

credential-protection. We suggest using a solution

that gives this ability.

RFP conditions prevails

644

Vol 2, Section 5.3

"Data Security"-

Endpoint protection

and storage

protection

150 General query

Request to consider a solution that gives protection

against physical drive loss via native drive

encryption in OS

RFP conditions prevails

645

Vol 2, Section 5.3

"Data Security"-

Endpoint protection

and storage

protection

150 General queryRequest to consider a solution that gives network

protection capabilites in OS RFP conditions prevails

646

Vol 2, Section 5.3

"Data Security"-

Endpoint protection

and storage

protection

150 General query

Request to consider a solution that gives global

cloud-intelligence on advance threat to be

integrated with your OS and provide behavioral-

based alerting on a centralized dashboard for post-

breach scenarios

RFP conditions prevails

647

Vol 2, Section 5.3

"Data Security"-

Endpoint protection

and storage

protection

150 General query

Request to consider a solution that gives capabilities

of centralized APT breach monitoring with OS to

provide response capabilites like isolate file/ isolate

machine etc

RFP conditions prevails

Page 55: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

648

Vol 2, Section 5.3

"Data Security"-

Endpoint protection

and storage

protection

150 General query

Request to consider a solution that gives machine-

learning based APT breach monitoring solution to

integrate with an SIEM solution (if used) or send

push notifications or email alerts

RFP conditions prevails

649 Volume I : 3.4.3 39

Stage 3: Commercial Evaluation

d. The bidder that has quoted the lowest Total

Price (Capex price + Opex price) shall be

awarded the contract. For the purpose of

arriving at L1, prices inclusive of any applicable

taxes and levies etc. will be considered.

The commercial evaluation must be on the basis of

QCBS, consisdering the fact that the RFP has an idea

of deployement for command and control centre

along with other systems which includes high

technical specifications which must be evaluated on

the quality basis as well. The QCBS bidding has a lot

of smart city tender referneces as well. The

proposed QCBS is 70:30.

Please refer to the corrigendum 6

650 Volume I : 3.4.3 41

Pre-Qualification Criteria

The sole bidder or lead bidder should have

completed at

least two projects in Govt/ Semi Govt/ PSU; in

the field of

development and integration of citizen centric

web portal /

mobile app, database management /data

warehousing/ business analytics / cloud

applications on the date of release of NIT.

This condition needs to be relaxed and should be in

sync with rest of the PQ criteria. PQ and TQ should

be free of bias. This condition should read:

"The sole bidder or lead bidder/consortium partner

should have completed at least two projects in

Govt/ Semi Govt/ PSU; in the field of development

and integration of citizen centric web portal /

mobile app, database management /data

warehousing/ business analytics / cloud applications

on the date of release of NIT."

Please refer to the corrigendum 6

651 Volume I : 3.5.1 46

3.5.1 Technical Bid Criteria & Evaluation

The Sole Bidder or lead member (in case of

consortium) should have

experience in the field of City centric software

Integration Projects

Marks shall be allotted as below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

This condition needs to be relaxed and should be in

sync with rest of the PQ criteria. PQ and TQ should

be free of bias. This condition should read:

The Sole Bidder or lead member/consortium

partner (in case of consortium) should have

experience in the field of City centric software

Integration Projects having experience of

Integration of smart features like city wide Utility

SCADA System (Water/Power/ Sewerage/ Waste) ,

Marks shall be allotted as below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

Please refer to the corrigendum 6

652 Volume II : 2.3 28

It will be a common facility

from where various smart components shall be

operated and monitored such as smart Signals,

smart vehicles, Smart street lights, smart

parking, city Surveillance, solid waste bins &

Vehciles

etc.

there are various ways to integrate with utilites

system however for real time integration the

CCC/IOE/ICCA platform need standrad OPC

connectivity like DA (Data access), AE (Alarm &

Events), HDA (Historical Data Access), XML DA (XML

Data Access) and finally DX (Data eXchange) as

industry practics. Please clarify whether platform

should have OPC connectivity for utility system

RFP conditions prevails

653 Volume III : 9.2 8

The Consortium member has agreed that SI is

the prime point of contact between the

Consortium member and the Authority and it

shall be primarily responsible for the discharge

and administration of all the obligations

contained herein and, the

Authority, unless it deems necessary shall deal

only with SI. SI along with all consortium

members shall be jointly and solely responsible

for the project

execution

Request to change the clause to that the Lead

bidder shall be jointly and solely liable whereas the

consortium members shall be solely liable for their

scope of work.

The request is in view of consideration that a lot of

sub systmes are from entirely different domain of

work hence joint and several liability of the

consortium partners makes experts in only one

domain unable to participate in the bid.

RFP conditions prevails

654 Volume III Addition:

Suspension by the Supplier -

The Seller shall have the right to suspend the

execution of Works, in part of whole, due to any of

the following reasons not attributable to SE,

without invalidating the other provisions of the

Contract. The Seller shall give a written notice for

suspension to the Buyer in case Buyer delays or fails

to fulfill its contractual obligations

a) Delay or default by the Buyer in providing

encumbrances free site fronts or right to access site

or approach road to site.

b) Seller payment are withheld /suspended beyond

reasonable time limit;

c) Buyer persistently fails to timely comply its

obligations including approval/ certifications of

drawings, documents, measurements or other

inputs.

d) The occurrence of Force Majeure event

e) A Change in Law or directive of any Government

Authority, where performance of contractual

obligations are not feasible or possible.

f) Repeated suspensions or work withheld by Buyer;

g) Any other reasons for which the Seller is not

liable and it is not feasible to continue works unless

issue is resolved.

If any of the above condition continues for more

than 15 days, the Seller may demobilize its

RFP conditions prevails

Page 56: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

655 Addition:

Termination by the Seller

The Seller can terminate/ cancel the Contract with

prior written notice of 30 days to the Buyer for any

of the following reasons:-

a) Insolvency, receivership or bankruptcy

proceedings are commenced by or against the

Buyer;

b) Seller's payment are withheld /suspended

beyond reasonable time limit;

c) Buyer fails to fulfill its contractual obligations

d) Any material breach or representations or

warranties made was false or intentionally

misleading when made.

e) Buyer assigns or transfers the Contract or any

right or interest herein other than in accordance

with the Contract.

f) Persistently fails to timely comply its obligations

including approval/ certifications of drawings,

documents, measurements or other inputs.

g) The occurrence of Force Majeure event continues

for 3 months or above.

h) Buyer fails to take delivery of material due to

whatever reasons for more than 3 months.

i) Repetitive suspension of work due to reasons

attributable to Buyer.

j) A change in Law of any Government Authority,

where performance of contractual obligations are

RFP conditions prevails

656 VOL-II, FIREWALL 159

Firewall shall have the following minimum

capabilities:

• VPN functionalities with 2000 simultaneous

VPN tunnels

• Encrypted throughput: minimum 800 Mbps

• Concurrent connections: up to 100,000

Since the IPS throughput of 10Gbps is required in

RFP, the Firewall performance of only 800 Mbps is

not inline with the requirement. Considering 10

Gbps of NIPS, it is suggested that the Firewall

throughput should be atleast 50 Gbps or more for

IPv4 & IPv6 traffic and should be able to cater to at

least 20 Million concurrent connections and at least

400,000 new sessions per second

RFP conditions prevails

657 VOL-II, FIREWALL No mention of SSL inspection throughput

Today mostly all traffic is web based and

encrypted.It is therefore suggested that the Firewall

should support protection for SSL

encrypted traffic and should deliver at least 10 Gbps

of SSL inspection throughput to cater to present and

future traffic load.

RFP conditions prevails

658 VOL-II, ANTI-APT 155

Solution must be custom built AntiAPT solution

and must not have network perimeter security

component part devices like firewall and IDS/IPS

It is suggested to refer NSS labs BDS report of last 2

years and give fair chance to OEMs which are

Recommended by NSS. ATP is a framework and not

just a single box solution. APT solution has to be

tightly integrated with Security components like

Firewalls , Web Application Firewalls , EMail Security

solution for complete protection. Requesting to

revise this clause to "The AntiAPT solution should

be able to communicate bi-directionally with the

proposed Firewall / NGFW solution for automatic

blocking/threat update.

RFP conditions prevails

Custom built APT solutions offer

dedicated resources to do analysis

of unknown threats with higher

acceleration instead of

UTM/Firewall devices having

multiple security layers hosted on

shared resources.

659 VOL-II, ANTI-APT 155

Solution should be able to integrate with its own

threat intelligence portal for further

investigation, understanding and remediation of

an attack.

It is suggested to revise the clause to ' Solution

should be able to integrate with its own / third

party threat intelligence portal for further

investigation, understanding and remediation of an

attack.'

RFP conditions prevails

660 VOL-II, ANTI-APT 156The Proposed solution should monitor InterVM

traffic on a Port Mirror Session

This is capability of Port Mirroring Device to send

data separately & not related to the APT solution.

Request to please remove this clause

RFP conditions prevails

661 VOL-II, ANTI-APT

156

&

157

Customized sandbox solution should support

following operating systems (Windows XP,

Win7, Win8/8.1, Win 10, Windows Server 2003,

2008 & 2012) and must have the capability to

analyse large files and must be able to support

more than 40MB file size.

&

The Proposed solution should support

customizable Windows 7/8/10 and Microsoft

2008/12 operating environments for

Sandboxing. This requirement should be based

on virtual execution and should not be

Hardware or chip based function.

It is suggested to revise the clause to 'The solution

must be able to detect and report malware across

multiple operating systems (like: Windows XP,

Windows 7, Windows 8/8.1, Windows 10 (with

multiple service pack levels)

Today any file which needs to run in Sandbox

environment can run in 32bit or 64bit operating

systems depending on the file. It doesn’t matter if it

runs on Windows operating system or Windows

Server operating system. It is requested to remove

the Server OS from operating systems to allow other

leading Security OEMs to participate

RFP conditions prevails

662 VOL-II, ANTI-APT 156

The proposed solution should be able to run at

least 60 parallel sandboxes for analysis of

payload and on premise customized sandbox

solution should have the capability to allow

manual submission of suspicious files for

analysis

It is suggested to reduce the number to 56 parallel

sandboxes to allow leading security OEMs to

participate. The existing clause of 60 Sandboxing is

favouring one OEM and will make other OEMs

difficult to participate

RFP conditions prevails

Considering Smart City traffic

volume and future scalability

considering unknown malware

threats the proposed solution

should be able to run at least 60

parallel sandboxes for analysis of

payload and on premise

customized sandbox solution

should have the capability to allow

manual submission of suspicious

files for analysis

Page 57: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

663 VOL-II, ANTI-APT 157

The Proposed solution should have option to

share Indicators of compromise for mitigation

and clean up with AV endpoint and Web

gateway to block threat at web gateway level

and network level through NIPS. AntiAPT

solution should share intelligence with

endpoint, security web gateway solution, HIPS

server security & NIPS, similarly endpoint and

security web gateway, NIPS & HIPS (Server

Security) should submit files to AntiAPT solution

for analysis and all three (AntiAPT, Web

Security, Email security, Endpoint, HIPS (server

security) solution should manage through single

management console

Kindly ask for solution to share intellengence with

Web Gateway, NIPS, endpoint, HIPS etc. Single

management console is only possible if all are from

one OEM and this will restrict other OEMs who do

not have their HIPS. Request to please remove the

clause of Single Management console as this is

specific to one OEM.

RFP conditions prevails

A single dashboard is required to

get the central visibility

The Proposed solution should have

option to share Indicators of

compromise for mitigation and

clean up with AV endpoint and

Web gateway to block threat at

web gateway level and network

level through NIPS. AntiAPT

solution should share intelligence

with endpoint, security web

gateway solution, HIPS server

security & NIPS, similarly endpoint

and security web gateway, NIPS &

HIPS (Server Security) should

submit files to AntiAPT solution for

analysis and all three (AntiAPT,

Web Security, Email security,

Endpoint, HIPS (server security)

solution should manage through

single management console.

664 VOL-II, ANTI-APT No metion of SSL inspection

Today most of the traffic is encrypted. Unless

AntiAPT solution is able to decrypt SSL the

encrypted traffic cannot be inspected and can

spread the malware inside the network without

being detected. It is suggested to include SSL

Inspection as mandatary requirement in the

required solution.

RFP conditions prevails

665 VOL-II, ANTI-APT No metion of AntiAPT throughput

Its is suggested that AntiAPT solution be able to

deliver at least 5 Gbps or more throughput. Without

mentioning the throughput, the solution can be a

bottleneck if any lower end throughput appliance is

proposed.

RFP conditions prevails

666 VOL-II, ANTI-APTNo metion of Files per hour inspection

mentioned

It is suggested that RFP should ask for atleast 1000

files per hour to be inspected in VM SandboxingRFP conditions prevails

667 WAF No mention of WAF specifications

It is suggested that

Web application firewall shall be an appliance based

solution and provide specialized application threat

protection from application-level attacks targeted at

web applications like SQL injection, cross-site

scripting, brute force etc and should support both

positive & negative security model for Web

Application Security. It should provide controls to

prevent identity theft, financial fraud and corporate

espionage. The solution should deliver 3 Gbps of

HTTPS WAF throughput and should be able to cater

to 1 Million concurrent connections and 90,000

HTTPs (2048 bit) transactions per second. WAF

appliance should have 8 x1G & 4 x10G ports and

should would in multiple modes such as Active

mode, passive mode, Transparent mode and reverse

proxy mode. The WAF solution should support

inbuilt / external Web Vulnerability Scanner to

detect existing vulnerabilities in the protected web

applications. The solution should have data leak

prevention module for alerting/blocking any credit

card leakage and information disclosure and Anti

Web Defacement module to provide ability to check

the authorized version of the website content. It

should support scanning for malicious content in

uploads along with File upload violations. The

solution should support fail open in case of

hardware failure.

RFP conditions prevails

Bidder's should meet the

functional requirement by

adhering OWASP framework

668 DDoS No mention of DDoS specifications

It is suggested that

DDoS shall be an appliance based solution with

minimum 8 x 1G LAN & 8 x 1G WAN interfaces (with

internal bypass) and should support at least 10 Gbps

of Mix throughput. The solution should be

completely behaviour based and must detect and

block HTTP Opcode Flood, URL/source/second, SYN

Flood attacks, Zombie Floods, ICMP Floods,

Fragment Flood, HTTP GET Flood and block Floods

from Unwanted Geographical areas. DDoS Appliance

should receive a continuous update feed of

Malicious Sources categorise as phishing, botnet

etc. and these sources should be blocked. DDoS DNS

flood mitigation should support at least 4 Million

queries per second and use techniques like DNS

Header anomaly prevention, DNS Unexpected

Query, Unsolicited DNS Response flood, DNS

Response cache under flood, DNS Query TTL checks

etc to prevent against DNS flooding & modern day

IoT based DNS DDoS attacks.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

669

Vol_2_RFP, 1.4

Finalization and

submission of a

detailed technical

architecture -

Scalability

10

The data center infrastructure shall be capable

of serving at least 1000 concurrent

users.

Does these 1000 concurrent users include both

internal and external users?RFP conditions prevails

Page 58: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

670

Vol_2_RFP, 1.4

Finalization and

submission of a

detailed technical

architecture - Single-

Sign On

12

Similarly, for external users (citizens, etc), based

on their profile and registration, the system

shall enable Single-Sign on facility to apply for

various services,

What will be the tentative number of external users

for which Single Sign On will be required? This will

help in doing the sizing.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

671

Functional

Requirement of

Command and

Control Centre

Platform: -

Authentication,

Authorization

37System should support standard Authentication,

Authorization Performs

What will be the count of internal and external

users for which the Authentication, Authorization

and SSO features are required in the system.

RFP conditions prevails

672

Functional

Requirement of

Command and

Control Centre

Platform: - Multi-

tenancy

44Single instance of SMART CITY PLATFORM can

be logically partitioned to host multiple tenants.

What is the intent of creating the multiple tenants?

Do you have plan to share this platform with any

other Smart City?

Please refer to the corrigendum 6

673

Functional

Requirement of

Command and

Control Centre

Platform: -

Enterprise resource

planning (ERP)

integration

48

System should allow integration of business

process in ERP workflows like property tax

collection etc.

Can you please tell the details of ERP system that

need to be integrated like vendor etc.?RFP conditions prevails

674

Functional

Requirement of

Command and

Control Centre

Platform: - Analytics

Engine

Visualizations

50Integrate with other 3rd party applications

seamlessly.

Which all 3rd party applications are you anticipating

to integrate with?RFP conditions prevails

675

Technical

requirement -

Server

136Shall support Industry standard virtualization

hypervisor like Hyper-V, VMWARE and Citrix.

We request you to change it to 'Shall support

Industry standard virtualization hypervisor like

Hyper-V, VMWARE or Xen Server.'

Please refer to the corrigendum 6

676

Technical

requirement -

Server

135 Rack mountable/ BladeWe request you to change it to 'Rack Mountable or

Balde'RFP conditions prevails

677

Technical

requirement -

Primary Storage

137RAID solution offered must protect against

double disc faluire

We request you to change it to ' RAID solution

offered must protect against double disc faluire

with RAID 1+0'

RFP conditions prevails

678

Technical

requirement -

Primary Storage

137 RAID 0, 1, 1+0, 5+0 and 6We request you to change it to RAID 0, 1, 1+0, 5+0

or 6RFP conditions prevails

679

Technical

requirement -

Primary Storage

137

Minimum 128 GB of useable cache across all

controllers. If cache is provided in additional

hardware for unified storage solution, then

cache must be over and above 128 GB.

We request you to change it to 'Minimum 15%

performnce tier with high performing SSD disks

across the controllers'

RFP conditions prevails

680

Technical

requirement -

Primary Storage

137

The storage array must have complete cache

protection

mechanism either by de-staging data to disk or

providing complete cache data

protection with battery backup for up to 4 hours

We request you to change it to 'The storage array

must have complete cache protection

mechanism either by de-staging data to disk, writing

to multiple chache disks or providing complete

cache data

protection with battery backup for up to 4 hours'

RFP conditions prevails

681Vol 2 - Scope of

work29

MSI should be able to provide Unified view for

each Departments

1. What are various source system/ applications

being used at present?

2. What would be aggregated data volume/ size of

the source applications already in use?

3. How many users will be accessing UNIFIED VIEW

of these applications at present and what is the

concurrency level of users?

RFP conditions prevails

682Vol 2 - Scope of

work29

MSI should provide a universal dashboard to

view all applications in a consolidated manner.

1. How many users shall be accessing the dashboard

to view all applications and the dashboard required

to be viewed through Mobile also ?

RFP conditions prevails

683 30

The IT platform should be provided at an

optimum cost. Cost can be optimized by

leveraging the existing hardware and network

infrastructure, cloud

services, framework, and reusing software

components. The Uttar Pradesh has an IT

Platform with NIC in place with extensive

infrastructure and framework, which may be

leveraged. The selected bidder may suggest

other

cloud options too, which may be more cost

optimized. The bottom line is the selected

bidder will have to identify a solution at an

optimum cost for the LSCL

IT Platform.

1. Would you be able to provide us list of all IT

resource from hardware, infrastrucuture, network,

cloud and software already available on IT platfrom?

2. Please conirm if dept. is open for considering

technically robust and cost effective Cloud licenses,

subscription based at optimum cost for providing

Dashbooards and Analytics view

RFP conditions prevails

Page 59: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

684 30

IoT Layer must integrate lots of Services in

the current scenario and must deliver an

architecture which will be future scalable and

can accommodate more Services/ Utility

Solution Integration. IoT shall be a Common

layer and is required for the Normalization of

the data from different edge applications. This

layer will aggregate and integrate utilities &

sensors data so as to ensure that Device

management, Analytics, Reporting, Dash

Boarding and Integration of the Different

Authorities data can be performed from a

Single operational screen. This layer shall also

integrate with different Independent Software

Vendor (ISV) applications Hosted at Data Center

or at Cloud to provide the completeness of the

solution. The Integrated command and control

Centre platform shall be implemented in the

form of a software system solutions comprising

of a middleware, web portal, mobile app,

several databases with specific purposes, and

required applications for pulling in data,

processing data and presenting data and run

predictive analytics as and when required. The

selected bidder has to deploy such platform for

integration of all smart component/sensors use

cases on this

platform.

RFP conditions prevails

685

Functionality

Description -

Platform

Functionality

Page no. 37Application management: Provides role-based

access view to applicationsRFP conditions prevails

686Global Market

PresencePage no. 44

Smart city suppliers should be adaptable to the

emerging needs of cities. Suppliers should

develop offerings that meet the growing

interest in urban Internet of Things (IoT)

applications, big data solutions, and the

transformation in city approaches to energy

policy, urban mobility

RFP conditions prevails

687Geospatial Bigdata

AnalyticsPage no. 102

Geospatial Bigdata Analytics

Server Software should support On-premise and

cloud based Big data analysis of spatial data

using Vector & Tabular data

RFP conditions prevails

688

Functional

Requirement of

Command and

Control Centre

Platform:

Vol 2 - Pg 54

Platform shall have no Single point of failure.

Software & hardware fault shall not result

total system failure.

Kindly confirm if you are looking proposed

Infrastructure components in active-active

clustering mode to avoid any single point of failure?

As per architecture best practices It is

recommended to have proposed software

components in active-active mode to avoid any

single point of failure.

RFP conditions prevails

689

4.1 Geographical

Information System

(GIS) & GIS City

Portal

Vol 2 - Pg 84,86

Base data has to be taken from GIS city portal

on

ArcGIS Platform and then the MSI has to analyse

the gap in the GIS data and shall augment

the GIS data as per the requirement.

xx. 8 Core Arc GIS Server on Active-Active mode

along with two Desktop advanced are

already existing and the MSI shall evaluate the

sizing as per their requirement of the

system and also has to maintain the existing city

portal and the upgrade system for

5 years.

Is it necessary to use ArcGIS as GIS Data platform or

MSI can propose better solution also for GIS Data

platform .

Please refer to the corrigendum 6

690

Proposed

Technology under

GIS initiative by

Lucknow Smart City:

Vol 2 - Pg 87

02 Database Server (2U Rack Server with dual

Intel Xeon E52637 v4

processor, 256 GB RAM, 2*1 TB HDD, Windows

Server

2012 std. Dual Port Fiber HBA.

Please provide the Database software details

(Database Vendor and Database Version) which is

being used in existing GIS application

Please refer to the corrigendum 6

691 Database Vol 2 - Pg 142

Database shall have Active-Passive failover

clustering with objectives of

scalability and high availability.

As per Architecture best practice, for High Availbility

it is recommended to have active-active clustering

that provide High Availability (fault tolerance from

hardware failures or planned outages) , scalability

and Database load shared across all nodes which is

part of cluster . All the nodes are actively available

for all type of transactions (read / Write/update

operations)

We are suggesting you to kindly change it as

“Database shall have Active-Active clustering with

objectives of scalability and high availability. All the

Database nodes should be actively available for all

type of transactions (read / Write/update

operations)”

RFP conditions prevails

692

RFP Volume 2/ DC

DRC Monitoring

dashboard

122

MSI should provide a dashboard view for their

DC/DRC solution for LSCL for

virtually monitoring all smart city projects

related DC & DRC activities inclusive

of hardware, application, data, bandwidth,

manage hosting services, storage

from the ICCC.

Does LSCL wants the DRM solution to provide

service based dashboard that should provide

Business-IT relationship and service availability, DR

readiness, Business function availability, etc

RFP conditions prevails

693

RFP Volume 2/ DC

DRC Monitoring

dashboard

122

The system should able to generate automatic

and manual notifications, alerts and reports

based on performance to the concerned

operators/individuals.

Does LSCL want the DRM solution to provide alerts

through SMS, email, etc. in case of threshold breach

or threat of SLA violation

RFP conditions prevails

How important and frequent will be Predictive

Analysis on the collected data at Integrated Comand

and Control Centre and whether it gathers data

from all the department applications as mentioned

in page 29? For cost optimization and proven COTS

tools, it is strongly recommened to use Cloud

licenses for BI Analytics and Visualization. Please

confirm department's stand on it.

Page 60: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

694

RFP Volume 2/ DC

DRC Monitoring

dashboard

122 Additional Queries

Does LSCL wants the proposed solution toprovide

services heat map to pinpoint the root cause of the

service degradation.

RFP conditions prevails

695

RFP Volume 2/ DC

DRC Monitoring

dashboard

122 Additional Queries

Does LSCL wants the proposed solution should

provide capability to define services, business

functions, IT Components and should be able to

monitor those from availability standpoint.

RFP conditions prevails

696

RFP Volume 2/ DC

DRC Monitoring

dashboard

122 Additional Queries

Does LSCL wants the proposed solution to support

concurrent / parallel application recovery workflows

to be executed as part of failover

RFP conditions prevails

697

RFP Volume 2/ DC

DRC Monitoring

dashboard

122 Additional Queries

Does LSCL wants the proposed solution should be

capable of Recovering Servers, Storage, Network,

Application, DB, Webserver and Middleware

layers on a click of a button

RFP conditions prevails

698

RFP Volume 2/ DC

DRC Monitoring

dashboard

122 Additional Queries

The proposed solution should provide out of the

box reports on RPO deviation, RTO deviation,

Datalag, Application DR Readiness status and

replication trendingcapable of generating reports in

pdf, csv, XML format

RFP conditions prevails

699

RFP Volume 2/ DC

DRC Monitoring

dashboard

122 Additional Queries

Does LSCL want the proposed solution to support all

major platforms including Linux, Windows, Solaris,

HPUX and AIX with native high availability

options. It must support both physical and virtual

platforms.

RFP conditions prevails

700

RFP Volume 2/ DC

DRC Monitoring

dashboard

122 Additional Queries

Does LSCL want the proposed solution to be capable

of monitoring the firewall policy updates that are

happening at production and if any change in

the policy is done at DC the same should be

identified and replicated across the DR firewall to

reflect the respective changes.

RFP conditions prevails

701

Vol-1

2.2 Eligible Bidders

b. Consortium of

Firms

13

Bids submitted by a consortium should comply

with the following requirements also:

ii. Any firm which is not a Lead Bidder to this

RFP cannot be a partner in any of the bids

submitted against this RFP

Request to change the clause as

Any firm which is not a Lead Bidder to this RFP can

be a partner in any number of bids submitted

against this RFP

In order to get the more

participant and

competitive proposal

please add the above

clause

RFP conditions prevails

702

Vol-1

2.8 Earnest Money

Deposit (EMD)

16

EMD of Rs. 5,00,000/- (Rupees Five Lakh Only)

shall be paid online through e-Procurement

portal. No exemption for submitting the EMD

will be given to any agency. Bid security in any

other form will not be entertained.

Request to please accept EMD in the form of BG

alsoPlease refer to the corrigendum 6

703

Vol-1

Pre-Qualification

Criteria

35

2. The Sole Bidder or the Lead Bidder of

consortium should have an average annual

turnover of minimum INR 10 crore with

minimum average turnover of INR 5 crore from

one or more of the “specific business areas”

mentioned below over the last three financial

years and, in case of a Consortium, the average

annual turnover for each of the consortium

members over the last three Financial Years

should be INR 2.5 crore or more from one or

more of the “specific business areas” mentioned

below:

• Software Application Development including

mobile app

• Multiple Software application integration

capability

• Database Management

• Business Analytics

• ICT Infrastructure and System Integration

• IoT/Cloud environment

Request to change the clause as

The Sole Bidder or the Lead Bidder of consortium

should have an average annual turnover of

minimum INR 10 crore with minimum average

turnover of INR 5 crore from one or more of the

“specific business areas” mentioned below over the

last three financial years below:

• Software Application Development including

mobile app

• Multiple Software application integration

capability

• Database Management

• Business Analytics

• ICT Infrastructure and System Integration

• IoT/Cloud environment

RFP conditions prevails

704

Vol-1

Pre-Qualification

Criteria

36

5. The Sole Bidder or the Lead bidder of

consortium, in case of a Consortium, should

possess any of the below Certifications which

are valid at the time of bidding:

• ISO 9001

• ISO 20000

• ISO 27001:2013 for Information Security

Management System

Request to please remove the requirement of ISO

20000 Certificate or else allow from any member of

the consortium

RFP conditions prevails

705

Vol-1

Pre-Qualification

Criteria

36

The sole bidder or lead bidder /consortium

partner should have CMM level 5. Request to remove this requirement RFP conditions prevails

706

Vol-1

Pre-Qualification

Criteria

36

The sole bidder or lead bidder should have

completed at least two projects in Govt/ Semi

Govt/ PSU; in the field of development and

integration of citizen centric web portal / mobile

app, database management /data warehousing/

business analytics / cloud applications on the

date of release of NIT.

Request to consider the Experience from any

member of the consortiumPlease refer to the corrigendum 6

707

Vol-1

3.5.1 Technical Bid

Criteria &

Evaluation

39

A. Sole bidder/ Lead bidder Profile

CMM Certification

Marks shall be allotted as given below:

•CMM level 5 =3 marks

Request to modify the clause as

• ISO 9001 - 1 Marks

• ISO 27001:2013 - 2 Marks

RFP conditions prevails

Page 61: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

708

Vol-1

3.5.1 Technical Bid

Criteria &

Evaluation

39-40

B Project Experience

B1 Web Portal/mobile app

The Sole Bidder or lead member (in case of

consortium) should have been awarded and

successfully executed & commissioned

project(s) related to development and

integration of citizen centric web portal / mobile

app components or both having minimum value

of INR 15 crore in India during last five years as

on the date of release of RFP.

.Marks shall be allotted as given below:

• More than equal to 5 Project = 20 marks

• 4 Project = 14 marks

• 3 Project = 10 marks

• 2 Project = 7 marks

Request to change the clause as

Web Portal/mobile app The Sole Bidder or any

member (in case of consortium) should have been

awarded and successfully executed & commissioned

project(s) related to development and integration of

citizen centric web portal / mobile app components

or both having minimum value of INR 2 crore in

India during last five years as on the date of release

of RFP.

.Marks shall be allotted as given below:

• More than equal to 4 Project = 20 marks

• 3 Project = 14 marks

• 2 Project = 10 marks

• 1 Project = 7 marks

Please refer to the corrigendum 6

709

Vol-1

3.5.1 Technical Bid

Criteria &

Evaluation

41

B Project Experience

B2 City centric software Integration Projects

The Sole Bidder or lead member (in case of

consortium) should have experience in the field

of City centric software Integration Projects

Marks shall be allotted as below:

• Four Projects = 10 marks

• Three Projects = 8 marks

• Two Projects =6 marks

Request to Change the clause as

City centric software Integration Projects

The Sole Bidder or any member (in case of

consortium) should have experience in the field of

City centric software Integration Projects

Marks shall be allotted as below:

• Three Projects = 10 marks

• Two Projects = 8 marks

• One Projects =6 marks

Please refer to the corrigendum 6

710

Vol-1

3.5.1 Technical Bid

Criteria &

Evaluation

42

B Project Experience

B3 Software Platform

The Sole Bidder or lead member (in case of

consortium) should have experience in

developing and implementing IT software

projects in India with Java /J2EE, Application

Servers like JBoss or similar, HTML5/CSS3,

mobile apps native languages (Android, ioS,

Windows, Hybrid language like phonegap), User

Experience in designing User Interfaces. At least

2 projects have been executed (documentary

evidence to be provided as proof of delivery)

with the above mentioned technology stack.

Marks shall be allotted as below:

• Four Projects = 10 marks

• Three Projects = 8 marks

• Two Projects =6 marks

Request to change the clause as

The Sole Bidder or any member (in case of

consortium) should have experience in developing

and implementing IT software projects in India with

Java /J2EE, Application Servers like JBoss or similar,

HTML5/CSS3, mobile apps native languages

(Android, ioS, Windows, Hybrid language like

phonegap), User Experience in designing User

Interfaces. At least 1 projects have been executed

(documentary evidence to be provided as proof of

delivery) with the above mentioned technology

stack.

Marks shall be allotted as below:

• Three Projects = 10 marks

• Two Projects = 8 marks

• One Projects =6 marks

Please refer to the corrigendum 6

711

Vol-2

11 Payment Terms

and Schedule

185

Payment Schedule

1. Upon approval of SRS,FRS & SDD document by

the authority - T+1 Months - 10% of contract

value

1. Phase I Operationalization & Go Live

Acceptance by the authority - T + 3 Months -

30% of contract value

2. Phase II Operationalization & Go Live

acceptance by the authority - T + 6 Months -

30% of contract value

3. Operations & Maintenance phase for a period

of 60 months from the date of Go Live of the

last solution - T1 + 60 Months - 30% of Contract

Value in equal quarterly instalments

Request to Change the Payment Schedule as

1. Upon approval of SRS,FRS & SDD document by the

authority - T+1 Months - 10% of contract value

1. Phase I Operationalization & Go Live Acceptance

by the authority - T + 3 Months - 40% of contract

value

2. Phase II Operationalization & Go Live acceptance

by the authority - T + 6 Months - 30% of contract

value

3. Operations & Maintenance phase for a period of

60 months from the date of Go Live of the last

solution - T1 + 60 Months - 20% of Contract Value in

equal quarterly instalments

RFP conditions prevails

712Server Load

Balancer, Volume 2141

Multi-tenant hardware with multicore CPU

support. It shall support minimum four (4)

virtual instances and shall be scalable to 16

instances on the same appliance. Shall have

minimum of 10 Gbps of system throughput per

virtual instance to support multiple load

balancing and security functions. Shall have

minimum of 8x10G SFP+ interfaces from day

one. Shall have security features like reverse-

proxy firewall, sync-flood and denial of service

attack protection from day one.

SUGGESTED CLASUE:

Multi-tenant hardware with multicore CPU support.

It shall support minimum 10 virtual instances and

shall be scalable to 100 instances on the same

appliance.

Device Throughput: 100 Gbps with 50% scalability in

case of future requirement.

Traffic Ports:

4 x 40 GbE QSFP+

20 x 10 GbE SFP+

SLB should support the Next Generation Features

like

1) Virtualization with Internal Hypervisor (10vADC

scalable upto 100)

2) Application Performance Monitoring

3) Web Performance Optimization

4) Security (ICSA Certified WAF, Defense

Messaging/Integration with DDoS solution)

5) Automation

SLB OEM should have TAC based in India and

present in Gartner Leader's Quadrant (2016).

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

Page 62: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

713Link Load Balancer,

Volume 2141

Link load balancer shall be an appliance based

solution with minimum 64 bit speed core

architecture and purpose built hardware for

overall high performance. It shall have a

minimum of 64 GB RAM and at least 8x10G SFP+

ports. It shall have minimum of 120 Gbps

throughput. Shall support security features like

reverse-proxy firewall, sync-flood and denial of

service attack protection from day one. It shall

support multiple Internet links in active-active

load balancing and active-standby failover

mode.

Most of the Industry leading OEM's provide both

Link Load Balancer and Server load Balancer

solutions. Kindly allow the SLB and LLB from the

same OEM, in order to have better management

and single point of contact for Load Balancing

solutions.

SUGGESTED CLAUSE:

Link load balancer shall be an appliance based

solution with minimum 64 bit speed core

architecture and purpose built hardware for overall

high performance.

Device Throughput: 100 Gbps with 50% scalability in

case of future requirement.

Traffic Ports:

4 x 40 GbE QSFP+

20 x 10 GbE SFP+

It shall support multiple Internet links in active-

active load balancing and active-standby failover

mode.

LLB and SLB should be from same OEM

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

714New Component

Request, Volume 21

We are suggesting DEDICATED DDoS Attack

Mitigation protection solution for the Traffic

generated from the users, in order to safeguard

the Network & Application Infrastructure.

As per the recents Global events, related to IoT

DDoS attacks generated from Cameras, it

becomes a must requirement to handle the

ZERO-DAY DDoS THREATS on REAL TIME BASIS

(SIGNATURE LESS TECHNOLOGY) and the entire

process should be automatic (i.e. without

human intervention).

Dedicated DDoS Mitigation Solution will provide

behavioral based, automatically generated, real-

time signatures, preventing attacks that are not

vulnerability based and zero-minute attacks

such as: network and application floods, HTTP

page floods, malware propagation, Web

application hacking, brute force attacks aiming

to defeat authentication schemes, and

more—all without blocking legitimate users’

traffic and with no need for human intervention.

Pls confirm the solution requirement to be

proposed by the bidder, as part of the RFP SoW.

SUGGESTED CLAUSE:

Dedicated appliance based DDOS Mitigation

solution (not a part of Firewall or UTM or Router or

ADC or Proxy based Architecture) with DoS Flood

Attack Prevention Rate: upto 300 Mpps (EAL4+ or

above certified). Automatic Real Time Signature

generation within few seconds, without human

interference.

Device Throughput: 100 Gbps with 50% scalability in

case of future requirement.

Traffic Ports:

20 (SFP+) x 10GE

4 (QSFP+) x 40 GE and 4 (QSFP28) x 100 GE

DDoS Mitigation solution vendor should have OEM

TAC in India & should have Indian presense for more

than 10 years.

RFP conditions prevails

715 GIS Integration 13If this requires field survey, it needs to be done

by MSI.

What kind of field survey is expected? Please

elaborate.Please refer to the corrigendum 6

716 GIS Integration 13MSI is required to update GIS maps from time to

time.

What are the parameters that decide the update

frequency?Please refer to the corrigendum 6

717

1.5 Other

expectations from

MSI

159. Supply, Installation, and Commissioning of

entire solution at all the locations.

Assuming that locations are in Lucknow itself. How

many locations, solution needs to be installed?

Please specify.

RFP conditions prevails

718

Functional

requirement for

Environmental

Sensor:

20 Air Quality Parameters to monitor and display

Is data model for all the sensors and transmitted

data is finalised or MSI can propose the best suited

data model?

RFP conditions prevails

719 3.1 E Governance 73

1. Integrated Grievance Redressal System

2. Public Grievance Redressal System

3. e-District (Municipal Services)

4. others city levels initiatives

Are these application geo-enabled (GIS based)? RFP conditions prevailsMSI has to study and integrate the

existing system

720 General General Availability of GIS Infrastructure

What is current GIS infra with LSCL? Software

Licenses? Already deployed? Version, Number of

licenses? Etc

Please refer to the corrigendum 6

721

4.1 Geographical

Information System

(GIS) & GIS City

Portal

84 Existing data hosting in SDCWhat is backend database where all GIS data is

stored?Please refer to the corrigendum 6

722 3D Data of city 85 3D Data of city

What kind of 3D data is available? What is the level

of detail (LOD) it is representing? What is the

volume of the data? For how much area, 3D data is

available?

Please refer to the corrigendum 6

723 xviii 86

MSI to maintain, upgrade, integrate and

enhance the City GIS portal application and GIS

platform that is going to be developed under

the GIS initiative of Lucknow Smart City Limited.

Assuming that the application to be developed is

not in the current RFP Scope. Please clarify.Please refer to the corrigendum 6

724 xix 86

MSI to design and develop the GIS based

integrated application for Municipal

departments and other departments.

How many departments will be the part of this

integrated application?Please refer to the corrigendum 6

725Functional

requirements88 General

Assuming that data that needs to be functionally

incorporated has GIS enablement or is able to

integrated directly with GIS. Please clarify.

Please refer to the corrigendum 6

726Geo-enabling My

City My Pride App95 Specifications of mobile app

Please specify the specifications of the mobile app.

Number of users, OS etc.RFP conditions prevails

7274.2 LSCL App

(Mobile App):106 General

Specifications and OS for the mobile app needs to

be shared.RFP conditions prevails

Page 63: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

728

Vol_1_RFP, 2.8

Earnest Money

Deposit (EMD)

page no 16

EMD of Rs. 5,00,000/- (Rupees Five Lakh Only)

shall be paid online through e-

Procurement portal. No exemption for

submitting the EMD will be given to any agency.

Bid security in any other form will not be

entertained.

Request you to kindly accept bid security in the

form of Bank Guarantee from a reputed

nationalised bank.

Dilution required:

EMD of Rs. 5,00,000/- (Rupees Five Lakh Only) shall

be paid online through e-

Procurement portal or in the form of a Bank

guarantee from a reputed nationalised bank. No

exemption for submitting the EMD will be given to

any agency.

RFP conditions prevails

729

Vol_1_RFP, 3.4.3

Stage 3: Commercial

Evaluation.

Page no 34

A written undertaking from each of the

consortium members, in case of a

consortium, duly signed by the authorized

signatory, holding a written special

power of attorney for this bid on a stamp

paper, authorizing the lead bidder incur

liabilities and receive instructions for and

on behalf of any and all consortium

members, and the entire execution of the

Contract, including but not limited to

payments.

Request you to kindly consider Board resolution or

Power of attorney. Since board resolution is the

legal document signed by board of directors.

RFP conditions prevails

730

Volume 2: Scope of

Work , 1.3

Development Phase

/ iv

9

For the integrated solution, the MSI shall supply:

Assuming MSI shall supply source codes of software

developed under Lucknow smart city , All

Intellectual Property Rights (IPR) of software (COTS

software use for development) will be remain with

OEM/Suppliers. Please conrifm.

RFP conditions prevails

731

Volume 2: Scope of

Work , 1.3

Development Phase

/ iv

13

GIS Integration- MSI shall undertake detail

assessment for integration of all the Field level

ICT interventions proposed with the existing

Geographical Information System (GIS).

Please provide details of existing Geographical

Information System viz. Area of Interest (AOI), Data

Volume, Data Format, Avalibale layers etc.

RFP conditions prevails

732

Volume 2: Scope of

Work , 4 Integrate,

View & Operate ,

4.1 Geographical

Information System

(GIS) & GIS City

Portal

86

xix. MSI to design and develop the GIS based

integrated application for Municipal

departments and other departments.

Please provide the detail scope of work for

development of the GIS based integrated

application for Municipal departments and other

departments.

Please refer to the corrigendum 6

733 General NA NAWill you allow VPN Connectivity during the

customization/implementation phase ?RFP conditions prevails

734 General NA NA

How many total users are expected to use the

analytics/dashboards.Out these users how many

users will be concurrent ones ?

RFP conditions prevails

735 General NA NA

Kindly provide total amount of data in each of these

source systems. What is the expected YoY growth in

data

RFP conditions prevails

736 General NA NAPlease provide the Database technology used with

its version no?RFP conditions prevails

737 General NA NAPlease let us know the total no of models,

dashboards and KPIs required ?RFP conditions prevails

738 General NA NAWhat is the version of the implemented GIS

solution?Please refer to the corrigendum 6

739 General NA NAPlease confirm if mapping data is available using

standard OGC compliant protocol?Please refer to the corrigendum 6

740 General NA NA Do you need a separate development/QA server? RFP conditions prevails

741 General NA NA Are you planning to use LDAP for Single-Sign-On? RFP conditions prevails

742

Technical bid

criteria and

Evaluation, Project

Experience :Clause

B2

41,City Centric

Software

Integration

project

The Sole Bidder or lead member (in case of

consortium) should have experience in the field

of City centric software Integration Projects

Marks shall be allotted as below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

Please clarify/define the scope of City Centric

Software Integration projects .

The Sole Bidder or lead

member (in case of

consortium) should have

experience in the field of

City centric software

Integration Projects

Marks shall be allotted as

below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

Please refer to the corrigendum 6

743

Technical bid

criteria and

Evaluation, Project

Experience :Clause

B3

42, Software

platform

The Sole Bidder or lead member (in case of

consortium) should have

experience in developing and implementing IT

software projects in India

with Java /J2EE, Application Servers like JBoss or

similar, HTML5/CSS3,

mobile apps native languages (Android, ioS,

Windows, Hybrid language like

phonegap), User Experience in designing User

Interfaces. At least 2 projects

have been executed (documentary evidence to

be provided as proof of

delivery) with the above mentioned technology

stack.

Marks shall be allotted as below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

Please clarify if all the technoolgy components

specified should be present in same projects or

different projects can be submitted for different

components.

Also Request you to modify the clause as :The Sole

Bidder or lead member (in case of consortium)

should have experience in developing and

implementing IT software projects in India/ Global

with Java /J2EE, Application Servers like JBoss or

similar, HTML5/CSS3, mobile apps native languages

(Android/ ioS/Windows/ Hybrid language like

phonegap), User Experience in designing User

Interfaces. At least 2 projects

have been executed (documentary evidence to be

provided as proof of

delivery) with the above mentioned technology

stack.

Marks shall be allotted as below:

• Four Projects = 10 marks

• Three Projects = 8 marks

• Two Projects =6 marks

The Sole Bidder or lead

member (in case of

consortium) should have

experience in developing

and implementing IT

software projects in India

with Java /J2EE,

Application Servers like

JBoss or similar,

HTML5/CSS3,

mobile apps native

languages (Android, ioS,

Windows, Hybrid language

like

phonegap), User

Experience in designing

User Interfaces. At least 2

projects

have been executed

(documentary evidence to

be provided as proof of

delivery) with the above

mentioned technology

stack.

Marks shall be allotted as

below:

• Four Projects = 10 marks

•Three Projects = 8 marks

Please refer to the corrigendum 6

Page 64: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

744

Technical bid

criteria and

Evaluation, Project

Experience :Clause

B3

43, Operation

and

Maintenance

The bidder must have experience of providing

Handholding and Operational

Manpower for Turnkey IT projects. Minimum no.

of manpower per project

should be 10.

Marks shall be allotted as below: •

Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

Request you to modify the clause as :The bidder

must have experience of providing Handholding and

Operational

Manpower for Turnkey IT projects. Minimum no. of

manpower per project should be 5.

Marks shall be allotted as below: • Four

Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

The bidder must have

experience of providing

Handholding and

Operational

Manpower for Turnkey IT

projects. Minimum no. of

manpower per project

should be 10.

Marks shall be allotted as

below: • Four

Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

RFP conditions prevails

745

Technical bid

criteria and

Evaluation, Project

Experience :Clause

B3

39,Web

Portal/Mobile

App

The Sole Bidder or lead member (in case of

consortium) should have been awarded and

successfully executed & commissioned

project(s) related to development and

integration of citizen centric web portal / mobile

app components or both having minimum value

of INR 15 crore in India during last five years as

on the date of release of

RFP.

.Marks shall be allotted as given below:

• More than equal to 5 Project = 20 marks

• 4 Project = 14 marks

• 3 Project = 10 marks

• 2 Project = 7 marks

The Sole Bidder or lead member (in case of

consortium) should have been awarded and

successfully executed & commissioned /Go Live

project(s) related to development and integration of

citizen centric web portal / mobile app components

or both having minimum value

of INR 15 crore in India/Global during last Seven

years as on the date of release of

RFP.

.Marks shall be allotted as given below:

• More than equal to 5 Project = 20 marks

• 4 Project = 14 marks

• 3 Project = 10 marks

• 2 Project = 7 marks

The Sole Bidder or lead

member (in case of

consortium) should have

been awarded and

successfully executed &

commissioned project(s)

related to development

and integration of citizen

centric web portal / mobile

app components or both

having minimum value

of INR 15 crore in India

during last five years as on

the date of release of

RFP.

.Marks shall be allotted as

given below:

• More than equal to 5

Project = 20 marks

• 4 Project = 14 marks

• 3 Project = 10 marks

• 2 Project = 7 marks

Please refer to the corrigendum 6

746 General NA

1.Work order/ Contract clearly

Highlighting the scope of work, Bill of

Material and value of the contract/order.

2.Completion

Certificate issued & signed by the

competent authority of the client entity on

the entity’s letterhead

OR Self-certificate from the bidder

signed by the concerned project

in-charge of the bidder and

counter signed by authorised signatory

for this bid holding written special

power of attorney on stamp paper

along with the official contact

details of the Competent authority of the client

entity. The Authority reserves

the right to contact the aforementioned

Competent authority.

1.Work order/ Contract clearly

Highlighting the scope of work, Bill of Material and

value of the contract/order.

2.Completion /Go Live

Certificate issued & signed by the

competent authority of the client entity on

the entity’s letterhead

OR Self-certificate from the bidder

signed by authorised signatory

for this bid holding written special

power of attorney on stamp paper

along with the official contact

details of the Competent authority of the client

entity. The Authority reserves the right to contact

the aforementioned

Competent authority.

1.Work order/ Contract

clearly

Highlighting the scope of

work, Bill of

Material and value of the

contract/order.

2.Completion

Certificate issued & signed

by the

competent authority of the

client entity on

the entity’s letterhead

OR Self-certificate from the

bidder

signed by the concerned

project

in-charge of the bidder and

counter signed by

authorised signatory

for this bid holding written

special

power of attorney on

stamp paper

along with the official

contact

details of the Competent

authority of the client

entity. The Authority

RFP conditions prevails

747Prequalification

Criteria36 ,Clause 8

The sole bidder or lead bidder should have

completed at least two projects in Govt/

Semi Govt/ PSU; in the field of

development and integration

of citizen centric web portal /

mobile app, database management /data

warehousing/ business analytics / cloud

applications on the date of release of NIT.

Completion Certificate issued and signed

by the competent authority

Request you to modify the clause as : The sole

bidder or lead bidder should have completed at

least two projects in Govt/

Semi Govt/ PSU; in the field of

development and integration

of citizen centric web portal /

mobile app, database management /data

warehousing/ business analytics / cloud applications

on the date of release of NIT. Completion /Go Live

Certificate issued and signed

by the competent authority OR Self-certificate from

the bidder

signed by authorised signatory on Company's

letterhead

The sole bidder or lead

bidder should have

completed at least two

projects in Govt/

Semi Govt/ PSU; in the

field of

development and

integration

of citizen centric web

portal /

mobile app, database

management /data

warehousing/ business

analytics / cloud

applications on the date of

release of NIT. Completion

Certificate issued and

signed

by the competent

authority

RFP conditions prevails

Page 65: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

748 Volume 2 Page No. 11

•Security -The architecture must adopt an end-

to-end security model that protects data and

the infrastructure from malicious attacks, theft,

natural disasters etc. MSI must make provisions

for security of field equipment as well as

protection of the software system from hackers

and other threats. Using Firewalls and Intrusion

Prevention Systems such attacks and theft

should be controlled and well supported (and

implemented) with the security policy. The virus

and worm attacks should be well defended with

gateway level Anti-virus system, along with

workstation level Anti-virus mechanism. There

should also be an endeavour to make use of the

SSL/VPN technologies to have secured

communication between Applications and its

end users. Furthermore, all the system logs

should be properly stored & archived for future

analysis and forensics whenever desired. The

authority would carry out the security audit of

the entire system upon handover and at regular

interval during O&M period.

•Security - The architecture must adopt an end-to-

end security model that protects data and the

infrastructure from malicious attacks, theft, natural

disasters etc. MSI must make provisions for security

of field equipment as well as protection of the

software system from hackers and other threats.

Using Firewalls and Intrusion Prevention Systems

such attacks and theft should be controlled and well

supported (and implemented) with the security

policy. All critical encryption keys to be managed

and audited centrally using a FIPS 140-2 Level 3

Hardware Based Key Manager that supports KMIP

standards.

The virus and wormattacks should be well defended

with gateway level Anti-virus system, along with

workstation level Anti-virus mechanism. There

should also be an endeavour to make use of the

SSL/VPN technologies to have secured

communication between Applications and its end

users. Furthermore, all the system logs should be

properly stored & archived for future analysis and

forensics whenever desired. The authority would

carry out the security audit of the entire system

upon handover and at regular interval during O&M

period.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

749 Volume 2 Page No. 11

The systems implemented for project should be

highly secure, considering that it is intended to

handle sensitive data relating to the city and

residents of the city. The overarching security

considerations are described below.

I. The security services used to protect the

solution shall include: Identification,

Authentication, Access Control, Administration

and Audit and support for industry standard

protocols.

II. The solution shall support advanced user

authentication mechanisms including digital

certificates and biometric authentication.

III. Security design should provide for a well-

designed identity management system, security

of physical and digital assets, data and network

security, backup and recovery and disaster

recovery system.

Where are we keeping the Private keys of Digital

Certificates ?

As per CCA guidelines Private Keys should be kept in

FIPS 140-2 level 3 certfied HSM only.

HSM should be capable of storing all the provate

keys in FIPS certified Hardware only and never

stored in Software or in File Format (Not even in NV

RAM), also the Complete hardware based storage of

key material for entire Life cycle

Pls Add:- IV. All Encryption Keys for securing

sensitive data must be managed in a FIPS 140-2

Level 3 certified HSM as per Meity Guidelines.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

750 Volume 2 Page No. 12

Support for PKI based Authentication and

Authorization- The solution shall support PKI

based Authentication and Authorization, in

accordance with IT Act 2000, using the Digital

Certificates issued by the Certifying Authorities

(CA). In particular, 3 factor authentications

(login id & password, biometric and digital

Signature) shall be implemented by the MSI for

officials/employees involved in processing

citizen services.

Where are we keeping the PKI certificates and

Private Keys ?

Support for PKI based Authentication and

Authorization- The solution shall support PKI based

Authentication and Authorization, in accordance

with IT Act 2000, using the Digital Certificates issued

by the Certifying Authorities (CA). In particular, 3

factor authentications (login id & password,

biometric and digital Signature) shall be

implemented by the MSI for officials/employees

involved in processing citizen services.

Pls Add:- All PKI certificates and Keys used by

officials/employees are to be managed centrally

using a FIPS 140-2 Level 3 certified Hardware based

Key Manager compliant to KMIP Standards.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

751 Volume 2 Page No 34

This data must be exposed to application eco

system using secure APIs that require

Authenticated Access using API credentials. Keys

must be kept in a FIPS 140-2 Level 3 certified

HSM.

Where are we keeping the Private keys ?

As per CCA guidelines Private Keys should be kept in

FIPS 140-2 level 3 certified HSM only.

This data must be exposed to application eco

system using secure APIs that require Authenticated

Access using API credentials.

Pls Add:- Keys must be stored in a FIPS 140-2 Level

3 certified HSM on in software or in file format in

any of the form.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

752 Volume 2 Page No. 35

The attributes of the API key(s) must restrict /

allow access to relevant data, i.e. (the attributes

can be like: specific domain(either parking or

lighting or waste.

The attributes of the API key(s) must restrict / allow

access to relevant data, i.e. (the attributes can be

like: specific domain(either parking or lighting or

waste.

Pls Add:- This is to be implemented using

Encryption and User based Key Management

techniques. Keys must be kept in a FIPS 140-2 Level

3 certified HSM.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

753 Volume 2 Page No. 37

Platform functionality:- Application

management: Provides role-based access view

to applications. Role based access to be

implemented using CC EAL 5 + certified

Smartcards used as authenticators. Smartcards

should preferably also have RFID based access

capability in addition so that the same can be

integrated with BMS systems.

Application management: Provides role-based

access view to applications. Role based access to be

implemented using CC EAL 5 + certified Smartcards

used as authenticators. Smartcards should

preferably also have RFID based access capability in

addition so that the same can be integrated with

BMS systems.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

754 Volume 2 Page No. 39•The solution shall be available via a VPN as a

web-based interface or a thin-client interface.

•The solution shall be available via a VPN as a web-

based interface or a thin-client interface.

Pls Add:- VPN should use OTP for user access. OTP

token must be numeric grid-pattern based as

industry best practice.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

Page 66: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

755 Volume 2 Page No. 51

g) Infrastructure components security: Platform

should support user encrypted storage volumes.

Restrict inbound access from public network

only on secure ports via DMZ proxy instances.

SSH access is restricted with secure key pair and

from designated jump hosts alone. User

management

and authentication is tied to Corporate SSO.

How are you going to encrypt the storage ?

Functional Requirement of Command and Control

Centre Platform:- g) Infrastructure components

security: Platform should support user encrypted

storage volumes through FIPS 140-2 level 3 certified

Key Manager appliance with APIs. Restrict inbound

access from public network only on secure ports via

DMZ proxy instances. SSH access is restricted with

secure key pair and from designated jump hosts

alone. User management and authentication is tied

to Corporate SSO .

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

756 Volume 2 Page No. 51

d) VM Infrastructure security: Platform should

have appropriate technical controls in place to

prevent attacks that target virtual infrastructure

How are you going to encrypt the VM / Hyperwiser

?

Functional Requirement of Command and Control

Centre Platform:- d) VM Infrastructure security:

Platform should have appropriate technical controls

in place to prevent attacks that target virtual

infrastructure through FIPS 140-2 level 3 certified

Key Manager appliance with APIs so that VMs can

be encrypted to avoid unauthorised access.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

757 Volume 2 Page No. 52

Software should support security standards:-

OAuth 2.0, HTTPS over SSL, and key

management help protect the data across all

domains.

How are you going to encrypt theapplication ?

Functional Requirement of Command and Control

Centre Platform:- Software should support security

standards:-OAuth 2.0, HTTPS over SSL, and key

management help protect the data across all

domain through FIPS 140-2 level 3 certified Key

Manager appliance with APIs so that applications

can be accessed by the authorised users only

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

758 Volume 2 Page No. 52

•Data Protection / Production Data integrity:-

Platform should support procedure in place to

ensure production data shall not be replicated

or used in non-production environment.

Which Platformare we refreing here ?

•Data Protection / Production Data integrity:-

Platform should support procedure in place to

ensure production data shall not be replicated or

used in non-production environment.

Pls Add:- . All Encryption Keys for securing

sensitive data must be managed in a FIPS 140-2

Level 3 certified HSM as per Meity Guidelines.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

759 Volume 2 Page No. 52

•Data Protection / Data at rest:-

Platform should support encryption for tenant

data at rest (on disk/storage).

Which Platformare we refreing here ?

•Data Protection / Data at rest:-

Platform should support encryption for tenant data

at rest (on disk/storage).

Pls Add:- All Encryption Keys for securing sensitive

data must be managed in a FIPS 140-2 Level 3

certified HSM as per Meity Guidelines.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

760 Volume 2 Page No. 72

The Biometric/Access card based Access Control

System shall be deployed with the objective of

allowing entry and exit to and from the premises

to authorized personnel only with appropriate

door locks and controller assemble connected

with BMS system. The system deployed shall be

based on proximity as well as biometric

technology for critical areas and proximity

technology for non-critical areas.

The Biometric/Access card based Access Control

System shall be deployed with the objective of

allowing entry and exit to and from the premises to

authorized personnel only with appropriate door

locks and controller assemble connected with BMS

system. The system deployed shall be based on

proximity as well as biometric technology for critical

areas and proximity technology for non-critical

areas.

Pls Add:- The access cards to be used by the BMS

system should also have a logical smartcard chip

that is to be used for Application Role based Access.

RFP conditions prevails

761 Volume 2 Page No. 72

The SI shall provide CCTV system within the

Data center and Command and Control Center

on 24X7 bases. All important areas of the Data

center, Command and Control Center along with

the non-critical areas like locations for DG sets,

entry exit of Command Center, Entry and Exit of

building premises need to be under constant

video surveillance. Monitoring cameras shall be

installed strategically to cover all the critical

areas of all the respective locations and the feed

of the CCTV system should be integrated with

control and command centre.

The SI shall provide CCTV system within the Data

center and Command and Control Center on 24X7

bases. All important areas of the Data center,

Command and Control Center along with the non-

critical areas like locations for DG sets, entry exit of

Command Center, Entry and Exit of building

premises need to be under constant video

surveillance. Monitoring cameras shall be installed

strategically to cover all the critical areas of all the

respective locations and the feed of the CCTV

system should be integrated with control and

command centre.

Pls Add:- The CCTV system should be able to

prevent attacks from IoT botnets such as Mirai and

Reaper by using secure authentication techniques

like PKI. All PKI Keys to be managed and audited

centrally using a FIPS 140-2 Level 3 Hardware Based

Key Manager that supports KMIP standards.

Please refer to the corrigendum 6

762 Volume 2 Page No. 99

GIS System software should support VMware

vSphere, Microsoft Hyper-V & Huawei Fusion

Sphere virtualization environments. All VM

Images to be encrypted Using VM Agent based

software that is manageable using a ProtectV

Manager.

How are you going to encrypt the VM / Hyperwiser?

GIS System software should support VMware

vSphere, Microsoft Hyper-V

& Huawei Fusion Sphere virtualization

environments.

Pls Add:- All VM Images to be encrypted Using VM

Agent based software that is manageable using a

ProtectV Manager

Please refer to the corrigendum 6

Page 67: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

763 Volume 2 Page No. 141

All Encryption Keys to be managed and audited

centrally using a FIPS 140-2 Level 3 Hardware

Based Key Manager that supports KMIP

standards.

As Industry Best Practice :-

Pls Add:- All Encryption Keys to be managed and

audited centrally using a FIPS 140-2 Level 3

Hardware Based Key Manager that supports KMIP

standards.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

764 Volume 2 Page No. 143

Database shall provide functionality for

encryption of all sensitive data using secure

encryption/tokenization techniques. All

Encryption Keys to be managed and audited

centrally using a FIPS 140-2 Level 3 Hardware

Based Key Manager that supports KMIP

standards.

How are you going to encrypt the DB?

Database shall provide functionality for encryption

of all sensitive data using secure

encryption/tokenization techniques.

Pls Add:- All Encryption Keys to be managed and

audited centrally using a FIPS 140-2 Level 3

Hardware Based Key Manager that supports KMIP

standards.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

765 Volume 2 Page No. 151

Server protection for storage solution should

support SED drives. All Encryption Keys to be

managed and audited centrally using a FIPS 140-

2 Level 3 Hardware Based Key Manager that

supports KMIP standards.

As Industry Best Practice :-

Pls Add:- All Encryption Keys to be managed and

audited centrally using a FIPS 140-2 Level 3

Hardware Based Key Manager that supports KMIP

standards.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

766 Additional queries

Key Secure Specifications:-

"Key management solution needs to be leveraged

through dedicated FIPS 140-2 Level 3 certified Key

Management appliances with capacity of managing

1 Million Keys per appliance and at least 100

maximum concurrent clients per cluster, to

distribute keys and certificates, and manage

different keys for each group, application and user

in order to prevent access of encryption keys to an

attacker.

Key Management appliance should support

Encryption Algorithms including 3DES, AES-256, SHA-

256, SHA-384, SHA-512, Should support encryption

of virtual image disk with Track the key access to all

copies of your data.

RFP conditions prevails

767 Additional queries

HSM Specifications:-

Encryption Confidentiality of sensitive information

and data of users and portal information should be

ensured.

System must implement various measures to

achieve this including mechanisms to ensure

security of procurement data, spanning from strong

end-to-end encryption of sensitive data, use of

strong PKI national standards encryption, use of

FIPS 140-2 Level 3 certified HSM (Hardware Security

Module) appliances with the capabilities of storing

all Private Keys securely in FIPS Certified Hardware

only (Not in NV RAM) and never stored in software

or in File Server in any form, HSM should have

enhanced Audit Log Facility & Error logs managed by

separate audit role. Log entries should originate

from HSM, which should include, when, who, what

and result of logging. Audit log entries are ensured

against any truncation, modification, deletion,

addition. Critical events like tamper,

decommissioning, zeroization, SO creation audit role

creation should be logged automatically and

unconditionally. Logs should be sent to the server

before rewriting them, physical security, access

control, network security, stringent audit

mechanism, 24x7 monitoring, and measures such as

data partitioning and data encryption.

RFP conditions prevails

768 Volume 2 141

Link load balancer shall be an appliance based

solution with minimum 64 bit speed core

architecture and purpose built hardware for

overall high performance. It shall have a

minimum of 64 GB RAM and at least 8x10G SFP+

ports. It shall have minimum of 120 Gbps

throughput. Shall support security features like

reverse-proxy firewall, sync-flood and denial of

service attack protection from day one. It shall

support multiple Internet links in active-active

load balancing and active-standby failover

mode.

64GB RAM is lower side to process the traffic

@120Gbps, RAM should be minimum of 128GB and

with 8x10G ports on Load Balancer 120Gbps

throughput can not be utilized as with 8x10G only

Max throughout will be 80Gbps only so request to

change clause as "Link load balancer shall be an

appliance based solution with minimum 64 bit

speed core architecture and purpose built hardware

for overall high performance. It shall have a

minimum of 128 GB RAM and at least 8x10G SFP+

ports and 6x40G QSFP+ Ports. It shall have minimum

of 120 Gbps throughput. Shall support security

features like reverse-proxy firewall, sync-flood and

denial of service attack protection from day one. It

shall support multiple Internet links in active-active

load balancing and active-standby failover mode."

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

769 Volume 2 141

It shall support built-in failover decision/health-

check conditions. It shall also support failover

and High Availability (HA) requirements. It shall

have redundant power supplies. Shall support

script based functions support for content

inspection, traffic matching and monitoring of

HTTP, SOAP, XML, diameter, generic TCP, TCPS.

Load balancer being highly critical solution at

perimeter, Thus HA failover should have mechanism

to mirror the active sessions on backup device, if

one device fails user session should not fail. Request

to change clause as "It shall support built-in failover

decision/health-check conditions . It shall also

support failover and High Availability (HA)

requirements with TCP, SSL and Persistence session

mirroring. It shall have redundant power supplies.

Shall support script based functions support for

content inspection, traffic matching and monitoring

of HTTP, SOAP, XML, diameter, generic TCP, TCPS."

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

Page 68: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

770 Volume 2 141

Multi-tenant hardware with multicore CPU

support. It shall support minimum four (4)

virtual instances and shall be scalable to 16

instances on the same appliance. Shall have

minimum of 10 Gbps of system throughput per

virtual instance to support multiple load

balancing and security functions. Shall have

minimum of 8x10G SFP+ interfaces from day

one. Shall have security features like reverse-

proxy firewall, sync-flood and denial of service

attack protection

from day one.

With 10Gbps of the system throughput per virtual

instance for 16 instances means total throughput of

160Gbps. with 8x10G ports on Load Balancer

160Gbps throughput can not be utilized with 8x10G.

With 8x10G Max throughout can be utilized is

80Gbps only so request to change clause as Multi-

tenant hardware with multicore CPU support. It

shall support minimum four (4) virtual instances and

shall be scalable to 16 instances on the same

appliance. Shall have minimum of 10 Gbps of system

throughput per virtual instance to support multiple

load balancing and security functions. Shall have

minimum of 8x10G SFP+ and 6x40G QSFP+

interfaces from day one. Shall have security features

like reverse-proxy firewall, sync-flood and denial of

service attack protection from day one.

RFP conditions prevails

771 Volume 2 141 New Clause

Should have and support 80,000 SSL TPS and 48,000

SSL TPS with ECC Cryptography where TPS = Only

one HTTP transaction over each new SSL

handshakes per second, without session reuse and

using a 2048 bit key SSL Certificate. 1 SSL TPS = 1

SSL CPS

RFP conditions prevails

772 Volume 2 141 New ClauseShould have minimum 40 Gbps Compression and

SSL throughputRFP conditions prevails

773 Volume 2 141 New Clause

System should be able to encrypt the user

credentials in real time so as to protect the

credentials especially password/Aadhar number or

any other sensitive parameter as defined by

department to protect from keyloggers and

credential stealing malware residing in the end

users system

RFP conditions prevails

774 Volume 2 141 New Clause

Solution must be able to detect the presence of

Remote Access Trojans (RATs) residing in the user's

web browser.

RFP conditions prevails

775 Volume 2 141 New Clause

Solution should perform comprehensive

countermeasure to protect against zero day attack,

Challenge – Response Mechanism, which should be

able to detect and protect attacks in real time

through inbuilt Captcha Mechanism

RFP conditions prevails

776 Volume 2 141 New Clause

Solution should integrate with AD, LDAP, Radius,

TACACS with inbuilt OTP mechanism for 2 Factor

Authentication

RFP conditions prevails

777 Volume 2 141 New ClauseProposed solution should be manageable from a

single management platform RFP conditions Prevails

778 Volume 1 34

The bidder’s proposed OEM(s) for the following

solutions must be included in the Gartner magic

quadrants (in either Leaders or Challengers

quadrant) as on the day of submission of bid.

Gartner Reports released in the last 1 year to be

referred and submitted.

Should be read as " The OEM of Link Load Balancer

and Server load balancer also should be in the

Gartner's Leaders Magic Quadrant for "Application

Delivery Controllers" in the latest published

report".

RFP conditions Prevails

779 Volume 2

Solution must be able to detect the presence of

Remote Access Trojans (RATs) residing in the

user's web browser.

This feature will help safeguard the application

servers from any illegitimate traffic arising from the

malicious/infected end user machine outside or

inside of the network.

RFP conditions Prevails

780 Volume 3 RFP conditions prevails Query Not Clear

781 Volume 4 RFP conditions prevailsMentioned Volume is not part of

the RFP

782 Volume 5

Solution should perform comprehensive

countermeasure to protect against zero day

attack, Challenge – Response Mechanism, which

should be able to Detect and protect attacks in

real time through inbuilt Captcha Mechanism

This will challenge the user request to application

server to avoid responding any request or flood

originating from illegitimate source such as

BOT.With inbuilt CAPTCHA capability requires no

additional changes at application level

RFP conditions prevailsMentioned Volume is not part of

the RFP

783 Volume 6

Solution should integrate with AD, LDAP, Radius,

TACACS with inbuilt OTP mechanism for 2 Factor

Authentication

Two Factor Authentication add a second layer of

authentication to ensure application is accessed by

authorized users only in case of primary

authentication has been compromised.

RFP conditions prevailsMentioned Volume is not part of

the RFP

784 Volume 7

Solution should encrypt the sensitive field in

the application in real time as compared to

being encrypted after a submit button or

equivalent being pressed

This helps protect user credentials from any

malware infected browser from stealing user

identity.

RFP conditions prevailsMentioned Volume is not part of

the RFP

785 Volume 8

Solution must have Geolocation IP address

database to identify the source of the attack

origin and IP Reputation Mechanism to identify

the Blacklisted TOR Networks or Proxy IP

address to Block the request immediately.

It will ensure that applications are protected from

request or attacks originated from globally known

black listed IP address. Also request from certain

geographic locations can be blocked as per

organization policy.

RFP conditions prevailsMentioned Volume is not part of

the RFP

Solution should perform application layer

encryption to protect user identity.

This feature will add security at application layer to

ensure IoT user identity is protected.

Page 69: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

786 Volume 9

"Behavioral DoS/ Challenge response: Detects

and prevents zero-day DoS/DDoS flood attacks.

Connection Limit per source: Protects against

connection flood attacks.

SYN Protection: Prevents SYN flood attacks

using SYN authentication mechanism

PPS Limit per source: Protects against DoS

attacks that use a high PPS rate in a certain

connection.

DoS protection using Intelligence feed

signatures: Protects against known flood attacks

and flood attack tools that cause a denial of

service effect.

DNS Protection: Detects and prevents zero-day

DNS-flood attacks.

• DNS query limit

• DNS Nxdmain attack protection

• DNS TCP active authentication mechanism

Out of State/sequence Protection: Detects out-

of-state/sequence packets to provide additional

protection for TCP session–based attacks.

Zero Day Attack Protection:

The proposed device should support

comprehensive countermeasure to protect

against zero day attack, Challenge – Response

Mechanism, and which should be able to Detect

and protect attacks in real time through inbuilt

Captcha Mechanism

For complete Web application firewall features.RFP conditions prevails

Bidder's should meet the

functional requirement by

adhering OWASP framework

787 Firewall 159

Firewall shall have following user authentication

capabilities: • XAUTH VPN, Web based, 802.X

authentication

Firewall shall have following user authentication

capabilities: • XAUTH VPN, Web based/802.X

authentication

The 802.X authentication is

for wireless or port based

authentication on Switch.

This authentication is not

related to Firewall and

spcific to an OEM. Please

ammend the clause

accordingly.

RFP conditions Prevails

788

1.4 Finalization and

submission of a

detailed technical

architecture

11

Security - The architecture must adopt an end-to-

end security model that protects data and the

infrastructure from malicious attacks, theft,

natural disasters etc

The advance secuirty solution should provide proxy,

caching, content filtering, SSL inspection, protocol

filtering, inline AV and content inspection ( 1000+

predifined pattern) in block mode on the same

Appliance. The solution should have at least 20+

million websites in its URL filtering database and'

should have pre-defined URL categories and

application protocols along with YouTube, Facebook

and linked-in controls. Solution vendor should

ensure that 100 predefined categories & 100+ pre-

defined protocols.

The web channel became

significantly more

malicious, both as an

attack vector and as the

primary support element

of other attack trajectories

(e.g., social, mobile, email).

there is nearly 6-fold

increase in malicious sites

overall. Moreover, 85

percent of these sites were

found on legitimate web

hosts that had been

compromised. It is

suggested to have Inline,

real-time information

security to prevent web-

borne threats.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

789

1.4 Finalization and

submission of a

detailed technical

architecture

11

Security - The architecture must adopt an end-to-

end security model that protects data and the

infrastructure from malicious attacks, theft,

natural disasters etc

The data secuirty solution should inspect the

sensitive content through 1500 pre-defined

templates, textual content inside

image,commulative content control and inspection

through web and email channel. The data end point

solution should inspect data leaks over HTTP ,

HTTPs and SMTP. The solution should be able to

block outbound emails sent via SMTP if its violates

the policy. Endpoint solution should support win 32

and 64 bit OS, Mac & Linux OS,Support wide variety

of platforms. The solution should be able to enforce

policies to detect data leaks even on image files

through OCR technology and should enforce policies

to detect low and slow data leaks

RFP conditions Prevails

790

1.4 Finalization and

submission of a

detailed technical

architecture

11

Security - The architecture must adopt an end-to-

end security model that protects data and the

infrastructure from malicious attacks, theft,

natural disasters etc

The solution must be present in the latest Gartner's

Leader/Challanger quadrant for Data Loss

Prevention and Web Security . The OEM should

have own TAC center in India.

RFP conditions Prevails

791

1.4 Finalization and

submission of a

detailed technical

architecture

Page no. 10

Scalability -Important technical components of

the architecture must support scalability to

provide continuous growth to meet the growing

demand of the city. The system should also

support vertical and horizontal scalability so that

depending on changing requirements from time

to time, the system may be scaled upwards.

Should the Scalability be Vertical and Horizontal

while not being dependant on the Make , Model &

Brand. Should the solution consider the scalability

for any of the future Storage procured later and

merged into the same Storage Pool to provide the

Capacity & Performance regardless of the Storage

make.

RFP conditions Prevails

792

1.4 Finalization and

submission of a

detailed technical

architecture

Page no. 10

Availability - The architecture components

should be redundant and ensure that are no

single point of failures in the key solution

components. Considering the high sensitivity of

the system, design should be in such a way as to

be resilient to technology sabotage. To

Since Physical Components may be redundant, we

would like clarity on whether the Key CCTV Video

content for the latest 7 Days should also be

redundant on Primary & Secondary storage to avoid

the Data failure state from primary Storage.

Additionally, should the data storage for 90

additional days be required to be made online from

any storage platform including tapes.

RFP conditions Prevails

793

1.4 Finalization and

submission of a

detailed technical

architecture

Page no. 11

Security - The architecture must adopt an end-to-

end security model that protects data and the

infrastructure from malicious attacks, theft,

natural disasters etc.

LTO Tape Storage is the Safest Storage to protect

the data against malicious attack, Theft and

disaster. In-built Active archiving Solution for CCTV

Video conent on Tape is mandatory for this critical

environment. Kindly confirm if the same is required

for Overall Security of Data.

RFP conditions Prevails

AS per Section 43A of the

IT Act requires that

anycorporate which

possesses, deals or handles

‘sensitive personal data or

information’ through a

computer resource owned,

operated or controlled by

it, maintain and implement

‘reasonable security

practices and procedures’

to protect such

information. If a body

corporate is negligent in

maintaining and

implementing such

reasonable security

practices and procedures

and thereby causes any

wrongful loss or wrongful

gain, it will be liable to pay

Page 70: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

794

1.4 Finalization and

submission of a

detailed technical

architecture

Page no. 12

Interoperability - The system should have

capability to take feed from cameras installed by

private/Govt. at public places, digitize (if

required) & compress (if required) this feed &

store as per requirements.

Clarification needed on - the capabilities to keep the

Camera feeds on Primary & Secondary storage and

the Compatibility should be between all storages

alongwith the VMS engine to read the video data

recorded by the recording server. VMS server

should be aware of the Data location whether its

residing on Primary storage or archived to

secondary storage.

RFP conditions Prevails

795

1.4 Finalization and

submission of a

detailed technical

architecture

Page no. 12Open Standards - Systems should use open

standards and protocols to the extent possible.

Considering this point for the Offered Storage as-

Offered SAN Storage should be able to deliver the

required protocols for the Network users, they

could be connecting to FC or IP network.

RFP conditions Prevails

796

Functional

Requirement of

Command and

Control Centre

Platform:

Point no. 96 -

Archival and

Retrieval

Page no. 33

Ease of restoration of archived data from

online archieves or offline storage and it shall

be able to keep track of all archival activities

performed

Can we refer to this point as: "VMS application

server's catalog system shall be able to keep the

entire retention period history in their Catalog

records to locate the data kept on any of the

primary or secondary storage without having any

Disk Drive size limitation and the same data can be

restored from the application directly irrespective of

the Storage tier. Additionally, allocated disk size to

VMS server should not have any limitation on its

Volume capacity / size." VMS application shall

restore the data from Primary or from Auto archived

location i.e. Tape Library storage.

RFP conditions Prevails

797 3.7 City Surveillance Page no. 78Under the Project Total 280 cameras were

deployed at 70 Locations

Need to know the counting of the new Cameras and

would the retention be considered as 90 days for

the overall surveillance data.

RFP conditions Prevails

798 Primary Storage Page no. 136

Storage Capacity should be minimum 5 TB

(usable, after configuring in offered RAID

configuration)

Is the min. 5 TB Usable disk capacity required from

SSD / SAS or NL-SAS disk to meet the performance

and capacity criteria?

We proposed that the offered complete capacity in

the primary Storage should not have any limitation

in its LUN Size to ensure better flexibility to the

Applications.

RFP conditions Prevails

799 Primary Storage Page no. 136

Cache:

• Minimum 128 GB of useable cache across all

controllers. If cache is provided in additional

hardware for unified storage solution, then

cache must be over and above 128 GB.

Can additional SSD disk in the same appliance be

provided to meet the Cache requirement over and

above 128 GB?

RFP conditions Prevails

800 Primary Storage Page no. 136

Management software:

Should provide the functionality of proactive

monitoring of Disk drive and Storage system for

all possible disk failures

Management Solution should also be offered with

the in-built archiving functionality to move/ Archive

the CCTV Video content to Secondary Disk or Tape

Storage to optimize the primary storage sizing

RFP conditions Prevails

801 Secondary Storage Page no. 138Must use latest stable technology platform, with

support available for next 7 to 10 years.

The Solution should be sized according to the next 5

years of Capacity planning for archival data.RFP conditions Prevails

802 Tape library Page no. 140 Technology: LTO 6 Kindly change it to min. LTO-7 Generation or later RFP conditions Prevails

803 Tape library Page no. 140 Number Drives: Two LTO 6 DrivesMin. 2 or 3 LTO-7 Drives as it provides redundancy &

better read/write accessRFP conditions Prevails

804 Tape library Page no. 140 Media Slots: Minimum 45Min. slot comes to the Tape is 50, Kindly make it 50

to make it Generic to all.RFP conditions Prevails

805 Tape library Page no. 140 Interface: Minimum 4 Gbps FC Interface FC interface for the Tape Drives are 8 Gbps RFP conditions Prevails

806 Tape library Page no. 140Software: Security and Remote Management

Software

Need to know which security software is required.

Kindly confirm if you are reffering Encryption

Manager appliance in Redundant fashion which

keeps the Encryption keys in redundant fashion.

RFP conditions Prevails

807 Volume 1 78 of 245

3.5 Intelligent Traffic Management System

Description: As a part of Intelligent Traffic

Management, traffic Signals shall be made

intelligent’ in order to make the traffic flow

smooth and efficient and to help police to take

proactive/ reactive measures and ensure safe &

smooth environment on roads. The Intelligent

Traffic Management will include

Adaptive Traffic Signalling, Red Light Violation

Detection (RLVD) systems, Variable Message

Signs (VMS), CCTV Surveillance Cameras.

Public Address system, etc. at road

intersections, public places, market places or

other critical locations. Digital Signboards/ VMS

will enable Command & Control Centre to

communicate effectively with citizens and also

improve response while dealing with exigency

Situations. Pollution & environment sensors will

gather data about pollution, temperature, rains

and other identified parameters.

Functional Requirements: As soon as the

Technical Service Provider of the

IntegratedTraffic Management will complete the

work of Integrated Traffic Management project,

The Master System Integrator who will be

selected

We request you to include two software as under :

1. Command Centre Core Software for Smart City

Application and Adaptive Traffic Management

Globally as well as in Asian countries . Since Last 5

years . To

facilitate real Adaptive Traffic Management.

To reduce travel time , pollution .2. Traffic

Microsimulation Software .

RFP conditions Prevails

808

2.29 Eligible Goods

and Services, and

OEM Criteria Vol 1

Page No : 34

h. The bidder’s proposed OEM(s) for the

following solutions must be included in

the Gartner magic quadrants (in either Leaders

or Challengers quadrant) as on

the day of submission of bid. Gartner Reports

released in the last 1 year to be

referred and submitted.

i) Wired and Wireless LAN Access Infrastructure

ii) Data Centre Networking

Request customer to allow OEM(s) who are

Leaders or challengers or Visionaries from

Gartner’s MQ for Data Center Networking

The Requirement of Lan switches is for Data centre

RFP conditions Prevails

Page 71: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

8432.8 Earnest Money

Deposit (EMD)Vol. I; Pg. 21

EMD of Rs. 5,00,000/- (Rupees Five Lakh Only)

shall be paid online through e-Procurement

portal

Request to kindly accept submission of EMD in the

form Bank Guarantee alsoRFP conditions prevails

8442.16 Deviations and

ExclusionsVol. I; Pg. 26

Bids shall be submitted strictly in accordance

with the requirements and terms & conditions

of the RFP. The Bidder shall submit a No

Deviation Certificate as per the format

mentioned in Section 6.5. The bids with

deviation(s) are liable for rejection.

Request to kindly allow Bidders to submit

suggestions RFP conditions prevails

8452.30 Right to vary

quantityVol. I; Pg. 35

c. Repeat orders for extra items or additional

quantities may be placed, if it is provided in the

bidding document, on the rates and conditions

given in the contract if the original order was

given after inviting open competitive bids

Kindly note that the prices quoted are valid for the

period mentioned in Bid response as per OEMs

offer. In case of repeat orders for additional

quantities, the prevailing rates and conditions shall

be as per the revised offer from

RFP conditions prevails

846Pre-Qualification

CriteriaVol. I; Pg. 40 Statutory Auditor certificate

For the Pre-qualification requirement, wherever the

Statutory Auditor Certificate is asked for, kindly

allow submission of Chartered Accountant

Certificate also

RFP conditions prevails

847

1.5 Other

expectations from

MSI

Vol. II; Pg.16

22. MSI shall be responsible for setting up/

building / renovating the necessary physical

infrastructure including provisioning for

network, power, rack, etc. at all the locations.

Does this also involve any Civil Work e.g. Design and

Construction of building/premises etc. if yes how

many locations and what type of construction is

expected. Also for providing Network, Power, rack

etc. please suggest the existing infrastructure if any

which needs to be renovated/ Setup.Please also

clarify who will facilitate the permissions required, if

any, from third party agencies e.g. Power

companies, Regulatory authorities etc.

Please refer to the corrigendum 6

848

1.5 Other

expectations from

MSI

Vol. II; Pg.18

28. The MSI shall directly interact with

electricity boards for provision of electric supply

at all desired

locations including any Field Infrastructure

solution mentioned in the RFP document

Do Interact with Electricity companies on behalf of

Lucknow Smart City, we would require multiple

permission from you. Please clarify who will provide

these permissions. Also will the provision also

include the monthly recurring charges to be paid to

electricity companies

RFP conditions prevails

849

1.5 Other

expectations from

MSI

Vol. II; Pg.18

29. All existing road Signs which are likely to be

affected by the works are to be carefully taken

down and stored. Signs to be re-erected shall be

cleaned, provided with new fixings where

necessary and the posts re-painted in

accordance with City guidelines. Road Signs,

street name plate etc. damaged by the MSI

during their operation shall be repaired or

replaced at the MSI’s cost

Does this also include the constrcution/ repair of

the road patches if required during the process or

that will be done by the relevant authorities.

RFP conditions prevails

850

1.5 Other

expectations from

MSI

Vol. II; Pg.18

30. The infrastructure of existing systems or any

other filed Infrastructure including the poles,

cantilevers, aspects, controllers and cabling and

associated mountings and civil infrastructure

may need to be dismantled (where ever

applicable) and replaced with the new systems

proposed and shall be in the scope of MSI. The

dismantled infrastructure shall be delivered at

the Lucknow Smart City designated location

without damage, at no extra cost

Please elaborate further on this. Also if there is a

possible damangehappened to the dismantled

infrastructure how that will be handled by Lucknow

Smart City (Is there a penalty to be levied on the

MSI for this). Also since this is a complex work, we

request you to kindly remove this from the scope of

work for MSI

RFP conditions prevails

85110. Bidder’s

ObligationsVol. III; Pg.9

10.5 SI shall ensure that none of the Key

Personnel (refer RFP Volume I proposed) and

manpower exit from the project during first 6

months of the beginning of the project. In such

cases of exit, a penalty of INR 2 lakhs per such

replacement shall be imposed on SI

Request to kindly remove the penalty clause RFP conditions prevails

85210. Bidder’s

ObligationsVol. III; Pg.9

10.6 SI should submit profiles of only those

resources who shall be deployed on the project

For large System Integrators, it will be difficult to

hold the same resources till the support phase of

the project.

RFP conditions prevails

85310. Bidder’s

ObligationsVol. III; Pg.10

10.12 All the OEMs that Bidder proposes should

have Dealer possession licenses

Please elaborate further on this and the detail of

the required License. Since Most of the SI may not

have this, we request you to kindly remove the

requirement

RFP conditions prevails

85410. Bidder’s

ObligationsVol. III; Pg.11

10.15. If a product is de-supported by the OEM

for any reason whatsoever, from the date of

Acceptance of the System till the end of

contract, SI should replace the products/

solutions with an alternate that is acceptable to

the Authority at no additional cost to the

Authority and without causing any performance

degradation

Kindly note that SI shall offer products that are

offered by OEM which would generally be

supported for more than 5 years. Hence, kindly

remove this clause.

RFP conditions prevails

85510. Bidder’s

ObligationsVol. III; Pg.11

10.17. SI shall ensure that the OEMs provide the

support and assistance to SI in case of any

problems / issues arising due to integration of

components supplied by him with

any other component(s)/ product(s) under the

purview of the overall solution. If the same is

not resolved for any reason whatsoever, SI shall

replace the required

component(s) with an equivalent or better

substitute that is acceptable to Authority

without any additional cost to the Authority

Please note SI shall offer the products and solution

based on the requirement. Hence, please remove

this clause

RFP conditions prevails

85611 Payment Terms

and ScheduleVolI. II; Pg.184

2. Due payments shall be made promptly by the

Authority, generally within Sixty (60) days after

submission of an invoice or request for payment

by MSI

RFP conditions prevails

857 12. Payments VolI. III; Pg.16

12.1 Efforts to make payments to SI within 45

days of receipt of invoice(s) and all necessary

supporting documents

Please refer to the corrigendum 6

Kindly modify the clause as "Due payments shall be

made promptly by the Authority, generally within 30

days after submission of an invoice or request for

payment by MSI

Page 72: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

85813. Intellectual

Property RightsVolI. III; Pg.17

Please include "The IPR of all pre-existing work shall

remain with the bidder and need not be transferred

to LSCL. Only IPR of development done specific to

the requirements of LSCL shall be made available to

LSCL".

RFP conditions prevails

859

24.1. The Goods supplied under this Contract

shall be comprehensively insured by SI at his

own cost, against any loss or damage, for the

entire period of the contract.

RFP conditions prevails

860

b. Employer's liability and workers'

compensation insurance in respect of the

Personnel of the Company, in accordance with

the relevant provisions of the Applicable Law, as

well as, with respect to such Personnel, any such

life, health, accident, travel or other insurance

as may be appropriate

RFP conditions prevails

86125. Transfer of

OwnershipVolI. III; Pg.23

25.1. SI must transfer all titles to the assets and

goods procured for the purpose of the project to

the Authority at the time of Acceptance of

System

Kindly note, all the newly supplied assets and goods

shall be transferred in the name of LSCL

immediately after the delivery of the same at LSCL

premises.

RFP is Self Explanatory

862 Vol I  pg.21

EMD of Rs. 5,00,000/- (Rupees Five Lakh Only)

shall be paid online through e-Procurement

portal.

EMD will  be given in the form of BG. Need

confirmation.Please refer to the corrigendum 6

863 Vol I  pg.35 Right to vary quantityRequest variation cap at 10% of the total order

valueRFP conditions prevails

864 Vol II Pg.23

The Goods supplied under this Contract shall be

comprehensively insured by SI at his own cost,

against any loss or damage, for the entire period

of the contract.

Insurance will be borne by the MSA only till the time

of delivery of goods to the customer's premiseRFP conditions prevails

86527. Performance

SecurityVol III Pg.25

SI shall be required to submit five Bank

Guarantees of equal amount totaling 10% of the

value of the Contract. The Authority shall return

1st Bank Guarantee after 2 Bank Guarantee

after 2 years of signing of contract and

successful project execution, 2nd Bank

Guarantee after 3 years of contract signing and

successful project execution, 3rd Bank

Guarantee after 4 years of contract signing and

successful project execution and the 4th and 5th

Bank Guarantee one year after successful

completion of the contract.

We would submit rolling PBGs for each year. First

BG for 10% of the TCV valid for the entire contract

duration, 2nd BG will be submitted during the 2nd

year for 10% of the remaining contract value valid

for the remaining contract period upon getting back

the first BG from the customer, 3rd BG will be

submitted during the 3rd year for 10% of the

remaining contract value valid for the remaining

contract period upon getting back the 2nd BG from

the customer etc.

RFP conditions prevails

866Service Level

Agreement (SLA)Vol III pg. 45

Penalties

SLA : Maximum Penalty applicable for any

quarter shall not exceed 30% of the ‘applicable

fees’ for the respective quarter

Request cap at 10% of the applicable fees per

quarterRFP conditions prevails

867 14. Taxes VolI. III; Pg.17 TaxesVariation in existing tax rates or introduction to new

taxes to be passed on to the customerRFP conditions prevails

868 RFP conditions prevails Query Not clear

869 Vol 1, 3.4.3 34The sole bidder or lead bidder /consortium

partner should have CMM level 5.We request you to consider CMM Level3 RFP conditions prevails

870 Vol 1, 3.5.1 39 CMM level 5 =3 marks Please consider CMM Level 3 = 3 marks RFP conditions prevails

871 Vol 1, 3.5.1 39

The Sole Bidder or lead member (in case of

consortium) should have been awarded and

successfully executed & commissioned

project(s) related to development and

integration of citizen centric web portal / mobile

app components or both having minimum value

of INR 15 crore in India during last five years as

on the date of release of RFP.

Generally website and Mobile app scope will be less

than INR 5 crore. We request you to amend this

clause that "The Sole Bidder or lead member (in

case of consortium) should have been awarded and

successfully executed & commissioned project(s)

related to development and integration of citizen

centric web portal / mobile app components or both

having minimum value of INR 3 crore in India during

last five years as on the date of release of RFP.

Please refer to the corrigendum 6

872 Vol 1, 3.5.2 46Project Director

Total Experience: At least 15 years in IT sectorWe request you to consider 12 years in IT Sector RFP Conditions Prevails

873 Vol 1, 3.5.2 47

GIS Specialist

a. Master in Geography with Post-Graduate

Diploma in Remote Sensing & GIS/Master in

Remote Sensing & GIS from reputed institute.

We request you to amend that

a. B.Tech/B.E with experience in GIS for minimum 3

years from reputed institute.

RFP Conditions Prevails

874 Vol 1, 6.8 78Environmental Sensors- Hardware As per

Bidder’s Solution)

Please provide the no. of Environmental sensors

requiredRFP Conditions Prevails

875 Vol 1, 6.8 78 UPS for VMS Please provide UPS backup time RFP conditions prevails Minimum 60 Min backup

876 Vol 1, 6.8 78 UPS for Environmental Sensor Please provide UPS backup time RFP conditions prevails Minimum 60 Min backup

877 Vol 1, 6.8 79 Operator ConsoleWe understand that Operator console is nothing but

workstation. Please confirm our understanding.RFP conditions prevails

878 Vol 1, 6.8 80 Online UPS (As per Bidders Solutions) Please provide UPS backup time RFP conditions prevails Minimum 60 Min backup

24. Insurance VolI. III; Pg.23

Kindly note that Insurance for the new equipment

supplied by SI shall be provided till the delivery of

the equipment at LSCL . Insurance for existing &

newly acquired assets of LSCL for the project period

shall not be the responsibility of SI. The workers

compensation policy shall be inherent and taken

care as per the respective Bidders' Organisation

policy.

Page 73: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

879Server Load

Balancer, Volume 2141

Multi-tenant hardware with multicore CPU

support. It shall support minimum four (4)

virtual instances and shall be scalable to 16

instances on the same appliance. Shall have

minimum of 10 Gbps of system throughput per

virtual instance to support multiple load

balancing and security functions. Shall have

minimum of 8x10G SFP+ interfaces from day

one. Shall have security features like reverse-

proxy firewall, sync-flood and denial of service

attack protection from day one.

SUGGESTED CLASUE:

Multi-tenant hardware with multicore CPU support.

It shall support minimum 10 virtual instances and

shall be scalable to 100 instances on the same

appliance.

Device Throughput: 100 Gbps with 50% scalability in

case of future requirement.

Traffic Ports:

4 x 40 GbE QSFP+

20 x 10 GbE SFP+

SLB should support the Next Generation Features

like

1) Virtualization with Internal Hypervisor (10vADC

scalable upto 100)

2) Application Performance Monitoring

3) Web Performance Optimization

4) Security (ICSA Certified WAF, Defense

Messaging/Integration with DDoS solution)

5) Automation

SLB OEM should have TAC based in India and

present in Gartner Leader's Quadrant (2016).

RFP conditions prevails

880Link Load Balancer,

Volume 2141

Link load balancer shall be an appliance based

solution with minimum 64 bit speed core

architecture and purpose built hardware for

overall high performance. It shall have a

minimum of 64 GB RAM and at least 8x10G SFP+

ports. It shall have minimum of 120 Gbps

throughput. Shall support security features like

reverse-proxy firewall, sync-flood and denial of

service attack protection from day one. It shall

support multiple Internet links in active-active

load balancing and active-standby failover

mode.

Most of the Industry leading OEM's provide both

Link Load Balancer and Server load Balancer

solutions. Kindly allow the SLB and LLB from the

same OEM, in order to have better management

and single point of contact for Load Balancing

solutions.

SUGGESTED CLAUSE:

Link load balancer shall be an appliance based

solution with minimum 64 bit speed core

architecture and purpose built hardware for overall

high performance.

Device Throughput: 100 Gbps with 50% scalability in

case of future requirement.

Traffic Ports:

4 x 40 GbE QSFP+

20 x 10 GbE SFP+

It shall support multiple Internet links in active-

active load balancing and active-standby failover

mode.

LLB and SLB should be from same OEM

RFP conditions prevails

881New Component

Request, Volume 21

We are suggesting DEDICATED DDoS Attack

Mitigation protection solution for the Traffic

generated from the users, in order to safeguard

the Network & Application Infrastructure.

As per the recents Global events, related to IoT

DDoS attacks generated from Cameras, it

becomes a must requirement to handle the

ZERO-DAY DDoS THREATS on REAL TIME BASIS

(SIGNATURE LESS TECHNOLOGY) and the entire

process should be automatic (i.e. without

human intervention).

Dedicated DDoS Mitigation Solution will provide

behavioral based, automatically generated, real-

time signatures, preventing attacks that are not

vulnerability based and zero-minute attacks

such as: network and application floods, HTTP

page floods, malware propagation, Web

application hacking, brute force attacks aiming

to defeat authentication schemes, and

more—all without blocking legitimate users’

traffic and with no need for human intervention.

Pls confirm the solution requirement to be

proposed by the bidder, as part of the RFP SoW.

SUGGESTED CLAUSE:

Dedicated appliance based DDOS Mitigation

solution (not a part of Firewall or UTM or Router or

ADC or Proxy based Architecture) with DoS Flood

Attack Prevention Rate: upto 300 Mpps (EAL4+ or

above certified). Automatic Real Time Signature

generation within few seconds, without human

interference.

Device Throughput: 100 Gbps with 50% scalability in

case of future requirement.

Traffic Ports:

20 (SFP+) x 10GE

4 (QSFP+) x 40 GE and 4 (QSFP28) x 100 GE

DDoS Mitigation solution vendor should have OEM

TAC in India & should have Indian presense for more

than 10 years.

RFP conditions Prevails

882

2.8, Earnest Money

Deposit (EMD), Vol

1

Page No : 21

EMD of Rs. 5,00,000/- (Rupees Five Lakh Only)

shall be paid online through e-

Procurement portal. No exemption for

submitting the EMD will be given to any agency.

Bid security in any other form will not be

entertained

The EMD fee may be exempted for public Sector

Undertaking organizations. RFP conditions Prevails

883

2.29 Eligible Goods

and Services, and

OEM Criteria Vol 1

Page No : 34

h. The bidder’s proposed OEM(s) for the

following solutions must be included in the

Gartner magic quadrants (in either Leaders or

Challengers quadrant) as on the day of

submission of bid. Gartner Reports released in

the last 1 year to be referred and submitted.

i) Wired and Wireless LAN Access Infrastructure

ii) Data Centre Networking

Request customer to allow OEM(s) who are Leaders

or challengers or Visionaries from Gartner’s MQ for

Data Center Networking

The Requirement of Lan switches is for Data centre

RFP conditions Prevails

884Volume 2, 13

ANNEXURE 2Page No : 228

Monitoring Workstations : EPEAT Gold

certification for the system.

Asked is EPEAT Gold Certification, We request you

to kindly change this to EPEAT SilverRFP conditions Prevails

Page 74: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

885Volume 2, 13

ANNEXURE 2Page No : 227

Monitoring Workstations : BIOS controlled

electro-mechanical internal chassis lock for the

system

Asked is BIOS controlled electro-mechanical internal

chassis lock for the system which is OEM specific,

we suggest external locking arrangement which is

better controllable and cost effective

RFP conditions Prevails

886Volume 2, City

Surveillance 3.7Page No : 78

ICCC will receive feeds of CCTV existing cameras

and new cameras on real time basis. ICCC will be

integrated with existing cameras and new

cameras.

Please provide details of existing cameras RFP conditions Prevails

887

Volume 2,

Integration with

SCADA 3.9

Page No : 79

Integration of SCADA Systems (Water Supply,

Sewerage Pumping Station

etc.) (For future integration)

Please provide details of existing systems RFP conditions Prevails

888

2.29 Eligible Goods

and Services, and

OEM Criteria Vol 1

Page No : 34

h. The bidder’s proposed OEM(s) for the

following solutions must be included in

the Gartner magic quadrants (in either Leaders

or Challengers quadrant) as on

the day of submission of bid. Gartner Reports

released in the last 1 year to be

referred and submitted.

i) Wired and Wireless LAN Access Infrastructure

ii) Data Centre Networking

Request customer to allow OEM(s) who are

Leaders or challengers or Visionaries from

Gartner’s MQ for Data Center Networking

The Requirement of Lan switches is for Data centre

RFP conditions Prevails

889

Vol_1,2.29 Eligibal

Goods and Services

and OEM Criteria

Page No : 29

The bidder’s proposed OEM(s) for the following

solutions must be included in the Gartner magic

quadrants (in either Leaders or Challengers

quadrant) as on the day of submission of bid.

Gartner Reports released in the last 1 year to be

referred and submitted.

i) Wired and Wireless LAN Access Infrastructure

ii) Data Centre Networking

iii) Enterprise Network Firewalls

iv) Intrusion Prevention Systems

v) Modular Servers

1. This section mention that proposed OEM(s) for

the following solutions must be included in the

Gartner magic quadrants(in either Leaders or

Challengers quadrant) as on

the day of submission of bid. Gartner reports

released in the last 1 year to be for Wireless LAN

Access

2. Tender asks for edge Level Switch Industrial grade

switch. OEM to be in IDC/Gartner report. This report

is not applicable for Industrial switches, but

applicable

for commercial Ethernet equipment. The

applicablle report for Industrial Switches are

ARC/IHS report. None of the top manufactures of

Industrial Ethernet equipoment

do fall in the IDC/Gartner report.

Such reports do not allow the top global Industrial

Ethernet companies to participate in this prestigious

tender.

http:// www.arcweb.com/

http:// ihsmarkit.com/

We request you to please consider Industrial Edge

Level Switch OEM market share by means of

ARC/IHS report

RFP Conditions Prevails

890

Vol 1

Section 3.4.3

Pre-Qualification

Criteria

Track 7

36The sole bidder or lead bidder /consortium

partner should have CMM level 5.

We request you to kindly consider CMM Level 3

Organization to also participate in the Tender.

This would enable a broder spectrum of bidder to

participate in the bid and also enable Lucknow

Smart City in receiving more competative bids.

RFP conditions Prevails

891

Vol 1

Section 3.5.1

Pre-Technical Bid

Criteria &

Evaluation

Track A2

39Marks shall be allotted as given below:

•CMM level 5 =3 marks

As the qualifying criteria is CMM Level 5, so any

bidder who is eligible gets full marks. Hence, the

purpose of Technical Evaluation is not being

justified.

We request to allow CMM Level 3 Companies to

participate and and marking can be done

accordingly, for e.g.,

CMM Level 3 - 1 Mark

CMM Level 5 - 3 Marks

RFP conditions Prevails

892 Tourism Module 88 Toursism (Based on story map concept)

Clarification Sought: Tourist will be coming from

various geographical locations hence it is important

that

the tourist life cycle management solution should

be detailed out.

Modules Required: Tourist Segmentation , Tourist

Acquisition, Tourist Outreach , Tourist

Communication

Management , Tourist Journey Builder , Tourist Chat

Bot.

Rationale: The tourist module can be a revenue

generating module hence detailing of the

requirements is

strongly required.

Please refer to the corrigendum 6

Page 75: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

893 Citizen Portal 89

Tourist information for the 199 heritages /

tourist spots identified

and documented. (Shown as POIs) – along with

Pictures and description

Proposed:

#It is important that CMS/Portal platform hosting

Tourism Module has built-in Digital Asset

Management

capability so that images and videos relevant to

heritate / tourist spots are managed centrally along

with its

meta-data.

#Also, to provide seamless experience to citizens on

low bandwidth, the images and videos must be

optimized automatically to speed up the page load

or App load.

# It is equally important that these videos and

images can also be automatically retrieved from

social media

platforms to enrich the tourist story boarding in the

context of citizen's browsing.

Rationale: High resolution images and videos can

make the sites and app load very slow. Increasing

number

of such assets will make it difficult to optimize the

images and videos automatically basis the

bandwidth.

Similarly, user generated content (UGC) relevant to

tourist stories pertaining to specific site and spots

will

make the story more lively and attarctive.

Please refer to the corrigendum 6

894

Citizen Portal-

Culture &

Community Events

91 Creation and upload of Events, Event Details, Calendar

Proposed: The citizen must be notified via push

notifications about a new event posted on Citizen

Portal, rather than citizen going to App or Web

Portal to see what's happening in Lucknow Smart

City. Rationale: Better citizen engagement and lively

community will make Lucknow a better Smart City

than rest of the other cities.

Please refer to the corrigendum 6

895Website

Monitoring110 Website Performance Report– Google Analytics Report (Monthly)

Clarification Sought: Google analytics is a restricted

solution , which be neutralised to include solutions

from other OEMS's.

Rationale: The data that is collected by google is

owned by google and not by the customer. Hence

request to relax this clause.

RFP conditions Prevails

896

Content

Management

System

109 Content Management System (CMS) & Layout Updates

Proposed: The proposed CMS Portal platform

should not have any RDBMS system as its own

content repository. Rationale: This will make the

maintenance of the website very simple and make it

highly scalable.

RFP conditions Prevails

897

Proposed: The CMS platform must provide a GUI

based (browser) mechanism to view the page

versions for

graphical compare different versions.

Rationale: To understand how the website pages

have changed over the period of the time, this will

be

important from compliance reasons.

RFP conditions Prevails

898

Proposed: The proposed CMS platform must also be

leveraged to provide content (images, text etc.) to

LSCL

Mobile app via Content as-a Service framework.

Rationale:This is important that the information

published on LSCL Website and Mobile App are

same and

there is no ambiguity.

RFP conditions Prevails

899

Website - Technical

and Functional

requirements

112

Site must be “responsively designed” to

accommodate mobile

users. This must include accommodations for

slower, cellular internet connections

Proposed: The CMS must have in-built digital asset

management solution to generation dynamic image

&

video renditions based on end user’s bandwidth to

optimize the page load experiences.

Rationale: This is to accommodate the slower

bandwidth speed and user experience.

RFP conditions Prevails

900Wep Portal &

Mobile App

31

&

113

The portal functions / features shall be

extended on to Mobile app also

for reaching out to more users and providing

quick access to the

services. Portal must be Omni channel i.e. its

design should be such that it can be

viewed easily on laptops, tablets and mobiles.

Clarification Sought: Citizens, availing the services

via LSCL Website/Citizen Portal/ Mobile App will

need

to fill forms and do digital enrollments electronically

through internet services. The users of the system

should

be able to track the status of application / inquiry at

any point of time.

Proposed :

e Forms: Design and development of the such

services must be done using electronic forms

application in

secure and usable format. All the hosted electronic

forms shall have the option of online submission

and

offline saving and later on submission by citizens or

inspectors while they are on field and may not have

connectivity.

Tracking : The e form solution should have in built

workflow engine to support tracking of citizen

application.

RFP conditions Prevails

Page 76: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

901

Officer App- Field

Responder

Mobile Apps

54 & 106

Provide integrated Mobile Application for iOS,

Android and

Windows for capturing real-time information

from the field response

team using Mobile- Standard Operating

Procedure. Field Work Monitoring Module

Proposed: For field monitoring the e - form solution

must provide in built mobile app functionality.

Rationale: The field worker should be able to access

the LSCL inspection forms either through web portal

or

mobile app and the experience and the workflow

should be supported on both the platforms.

Frequent

changes in service forms / applications /inspection

RFP conditions Prevails

902 Officer App 106

Field Work Monitoring Module

encroachment

Clarification Sought:

Field Worker : Field workers who are carrying out

tasks on the field will need to input the data in pre

defined format of e forms inside the app. They also

need to sign the report submitted using e sign along

with

authentication, please clarify.

Officers : Officer need to validate the report and

give approval which would again need e - sign along

with

authentication. Please clarify.

RFP conditions Prevails

903Social Media

Platform108 Citizen App Modules

Proposed: It is important that citizens provide the

feedback to LSCL realtime through citizen portal and

mobile app and this would need functionality of

social engagement platform (managed on LSCL

digital platform).

Rationale: Citizen should be able to log in using

their social credentials and give the feedback to

LSCL via any digital interface.

RFP conditions Prevails

904 Help Desk 130

The proposed solution should automatically

suggest available technicians based on workload

while assigning tickets

The proposed solution (PBX, Gateways, ACD, CTI,

IVRS, Reporting, Recording and IP Phones must be

from same OEM.) should automatically suggest

available technicians based on workload while

assigning tickets

Without a proper call

center application, the

help desk cannot be

deployed with the features

asked.

RFP conditions Prevails

905 Help Desk 130

The proposed helpdesk system shall be capable

of assigning call requests to technical staff

manually as well as automatically based on

predefined rules, and shall support notification

and escalation over email

The proposed helpdesk system shall be capable of

assigning call requests to technical staff manually as

well as automatically based on predefined rules, and

shall support notification and escalation over email

using CRM (example: System should support skill

base routing, multiple group support, priority

handling and Queue status indicator.)

Email is part of CRM and

npot IPPBX. Without

defining the skills, defined

rules are simple and no

benchmark will be defined,

therby making it absurd to

compare any solutiol.

RFP conditions Prevails

906 Help Desk 131

The proposed helpdesk system shall integrate

tightly with the Knowledge tools and CMDB and

shall be accessible from the same login window

The proposed helpdesk system shall integrate

tightly with the Knowledge tools and CMDB and

shall be accessible from the same login window. The

call center solution should have been implemented

in minimum 5 projects (2 Emergency and three Non-

Emergency/BPO) handling over 100,000 calls per

day in each project in India or abroad in last 5 years.

Documentary evidence to be submitted.

This is required because

once live the number of

calls for all the applications

will be huge and the same

is seen in other

deployments also like

telemedicine, smart city

and Emergency resposne

where once deployed the

number of calls are more

than 2 lakhs calls per day.

Please refer to the corrigendum 6

907 Help Desk 131 Addition

The IP PBX should be modular, expandable,

embedded IP server-gateway/server based

architecture, having Unix or Linux or equivalent

operating system software based platform. The

system shall have hot standby/Active-Active

arrangement so that it should continue to operate

in case of failure or maintenance of main processor

or power supply or interfacing card or CPU etc. The

system should support IP or SIP as well as TDM. The

TDM can be supported through an external

Gateway.

Help desk must be

deployed in active -active

and modular architechture.

This will help integrate

with various application of

smart city and also provide

scalability and

redunandacy as desired.

RFP conditions Prevails

908 Help Desk 131 Addition

In the event of ACD failure for any reason, calls

should be routed by the built-in mechanism in the

PABX

Every help desk work on

call routing function

provided by ACD. However

if the ACD fails, no call will

come on help desk. So this

feature is a must.

RFP conditions Prevails

909 Help Desk 131 Addition

the citizen should be able to do chatbot with the

corporation with basic forms . The same should be

integrated with Help desk also to ensure in case the

chat wants to be transferred to agent, it can be

done automatically.

CHAT bot provides forms

like birth certificate, death

certificate, New

connection for water,

electricity, etc. these can

be automated to ensure

agents are not used.

RFP conditions Prevails

910 Help Desk 131 Addition

The Help desk should be able to do Citizen

emergency broadacst (CEB) to users usiing SMS,

EMAIL and calls. Also the CEB once triggered,

multiple eople can be taken into the call byu the

IPPBX immediately so that the decision is faster.

RFP Conditions Prevails

911 Vol_1_RFP 44 CMM Certification CMM level 5. Please more describe RFP is Self Explanatory

912 Vol_1_RFP 56 No Deviation Certificate Please give more information RFP is Self Explanatory

913 Vol_1_RFP 56 Total Responsibility Certificate Please give more information RFP is Self Explanatory

914 Vol_2_RFP 114

The authority has decided to host the

application and the data of the Integrated

Command & Control Centre to the UP State Data

Centre (SDC) situated in Lucknow. The Disaster

Recovery Centre (DRC) will be the cloud

platform developed by the National Informatics

Centre.

The DRC should be in the cloud platform as per

Meity guidelines (Meity empanelled CSP) and

audited by STQC for eligibility criteria as per

Government of India guidelines.

RFP Conditions Prevails

Page 77: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

915 Vol_2_RFP 116

Centre is Tier III+)

to 99.982% availability.

substation next to DC

with N+N redundancy

As per TIA-942 in India only Ctrls Datacenter Tier IV

certified Data Centre. Kindly go through:

http://www.tia-

942.org/datacenter/4/IND/7/1/#tabs-1. Therefore

we request you change N+N to N+1 as the N+N is

requirement for Tier IV Data centre. Please follow

the link: http://www.gpxglobal.net/wp-

content/uploads/2012/10/TIERSTANDARD_Topolog

y_120801.pdf

Please refer to the corrigendum 6

916Vol2 (15. Online

UPS), pt. 3234

Input Power Factor at

Full Load, , > 0.9

As this is a Smart City Project latest Specifications

available for Input power factor are 0.99, this will

save approx. 10% of KVA Power Consumed w.r.t 0.9

requirement. Pls see if specications need to be

made better. This feature is available with all

leading manufacturers

RFP Conditions Prevails

917Vol2 (15. Online

UPS), pt. 9234 Inverter efficiency, >90%

As this is a Smart City Project latest Specifications

available for Inverter Efficiency are 96 %, this will

save approx. 6.5% of KW Power Consumed. Pls see

if specications need to be made better. This feature

is available with all leading manufacturers

RFP Conditions Prevails

918Vol2 (15. Online

UPS), pt. 10234

Over All AC-AC

Efficiency, > 85%

As this is a Smart City Project latest Specifications

available for Inverter Efficiency are 96 %, this will

save approx. 11% of KW Power Consumed. Pls see if

specications need to be made better. This feature is

available with all leading manufacturers

RFP Conditions Prevails

919Vol2 (15. Online

UPS), pt.17235

Cabinet, Rack / Tower type, 75KW/ 150KW/

200KW configurations

In higher rating UPS the UPS are all Tower Type

only, pls confirm.RFP Conditions Prevails

920Vol2 (15. Online

UPS), pt.17235

Cabinet, Rack / Tower type, 75KW/ 150KW/

200KW configurations

Please confirm if we can consider 25 KW & 50 KW

also in case the connected load is low or we will

have to consider 75 KW as Minimum rating

RFP Conditions Prevails

921Vol2 (15. Online

UPS), pt.17235

Cabinet, Rack / Tower type, 75KW/ 150KW/

200KW configurations

Please confirm if the UPS Need to be Modular in

name, meaning that a 75 KW UPS shall have an

inbuilt architecture of 3 x 25 KW or 4 x 20 KW

RFP Conditions Prevails

922Vol2 (15. Online

UPS), pt.17235

Cabinet, Rack / Tower type, 75KW/ 150KW/

200KW configurations

In case Modular systems are required, pls confrm

that the Power Modules are required to be Hot-

Swappable.

RFP Conditions Prevails

923Vol2 (15. Online

UPS), pt.18235 0 to 40 degrees centigrade

Please confirm that this temperature range is for

UPS Only as Battery Manufacturers recommend 25-

27 deg Temperature.

RFP Conditions Prevails

924 General General UPS Warranty & Battery Warranty to be clarified RFP Conditions Prevails

925 Vol1, RFP Pg 83 Proposed Bill of materialWe understand that The BOQ of the tender shall

include the “GIS Software” as a Line ItemPlease refer to the corrigendum 6

926 Vol2, RFP Pg 84Geographical Information system (GIS) & GIS

city portal

We understand that there would be requirement of

augmentation, enhancement & scale up of the

existing GIS solution and developing & integrating

GIS application. We request you to add the GIS

software in BOQ for augmentation of the same at

Enterprise level as per the requirement of the RFP.

Please refer to the corrigendum 6

927 Vol2, RFP Pg 161 Section 6: (OEM Professional Services for Project Implementation),

We understand that the project management and

execution of the project remains with MSI. OEM

responsibility will be to provide support.

RFP conditions Prevails

928 Vol2, RFP Pg 161 Section 6: (OEM Professional Services for Project Implementation),

As OEM to GIS software, we understand our scope is

limited to our products supplied. Also clarify how

the liability of SLA be distributed among OEMs while

the overall system will be an integration of many

sub-components.

RFP conditions Prevails

929

Volume 1,Pre

qualification ,point

no. 2

35

The Sole Bidder or the Lead Bidder of

consortium should have an average annual

turnover of minimum INR 10 crore with

minimum average turnover of INR 5 crore from

one or more of the “specific business areas”

mentioned below over the last three financial

years and, in case of a Consortium, the average

annual turnover for each of the consortium

members over the last three Financial Years

should be INR 2.5 crore or more from one or

more of the “specific business areas” mentioned

below:

•Software Application Development including

mobile app

•Multiple Software application integration

capability

•Database Management

•Business Analytics

•ICT Infrastructure and System Integration

•IoT/Cloud environment

As this is a large scale System Integration Project

having complex requirement of integrating to

various systems and to execute such projects it is

essential for the bidders to have prior experience in

ICT/ IT system Integration. Hence we request you to

consider the following clause as below

"The Sole Bidder or the Lead Bidder of consortium

should have an average annual turnover of

minimum INR 40 crore with minimum average

turnover of INR 20 crore from one or more of the

“specific business areas” mentioned below over the

last three financial years and, in case of a

Consortium, the average annual turnover for each of

the consortium members over the last three

Financial Years should be INR 10 crore or more from

one or more of the “specific business areas”

mentioned below:

•Software Application Development including

mobile app

•Multiple Software application integration

capability

•Database Management

•Business Analytics

•ICT Infrastructure and System Integration

•IoT/Cloud environment

Please refer to the corrigendum 6

930Volume 1,Section

2.2929

The proposed OEM should have installed base

of at least 20% of the quoted product or

technology

This clause is very Subjective and is not applicable to

all components.Request you to remeove the clauseRFP Conditions Prevails

Page 78: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

931

Volume 1,Pre

qualification ,point

no. 8

36

The sole bidder or lead bidder should have

completed at least two projects in Govt/Semi

Govt/ PSU; in the field of development and

integration of citizen centric web portal /

mobile app, database management /data

warehousing/ business analytics / cloud

applications on the date of release of NIT

Since the ICCC is to be implemented with DC (on

premise) and DR (cloud ) we request you to amend

the clause as below.

The sole bidder or lead bidder should have

completed at least two projects in Govt/ Semi Govt/

PSU; in the field of development and integration of

citizen centric web portal /mobile app/database

management /data warehousing/ business analytics

/ implementation on cloud on the date of release

of NIT during last five financial years.

Please refer to the corrigendum 6

932

Volume 1,Technical

qualification ,point

no. 1

37

Average annual turnover from “Specific Business

Areas” as mentioned

below for Sole bidder or Lead bidder (in case of

consortium) over the last

three Financial years

Marks shall be allotted as given below:

• More than INR 40 Crore = 7 marks

• More than INR 30 Crore – up to INR 40 Crore

= 6.5 marks

•More than INR 20 Crore – up to INR 30 Crore =

6 marks

•More than equal to INR 5 Crore - up to INR 20

Crore = 5 marks

“Specific Business Areas”

•Software Application Development including

mobile app

•Multiple Software application integration

capability

•Database Management

•Business Analytics

•ICT Infrastructure and System Integration

•IoT/Cloud environment

The scope of this project involves System

Integration of various systems third party systems.

In order to execute such projects it is essential for

the bidders to have prior experience in ICT/ IT

system Integration experience along with domain

exeperience. Hence we request you to consider the

following clause

Average annual turnover from “Specific Business

Areas” as mentioned below for Sole bidder or Lead

bidder (in case of consortium) over the last three

Financial years

Marks shall be allotted as given below:

• More than INR 100 Crore = 7 marks

• More than INR 80 Crore – up to INR 100 Crore =

6.5 marks

•More than INR 60 Crore – up to INR 80 Crore = 6

marks

•More than equal to INR 40 Crore - up to INR 60

Crore = 5 marks

“Specific Business Areas”

•Software Application Development including

mobile app

•Multiple Software application integration

capability

•Database Management

•Business Analytics

•ICT Infrastructure and System Integration

•IoT/Cloud environment

Please refer to the corrigendum 6

933

Volume 1,Technical

qualification ,point

no. B3

42

The Sole Bidder or lead member (in case of

consortium) should have experience in

developing and implementing IT software

projects in India with Java /J2EE, Application

Servers like JBoss or similar, HTML5/CSS3,mobile

apps native languages (Android, ioS, Windows,

Hybrid language like phonegap), User

Experience in designing User Interfaces. At least

2 projects have been executed (documentary

evidence to be provided as proof of

delivery) with the above mentioned technology

stack.

Marks shall be allotted as below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

The documentry evidence asked for this clause will

not be able to justify the clause.So kindly request

you to allow bidders to provide a self certificate

highlighting the technologies and software used for

each of the project experience.

Please refer to the corrigendum 6

934 General

This is a Large integration project which includes

various integrations to be done. For such projects

Bidder's Proposed solution should be included

under technical evaluation. So, request you to put

certain weightage to Proof of concept or

Presentation

RFP Conditions Prevails

935

Vol 1 Section 3.5.1

Technical Bid

Criteria &

Evaluation, B1

39 & 40

The Sole Bidder or lead member (in case of

consortium) should have been awarded and

successfully executed & commissioned

project(s) related to development and

integration of citizen centric web portal / mobile

app components or both having minimum valuof

INR 15 crore in India during last five years as on

the date of release of RFP.Marks shall be

allotted as given below:

• More than equal to 5 Project = 20 marks

• 4 Project = 14 marks

• 3 Project = 10 marks

• 2 Project = 7 marks

Generally the values of the projects of citizen

centric web portal / mobile app are very large when

compared to the scope of RFP, as mentioned in the

respective clause. Kinldy amend the clause as :

The Sole Bidder or lead member (in case of

consortium) should have been awarded and

successfully executed & commissioned project(s)

related to development and integration of citizen

centric web portal / mobile app components or both

having minimum valuof INR 5 crore in India during

last five years as on the date of release of

RFP.Marks shall be allotted as given below:

• More than equal to 5 Project = 20 marks

• 4 Project = 14 marks

• 3 Project = 10 marks

• 2 Project = 7 marks

Please refer to the corrigendum 6

936

Vol 1 Section 3.5.1

Technical Bid

Criteria &

Evaluation, B2

41

The Sole Bidder or lead member (in case of

consortium) should have experience in the field

of City centric software Integration Projects.

Marks shall be allotted as below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

Large scale Utility based enterprise integration

projects are focussed on citizens with various

integrations like Integration with SCADA, payment

gateways, Web Portal, GIS, etc and have similar

nature of work as City Centric Software intrgration.

Request Kindly ammend the clause as:

The Sole Bidder or lead member (in case of

consortium) should have experience in the field of

Enterprise integration/City centric software

Integration Projects during last Five financial years.

Marks shall be allotted as below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

Please refer to the corrigendum 6

937Vol 1, 6.8 Proposed

BOM78

E. IT Infrastructures - Web application, DDoS,

UTM

Request authorities to provide minimum technical

specifications of security components. As these

component specifications are not mentioned in

Volume 2 or in any part of RFP.

Please refer to the corrigendum 6

Page 79: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

938

Vol 1, 6.8 Proposed

BOM & 7.2 Price

component for

CAPEX

78 & 90E. IT Infrastructures, Point 1 - Security

components mismatching in both the tables

Conflict of requirements in IT infrastructure security

components in Proposed Bill of Material & in Price

component for CAPEX. Request authorities to

amend the security components requirement in

both the tables.

Please refer to the corrigendum 6

939

Vol 2, 5.2 Data

center & Disaster

recovery

114

Tentatively State Data centre will initially

provide the below items for the hosting

purpose. * Rack space,

* Internet connectivity,

* Physical Security,

* Logical Security,

* Cooling,

* VPN services,

* WLD services,

* UPS power,

* Firewall Security.

The MSI is expected to consider the above

components which will be provided by the State

Data Center.

As per RFP, we understand Primary Data Center is

located at UP SDC at Lucknow for both temporary

ICCC at Lucknow Nagar Nigam (Bhopal House) and

for Main ICCC at UP SDC. Request authorities to

clarify the items provided by SDC to be used by the

MSI - is it for temporary purpose or permanently ?

RFP is self explanatory

940

Vol 2, Technical

requirement - WAN

/ Internet Router

132 Techincal requirement of WAN / Internet Router

Request authorities to provide minimum technical

specs. of WAN/Internet Router like minimum

number of ports, minimum throughput, min. speed

of forwarding/routing performance and min. Ipv4

routes & MAC address. These details provide

bidders to give accurate sizing of the routers.

RFP conditions prevailsBidder to Propose as per the

Technical Architecture

941

Vol 2, Technical

requirement -

Primary Storage

136 Techincal requirement of Primary storage

Request to authorities to calrify about 5TB Primary

storage - Is 5TB used for both video & Non video

applications ?

RFP Conditions Prevails

942

Vol 2, Technical

requirement -

Secondary Storage

138Techincal requirement of secondary storage (for

Backup / Archival storage as per RFP)

Please provide minimum size of secondary storage

requirement and also tentative data size to be

backed up.

RFP Conditions Prevails

943

Vol 2, Technical

requirement -

Server Load

Balancer

139 Techincal requirement of Server Load balancer

Request authorities to provide minimum number of

ports & minimum throughput required for Server

Load Balancer. This helps bidders to do efficient

sizing.

RFP conditions prevailsBidder to Propose as per the

Technical Architecture

944

Vol 2, Technical

requirement -

Server Load

Balancer

139 & 141Techincal requirement of Server load balancer

mentioned in different pages.

Conflict of technical specs mentioned for server

load balancer. Request authoritites for clarification.RFP Conditions Prevails

945

Vol-2

2.3.2 IoT Platform

Video Display Wall

(VDW)

Page 62 of 245Auto continuous-colour and brightness

management mechanism to be

This shold be changed to:

Auto colour and brightness management

mechanism to be provided

This is specific to a manufacturer hence should be

changed as asked to introduce more competetion

RFP Conditions Prevails

946

Vol-2

2.3.2 IoT Platform

Video Display Wall

(VDW)

Page 63 of 245The brightness uniformity of each display cube

and across the entire VDW shall be at least 95%.

This shold be changed to:

The brightness uniformity of the VDM shall be

>98%.

In large walls the uniformity of each cube is very

important and should not be compromised

otherwise the video wall will appear patchy hence

affecting the overall image quality and VW

performance

RFP conditions prevails

Bidder should meet the functional

Requirements mentioned in the

RFP

947

Vol-2

2.3.2 IoT Platform

Display Content

Management

System (DCMS) or

Video Wall

Management

System

Page 64 of 245

The DCMS shall be able to decode, transmit,

manage, and display the following formats of

digital streaming video:

• MPEG-4

• H.264

Should be changed to:

The DCMS shall be able to decode, transmit,

manage, and display the following formats of digital

streaming video

• H.264

since H.264 is the advanced codec

RFP conditions prevails

948

Volume 2

13 Annexure 2

(Control &

Command Centre)

19. IP CCTV camera

for Control Room

239

1.IP Camera should be a high-definition, full-

functioned

video endpoint with industry-leading image

quality and

processing power. The camera is capable of

resolutions

up to 1920 x 1080 at 30 frames per second (fps)

while

optimizing network usage with either H.264 or

MJPEG

compression.

Please help us to know the type of camera required

for control room, i.e. Dome Camera or Bullet

Camera.

RFP conditions prevails

Bidder should meet the functional

Requirements mentioned in the

RFP

949

Volume 2

13 Annexure 2

(Control &

Command Centre)

19. IP CCTV camera

for Control Room

239

1.IP Camera should be a high-definition, full-

functioned

video endpoint with industry-leading image

quality and

processing power. The camera is capable of

resolutions

up to 1920 x 1080 at 30 frames per second (fps)

while

optimizing network usage with either H.264 or

MJPEG

compression.

H.264 is the old video compression technology,

whereas, H.265 is the latest video compression

technology. This compression technology which is

being used by many leading brands and helps to

reduce more than 50% bandwidth and storage

consumption, keeping the same image level

performance as H.264 Thus, reducing the load over

network and storage complexity. Thus will be more

economical solution. Thus, kindly make it

mandatory for the quoting H.265 compatible for the

CCTV Camera.

Thus, requesting you to ammend the clause to

H.265,H.264 or MJPEG compression.

Please refer to the corrigendum 6

950

Volume 2

13 Annexure 2

(Control &

Command Centre)

19. IP CCTV camera

for Control Room

239 4.Dynamic Range-100 dB

During video surveillance, there is variation in

illuminance due to bright light sources . True WDR

value with 120db value will render better and good

qaulity image as compared with camera with 100 Db

. Request you to amend it to Dynamic Range-120dB

which is wide used and available with major brands.

RFP conditions prevails

Page 80: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

951

Volume 2

13 Annexure 2

(Control &

Command Centre)

19. IP CCTV camera

for Control Room

239 5.Lens- 3-10 mm

The lens size which is normally available with all the

major and reputed manufacturers is 2.8~12mm. It

also determine the overall optical zoom ratio. Thus,

requesting you to kindly ammend the Lens-

2.8~12mm.

RFP conditions prevails

952

Volume 2

13 Annexure 2

(Control &

Command Centre)

19. IP CCTV camera

for Control Room

239 5.Lens- p-Iris

DC-Iris is majorly used by the majority of the OEMs.

Thus, requesting to kindly amend Auto Iris - P-

Iris/DC-Iris.

RFP conditions Prevails

953

Volume 2

13 Annexure 2

(Control &

Command Centre)

19. IP CCTV camera

for Control Room

24013.Number of streams: Dual-stream H.264 and

MJPEG:

Triple stream means the IP camera can

simultaneously output three different video

streams, each of video streams can be configured

with different resolution, frame rate, bitrate and

codec type. Where one stream is used for Live View,

second stream for remote viewing and third stream

for recording purpose.

Thus,requesting you to ammend the Streaming

Capacity to Three Streams video profiles instead of

2 Video profiles.

RFP conditions prevails

954

Volume 2

13 Annexure 2

(Control &

Command Centre)

19. IP CCTV camera

for Control Room

240

13.Number of streams: Secondary stream

programmable up to 1024 x 576 at 15 fps

Nowadays in the market, triple streams cameras are

used, hence requesting you to ammend the

requirement to Any other stream except main

stream programmable up to 1024 x 576 at 15 fps

RFP conditions prevails

955

Volume 2

13 Annexure 2

(Control &

Command Centre)

19. IP CCTV camera

for Control Room

240 15.Local Storage- Micro SD

As the project includes Megapixels IP cameras &

extended days of recording,requesting to add SD

storage to 128GB for storage purpose. Also, the

proposed camera should support Automatic failover

feature feature wherein during network

disconnection between the camera and storage

device, the data stored in SD card shall be pulled

back and merged with storage available in the

storage device/server. Thus, kindly add clause that

Camera should support Automatic failover system

for storage.

RFP Conditions Prevails

956

Volume 2

13 Annexure 2

(Control &

Command Centre)

19. IP CCTV camera

for Control Room

240 16.Video Compression-H.264 & Motion JPEG

H.264 is the old video compression technology,

whereas, H.265 is the latest video compression

technology. This compression technology which is

being used by many leading brands and helps to

reduce more than 50% bandwidth and storage

consumption, keeping the same image level

performance as H.264 Thus, reducing the load over

network and storage complexity. Thus will be more

economical solution. Thus, kindly make it

mandatory for the quoting H.265 compatible for the

CCTV Camera.

Thus, requesting you to ammend the clause to

Video Compression-H.265,H.264 & Motion JPEG

RFP conditions prevails

957

Volume 2

13 Annexure 2

(Control &

Command Centre)

19. IP CCTV camera

for Control Room

240

25.Certifications Safety-UL60950-1 second

edition CSA22.2-No.60950-1 IEC/EN60950-1

second edition IEC/EN60825

IEC/EN60825 is only applicable for Safety of laser

products, while the requirement in the tender is not

of laser, thus request you to delete this requirement

RFP Conditions Prevails

958

Volume 2

13 Annexure 2

(Control &

Command Centre)

19. IP CCTV camera

for Control Room

241

26.Certifications EMC-Requirements- CISPR22

Class B ICES-003

EN50121-4

EN50155

EN50130-4

EN55022

EN55024 EN61000-3-2/-3-3 VCCI Class B

KN22 Class B KN24

1)CISPR22 is equivalent to EN55022 which is

covered under the CE certification.

2)Class B ICES-003 is equivalent to EN std. covered

under CE certifcate

3)EN50121-4 EN50155 are std, for Railway

application match railway std. not applicable for this

project.

4)EN55022 EN55024; EN55022 and EN55024

covered under CE certification; EN61000-3-2/-3-3;

EN61000 std are covered under EN50130 std which

falls under the CE certification.

5) VCCI is japanese std while FCC is US std which is

globally accepted and are equivalent to each other

6)Class B KN22 Class B KN24 are Korean std. and

equivalent to EN std. covered under CE certification;

Thus request you to ammend certification to UL, CE,

FCC which declares that the product complies with

the essential requirements of the relevant health,

safety and environmental protection legislation.

RFP Conditions Prevails

Page 81: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

959

Volume 2

13 Annexure 2

(Control &

Command Centre)

19. IP CCTV camera

for Control Room

241

27.OEM Criteria-All proposed Cameras should

be from Single OEM and OEM should have

Registration in India min from 10 Years

We request you to kindly remove this caluse basis

the following. 1) in case if any one of the camera

specification is not complied by OEM, their other

complied camera will also not be quoted by SI as

well this will lead Monopoly for OEM who's all

camera comply in this tender, they will charge high

price and take advantage of this condition. 2). Many

world class OEM's have come to India for business

few years back, we request you to reduce this 10

years period to 5 or 7 years so that world's best

OEM's who have come India for business can

participate in this tender and provide best quality

equipment at very competative prices.

RFP Conditions Prevails

960

Volume 2

13 Annexure 2

(Control &

Command Centre)

19. IP CCTV camera

for Control Room

239 To be added

For the smooth switching between Day and Night

mode, it is recommended to have builtin IR within

the camera with more IR Range.

Thus, request you to add IR Illuminator as Internal

in camera with min 30M IR distance.

RFP Conditions Prevails

961 To be added Storage

The technical specifications for CCTV Video storage

has not been mentioned in the tender, thus, please

help to clarify how storage will be done of the IP

CCTV Camera for control Room.

RFP conditions prevails

Bidder should meet the functional

Requirements mentioned in the

RFP

962

Vol_2_RFP , page no

23

In Scope of Work -

Technical

specificaations ,

Point no. 13.

Display size of Environmental sensors should be 3x2 mts.

(1)What kind of display is to be provided?

(2)Is it integrated with each sensors?

(3) What will be the functionality of the display?

RFP is Self Explanatory

963 General Need BoM RFP conditions prevails Query Not Clear

964Vol_2_RFP , page no

813.10 GPS Tracking of Vehciles

Need BoM, Specify software application

requirement

(1)Qty of Municipality vehicles

(2)Qty of GPS devicesRFP Conditions Prevails

965 General AFCS card

To use the Smart card for the CCPS, will the

Lucknow Corporation provide the card data

structure for third party integration?

RFP Conditions Prevails

966 General GeneralNeed BoM, Specify software application

requirementRFP conditions prevails Query Not Clear

967Volume II Scope of

Work 127-130 EMS - Log Management and Network-Flow based Traffic Analysis

Since SIEM specification has been given seperately

in the RFP, So request you to delete "Log

Management" and "Network-Flow based traffic

analysis" at page 127-130 as this is feature of SIEM

solution.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

968Volume II Scope of

Work 145

2.2.11.5 data security (DLP has been asked in

every command center RFP of smart city which

is missing here)

It is recommended that DLP (Data Leakage

Privention Solution) should be proposed to meet

functional requirement. We request you to add

minimum technical specification of DLP solution.

RFP conditions prevails

We are aware of data exfiltration

threat and have already desired

DLP functionality as per published

RFP

969Volume II Scope of

Work 12

Support for PKI based Authentication and

Authorization- The solution shall support PKI

based Authentication and Authorization, in

accordance with IT Act 2000, using the Digital

Certificates issued by the Certifying Authorities

(CA). In particular, 3 factor authentications

(login id & password, biometric and digital

Signature) shall be implemented by the MSI for

officials/employees involved in processing

citizen services.

we recommend and request you to please add

minimum specification of PKI and Hardware Security

Module( HSM) Specification to meet functional

requirement. There are only two OEM in this space

and it has also been asked in every smart city RFP

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

970Volume II Scope of

Work 11

Security - The architecture must adopt an end-to-

end security model that protects data and the

infrastructure from malicious attacks, theft,

natural disasters etc. MSI must make provisions

for security of field equipment as well as

protection of the software system from hackers

and other threats.

Request you to please add minimum specification of

Security Analytics,Network Forensics Solution to

have fair and competitive bidding. RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

971

Volume II Scope of

Work 112

Portal must be secure in all the way and all the

latest security implementations like https, xss,

sql injection, OWASP vunrebelties etc should be

implemented/followed to avoid any hacking.

To Achieve this, we suggest to implement WAF and

Request you to please add minimum specification of

web Application firewall Solution to have fair and

competitive bidding.

RFP conditions prevails

Bidder's should meet the

functional requirement by

adhering OWASP framework

972

Vol2_RFP

DATA CENTER

SPECIFICATION

141 Link Load Balancer Specifications

Link Load balancer can also act as aa IPv6 gateway

hence we request to add below IPv6 Features on

Link load balancing Specifications,

• IPV6 support with IPv6 to IP4 and IPv4 to IPv6

translation and full IPv6 support.

• IPV6 support with DNS 6 to DNS 4 & DNS 4 to DNS

6 translation

• Support full DNS bind function & Capable of

handling complete DNS bind records including

A,MX, AAAA for IPv6.

RFP conditions prevails

Bidder's should meet the

functional requirement to

maintain desired SLA

Page 82: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

973Vol2_RFP

5.3 data security145 2.2.11.5 data security

The RFP has included most of network and security

solution to strengthen C&C infrastructure. But Web

Application security network function is missing and

is essential network function for overall security of

application infrastructure. Application security will

surely improve the security posture and improve the

operational efficiency of the solution. Besides Cyber

Security Model Framework for Smart Cities circular

also recommends web application security devices

for overall end to end security model. We suggest

including application security solution with

minimum specifications to this project.

Application level security solution should be

provided through leading practices and standards

including the following:

Prevent OWASP top 10 vulnerabilities including SQL

Injection, XSS, Security Misconfiguration

Vulnerabilities, Restrict URL Access Vulnerabilities,

Insufficient Transport Layer Protection, Redirects

and Forwards Vulnerabilities

The application security solution should have

positive security model with machine learning

capabilities to detect and prevent anomaly in

application traffic and unknown attacks. Machine

learning should be based on true ML algorithms,

and not just automation of dynamically learnt rules.

RFP conditions prevails

Bidder's should meet the

functional requirement by

adhering OWASP framework

974

Vol2_RFP

DATA CENTER

SPECIFICATION

Multi-tenant hardware with multicore CPU

support. It shall support minimum four (4)

virtual instances and shall be scalable to 16

instances on the same appliance. Shall have

minimum of 10 Gbps of system throughput per

virtual

instance to support multiple load balancing and

security functions. Shall have minimum of 8x10G

SFP+ interfaces from day one. Shall have

security features like reverse-proxy firewall, sync-

flood and denial of service attack protection

from day one.

number of virtual instance requirements are on

higher side keeping current and future scalabulity

requirement under consideration. Multi-tanent

server load balancer appliance typically requires 2-3

virtual tanents each of DMZ, MZ and server farm.

16 instances are on higher side and will add surplus

cost in overall solution design. we rcommend to

reduce it to 8 virtual instances.

RFP conditions Prevails

975Vol2_RFP

5.3 data security145

New Suggestion-Application security

RFP has addressed most of the Application Security

points but still some application security points are

missing like unknown attacks based on user inputs

and application responses, Zero day Attacks, atomic

attacks and complex attack chains hence to address

these kind of attacks request you to consider next

generation application security solution with

minimum requirements.

1.The application security solution should have

positive security model with machine learning

capabilities to detect and prevent anomaly in

application traffic and unknown attacks. Machine

learning should be based on true ML algorithms,

and not just automation of dynamically learnt rules.

2. web application security solution should have

capability of performing static analysis of source

code & dynamic analysis at RUN time to identify

potential vulnerabilities in web applications and

solution must have option to deploy virtual patch

based on static and dynamic analysis results.

3. The Web application security solution should

address known & unknown attacks based on user

inputs and application responses using combination

of dedicated protectors/signature engines and

Machine Learning

4. WAF should support built-in correlation engine to

detect atomic attacks and complex attack chains.

Administrator should have option to define

RFP conditions Prevails

976Volume II Scope of

Work 155

Solution must be custom built AntiAPT solution

and must not have network perimeter security

component part devices like firewall and IDS/IPS

Top security vendors have their Anti-APT solution as

well as Firewall and IPS, and Anti-APT is proven best

by NSS LABS. Request Please remove "must not

have network perimeter security component part

devices like firewall and IDS/IPS". By tender

condition we are limiting to specific OEM and

incresing the cost as well.

RFP conditions prevails

Custom built APT solutions offer

dedicated resources to do analysis

of unknown threats with higher

acceleration instead of

UTM/Firewall devices having

multiple security layers hosted on

shared resources.

977Volume II Scope of

Work 156

The proposed solution should have an endpoint

security component and should have following

functionalities (Antivirus, antimalware, ransom

ware protection, Vulnerability Protection in

endpoint, integrated DLP and C&C detection,

ability to quarantine and clean the infected files,

ability to integrate with Anti APT components

and automatically block/Quarantine zero day

malwares by sharing Indicators of Compromise.

Please remove integrated DLP from Endpoint

because this is not recommended model and DLP

always work on perimeter layer because any data

which is supposed to go out will go from network

only.

Request you to please change "The proposed

solution should have an endpoint security

component and should have following

functionalities (Antivirus, antimalware, ransom

ware protection, Vulnerability Protection in

endpoint, integrated DLP and C&C detection, ability

to quarantine and clean the infected files, ability to

integrate with Anti APT components and

automatically block/Quarantine zero day malwares

by sharing Indicators of Compromise."

RFP conditions prevails

Considering current landscape

possible data leakage due to a

malicious threat is a prominent

concern. Hence DLP capability is

desired at the endpoint channel to

avoid any intentional and

unintentional data exfilteration.

Page 83: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

978Volume II Scope of

Work 156

The proposed solution should be able to run at

least 60 parallel sandboxes for analysis of

payload and on premise customized sandbox

solution should have the capability to allow

manual submission of suspicious files for

analysis

Asked number of parallel sandboxing is vendor

specific and because of this multiple known APT

vendor will not be able to bid in Smart City.

Request you to please Change"The proposed

solution should be able to run at least 50+ parallel

sandboxes for analysis of payload and on premise

customized sandbox solution should have the

capability to allow manual submission of suspicious

files for analysis" 60 is specific to OEM

RFP conditions prevails

Considering Smart City traffic

volume and future scalability

considering unknown malware

threats the proposed solution

should be able to run at least 60

parallel sandboxes for analysis of

payload and on premise

customized sandbox solution

should have the capability to allow

manual submission of suspicious

files for analysis

979Volume II Scope of

Work 156

Customized sandbox solution should support

following operating systems (Windows XP,

Win7, Win8/8.1, Win 10, Windows Server 2003,

2008 & 2012) and must have the capability to

analyse large files and must be able to support

more than 40MB file size.

Asked file size should not be bottle neck for Smart

City projects.

Request you to change" Solution should support

more than 60 MB file Size."

RFP conditions Prevails

980Volume II Scope of

Work 157

The Proposed solution should have option to

share Indicators of compromise for mitigation

and clean up with AV endpoint and Web

gateway to block threat at web gateway level

and network level through NIPS. AntiAPT

solution should share intelligence with

endpoint, security web gateway solution,

HIPSserver security & NIPS, similarly endpoint

and security web gateway, NIPS & HIPS(Server

Security) should submit files to AntiAPT solution

for analysis and all three (AntiAPT, Web

Security, Email security, Endpoint, HIPS (server

security) solution should manage through single

management console.

In asked specs all the solution should be manage

through single management console, which is not

possible because as Smart City we do not know who

will win IPS,Web Security, Email Security, Endpoint

HIPS(server security) and if each solution is from

different vendor they will be having their own

managemnt console and we do not know that they

support REST API or someting else and also

different OEM endpoint solution will not be able to

send file to different OEM Anti-APT solution.

Request you to please change"The Proposed

solution should have option to share Indicators of

compromise for mitigation and clean up with AV

endpoint and Web gateway to block threat at web

gateway level and network level through NIPS.

AntiAPT solution should share intelligence with

endpoint, security web gateway solution, HIPSserver

security & NIPS, similarly endpoint and security web

gateway, NIPS & HIPS(Server Security) should

submit files to AntiAPT solution for analysis and all

three (AntiAPT, Web Security, Email security,

Endpoint, HIPS (server security) solution should

manage through single management console."

Asking Single console will restrict to specific OEM.

RFP conditions Prevails

981Volume II Scope of

Work Additional Point

The Proposed Anti-APT solution must have

recommended rating in 2017 NSS BPS report from

NSS Labs and must have more than 98% security

efectivness.

RFP conditions Prevails

982RFP Volume 2,

Section 1.411

all the system logs should be properly stored &

archived for future analysis and forensics

whenever desired. The authority would carry

out the security audit of the entire system upon

handover and at regular interval during O&M

period.

In section 1.4, RFP has mentioned the requirement

of security forensics solution, but same has not be

elaborated in the technical specs sheet as done of

other security components. We recommend to

consider following minimum requirement for

Forensic solution:

1. Forensic solution should have context Awareness.

2.The Forensic solution should provide the complete

session information and what happened during,

before and after.

3. Forensic solution should provide information on

full source and scope of attacks and Arm incident

response teams with clear, concise answers. This

will also help to tighten security posture.

4. The proposed solution have root cause analysis.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

983RFP Volume 2,

Section 4.3112

Portal must be secure in all the way and all the

latest security implementations like https, xss,

sql injection, OWASP vunrebelties etc should

be implemented/followed to avoid any hacking

In section 4.3, under minimum Technical &

Functional Requirements of Lucknow smart city

portal, RFP has asked for the security against

security implementations like https, xss, sql

injection, OWASP vulnerabilities, this can be done

via WAF, so we recommend the WAF solution to

protect the application from OWA top 10. Rather in

technical specifications of SLB, reverse proxy

function has been requested. Our recommendation

is, It must be in dedicated solution to maintain the

better security and content scanning while upload

any user data to portal. The Proposed solution must

have capability to scan the file up to 1 Gbps and

having Caching feature for enhance end users

experience.

RFP conditions prevails

Bidder's should meet the

functional requirement by

adhering OWASP framework

984

RFP Volume 2,

Section 2.3.1, Point

74

52

Data Protection / Data at rest: Platform should

support encryption for tenant data at rest (on

disk/storage)

Please advise with this functionality are you looking

for hard disc encryption. The solution should also

include File Share Encryption - Policy-enforced file

encryption for collaborating teams.

RFP conditions Prevails

985

RFP Volume 2,

Section 2.3.1, Point

99

59

appropriate tools for incident and SLA

management for the SLA Parameters defined in

Vol. 3 of this RFP

Are you looking for this functionality for Cyber

security incident as well, for that Forensic solution

to have context Awareness. The Forensic solution

will provide the complete session information and

what happened during, before and after. Forensic

solution can See the full source and scope of attacks

and Arm incident response teams with clear, concise

answers.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

Page 84: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

986

RFP Volume

2,Section 5.3 Data

Security, Functional

Requirements Host

Intrusion Prevention

System (HIPS)

149

Firewall rules should filter traffic based on

source and destination IP address, port, MAC

address, etc. and should detect reconnaissance

activities such as port scans and Solution should

be capable of blocking and detecting IPv6

attacks and Product should Support CVE cross

referencing when applicable for vulnerabilities.

This seems to be combining of different product

specification in to HIPS. HIPS is to protect servers

from unauthorized access, malware and unwanted

traffic. CVE cross referencing is for Vulnerability

Management and not HIPS. These are OEM specific.

We request you to rephrase the specification to

"Firewall rules should filter traffic based on source

and destination IP address, port, MAC address, etc.

and should detect reconnaissance activities such as

port scans and Solution should be capable of

blocking and detecting IPv6 attacks"

RFP conditions prevails

CVE id published by OEM

pertaining to vulnerabilities is a

desired functionality to get

required information and help to

minimize the risk level

987

RFP Volume

2,Section 5.3 Data

Security, Functional

Requirements Host

Intrusion Prevention

System (HIPS)

149

Host based IPS should support virtual patching

both known and unknown vulnerabilities until

the next scheduled maintenance window.

Solution should have capability to submit

unknown files to sandboxing for simulation and

create IOC's on real time basis as per sandboxing

analysis and revert back to server security

solution and sandboxing should have at least

virtual instance of server class OS Win 2008, win

2012.

HIPS solutions are for mission critical servers and

servers do not download files from unknown

sources. Server Security-HIPS works on least

privilege access to the critical resources and

applications. We suggest to have Network Anti-APT

from servers which will have no impact on the

servers compute and performance of the

application which runs on the server. It is therefore

suggest to rephrase this OEM specific specification

to "Host based IPS should support virtual patching

both known and unknown vulnerabilities. Solution

should provide least access privilege to the

applications or resources to protect servers from

hackers and malicious code." and move changed

specification to "Solution should have capability to

submit unknown files to sandboxing for simulation

and create IOC's on real time basis as per

sandboxing analysis and revert back to server

security solution and sandboxing should have at

least virtual instance of windows

7/8/10/2008/2012." to Anti-APT

RFP conditions Prevails

988

RFP Volume

2,Section 5.3 Data

Security, Functional

Requirements Host

Intrusion Prevention

System (HIPS)

149

HIPS should have signatures for known &

unknown vulnerabilities and exploits. It should

also allow for creation of custom signatures to

secure home grown legacy applications.

Detailed events data to provide valuable

information, including the source of the attack,

the time, and what the potential intruder was

attempting to exploit, should be logged.

There can't be signatures for unknown

vulnerabilities and exploits. The specification should

be rephrased to "HIPS should have policies/custom

policies to protect from vulnerabilities and exploits.

It should also allow for creation of custom

signatures/policies to secure home grown legacy

applications. Detailed events data to provide

valuable information, including the source of the

attack, the time, and what the potential

intruder/process/application was attempting to

exploit, should be logged."

RFP conditions Prevails

989

RFP Volume

2,Section 5.3 Data

Security, Functional

Requirements Host

Intrusion Prevention

System (HIPS)

149

Should provide automatic recommendations

against existing vulnerabilities, Dynamically

tuning IDS/IPS sensors (Eg. Selecting rules,

configuring policies, updating policies, etc.) And

provide automatic recommendation of removing

assigned policies if vulnerability no longer exists

For Example If a patch is deployed unwanted

signatures should be unassigned.

This is an OEM specific specification because there

are no sensors for HIPS. We suggest to move this

specification to NIPS as this is a NIPS function not

HIPS.

RFP conditions prevails

Fixing existing vulnerabilities by

automatic ally configuring policies

by sharing recommendation is a

desired functionality to minimize

security risk. Hence please

consider specification RFP

conditions Prevails

990

RFP Volume

2,Section 5.3 Data

Security, Functional

Requirements Host

Intrusion Prevention

System (HIPS)

150

Solution should have feature to take backup of

ransom ware infected files and restoring the

same and Management Server should support

Active Passive high availability configuration.

Should have central management console for

server security and AntiAPT with sandboxing for

central visibility and control.

SIr, this is not standard functionality of HIPS. By

taking backup of the files on servers at an

unscheduled downtime will not only hamper the

day-to-day operations but there are chances to

corrupt open files/databases. This being an OEM

specific and not for HIPS. It is suggested to remove

this specification.

RFP conditions prevails

Solution should have feature to

mitigate ransomware threat and

Management Server should

support Active Passive high

availability configuration. Should

have central management console

for server security and AntiAPT

with sandboxing for central

visibility and control.

991

RFP Volume

2,Section 5.3 Data

Security, Functional

Requirements Host

Intrusion Prevention

System (HIPS)

150

Host IPS should be capable of recommending

rules based on vulnerabilities with the help of

virtual patching and should have capabilities to

schedule recommendation scan and entire

features of solution should be agentless.

HIPS is both agent and agentless. The objective is to

restrict application and operating system behavior

using policy-based least privilege access control so

that no application or user gains administrative

privileges of it own. This is specific to an OEM. We

suggest to have this specification rephrased as

"Host IPS should be capable of recommending

policies based on OS/vulnerabilities with the help

of virtual patching and should have capabilities to

schedule recommendation scan and solution should

be agent/agentless."

RFP conditions prevails

Host IPS should be capable of

recommending policies based on

OS/vulnerabilities with the help of

virtual patching and should have

capabilities to schedule

recommendation scan and

solution should be

agent/agentless.

992

RFP Volume

2,Section 5.3 Data

Security, Endpoint

protection and

storage protection

150

Endpoint vulnerability protection should scan

the machine and provide CVE number visibility

and accordingly create rule for virtual patch

against vulnerability.

This is an OEM specific specification. There are only

a vendor which provides vulnerability scan and

integrated DLP as a part of Anti-virus. We suggest to

remove so that all leading OEMs can participate.

RFP conditions prevails

CVE id published by OEM

pertaining to vulnerabilities is a

desired functionality to get

required visibilily and mitigate

using virtual patching technology

to minimize potential risk level

993

RFP Volume

2,Section 5.3 Data

Security, Endpoint

protection and

storage protection

150

Endpoint solution should have pre and post

execution machine learning and behavior

monitoring along with ransom ware protection

engine, ransom ware engine should have

feature to take backup of ransom ware

encrypted files and restoring the same.

This is an OEM specific specification. There are only

a vendor which provides vulnerability scan and

integrated DLP as a part of Anti-virus. We suggest to

remove so that all leading OEMs can participate.

RFP conditions prevails

Endpoint solution should have pre

and post execution machine

learning and behavior monitoring

along with ransom ware

protection engine

Page 85: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

994

RFP Volume

2,Section 5.3 Data

Security, Endpoint

protection and

storage protection

150

Endpoint solution should have integrated DLP

with predefined templates for HIPAA, PCIDSS,

and GLBA etc. for compliance requirements and

should have capability to create policies on basis

of regular expression, key word and dictionary

based for data loss presentation.

Only single OEM has integrated DLP with anti-virus.

We suggest to remove so that all leading OEMs can

participate.

RFP conditions prevails

Endpoint solution should have DLP

capability with predefined

templates for HIPAA, PCIDSS, and

GLBA etc. for compliance

requirements and should have

capability to create policies on

basis of regular expression, key

word and dictionary based for data

loss presentation.

995

RFP Volume

2,Section 5.3 Data

Security, Endpoint

protection and

storage

protection+B52

150-151

Solution should have capability to submit

unknown files to sandboxing for simulation and

create IOC's on real time basis as per sandboxing

analysis and revert back to Endpoint security

solution to block and clean threats and

sandboxing solution should support

customizable Windows 7/8/10 and Microsoft

2008/12 operating environments for Sandboxing

with at least 60 virtual instances running in

single sandboxing box.

This is a repeat of the specification under HIPS on

page 149 of the tender document. It seems there is

a attempt to have only single OEM participate. We

suggest to move this to Anti-APT which should read

as "Solution should have capability to submit

unknown files to sandboxing for simulation and

create IOC's on real time basis as per sandboxing

analysis and revert back to Endpoint security

solution to block and clean threats and sandboxing

solution should support customizable Windows

7/8/10/Microsoft 2008/12 operating environments

for Sandboxing"

Please refer to the corrigendum 6

996

RFP Volume

2,Section 5.3 Data

Security, Endpoint

protection and

storage protection

151

Host IPS should be capable of recommending

rules based on vulnerabilities on endpoint and

Host IPS should have dynamic rules based on

System posture and endpoint posture

This is a repeat of the specification under HIPS on

page 150 of the tender document. It seems there is

a attempt to have only single OEM participate. We

request to remove this specification.

Please refer to the corrigendum 6

997

RFP Volume

2,Section 5.3 Data

Security, Endpoint

protection and

storage protection

151

Solution should deprovision corresponding HIPS

rules id System upgraded or patched and Should

support Detecting and Blocking Reconnaissance

on the endpoint

This is an OEM specific specifications. It seems there

is a attempt to have only single OEM participate.

We request to remove this specification.

RFP conditions prevails

Proposed solution should have

capability to deprovision

corresponding HIPS rules id

998

RFP Volume

2,Section 5.3,Anti-

virus

160 Antivirus shall have built in URL filtering. This is again a OEM specific. Please delete this. Please refer to the corrigendum 6

999

RFP Volume

2,Section

5.3,Network based

Intrusion Prevention

System (NIPS)

153

The proposed IPS vendor must provide a global

threat intelligence portal that provide real-time

monitoring and statistics of malicious threats

and attacks and NIPS should integrate with

sandboxing to submit unknown files in

sandboxing for simulation and create IOC's on

real time basis as per sandboxing analysis and

revert back to NIPS to block threats and

sandboxing solution should support

customizable Windows 7/8/10 and Microsoft

2008/12 operating environments for Sandboxing

with at least 60 virtual instances running in

single sandboxing box.

Only one OEM can qualify this specification. The

same specification has been asked in HIPS, Endpoint

protection and storage protection, and anti-apt. The

OEM has to have all these solutions. Therefore, It

seems there is a attempt to have only single OEM

participate. We suggest to delete this specification

so that leading OEMs can participate.

Please refer to the corrigendum 6

1000

RFP Volume

2,Section 5.3,Anti-

virus

We suggest to have deception technology as a part

of endpoint protection so that lucknow smart city

will be able to detect and identify attackers during

the early stages of a breach.

RFP conditions Prevails

1001

RFP Volume

2,Section 5.3,Anti-

virus

We suggest to have endpoint protection to deploy

customizable baits across the endpoint installation

and expose hidden adversaries. These decoys must

which include fake credentials, files and other

enticing assets. This will help , exposing

attacker/hacker without him/her knowing.

RFP conditions Prevails

1002

RFP Volume 2,

4.2LSCL App (Mobile

App)

106The app shall be available for in two modules

i.e. for Citizen and Officers Login. ….

Officers Mobile devices need multi-layered mobile

protection against known, unknown and targeted

attacks. These devices need to be protection from

suspicious networks and malicious developers and

apps before they can harm officers mobile device.

We suggest to have protection for officers mobile

devices for unpatched known vulnerabilities,

uncovering zero day vulnerabilities in apps and OS

and real time response and protection against

various known, unknown and targeted malware

attacks for iOS and Andriod.

RFP conditions Prevails

1003 Vol-II, 1.4; Security 11

Kindly confirm if the proposed Server Operating

System for all servers shall be Common Criteria

EAL4+ cerified as security shall be an important

aspect.

EAL4+ is a Security certification standard to build a

secured infrastructure solution and to avoid and

remove vulnerabilities in non certified platforms

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

1004Vol-II, 1.4; Open

Standards13

Kindly confirm if the bidder should adhere to

the policy of Government of India on adoption

of open source software issued by DeitY vide F.

No. 1(3)/2014-EG II available on MeitY website

at

"meity.gov.in/writereaddata/files/policy_on_a

doption_of_oss.pdf"

As per GoI Adoption Policy for Open Source

Softwares usageRFP conditions Prevails

1005

Vol-II, 1.5; OEM

Software

Requirements

16

Kindly confirm if the bidder shall not propose

any freeware software/community edition. (as

any such underlying freeware/community-

edition may be a severe security risk).

To minimize the security risks and to avoid

vulnerabilities in software solutions, it is a

mandatory requirement for bidder to avoid usage

of any such freeware / community software

products to prevent unauthorized access and to

provide a secured platform to run and store nation

government data

RFP conditions Prevails

Page 86: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1006Vol-II, Pt 19; API

Management37

Please confirm if an API managment solution

should be provided as part of the overall

solution and whether it is required to protect

backend API servers with strict traffic control

on incoming and outgoing traffic, provide

access control features to determine exactly

who is using the API, how it is used, and how

much is being used, centrally set up and

manage policy and application plans for all APIs

on one platform, provide API authentication

and security and Monitor and set alerts on

traffic flow.

In todays application infrastructure APIs are the

most important component and it is required to

manage APIs, Control APIs and Update APIs to

provide a centralized control on the Applications

connectivity

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

1007

Vol-II, 1.5; OEM

Software

Requirements

16

Kindly confirm that OEM of the various

proposed system software shall have presence

in India and shall have its own India Support

centre as well.

RFP conditions Prevails

1008

Vol-II, Point 2

Web GIS Server;

Virtualization &

Cloud Compatibility

GIS System software

should support

VMware vSphere,

Microsoft Hyper-V

& Huawei Fusion

Sphere virtualization

environments.

99

Request you to please modify this clause more

generic as below:

GIS System software should support Industry

standard Virtualization Solutions.

This clarification to allow maximum participation of

more virtualization solutions by allowing other

Industry standard solutions

Please refer to the corrigendum 6

1009

Vol-II

Servers:

Virtualization:

• Shall support

Industry standard

virtualization

hypervisor like

Hyper-V, VMWARE

and Citrix.

136

Request you to please modify this clause as

below:

Virtualization:

• Shall support Industry standard virtualization

hypervisor technologies.

The reason for correction of the clause is to allow

other virtualization solutions, let bidder decide on

the best solution as per the application stack

selected part of the project. Hence making this

statement more generalized to allow maximum

participation of more Virtualization Solutions.

RFP conditions Prevails

1010 Pg 38 Vol 2

The solution should provide ability to attach

documents and other artifacts to incidents and

other entities

Since there would be lots of document which would

get generated as part of various processes and

approvals. So our understanding is that required

Enterprise Document Management System should

have at least but not limited to below mentioned

capabilities:

- Categorization of documents in folders-subfolders

just like windows interface. There should not be any

limit on the number of folder and levels of sub

folder

- Document Version Management with Check Out /

Check In

- Extensive document and folder level operation

such as move / copy, email, download, delete,

metadata association etc

- Repository should be format agnostic

- Indexing of the documents on user defined

parameters

- Association of the key words with the documents

Kindly confirm our understanding.

RFP Conditions Prevails

1011 Pg 46 Vol 2

The platform should allow stakeholders to share

content relevant to the issue In the

collaboration space. This content may include

text; pictures, video, PDF/DOC/DOCX documents

etc. and stakeholders should be able to view the

content directly from the collaboration space.

As per mentioned in the RFP, Document

Management System should have an inbuilt viewer

to view various document formats.

Request you to include the following specification

to ensure best of breed solution for the Document

Viewer.

- Server based Inbuilt Document Image Viewer for

displaying image document without native viewer

- Viewer should be platform independent and

support Linux based browser

- Support comprehensive annotation features like

highlighting, marking text, underlining putting sticky

notes on documents, and support for text and

image stamps etc.

- Automatic stamping of annotations with user

name, date and time of putting annotations

- Securing annotations for selective users

RFP Conditions Prevails

1012 Pg 58 Vol 2 Source Code

As per our understanding, the department requires

the source code of the Custom development done

for this project. However if Source Code of COTS

based solution is required then same can be kept

under the Escrow Agreement.

Please confirm our understanding.

RFP Conditions Prevails

1013 Pg 48 Vol 2 ERP integrationNeed more clarity on the process flows which will

be handled by ERP system.RFP Conditions Prevails

Page 87: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1014 Pg 113 Vol 2Should have workflow capabilities with regard to

the content approval and publishing process.

Our recommendation is that the Workflow

Management System should be based on Business

Process Management (BPM) platform which has the

capabilities of graphically modeling the processes or

workflows, in built Form designer, process

simulator, configurable Business Activity Monitoring

tool(Dashboards) and integrated Document

Management System for storing documents.

RFP Conditions Prevails

1015 Pg 38 Vol 2 Workflow and Business logic engine

Our recommendation is that the system should have

a workflow engine to support different types of

document routing mechanism including Sequential

routing, Parallel routing, Rule based & Ad-hoc

routing

RFP Conditions Prevails

1016 General Requirement for Enterprise Mobility Framework

As per mentioned in the RFP document, The

solution should support mobile application

development & deployment. With respect to the

requirement, we suggest that department has the

requirement for enterprise mobility framework in

which mobile applications and its services can be

configured/ managed centrally. For the ease of

departmental officials, we recommend that

department requires COTS (Commercial Off the

Shelf) based Enterprise Mobility framework so that

officials can make the changes by just doing the

configurations instead of writing/modifying the

lines of code.

Please confirm our understanding.

RFP Conditions Prevails

1017 GeneralRequirement of Imaging capabilities in

Enterprise Mobility Framework

As mobile apps would be used for capturing various

documents/images. So imaging features become the

important requirement of mobile application

framework. So our recommendation is that mobile

application framework should have below

mentioned features:-

a. Image compression, B/w conversion from color

images

b. G4 compression for B&W, JPEG for color and gray

scale

c. Multiple page document capture

d. Auto cropping, Auto orientation, perspective

correction, noise removal, geo capture

Please confirm our understanding.

RFP Conditions Prevails

1018 General Integration

We assume that below are the mentioned systems,

with which proposed system needs to be

integrated:

1. GIS application & GIS city portal

2. e-Governance/Website /Mobile App

3. UP dial 100

4. City Surveillance system

5. SCADA systems (Water Supply, Sewerage

Pumping Station etc)

6. Smart Mobility Card (Services covered - Municipal

Services Payments, Public Parking – On street and

Off Street (including multi-level parking) in the city

& Utility (water) Payments)

7. Biometric Attendance System (Sanitary Workers)

8. SMS Gateway system

9. Digital Signature

In case of integration with any other system, please

let us know system details & integration

touchpoints.

RFP is Self Explanatory

1019 General Storage and Archival

As mentioned in the RFP document, the system

should have the capability of centrally controlled

auditing, expiration & retention policies, archival,

retention and regulatory compliances.

So with this our understanding is that the

department requires the integrated Records

Management System which has the below

mentioned capabilities:

a. Capability to define retention policy, disposition

policy etc

b. Capability to capture details about the electronic

as well physical records including warehouse

location, box no etc.

c. Capability to track Physical records movement

d. Compliance with standards like DoD 5015.2, ISO

15489, VERS etc.

Please confirm our understanding.

RFP conditions prevails

Bidder should meet the functional

Requirements mentioned in the

RFP

1020 General Uptime of SolutionPlease provide clarity on the uptime of the

solution.RFP conditions prevails Query Not Clear

1021 General Storage duration of Documents/Files Please provide the duration RFP Conditions Prevails

Page 88: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1022 General Scalability

Request you to include the following specification

to ensure best of breed solution and this will also

enhance the scalability of proposed Content &

document management module :

The system should store only index information in

database while images should be stored in separate

file server. DMS should be designed for storing high

volumes. DMS should store image and binary

document in a separate file server and not in

RDBMS.

RFP Conditions Prevails

1023 General Scanning

We understand that less paper initiative is key

requirement of project and so there will be

requirement of capture solution for scanning paper

documents with support for following :

• Both bulk and web scan capabilities

• Automatic extraction of data using OCR

• Automatic file and document separation using

blank page separator, barcode separator and fix

page

• Automatic correction of parameters like improper

resolution, format/ compression not proper, skew,

wrong orientation, error in automatic cropping,

punch hole marks etc during scanning

Please confirm if our understanding is correct.

RFP Conditions Prevails

1024 General User Count

Please let us know number of concurrent user

(internal as well as external) login licenses along

with user types/ roles.

RFP Conditions Prevails

1025 General Setup Details

Proposed solution shall be deployed at which setup -

1) State wide cloud setup 2) 3rd party cloud

provider 3) On premise setup?

RFP Conditions Prevails

1026

RFP Volume 2/ DC

DRC Monitoring

dashboard

122

MSI should provide a dashboard view for their

DC/DRC solution for LSCL for virtually

monitoring all smart city projects related DC &

DRC activities inclusive of hardware, application,

data, bandwidth, manage hosting services,

storage from the ICCC.

Does LSCL wants the DRM solution to provide

service based dashboard that should provide

Business-IT relationship and service availability, DR

readiness, Business function availability, etc

RFP Conditions Prevails

1027

RFP Volume 2/ DC

DRC Monitoring

dashboard

122

The system should able to generate automatic

and manual notifications, alerts and reports

based on performance to the concerned

operators/individuals.

Does LSCL want the DRM solution to provide alerts

through SMS, email, etc. in case of threshold breach

or threat of SLA violation

RFP Conditions Prevails

1028

RFP Volume 2/ DC

DRC Monitoring

dashboard

122

Does LSCL wants the proposed solution toprovide

services heat map to pinpoint the root cause of the

service degradation.

RFP Conditions Prevails

1029

RFP Volume 2/ DC

DRC Monitoring

dashboard

122

Does LSCL wants the proposed solution should

provide capability to define services, business

functions, IT Components and should be able to

monitor those from availability standpoint.

RFP Conditions Prevails

1030

RFP Volume 2/ DC

DRC Monitoring

dashboard

122

Does LSCL wants the proposed solution to support

concurrent / parallel application recovery workflows

to be executed as part of failover

RFP Conditions Prevails

1031

RFP Volume 2/ DC

DRC Monitoring

dashboard

122

Does LSCL wants the proposed solution should be

capable of Recovering Servers, Storage, Network,

Application, DB, Webserver and Middleware

layers on a click of a button

RFP Conditions Prevails

1032

RFP Volume 2/ DC

DRC Monitoring

dashboard

122

The proposed solution should provide out of the

box reports on RPO deviation, RTO deviation,

Datalag, Application DR Readiness status and

replication trendingcapable of generating reports in

pdf, csv, XML format

RFP Conditions Prevails

1033

RFP Volume 2/ DC

DRC Monitoring

dashboard

122

Does LSCL want the proposed solution to support all

major platforms including Linux, Windows, Solaris,

HPUX and AIX with native high availability

options. It must support both physical and virtual

platforms.

RFP Conditions Prevails

1034

RFP Volume 2/ DC

DRC Monitoring

dashboard

122

Does LSCL want the proposed solution to be capable

of monitoring the firewall policy updates that are

happening at production and if any change in

the policy is done at DC the same should be

identified and replicated across the DR firewall to

reflect the respective changes.

RFP Conditions Prevails

1035

1.4 Finalization and

submission of a

detailed technical

architecture

Page no. 10

Scalability -Important technical components of

the architecture must support scalability to

provide continuous growth to meet the growing

demand of the city. The system should also

support vertical and horizontal scalability so that

depending on changing requirements from time

to time, the system may be scaled upwards

Assuming the Scalability should be Vertical and

Horizontal while not being dependent on the Make ,

Model & Brand. Should the solution consider the

scalability for any of the future Storage procured

later and merged into the same Storage Pool to

provide the Capacity & Performance regardless of

the Storage make. Scalability can be achieved if

Storage solution or platform supports Scalability by

supporting the Storage tiering between Primary

Storage Disk to Disk, Tape, Object Storage & Cloud

RFP Conditions Prevails

Page 89: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1036

1.4 Finalization and

submission of a

detailed technical

architecture

Page no. 10

Availability - The architecture components

should be redundant and ensure that are no

single point of failures in the key solution

components. Considering the high sensitivity of

the system, design should be in such a way as to

be resilient to technology sabotage. To

Since Physical Components may be redundant, we

would like clarity on whether the Key CCTV Video

content for the latest 7 Days should also be

redundant on Primary & Secondary Tape storage to

avoid the Data failure state from primary Storage.

Additionally, should the data storage for 90

additional days be required to be made online from

any storage platform including tapes.

Availability of the Data also required the Primary &

Secondary Storage should be in the Same Global

Storage pool regardless of Primary Disk and

Secondary Tape Storage to Write & Read the data

available for users.

RFP Conditions Prevails

1037

1.4 Finalization and

submission of a

detailed technical

architecture

Page no. 11

Security - The architecture must adopt an end-to-

end security model that protects data and the

infrastructure from malicious attacks, theft,

natural disasters etc.

LTO Tape Storage is the Safest Storage to protect

the data against malicious attack, Theft and

disaster. In-built Active Archiving Solution for CCTV

Video content on Tape is mandatory for this critical

environment. Kindly confirm if the same is required

for Overall Security of Data.

RFP Conditions Prevails

1038

1.4 Finalization and

submission of a

detailed technical

architecture

Page no. 12

Interoperability - The system should have

capability to take feed from cameras installed by

private/Govt. at public places, digitize (if

required) & compress (if required) this feed &

store as per requirements

Clarification needed on - the capabilities to keep the

Camera feeds on Primary & Secondary storage and

the Compatibility should be between all storages

along with the VMS engine to read the video data

recorded by the recording server. VMS server

should be aware of the Data location whether its

residing on Primary storage or archived to

secondary storage.

RFP Conditions Prevails

1039

1.4 Finalization and

submission of a

detailed technical

architecture

Page no. 12Open Standards - Systems should use open

standards and protocols to the extent possible.

Considering this point for the Offered Storage as-

Offered SAN Storage should be able to deliver the

required protocols for the Network users, Users

could be connecting to FC or IP network.

RFP Conditions Prevails

1040

Functional

Requirement of

Command and

Control Centre

Platform:

Point no. 96 -

Archival and

Retrieval

Page no. 33

Ease of restoration of archived data from online

archives or offline storage and it shall

be able to keep track of all archival activities

performed

Can we refer to this point as: "VMS application

server's catalog system shall be able to keep the

entire retention period history in their Catalog

records to locate the data kept on any of the

primary or secondary storage without having any

Disk Drive size limitation and the same data can be

restored from the application directly irrespective of

the Storage tier. Additionally, allocated disk size to

VMS server should not have any limitation on its

Volume capacity / size." VMS application shall

restore the data from Primary or from Auto archived

location i.e. Tape Library storage.

RFP Conditions Prevails

1041 3.7 City Surveillance Page no. 78 Under the Project Total 280 cameras were deployed at 70 Locations

Need to know the counting of the new Cameras and

would the retention be considered as 90 days for

the overall surveillance data

RFP Conditions Prevails

1042

Functional

Requirement of

Command and

Control Centre

Platform: Point no.

96

Page no. 58

Ease of restoration of archived data from

online achieves or offline storage and it shall

be able to keep track of all archival activities

performed

Primary & Archival secondary Tape Storage shall be

integrated at the File System level to provide the

seamless restoration of Video Data for VMS

application.

RFP Conditions Prevails

1043

5.2 Data Center and

Disaster Recovery:

Data center

Page no. 115

The MSI is expected to consider the above

components which will be provided by the State

Data Centre.

Data center

Data Center's Storage platform shall support the

business continuity considering the parameters like -

Storage Tier Failure, Storage upgradation, Storage

Migration, Support of Heterogenous Operating

System support, Performance scalability on project

expansion, High bandwidth requirement to LAN &

SAN users, Support of multi OEM Storage in single &

Global namespace, It shall support multiple tiers

from the same storage platform i.e. SSD/ SAS/ Nl-

SAS Disk Tier, Tape Storage, Object storage tier etc.

RFP Conditions Prevails

1044

5.2 Data Center and

Disaster Recovery:

Data center

Page no. 116

Min 90 days Data Backup of the video feeds and

the transaction data for min 1 year shall be

stored within the Data Center infrastructure

preferable in a cost effective and innovative

manner.

If the Complete 90 Days Data is managed between

Primary Disk & Secondary Tape Storage to provide

the Data Protection on the complete Data, then

Backup of entire Data is not required because Video

Data Backed-up by the Backup application will not

be directly readable or accessible to VMS

application to read it. Hence requesting you to

change it to-

"Min 90 days Data of the video feeds and the

transaction & Flagged data for min 1 year shall be

stored within the Data Center infrastructure

preferable in a cost effective e.g. Tape Storage and

innovative manner."

RFP Conditions Prevails

1045

5.2 Data Center and

Disaster Recovery:

Data center

Page no. 116

In case the data center services are to go down

due to any unforeseen circumstance, the

Command Center should have access to the

video feeds of previous 90 days and the

transaction data for min 1 year from this data

backup facility.

Assumptions & Clarification needed on -In case of

Datacenter Service / Storage are to go down due to

any unforeseen circumstance, the Command Center

should have retrieve the video feeds of previous 90

days and the transaction data for min 1 year from

this Secondary Storage data facility in Native Format

to restore the data even without the Backup/

Archive Server.

RFP conditions prevails

Bidder should meet the functional

Requirements mentioned in the

RFP

Page 90: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1046 Primary Storage Page no. 136

Storage Capacity should be minimum 5 TB

(usable, after configuring in offered RAID

configuration)

Assuming the Primary SAN Storage or Storage

Solution shall support all types of Disk and Tiering in

Multiple Storage medium e.g. Disk, Tape, Object

Storage, Cloud etc.

Is the min. 5 TB Usable disk capacity required from

SSD / SAS or NL-SAS disk to meet the performance

and capacity criteria? Considering 50 % write & 50%

Read job on Video Data.

We proposed that the offered capacity in the

primary Storage should not have any limitation in

creating the LUN Size to ensure better flexibility to

the Front-end VMS Applications and the same

applied to the VMS application to have the

Recording Drive without any Size Capping.

RFP Conditions Prevails

1047 Primary Storage Page no. 136

Cache:

• Minimum 128 GB of useable cache across all

controllers. If cache is provided in additional

hardware for unified storage solution, then

cache must be over and above 128 GB.

Can additional SSD disk in the same appliance be

provided to meet the Cache requirement over and

above 128 GB?

RFP Conditions Prevails

1048 Primary Storage Page no. 136

Management software:

Should provide the functionality of proactive

monitoring of Disk drive and Storage system for

all possible disk failures.

A single command console for entire storage

system.

Management Solution should also be offered with

the in-built archiving functionality to move/ Archive

the CCTV Video content to Secondary Disk or Tape

Storage to optimize the primary storage sizing.

Assuming Single Command Console for entire

Storage system means - Primary & Secondary

Storage.

RFP Conditions Prevails

1049 Secondary Storage Page no. 138Must use latest stable technology platform, with

support available for next 7 to 10 years

The Solution should be sized according to the next 5

years of Capacity planning for archival data.RFP Conditions Prevails

1050 Tape library Page no. 140 Technology: LTO 6Kindly change it to min. LTO-7 Generation Full

Height Drives or laterRFP Conditions Prevails

1051 Tape library Page no. 140 Number Drives: Two LTO 6 Drives

Min. 2 or 3 LTO-7 Drives as it provides redundancy &

better read/write access, or bidder to Calculate

Including for Secondary Storage & Backup

Mechanism

RFP Conditions Prevails

1052 Tape library Page no. 140 Media Slots: Minimum 45

Min. slot comes to the Tape is 50, Kindly make it 50

to make it Generic to all or bidder to Calculate

Including for Secondary Storage & Backup

Mechanism.

RFP Conditions Prevails

1053 Tape library Page no. 140 Interface: Minimum 4 Gbps FC Interface FC interface for the Tape Drives are 8 Gbps RFP Conditions Prevails

1054 Tape library Page no. 140 Software: Security and Remote Management Software

Need to know which security software is required.

Kindly confirm if you are referring Encryption

Manager appliance in Redundant fashion which

keeps the Encryption keys in redundant fashion.

RFP Conditions Prevails

1055

Vol_1_RFP, 2.8

Earnest Money

Deposit (EMD)

page no 16

EMD of Rs. 5,00,000/- (Rupees Five Lakh Only)

shall be paid online through e-

Procurement portal. No exemption for

submitting the EMD will be given to any agency.

Bid security in any other form will not be

entertained.

Request you to kindly accept bid security in the

form of Bank Guarantee from a reputed

nationalised bank.

Dilution required:

EMD of Rs. 5,00,000/- (Rupees Five Lakh Only) shall

be paid online through e-

Procurement portal or in the form of a Bank

guarantee from a reputed nationalised bank. No

exemption for submitting the EMD will be given to

any agency.

RFP Conditions Prevails

1056

Vol_1_RFP, 3.4.3

Stage 3: Commercial

Evaluation.

Page no 34

A written undertaking from each of the

consortium members, in case of a

consortium, duly signed by the authorized

signatory, holding a written special

power of attorney for this bid on a stamp

paper, authorizing the lead bidder incur

liabilities and receive instructions for and

on behalf of any and all consortium

members, and the entire execution of the

Contract, including but not limited to

payments.

Request you to kindly consider Board resolution or

Power of attorney. Since board resolution is the

legal document signed by board of directors.

RFP Conditions Prevails

1057

Volume 2: Scope of

Work , 1.3

Development Phase

/ iv

9

For the integrated solution, the MSI shall supply:

Assuming MSI shall supply source codes of software

developed under Lucknow smart city , All

Intellectual Property Rights (IPR) of software (COTS

software use for development) will be remain with

OEM/Suppliers. Please conrifm.

RFP conditions Prevails

1058

Volume 2: Scope of

Work , 1.3

Development Phase

/ iv

13

GIS Integration- MSI shall undertake detail

assessment for integration of all the Field level

ICT interventions proposed with the existing

Geographical Information System (GIS).

Please provide details of existing Geographical

Information System viz. Area of Interest (AOI), Data

Volume, Data Format, Avalibale layers etc.

RFP conditions prevails

1059

Volume 2: Scope of

Work , 4 Integrate,

View & Operate ,

4.1 Geographical

Information System

(GIS) & GIS City

Portal

86

xix. MSI to design and develop the GIS based

integrated application for Municipal

departments and other departments.

Please provide the detail scope of work for

development of the GIS based integrated

application for Municipal departments and other

departments.

Please refer to the corrigendum 6

1060 General NA NAWill you allow VPN Connectivity during the

customization/implementation phase ?RFP conditions prevails

Bidder should meet the functional

Requirements mentioned in the

RFP

1061 General NA NA

How many total users are expected to use the

analytics/dashboards.Out these users how many

users will be concurrent ones ?

RFP conditions prevails

Bidder should meet the functional

Requirements mentioned in the

RFP

1062 General NA NA

Kindly provide total amount of data in each of these

source systems. What is the expected YoY growth in

data

RFP conditions prevails

Bidder should meet the functional

Requirements mentioned in the

RFP

Page 91: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1063 General NA NAPlease provide the Database technology used with

its version no?RFP conditions prevails

Bidder should meet the functional

Requirements mentioned in the

RFP

1064 General NA NAPlease let us know the total no of models,

dashboards and KPIs required ?RFP conditions prevails

Bidder should meet the functional

Requirements mentioned in the

RFP

1065 General NA NAWhat is the version of the implemented GIS

solution?Please refer to the corrigendum 6

1066 General NA NAPlease confirm if mapping data is available using

standard OGC compliant protocol?RFP Conditions Prevails

1067 General NA NA Do you need a separate development/QA server? RFP Conditions Prevails

1068 General NA NA Are you planning to use LDAP for Single-Sign-On? RFP Conditions Prevails

1069

Technical bid

criteria and

Evaluation, Project

Experience :Clause

B2

41,City Centric

Software

Integration

project

The Sole Bidder or lead member (in case of

consortium) should have experience in the field

of City centric software Integration Projects

Marks shall be allotted as below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

Please clarify/define the scope of City Centric

Software Integration projects .RFP Conditions Prevails

1070

Technical bid

criteria and

Evaluation, Project

Experience :Clause

B3

42, Software

platform

The Sole Bidder or lead member (in case of

consortium) should have

experience in developing and implementing IT

software projects in India

with Java /J2EE, Application Servers like JBoss or

similar, HTML5/CSS3,

mobile apps native languages (Android, ioS,

Windows, Hybrid language like

phonegap), User Experience in designing User

Interfaces. At least 2 projects

have been executed (documentary evidence to

be provided as proof of

delivery) with the above mentioned technology

stack.

Marks shall be allotted as below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

Please clarify if all the technoolgy components

specified should be present in same projects or

different projects can be submitted for different

components.

Also Request you to modify the clause as :The Sole

Bidder or lead member (in case of consortium)

should have experience in developing and

implementing IT software projects in India/ Global

with Java /J2EE, Application Servers like JBoss or

similar, HTML5/CSS3, mobile apps native languages

(Android/ ioS/Windows/ Hybrid language like

phonegap), User Experience in designing User

Interfaces. At least 2 projects

have been executed (documentary evidence to be

provided as proof of

delivery) with the above mentioned technology

stack.

Marks shall be allotted as below:

• Four Projects = 10 marks

• Three Projects = 8 marks

• Two Projects =6 marks

Please refer to the corrigendum 6

1071

Technical bid

criteria and

Evaluation, Project

Experience :Clause

B3

43, Operation

and

Maintenance

The bidder must have experience of providing

Handholding and Operational

Manpower for Turnkey IT projects. Minimum no.

of manpower per project

should be 10.

Marks shall be allotted as below: •

Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

Request you to modify the clause as :The bidder

must have experience of providing Handholding and

Operational

Manpower for Turnkey IT projects. Minimum no. of

manpower per project should be 5.

Marks shall be allotted as below: • Four

Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

RFP Conditions Prevails

1072

Technical bid

criteria and

Evaluation, Project

Experience :Clause

B3

39,Web

Portal/Mobile

App

The Sole Bidder or lead member (in case of

consortium) should have been awarded and

successfully executed & commissioned

project(s) related to development and

integration of citizen centric web portal / mobile

app components or both having minimum value

of INR 15 crore in India during last five years as

on the date of release of

RFP.

.Marks shall be allotted as given below:

• More than equal to 5 Project = 20 marks

• 4 Project = 14 marks

• 3 Project = 10 marks

• 2 Project = 7 marks

The Sole Bidder or lead member (in case of

consortium) should have been awarded and

successfully executed & commissioned /Go Live

project(s) related to development and integration of

citizen centric web portal / mobile app components

or both having minimum value

of INR 15 crore in India/Global during last Seven

years as on the date of release of

RFP.

.Marks shall be allotted as given below:

• More than equal to 5 Project = 20 marks

• 4 Project = 14 marks

• 3 Project = 10 marks

• 2 Project = 7 marks

Please refer to the corrigendum 6

1073 General NA

1.Work order/ Contract clearly

Highlighting the scope of work, Bill of

Material and value of the contract/order.

2.Completion

Certificate issued & signed by the

competent authority of the client entity on

the entity’s letterhead

OR Self-certificate from the bidder

signed by the concerned project

in-charge of the bidder and

counter signed by authorised signatory

for this bid holding written special

power of attorney on stamp paper

along with the official contact

details of the Competent authority of the client

entity. The Authority reserves

the right to contact the aforementioned

Competent authority.

1.Work order/ Contract clearly

Highlighting the scope of work, Bill of Material and

value of the contract/order.

2.Completion /Go Live

Certificate issued & signed by the

competent authority of the client entity on

the entity’s letterhead

OR Self-certificate from the bidder

signed by authorised signatory

for this bid holding written special

power of attorney on stamp paper

along with the official contact

details of the Competent authority of the client

entity. The Authority reserves the right to contact

the aforementioned

Competent authority.

RFP Conditions Prevails

Page 92: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1074Prequalification

Criteria36 ,Clause 8

The sole bidder or lead bidder should have

completed at least two projects in Govt/

Semi Govt/ PSU; in the field of

development and integration

of citizen centric web portal /

mobile app, database management /data

warehousing/ business analytics / cloud

applications on the date of release of NIT.

Completion Certificate issued and signed

by the competent authority

Request you to modify the clause as : The sole

bidder or lead bidder should have completed at

least two projects in Govt/

Semi Govt/ PSU; in the field of

development and integration

of citizen centric web portal /

mobile app, database management /data

warehousing/ business analytics / cloud applications

on the date of release of NIT. Completion /Go Live

Certificate issued and signed

by the competent authority OR Self-certificate from

the bidder

signed by authorised signatory on Company's

letterhead

Please refer to the corrigendum 6

1075 Volume 1, 7.2 E 90,91 Line Item missing for SIEM in Commercial sheet. Kindly Include the same as separate line Item Please refer to the corrigendum 6

1076 Volume 2, SIEM 160 SIEM Specifications

Some part of SIEM specs has been mentioned under

EMS. Kindly confirm specifications under heading

SIEM (page 160 onwards )are to be considered.

Please refer to the corrigendum 6

1077 Volume I 36

The sole bidder or lead bidder /consortium

partner should have CMM level 5.

The Sole Bidder or the Lead Bidder 1. Copies of

valid certificates in the name of the bidding

entity

Looking to the tender scope of design, develop,

implement and maintain the Smart City System and

importance and criticality of the work, as well as we

would like to memtion here that authority always

prefer CMM Level -5 from Lead bidder only in all

these type of development of works. Hence, we

would request you to ask CMM level -5 from lead

bidder only as per Documentary Evidence column of

Prequalification and Supporting Documents

required column of Technical Bid Criteria &

Evaluation.

Please amend this clause and ask CMM level 5

certification from Sole Bidder or Lead Bidder of the

Consortium.

Please refer to the corrigendum 6

1078 Volume I 40

Sole Bidder or lead member (in case of

consortium) should have been awarded and

successfully executed & commissioned

project(s) related to development and

integration of citizen centric web portal / mobile

app components or both having minimum value

of INR 15 crore in India during last five years as

on the date of release of RFP.

.Marks shall be allotted as given below:

• More than equal to 5 Project = 20 marks

• 4 Project = 14 marks

• 3 Project = 10 marks

• 2 Project = 7 marks

With reference to this clause, we would like to

highlight the fact that here you have asked specific

order of development and integration of citizen

centric web portal / mobile app components or both

having minimum value of INR 15 crore , however, if

we look in practicle situation, orders of Mobile app

or Web portal having value in few lakhs not in crore.

Hence, we would request you to please amend

value of the orders Rs. 15 lacs or more for more

competitive and qualitative bids.

Further to this, if you consider estimation of the

project based on EMD value it is 2.5 crore or higher

side Rs. 5 crore accordingly asked orders Rs. 15

crore is three or more time higher against

estimation value of the tender. as well as this

criteria is restricting the competition, so please

amend the clause as requested.

Please refer to the corrigendum 6

1079 Volume I 16

2.8 Earnest Money Deposit (EMD)

EMD of Rs. 5,00,000/- (Rupees Five Lakh Only)

shall be paid online through e-

Procurement portal. No exemption for

submitting the EMD will be given to any agency.

Bid security in any other form will not be

entertained.

1. We understand here that Bank Guarantee is

allowed here for making EMD, please confirm.

2. According to rule of some nationalize banks, IFSC

Code of your banker is required for making BG, so

we request you to please share the same for making

BG and PBG .

Please refer to the corrigendum 6

1080

Volume 2

2- Level 1:

Implement, View &

Operate.

2.1

4 - 5

Environmental Sensors

Variable Message Sign Board

Centralized Command & Control Centre

E Governance

ICT Enabled Solid Waste Management

Smart Parking

Energy Efficient Street Lighting Solutions

Intelligent Traffic Management System

ICT for City Bus Services

City Surveillance

UP Dial 100

Integration of SCADA Systems

GPS Tracking of Vehciles

Unified Smart Mobility Card:

Biometric Attendance System of Sanitary

Workers

Geographical Information System (GIS) & GIS

City Portal

LSCL App (Mobile App)

Lucknow Smart City Website

1. Kindly provide the URLs of the existing

application/system whereever applicable.

2. Kindly let us know the method of integration and

the availabiity of web-services/interfaces/APIs for

each of the exiting application/systems. We assume

the successful bidder is required to merely integrate

based on the web-services/interfaces/APIs supplied

by LSCL.

3. Kindly provide details about the technology

platform for all the existing application/system

which MSI intends to integrate in the new solution.

4. Kindly share currently "Hosting architecture" and

"System architecture" of the existing

application/system.

5. For each of the existing applications/system we

would like to know the 'frequency' of sharing the

data.

6. Which type of integration required:

6.1 One way sharing of data

6.2 Two way sharing of data

7. Please share a little overview about every existing

system/applicaiton carrying details about nature of

applicaiton, its functional coverage and exact data

to be shared among the two systems.

RFP is Self Explanatory

1081

Volume 2

7. Handholding and

Training

163

End user training shall include all

the equipment including but not limited to all

the applications and infrastructure at

Operation centres data centres & field

Locations. End user training shall be

conducted at a centralized location or any other

location as identified by Authority

with inputs from the MSI.

1. Kindly share the list of location(s) where training

is required.

2. Kindly share the number of users to be trained.

3. We assume that required training infrastructure

will be provided by client.

RFP Conditions prevails

1082 General

1. Kindly share the "Types of users" who will access

the proposed system along with approximate total

number for each.

RFP Conditions prevails

Page 93: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1083RFP Volume 2,

Section 1.411

All the system logs should be properly stored &

archived for future analysis and forensics

whenever desired. The authority would carry

out the security audit of the entire system upon

handover and at regular interval during O&M

period.

In section 1.4, RFP has mentioned the requirement

of security forensics solution, but same has not be

elaborated in the technical specs sheet as done of

other security components. We recommend to

consider Forensic solution to have context

Awareness. The Forensic solution will provide the

complete session information and what happened

during, before and after. Forensic solution can See

the full source and scope of attacks and Arm

incident response teams with clear, concise

answers. This will also help to tighten security

posture.

Suggested : It is suggested

to create a separate

section which will be for

Network Analysis for post

breach analysis.The

Forensic solution will

provide the complete

session information and

what happened during,

before and after. Forensic

solution can see the full

source and scope of

attacks and arm incident

response teams with clear,

concise answers.

Minimum Requirement:

1. Provides insights into all

your network traffic,

including communications

between the applications

running in your virtual

networks; providing the

indexing, classification,

anomaly detection, storage

and replay capabilities you

need to gain a full

understanding of what is

happening in smart city

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

1084RFP Volume 2,

Section 4.3112

Portal must be secure in all the way and all the

latest security implementations like https, xss,

sql injection, OWASP vunrebelties etc should

be implemented/followed to avoid any hacking

In section 4.3, under minimum Technical &

Functional Requirements of Lucknow smart city

portal, RFP has asked for the security against

security implementations like https, xss, sql

injection, OWASP vunrabilties, this can be done via

WAF, so we recommend the WAF solution to

protect the application from OWA top 10. Rather in

technical specifications of SLB, reverse proxy

function has been requested. Our recommendation

is, It must be in dedicated solution to maintain the

better security and content scanning while upload

any user data to portal. The Proposed solution must

have capability to scan the file up to 1 Gbps and

having Caching feature for enhance end users

experience.

Suggested :To mitigate the

risks a compromise poses

to web applications and

ongoing operations, Smart

City must implement Web

Application Firewalls (WAF)

to protect web properties

and enforce the security

and privacy of web

applications without

adversely affect the

performance of the web.

WAF addresses today’s

security concerns including

the Top Ten risks identified

by the Open Web

Application Security

Project (OWASP), providing

the most advanced policy,

control, accountability and

performance features

available in a WAF

solution.

Minimum Requirement:

1. Conduct advanced

threat analysis on both

inbound and outbound

content to detect and

RFP conditions prevails

Bidder's should meet the

functional requirement by

adhering OWASP framework

1085

RFP Volume 2,

Section 2.3.1, Point

74

52

Data Protection / Data at rest: Platform should

support encryption for tenant data at rest (on

disk/storage)

Please advise with this functionality are you looking

for hard disc encryption. The solution should also

include File Share Encryption - Policy-enforced file

encryption for collaborating teams.

RFP conditions Prevails

1086

RFP Volume 2,

Section 2.3.1, Point

74

53

Patch Management: Platform should have

capabilities to patch vulnerabilities across VM

infrastructure, applications and systems.

We suggest to have a separate section for Patch

Management. This will provide comprehensive view

of uptodate status of the patches and risk

associated with it. Please refer to the adjacent cell

for minimum requirements.

Suggested: An effective

and comprehensive patch

management strategy is an

essential part of securing

and protecting your

organization. The vast

majority of vulnerabilities

being exploited are ones

for which a fix has already

been available from the

software vendor.

Minimum Requirements:

1. Automated detection

and facilitating the

remediation of security

vulnerabilities for multiple

operating systems in the

Smart City Data Center.

2. Visibility into newly

released software updates

and the means to identify

computers susceptible to

the vulnerabilities

addressed by such updates

3. Target computers or

groups of computers

directly to the patch policy

to perform testing to

RFP conditions Prevails

Page 94: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1087

RFP Volume 2,

Section 2.3.1, Point

99

59

appropriate tools for incident and SLA

management for the SLA Parameters defined in

Vol. 3 of this RFP

Incident response is a compleax activity and needs

to be content and context aware. To compliment

incident response network traffic analysis which will

provide the complete session information and what

happened during, before and after any incident to

provide incident response teams with clear, concise

answers. Please refer to the information that must

be part of incident response in the adjacent cell.

Suggested: Incident

Response is an complex

activity and needs

evidence to mitigate and

respond effectively. To

accelerate Incident

Response, it is important

to have context around

what is happening in the

network to streamlined

post-breach evidence

gathering. There is a need

to have full visibility,

analytics, real-time threat

intelligence and system of

record to successfully

uncover advanced threats

and further protect

infrastructure and

workforce.

Minimum Requirements:

1. Provide comprehensive

analysis of advanced

threats, targeting both

your physical and

virtualized assets, with

actionable intelligence that

supports the quick

RFP conditions Prevails

1088RFP Volume 2,

Section 4.3110 Security Audit:

Smary City with mission critical server and network

infrastructure are audited on regular basis to keep

risk at the lowest. However, most of the time it is

manual process with no real time visibility of risk

nor there is historic evidence of compliance. We

suggest to have adjacent minimum requirements to

be part of security Audit.

Suggested: Traditionally,

organizations combine and

analyze data from multiple

different sources across its

IT environment manually

which does not establish a

unified and true view of IT

risk. There is requirement

to have automated

assessment to evaluate

whether Smart City

systems are properly

secured, configured, and

patched and mapped to

Smart City regulations and

frameworks. IT risk is

depended on the risk score

usually calculated on

Common Vulnerability

Scoring System(CVSS). This

provides a way to capture

the principal characteristics

of a vulnerability and

produce a numerical score

reflecting its severity. The

numerical score can then

be translated into a

qualitative representation

RFP is self explanatory

1089

RFP Volume

2,Section 5.3 Data

Security

146

The system shall include industry standards

based firewall and antivirus, and shall provide

content filtering, tracking, lockdown, and

malware detection and prevention capabilities.

This RFP lines incline towards UTM. We recommend

the proxy/SWG appliance must be in separate

appliance. From an architecture perspective, NGFW

simply repackages traditional firewall technology

and incorporates some advanced firewall features,

making it less secure than the full proxy

architecture. NGFWs use stream-based detection

methodologies, examining the traffic as it streams

by. This means that the firewall can only see a

fleeting portion of malware at any given time,

making it possible for malware to be delivered in

many segmented pieces. Conversely, Proxy

appliance waits for an entire object to be

reassembled and scanned before allowing it to be

delivered. We also recommend that the proxy

solution must be dedicated appliance based

solution and in Gartner leaders Quadrant since last

5 years.

Suggested :To mitigate the

risks a compromise poses

to web applications and

ongoing operations, Smart

City must implement Web

Application Firewalls (WAF)

to protect web properties

and enforce the security

and privacy of web

applications without

adversely affect the

performance of the web.

WAF addresses today’s

security concerns including

the Top Ten risks identified

by the Open Web

Application Security

Project (OWASP), providing

the most advanced policy,

control, accountability and

performance features

available in a WAF

solution.

Minimum Requirement:

1. Conduct advanced

threat analysis on both

inbound and outbound

content to detect and

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

1090

RFP Volume

2,Section 5.3 Data

Security

151, 152 Gartner leader’s quadrant

Presently RFP is asking for the Gartner leader’s

quadrant for only Endpoint Protection and NIPS, you

are requested to ask this qualification uniformaly

for other envisaged security coimpoents as well

such as Data Loss Prevention, Secure Web

Gateways, Managed Security Services

RFP conditions Prevails

Page 95: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1091

RFP Volume

2,Section 5.3 Data

Security, Functional

Requirements Host

Intrusion Prevention

System (HIPS)

149

Firewall rules should filter traffic based on

source and destination IP address, port, MAC

address, etc. and should detect reconnaissance

activities such as port scans and Solution should

be capable of blocking and detecting IPv6

attacks and Product should Support CVE cross

referencing when applicable for vulnerabilities.

This seems to be combining of different product

specification in to HIPS. HIPS is to protect servers

from unauthorised access, malware and unwanted

traffic. CVE cross referencing is for Vulnerability

Management and not HIPS. These are OEM specific.

We request you to repharse the specification to

"Firewall rules should filter traffic based on source

and destination IP address, port, MAC address, etc.

and should detect reconnaissance activities such as

port scans and Solution should be capable of

blocking and detecting IPv6 attacks" and create a

vulnerability section with minimun requirements as

provided in adjacent cell.

Suggested: It is suggested

to have a separate section

for vulnerability

Assessment Manager.

Vulnerability Assessment

Manager scans the

network to discover

devices running on it,

probes vulnerabilities of

the discovered devices and

discovers the data which is

associated with each

device. This will allow Data

Center wide reporting of

vulerabilities and not just

servers.

Minimum Required:

1. Scans network, discovers

devices, and provides

associated vulnerabilities

for discovered devices

2. Automatically map a

vulnerability to a known

public exploit.

3. Scan engine to find

vulnerabilities, ports,

services, applications,

certificates and users

RFP conditions Prevails

1092

RFP Volume

2,Section 5.3 Data

Security, Functional

Requirements Host

Intrusion Prevention

System (HIPS)

149

Host based IPS should support virtual patching

both known and unknown vulnerabilities until

the next scheduled maintenance window.

Solution should have capability to submit

unknown files to sandboxing for simulation and

create IOC's on real time basis as per sandboxing

analysis and revert back to server security

solution and sandboxing should have at least

virtual instance of server class OS Win 2008, win

2012.

HIPS solutions are for mission critical servers and

servers do not download files from unknown

sources. Server Security-HIPS works on least

privilege access to the critical resources and

applications. We suggest to have Network Anti-APT

from servers which will have no impact on the

servers compute and performance of the

application which runs on the server. It is therefore

suggest to repharse this OEM specific specification

to "Host based IPS should support virtual patching

both known and unknown vulnerabilities. Solution

should provide least access privilege to the

applications or resources to protect servers from

hackers and malacious code." and move "Solution

should have capability to submit unknown files to

sandboxing for simulation and create IOC's on real

time basis as per sandboxing analysis and revert

back to server security solution and sandboxing

should have at least virtual instance of server class

OS win7/win10/Win 2008/win 2012." to Anti-APT

We suggest to move part

of specification to Anti-APT

and Please refer Serial no

22 for Anti-APT.

RFP conditions prevails

Host based IPS should support

virtual patching both known and

unknown vulnerabilities until the

next scheduled maintenance

window. Solution should have

capability to submit unknown files

to sandboxing

1093

RFP Volume

2,Section 5.3 Data

Security, Functional

Requirements Host

Intrusion Prevention

System (HIPS)

149

HIPS should have signatures for known &

unknown vulnerabilities and exploits. It should

also allow for creation of custom signatures to

secure home grown legacy applications.

Detailed events data to provide valuable

information, including the source of the attack,

the time, and what the potential intruder was

attempting to exploit, should be logged.

How can we have signatures for unkown

vulnerabilities and exploits? The specification

should be rephrased to "HIPS should have

policies/custom policies to protect from

vulnerabilities and exploits. It should also allow for

creation of custom signatures/policies to secure

home grown legacy applications. Detailed events

data to provide valuable information, including the

source of the attack, the time, and what the

potential intruder/process/application was

attempting to exploit, should be logged."

We suggest to create a

new section for

Vulnerability Assessment

Manager. Please refer to

serial no. 9

RFP conditions Prevails

1094

RFP Volume

2,Section 5.3 Data

Security, Functional

Requirements Host

Intrusion Prevention

System (HIPS)

149

Should provide automatic recommendations

against existing vulnerabilities, Dynamically

tuning IDS/IPS sensors (Eg. Selecting rules,

configuring policies, updating policies, etc.) And

provide automatic recommendation of removing

assigned policies if vulnerability no longer exists

For Example If a patch is deployed unwanted

signatures should be unassigned.

This is an OEM specific specification because there

are no sensors for HIPS. We suggest to move this

specification to NIPS as this is a NIPS function not

HIPS.

RFP conditions prevails

Fixing existing vulnerabilities by

automatic ally configuring policies

by sharing recommendation is a

desired functionality to minimize

security risk. Hence please

consider specification RFP

conditions Prevails

1095

RFP Volume

2,Section 5.3 Data

Security, Functional

Requirements Host

Intrusion Prevention

System (HIPS)

150

Solution should have feature to take backup of

ransom ware infected files and restoring the

same and Management Server should support

Active Passive high availability configuration.

Should have central management console for

server security and AntiAPT with sandboxing for

central visibility and control.

Again Mixing of the specifications of products. By

taking backup of the files on servers at an

unscheduled downtime will not only hamper the

day-to-day operations but there are chances to

corrupt open files/databases. This being an OEM

specific and not for HIPS. It is suggested to remove

this specification.

We suggest to rephrase specification to "Solution

should provide protection from ransomware and

prefrably not allowing ransomware get installed by

using OS and application sandboxing." and Anti-APT

part of the specification is covered in anti-apt

section.

We have provide some

minimum requirements of

anti-APT at serial no 22

RFP conditions prevails

Solution should have feature to

mitigate ransomware threat and

Management Server should

support Active Passive high

availability configuration. Should

have central management console

for server security and AntiAPT

with sandboxing for central

visibility and control.

1096

RFP Volume

2,Section 5.3 Data

Security, Functional

Requirements Host

Intrusion Prevention

System (HIPS)

150

Host IPS should be capable of recommending

rules based on vulnerabilities with the help of

virtual patching and should have capabilities to

schedule recommendation scan and entire

features of solution should be agentless.

HIPS is both agent and agentless. The objective is to

restrict application and operating system behavior

using policy-based least privilege access control so

that no application or user gains administrative

previlges of it own. This is specific to an OEM. We

suggest to have this specification rephrased as

"Host IPS should be capable of recommending

policies based on OS/vulnerabilities with the help

of virtual patching and should have capabilities to

schedule recommendation scan and solution should

be agent/agentless."

RFP conditions prevails

Host IPS should be capable of

recommending policies based on

OS/vulnerabilities with the help of

virtual patching and should have

capabilities to schedule

recommendation scan and

solution should be

agent/agentless.

Page 96: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1097

RFP Volume

2,Section 5.3 Data

Security, Endpoint

protection and

storage protection

150

Endpoint vulnerability protection should scan

the machine and provide CVE number visibility

and accordingly create rule for virtual patch

against vulnerability.

This is an OEM specific specification. There are only

a vendor which provides vulnerability scan and

integrated DLP as a part of Anti-virus.

We suggest to have vulnerability as a section within

RFP which will provide update infromation about

vulnerabilities and aid to ISO27001. The minimum

requirement has been provided in serial no 9.

We suggest to create a

new section for

Vulnerability Assessment

Manager. Please refer to

serial no. 9

RFP conditions prevails

Vulnerability protection is required

at endpoint level to address

current threat landscape. Hence

please consider current clause as

below :

Bidder should provide vulnerability

assessment and mitigation

capabilities at endpoint

1098

RFP Volume

2,Section 5.3 Data

Security, Endpoint

protection and

storage protection

150

Endpoint solution should have pre and post

execution machine learning and behaviour

monitoring along with ransom ware protection

engine, ransom ware engine should have

feature to take backup of ransom ware

encrypted files and restoring the same.

This is an OEM specific specification. There are only

a vendor which provides backup of files as a part of

Anti-virus. Please also note that By taking backup of

the files on servers at an unscheduled downtime

will not only hamper the day-to-day operations but

there are high chances to corrupt open

files/databases. We suggest to rephrase the

specification to "Endpoint solution should have pre

and post execution machine learning and behaviour

monitoring along with ransom ware protection

engine, ransom ware engine to prevent

ransomware attacks."

RFP conditions prevails

Endpoint solution should have pre

and post execution machine

learning and behaviour monitoring

along with ransom ware

protection engine, ransom ware

engine to prevent ransomware

attacks.

1099

RFP Volume

2,Section 5.3 Data

Security, Endpoint

protection and

storage protection

150

Endpoint solution should have integrated DLP

with predefined templates for HIPAA, PCIDSS,

and GLBA etc. for compliance requirements and

should have capability to create policies on basis

of regular expression, key word and dictionary

based for data loss presentation.

Only single OEM has integrated DLP with anti-virus.

We suggest to remove so that all leading OEMs can

participate.

We suggest to have DLP as separate section and the

minimum requirement is mentioned in the adjacent

cell.

Suggested: We suggest to

have a DLP under separate

heading because as

employees become mobile

and data centers interact

with more number of users

(internal or external), it

becomes important for

Smart City stake holders to

ensure the citizen data is

secure and does not fall in

wrong hands. Any

unauthorised data leakage

of citizen data with have

adverse effect on Smart

City and loss of trust. Data

Loss/leakage can happen

at endpoint or network

level and protection needs

to be provided at these

levels.

Minimum Required:

1. Capture and analyze

outbound traffic on your

corporate network, and

detect sensitive content

and metadata over

standard, non-standard

RFP conditions prevails

Endpoint solution should have DLP

capability with predefined

templates for HIPAA, PCIDSS, and

GLBA etc. for compliance

requirements and should have

capability to create policies on

basis of regular expression, key

word and dictionary based for data

loss presentation.

1100

RFP Volume

2,Section 5.3 Data

Security, Endpoint

protection and

storage protection

150-151

Solution should have capability to submit

unknown files to sandboxing for simulation and

create IOC's on real time basis as per sandboxing

analysis and revert back to Endpoint security

solution to block and clean threats and

sandboxing solution should support

customizable Windows 7/8/10 and Microsoft

2008/12 operating environments for Sandboxing

with at least 60 virtual instances running in

single sandboxing box.

This is a repeat of the specification under HIPS on

page 149 of the tender document. It seems there is

a attempt to have only single OEM participate. We

suggest to move this to Anti-APT which should read

as "Solution should have capability to submit

unknown files to sandboxing for simulation and

create IOC's on real time basis as per sandboxing

analysis and revert back to Endpoint security

solution to block and clean threats and sandboxing

solution should support customizable Windows

7/8/10/Microsoft 2008/12 operating environments

for Sandboxing"

Please refer Serial no 22

for Anti-APT.RFP conditions prevails

Solution should have capability to

submit unknown files to

sandboxing for simulation and

create IOC's on real time basis as

per sandboxing analysis and revert

back to Endpoint security solution

to block and clean threats and

sandboxing solution should

support customizable Windows

7/8/10/Microsoft 2008/12

operating environments for

Sandboxing"

1101

RFP Volume

2,Section 5.3 Data

Security, Endpoint

protection and

storage protection

151

Host IPS should be capable of recommending

rules based on vulnerabilities on endpoint and

Host IPS should have dynamic rules based on

System posture and endpoint posture

This is a repeat of the specification under HIPS on

page 150 of the tender document. It seems there is

a attempt to have only single OEM participate. We

request to remove this specification.

We recommend to make vulnerability under

separate section. This will provide update to the

latest vulnerabilites and help Smart City to mitigate

the risk.

Please refer Serial no 9 for

Vulnerability Assessment

Manager.

RFP conditions prevails

Bidder should provide

vulnerabilities protection

capability using virtuat patching at

the endpoint having dynamic rules

based on System posture and

endpoint posture

1102

RFP Volume

2,Section 5.3 Data

Security, Endpoint

protection and

storage protection

151

Solution should deprovision corresponding HIPS

rules id System upgraded or patched and Should

support Detecting and Blocking Reconnaissance

on the endpoint

This is an OEM specific specifications. It seems there

is a attempt to have only single OEM participate.

We request to remove this specification.

RFP conditions prevails

Proposed solution should have

capability to deprovision

corresponding HIPS rules id

1103

RFP Volume

2,Section 5.3 Anti-

APT

155

The proposed solution should be able to store

packet captures (PCAP) of all Malicious

communications detected by sandbox.

Sandbox does not detect malacious

communications, it detonates the unknow,

suspicious files for any threat and can provide

packet capture (PCAP). Moreover, OEM provides

robust GUI with all necessary analyis in human

readable form from packet capture (pcap). This

seems to be an OEM specific and must be removed

or be amended to read "The proposed solution

should be able to provde complete flight data

records along with comprehensive reports on the

analysed file/malware detected by sandbox."

We suggested some of the minimum requirements

menioned in the adjacent cell.

RFP conditions Prevails

Suggested: Anti-APT

uncovers, prioritizes,

investigates, and

remediates advanced

threats across endpoint,

network, email, and web

traffic. Anti-APT

automatically sends

suspicious files to

sandboxing system for

rapid detection of even the

most complex and the

stealthiest advanced

attacks. Malware behaves

differently when executed

in a SandBox environment

than on a workstation, and

that difference can result

in some files not being

properly identified as

malware, Anti-APT There is

a need to train people

managing anti-APT,

understand proactive

planning and risk

management as well as

deployment, configuration

and assessment for Smart

City.

Minimum Specifications:

1. Detect network ingress

of a potential threat, and

automatically determine if

that threat was blocked by

on endpoint. So, that

attack will be prioritized

much lower on the list to

drastically reduce the

number of security events

analysts needs to examine

2. Sandbox containment of

operating system and

application processes

3. Access the binary

assembly code and

perform static analysis

based on common or

unique indicators

4. Provides anomaly

detection to detect and

report on suspicious

information found in a file.

Prefrable capabilities to

include, TLS callback

activity, CVE and exploit

detection, shell-code

detection, debugger

detection, watermark

tampering, and non-

standard file alignment,

RFC compliant etc

5. Collect and share the

threat intelligence from /

to external sources using

industry formats such as

STIX ,TAXII, etc.

6. Detect command and

control traffic activity with

IP level events, URL events,

and DNS activity using

detection mechanisms like

static analysis, behavioral

analysis, and reputation

analysis from intelligence

netwok.

7. Perform analysis on

"known" & "unknown"

content. Scaning files

using whitelisting, dual-AV,

file hash reputation, &

static code analysis looking

for known good & known

bad content. Send

unknown files & URLs are

sent to sandbox for

determination in a

customized sandbox

environment.

8. Dashboard to include

the latest high risk tasks,

search capabilities, recent

samples, multiple

processing stats, e.g.

queue size, sandbox

execution time, event

count, tasks complete, and

risk scores over say last 24

hours

9. Prevent zero-day threats

that exploit vulnerabilities

in popular software by

monitoring process

memory and preventing

such attacks

10. Query endpoints to

verify indicators (file hash,

registry changes, URLs,

process name, registry

changes, etc.) and take

action.

11. Provide Anti-virus,

malware, and spyware

scanning with one or

multiple simultaneous anti-

virus vendors at network

12. Quarantine endpoint if

the endpoint is not

compliant to the

compliance (like checking

of the missing OS patches,

outdated anti-virus

definitions, less disk space,

etc) check based on policy

to meet organizations

requirements.

13. At endpoint analyze

incoming data and blocks

threats while they travel

through the network

before hitting the system.

14. At endpoint should

Page 97: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1104

RFP Volume

2,Section 5.3 Anti-

APT

155The proposed solution should support at least

100+ protocols for inspection.

Is Lucknow Smart City having 100 protocols? Will it

be possible to provide list of those protocols as

different OEMs will have different protocols in that

list ? If it not available , we suggest to remove this

specification.

We also recommend following replacement of this

specification to read "The proposed solution should

detect Command and Control communication

activity with IP level events, URL events, and DNS

activity and map of entire execution of additional

dropped files"

RFP conditions Prevails

1105

RFP Volume

2,Section 5.3 Anti-

APT

The proposed solution should support to

monitor traffic from multiple segments like

WAN, DMZ, Server Farm, WiFi network, MPLS

links etc. simultaneously on a single appliance.

This functionality is to favour a single OEM. It

should be left to bidder/OEM to provide solution to

monitor different segments. We suggest to

rephrase the specification to "The proposed

solution should support to monitor traffic from

multiple segments like WAN, DMZ, Server Farm,

WiFi network, MPLS links etc. simultaneously."

Please refer to the corrigendum 6

1106

RFP Volume

2,Section 5.3 Anti-

APT

156

The proposed solution should have an built in

document vulnerabilities detection engine to

assure analysis precision and analysis efficiency.

This is an OEM specific specifications. It seems there

is a attempt to have only single OEM participate.

We request to remove this specification.

We recommend to make vulnerability under

separate section. This will provide update to the

latest vulnerabilites and help Smart City to mitigate

the risk. Please refer Serial no 9 for Vulnerability

Assessment Manager.

RFP conditions prevails

Existing vulnerabilities pertaining

to OS and 3rd party applications is

a prominent threat as same can be

used to compromise critical

running applications.

The proposed solution should have

an built in vulnerabilities

detection engine to assure analysis

precision and analysis efficiency.

1107

RFP Volume

2,Section 5.3 Anti-

APT

156

The Proposed solution should support remote

packet capturing for Kerberos traffic from the

remote location for analysis.

This is an OEM specific specifications. It seems there

is a attempt to have only single OEM participate.

We request to remove this specification.

Please refer to the corrigendum 6

1108

RFP Volume

2,Section 5.3 Anti-

APT

156

The proposed solution should have an endpoint

security component and should have following

functionalities (Antivirus, antimalware, ransom

ware protection, Vulnerability Protection in

endpoint, integrated DLP and C&C detection,

ability to quarantine and clean the infected files,

ability to integrate with Anti APT components

and automatically block/Quarantine zero day

malwares by sharing Indicators of Compromise.

This is an OEM specific specifications. It seems there

is a attempt to have only single OEM participate.

We request to remove this specification.

RFP conditions prevails

Considering current landscape

possible data leakage due to a

malicious threat is a prominent

concern. Hence DLP capability is

required at the endpoint channel

to avoid any intentional and

unintentional data exfilteration.

1109

RFP Volume

2,Section 5.3 Anti-

APT

156

The proposed solution should be able to run at

least 60 parallel sandboxes for analysis of

payload and on premise customized sandbox

solution should have the capability to allow

manual submission of suspicious files for

analysis

This is a repeat of the specification under "HIPS" on

page 149 and on 150-151 under "Endpoint

protection and storage protection" of the tender

document. It seems there is a attempt to have only

single OEM participate. We suggest to move this to

Anti-APT which should read as "The proposed

solution should be able to run parallel sandboxes

for analysis of payload and on premise customized

sandbox solution should have the capability to

allow manual submission of suspicious files for

analysis"

RFP conditions prevails

Considering Smart City traffic

volume and future scalability

considering unknown malware

threats the proposed solution

should be able to run at least 60

parallel sandboxes for analysis of

payload and on premise

customized sandbox solution

should have the capability to allow

manual submission of suspicious

files for analysis

1110

RFP Volume

2,Section 5.3 Anti-

APT

The Proposed solution should support

customizable Windows 7/8/10 and Microsoft

2008/12 operating environments for

Sandboxing. This requirement should be based

on virtual execution and should not be

Hardware or chip based function.

This is a repeat of the specification under "HIPS" on

page 149 and on 150-151 under "Endpoint

protection and storage protection" of the tender

document. It seems there is a attempt to have only

single OEM participate. We suggest to move this to

Anti-APT which should read as "The Proposed

solution should support customizable Windows

7/8/10/Microsoft 2008/12 operating environments

for Sandboxing. "

Please refer to the corrigendum 6

1111

RFP Volume

2,Section 5.3 Anti-

APT

157

The proposed solution should support exporting

of analysis results such as C&C server IP and

malicious domain listing and solution should

have capabilities to scan inside password

protected Archive and should have capabilities

to detect Malwares and Spywares on windows

and non-windows platforms.

Password protected files cannot be cracked, these

can be blocked/deleted only. It is therefore

requested to change the specification to read as

"The proposed solution should support exporting of

analysis results such as C&C server IP and malicious

domain listing and solution should have capabilities

to detect/block/delete password protected Archive

and should have capabilities to detect Malwares

and Spywares on windows and non-windows

platforms."

RFP conditions Prevails

1112

RFP Volume

2,Section 5.3 Anti-

APT

157

The proposed solution should have option to

configure unrestricted internet for sandboxes

and proposed solution must have capabilities to

detect Mac, Linux and mobile malwares.

Does unrestricted internet for sandbox mean that

sandboxing can be on cloud of OEM? Also, please

help us in understanding Mobile malwares?

RFP conditions prevailsAPT solution sholud be on Primise

sandbox solution

Suggested: Anti-APT

uncovers, prioritizes,

investigates, and

remediates advanced

threats across endpoint,

network, email, and web

traffic. Anti-APT

automatically sends

suspicious files to

sandboxing system for

rapid detection of even the

most complex and the

stealthiest advanced

attacks. Malware behaves

differently when executed

in a SandBox environment

than on a workstation, and

that difference can result

in some files not being

properly identified as

malware, Anti-APT There is

a need to train people

managing anti-APT,

understand proactive

planning and risk

management as well as

deployment, configuration

and assessment for Smart

City.

Minimum Specifications:

1. Detect network ingress

of a potential threat, and

automatically determine if

that threat was blocked by

on endpoint. So, that

attack will be prioritized

much lower on the list to

drastically reduce the

number of security events

analysts needs to examine

2. Sandbox containment of

operating system and

application processes

3. Access the binary

assembly code and

perform static analysis

based on common or

unique indicators

4. Provides anomaly

detection to detect and

report on suspicious

information found in a file.

Prefrable capabilities to

include, TLS callback

activity, CVE and exploit

detection, shell-code

detection, debugger

detection, watermark

tampering, and non-

standard file alignment,

RFC compliant etc

5. Collect and share the

threat intelligence from /

to external sources using

industry formats such as

STIX ,TAXII, etc.

6. Detect command and

control traffic activity with

IP level events, URL events,

and DNS activity using

detection mechanisms like

static analysis, behavioral

analysis, and reputation

analysis from intelligence

netwok.

7. Perform analysis on

"known" & "unknown"

content. Scaning files

using whitelisting, dual-AV,

file hash reputation, &

static code analysis looking

for known good & known

bad content. Send

unknown files & URLs are

sent to sandbox for

determination in a

customized sandbox

environment.

8. Dashboard to include

the latest high risk tasks,

search capabilities, recent

samples, multiple

processing stats, e.g.

queue size, sandbox

execution time, event

count, tasks complete, and

risk scores over say last 24

hours

9. Prevent zero-day threats

that exploit vulnerabilities

in popular software by

monitoring process

memory and preventing

such attacks

10. Query endpoints to

verify indicators (file hash,

registry changes, URLs,

process name, registry

changes, etc.) and take

action.

11. Provide Anti-virus,

malware, and spyware

scanning with one or

multiple simultaneous anti-

virus vendors at network

12. Quarantine endpoint if

the endpoint is not

compliant to the

compliance (like checking

of the missing OS patches,

outdated anti-virus

definitions, less disk space,

etc) check based on policy

to meet organizations

requirements.

13. At endpoint analyze

incoming data and blocks

threats while they travel

through the network

before hitting the system.

14. At endpoint should

Page 98: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1113

RFP Volume

2,Section 5.3 Anti-

APT

157

The Proposed solution should have option to

share Indicators of compromise for mitigation

and clean up with AV endpoint and Web

gateway to block threat at web gateway level

and network level through NIPS. AntiAPT

solution should share intelligence with

endpoint, security web gateway solution,

HIPSserver security & NIPS, similarly endpoint

and security web gateway, NIPS & HIPS(Server

Security) should submit files to AntiAPT solution

for analysis and all three (AntiAPT, Web

Security, Email security, Endpoint, HIPS (server

security) solution should manage through single

management console.

Only one OEM can qualify this specification. The

OEM has to have all these solutions. Therefore, It

seems there is a attempt to have only single OEM

participate. Moreover, the said OEM does not want

to be managed by single console. We suggest to

delete this specification so that leading OEMs can

participate and It is suggested to rephrase the

specification to read "The Proposed solution should

share Indicators of compromise for mitigation and

clean up with AV endpoint and network anti-APT.

The solution should share intelligence with all

controls points (endpoint, web, network) and

submit files to anti-apt for analysis. All the control

points should be centerally managed." so that all

leading OEMs can participate.

RFP conditions prevails

A single dashboard is required to

get the central visibility

The Proposed solution should have

option to share Indicators of

compromise for mitigation and

clean up with AV endpoint and

Web gateway to block threat at

web gateway level and network

level through NIPS. AntiAPT

solution should share intelligence

with endpoint, security web

gateway solution, HIPS server

security & NIPS, similarly endpoint

and security web gateway, NIPS &

HIPS (Server Security) should

submit files to AntiAPT solution for

analysis and all three (AntiAPT,

Web Security, Email security,

Endpoint, HIPS (server security)

solution should manage through

single management console.

1114

RFP Volume

2,Section 5.3,Anti-

virus

160 Antivirus shall have built in URL filtering. This is again a OEM specific. Please delete this.

Suggestion: Secure Web

gateway must be an

appliance based solution

Minimum Requirements:

1.Provided Should be on

premise solution. Solution

shall be used as Proxy

Appliance for internet

browsing .

2.Proposed solution must

have in recent Gartner

leader quadrant

3.Solution should have

Proxy cache features and

Content-filtering and have

enterprise class dual AV

support. The Provided

must have dual AV and

from Gartner leaders

Quadrant

4.Solution must have

Reverse proxy function in

same appliance.

5.The proposed solution

must have scallability

option without changing

the appliance.

6.Solution should be

Please refer to the corrigendum 6

1115

RFP Volume

2,Section 5.3,Anti-

virus

We suggest to have deception technology as a part

of endpoint protection so that lucknow smart city

will be able to detect and identify attackers during

the early stages of a breach.

This will enable to find

unknow malware exisitng

in the system to find out

its intent.

RFP conditions Prevails

1116

RFP Volume

2,Section 5.3,Anti-

virus

We suggest to have endpoint protection to deploy

customizable baits across the endpoint installation

and expose hidden adversaries. These decoys must

which include fake credentials, files and other

enticing assets. This will help , exposing

attacker/hacker without him/her knowing.

This will enable to find

unknow malware exisitng

in the system to find out

its intent.

RFP conditions Prevails

1117

Volume 1:-

Instructions to

Bidder

Section:- 3.4.1:- Pre

Qualification

Criteria

34

1. The Sole Bidder or Lead Bidder and each of

the members of the consortium, (in case of a

consortium), should be registered under

Companies Act, 1956/2013 or as amended. The

Sole Bidder or the Lead bidder (in case of a

consortium) should be in operation in India for a

period of at least 5 years as on 31st March 2017.

In case of a Consortium, each of the consortium

member other than the Lead Bidder should be

in operation in India for a period of at least 3

years as on 31st March 2017

Kindly increase the operation of the organization to

20 Years RFP conditions Prevails

1118

Volume 1:-

Instructions to

Bidder Section:-

3.4.1:- Pre

Qualification

Criteria

35

3.The Sole Bidder or the Lead Bidder should

have positive net worth as on 31st March 2017

as per the audited consolidated financial

statements For the purpose of this criterion, net

worth of only the bidding entity will be

considered.

Kindly make the clause for at least one year as a

positive net worthRFP conditions Prevails

1119

Volume 1:-

Instructions to

Bidder

Section:- 3.4.1:- Pre

Qualification

Criteria

367. The sole bidder or lead bidder /consortium

partner should have CMM level 5.

Kindly add PSU under Ministry of Communications &

IT in the clause as a lead bidderRFP conditions Prevails

1120

Volume 1:-

Instructions to

Bidder

Section:- 3.4.1:- Pre

Qualification

Criteria

36

8.The sole bidder or lead bidder should have

completed at least two projects in Govt/ Semi

Govt/ PSU; in the field of development and

integration of citizen centric web portal / mobile

app, database management /data warehousing/

business analytics / cloud applications on the

date of release of NIT.

Kindly remove City Centric RFP conditions Prevails

Suggested: Anti-APT

uncovers, prioritizes,

investigates, and

remediates advanced

threats across endpoint,

network, email, and web

traffic. Anti-APT

automatically sends

suspicious files to

sandboxing system for

rapid detection of even the

most complex and the

stealthiest advanced

attacks. Malware behaves

differently when executed

in a SandBox environment

than on a workstation, and

that difference can result

in some files not being

properly identified as

malware, Anti-APT There is

a need to train people

managing anti-APT,

understand proactive

planning and risk

management as well as

deployment, configuration

and assessment for Smart

City.

Minimum Specifications:

1. Detect network ingress

of a potential threat, and

automatically determine if

that threat was blocked by

on endpoint. So, that

attack will be prioritized

much lower on the list to

drastically reduce the

number of security events

analysts needs to examine

2. Sandbox containment of

operating system and

application processes

3. Access the binary

assembly code and

perform static analysis

based on common or

unique indicators

4. Provides anomaly

detection to detect and

report on suspicious

information found in a file.

Prefrable capabilities to

include, TLS callback

activity, CVE and exploit

detection, shell-code

detection, debugger

detection, watermark

tampering, and non-

standard file alignment,

RFC compliant etc

5. Collect and share the

threat intelligence from /

to external sources using

industry formats such as

STIX ,TAXII, etc.

6. Detect command and

control traffic activity with

IP level events, URL events,

and DNS activity using

detection mechanisms like

static analysis, behavioral

analysis, and reputation

analysis from intelligence

netwok.

7. Perform analysis on

"known" & "unknown"

content. Scaning files

using whitelisting, dual-AV,

file hash reputation, &

static code analysis looking

for known good & known

bad content. Send

unknown files & URLs are

sent to sandbox for

determination in a

customized sandbox

environment.

8. Dashboard to include

the latest high risk tasks,

search capabilities, recent

samples, multiple

processing stats, e.g.

queue size, sandbox

execution time, event

count, tasks complete, and

risk scores over say last 24

hours

9. Prevent zero-day threats

that exploit vulnerabilities

in popular software by

monitoring process

memory and preventing

such attacks

10. Query endpoints to

verify indicators (file hash,

registry changes, URLs,

process name, registry

changes, etc.) and take

action.

11. Provide Anti-virus,

malware, and spyware

scanning with one or

multiple simultaneous anti-

virus vendors at network

12. Quarantine endpoint if

the endpoint is not

compliant to the

compliance (like checking

of the missing OS patches,

outdated anti-virus

definitions, less disk space,

etc) check based on policy

to meet organizations

requirements.

13. At endpoint analyze

incoming data and blocks

threats while they travel

through the network

before hitting the system.

14. At endpoint should

Page 99: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1121

Volume 1:-

Instructions to

Bidder

Section:- 3.4.1:- Pre

Qualification

Criteria

36-37

9. The Sole Bidder or any consortium member

(in case of consortium) should have experience

of Operation and maintenance of network

comprising software, ICT hardware of minimum

project value of INR 1 Crore per year in the last

three years on the date of issue of NIT.

Kindly increase the project value to 7 Crore RFP Conditions prevails

1122

Volume 1:-

Instructions to

Bidder

Section:- 3.5.1:-

Technical Bid

Criteria &

Evaluation

39

Average annual turnover from “Specific Business

Areas” as mentioned below for Sole bidder or

Lead bidder (in case of consortium) over the last

three Financial years Marks shall be allotted as

given below:

• More than INR 40 Crore = 7 marks

• More than INR 30 Crore – up to INR 40 Crore

= 6.5 marks

•More than INR 20 Crore – up to INR 30 Crore =

6 marks

•More than equal to INR 5 Crore - up to INR 20

Crore = 5 marks “Specific Business Areas”

•Software Application Development including

mobile app

•Multiple Software application integration

capability

•Database Management •Business Analytics

•ICT Infrastructure and System Integration

•IoT/Cloud environment

Kindly change the marking scheme as:-

• More than INR 200 Crore = 7 marks

• More than INR 150 Crore – up to INR 200 Crore =

6.5 marks

•More than INR 100 Crore – up to INR 150 Crore = 6

marks

•More than equal to INR 50 Crore - up to INR 100

Crore = 5 marks “Specific Business Areas” 100 Crore

= 5 marks “Specific Business Areas”

Please refer to the corrigendum 6

1123

Volume 1:-

Instructions to

Bidder

Section:- 3.5.1:-

Technical Bid

Criteria &

Evaluation

39

Marks shall be allotted as given below:

•CMM level 5 =3 marksKindly add PSU under Ministry of Communication &

IT so that we can participate as wellRFP Conditions Prevails

1124

Volume 1:-

Instructions to

Bidder

Section:- 3.5.1:-

Technical Bid

Criteria &

Evaluation

39-40

The Sole Bidder or lead member (in case of

consortium) should have been awarded and

successfully executed & commissioned

project(s) related to development and

integration of citizen centric web portal / mobile

app components or both having minimum value

of INR 15 crore in India during last five years as

on the date of release of RFP. .Marks shall be

allotted as given below:

• More than equal to 5 Project = 20 marks

• 4 Project = 14 marks

• 3 Project = 10 marks

• 2 Project = 7 marks

Kindly remove the specification of City Centric Please refer to the corrigendum 6

1125

Volume 1:-

Instructions to

Bidder

Section:- 3.5.1:-

Technical Bid

Criteria &

Evaluation

41 City centric software Integration Projects Remove clause of City Centric RFP Conditions prevails

1126

Volume 1:-

Instructions to

Bidder

Section:- 3.5.1:-

Technical Bid

Criteria &

Evaluation

42

The Sole Bidder or lead member (in case of

consortium) should have experience in

developing and implementing IT software

projects in India with Java /J2EE, Application

Servers like JBoss or similar, HTML5/CSS3,

mobile apps native languages (Android, ioS,

Windows, Hybrid language like phonegap), User

Experience in designing User Interfaces. At least

2 projects have been executed (documentary

evidence to be provided as proof of delivery)

with the above mentioned technology stack.

Marks shall be allotted as below:

• Four Projects = 10 marks •Three Projects = 8

marks • Two Projects =6 marks

Kindly add C#, .Net, SQL as well Please refer to the corrigendum 6

1127

Volume 2:- Scope of

Work

1.Project Scope of

Work

4-5

Level 2: Integration & View

1. E-governance (IGRS, PGRS, Property Tax etc.)

2. ICT Enabled Solid Waste Management System

3. Smart Parking (for future integration)

4. Energy Efficient Smart Street Lighting Solution

(for future integration)

5. Intelligent Traffic Management System (for

future integration)

6. ICT for City Bus Services (for future

integration)

7. City Surveillance

8. UP Dial 100

9. Integration of SCADA Systems (Water Supply,

Sewerage Pumping Station etc.) (for future

integration)

10. GPS Tracking of Vehicles

11. Unified Smart Mobility Card

12. Biometric Attendance System of Sanitary

Workers

13. Any Other City Level Initiative.

For integration, MSI requires the APIs of these

already existing solutions. Who is going to provide

MSI with the APIs?

RFP conditions prevailsMSI has to study and integrate the

existing system

Page 100: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1128

Volume 2:- Scope of

Work

1.Project Scope of

Work

5

3: Integration, View & Operate

1. Geographical Information Systems (GIS) & GIS

City Portal

2. LSCL App (Mobile App).

3.Lucknow Smart City Website

(https://www.lucknowsmartcity.com)

For integration, MSI requires the APIs of these

already existing solutions. Who is going to provide

MSI with the APIs?

RFP conditions Prevails

1129

Volume 2:- Scope of

Work

1.Project Scope of

Work

1.3 Development

Phase

8

Considering the scope set in this RFP, the MSI

shall carefully understand the various prevailing

Smart City solutions which are currently under

implementation and envisaged in near future

and explicitly mention the same in the technical

proposal.

Existing solution and the future solution that are

prevailing and are to be integrated, MSI requires

APIs for the integration. Who is going to provide

MSI with the APIs?

RFP conditions prevails

Bidder should meet the functional

Requirements mentioned in the

RFP

1130

Volume 2:- Scope of

Work

1.Project Scope of

Work

1.4 Finalization &

Submission of a

detailed technical

architecture

13

• GIS Integration- MSI shall undertake detail

assessment for integration of all the Field level

ICT interventions proposed with the existing

Geographical Information System (GIS). MSI is

required to carry out the seamless integration to

ensure ease of use of GIS in the Dashboards in

Command Control Centers. If this requires field

survey, it needs to be done by MSI. If such a

data is already available with city, it shall

facilitate to provide the same. MSI is to check

the availability of such data and it's suitability

for the project. MSI is required to update GIS

maps from time to time.

Here it is written about the site survey. As in the

RFP, it is written about the integration and view &

operate of the GIS module. This means that the GIS

module is already developed and we just need to

integrate it with the help of APIs. Survey is required

when we have to develop the GIS mapping from the

scratch. Kindly clarify.

Please refer to the corrigendum 6

1131

Volume 2:- Scope of

Work

1.Project Scope of

Work

1.4 Finalization &

Submission of a

detailed technical

architecture

13

• SMS Gateway Integration- MSI shall carry out

SMS Integration with the Smart City System and

develop necessary applications to send mass

SMS to groups/individuals. Any external/third

party SMS gateway can be used, but this needs

to be specified in the Technical Bid, and

approved during Bid evaluation.

Do MSI need to provide the SMS Gateway?? RFP conditions Prevails

1132

Volume 2:- Scope of

Work

1.Project Scope of

Work

1.5 Other

expectations from

MSI

18

28. The MSI shall directly interact with

electricity boards for provision of electric supply

at all desired locations including any Field

Infrastructure solution mentioned in the RFP

document. The Lucknow Smart City shall

facilitate, if any documentation is required from

its Side. The MSI will submit the bill for

reimbursement on quarterly basis to the

Lucknow Smart City Limited.

The desired locations will be ICCC, locations where

environmental sensors are placed and Variable

message sign boards?

RFP conditions Prevails

1133

Volume 2:- Scope of

Work

2.Level 1:

Implement, View &

Operate

2.2 Variable

Message Sign Board

23

Scope of Work:

The VaMS unit shall be able to communicate

with the Command Control Centre system using

GSM Data/ Wi-Fi/ Ethernet/SMS Channel. GSM

data channel (GPRS) / Wi-Fi/ Ethernet shall be

used to send online messages and SMS channel

shall be used to send configuration packets to

configure the SIM.

Who will provide the SMS Channel? RFP conditions Prevails

1134

Volume 2:- Scope of

Work

2.Level 1:

Implement, View &

Operate

2.3 Centralized

Command & Control

Centre

29

MSI should be able to provide Unified view for

each Departments:

Solid Waste Management

Intelligent Traffic Management System

ICT for City Bus Services

Smart Electricity Meter and Water SCADA

Environmental Sensors

City Surveillance

Variable Message Sign Boards

e-Governance/Mobile App

Mobility card

Any other Feeds as defined in this document or

feed from Future Integration

APIs of those systems that are already implemented

and those that are required to be implemented, are

not in MSI’s scope are required. Who will provide

those APIs?

RFP conditions prevails MSI has to study and integrate the existing system

1135

Data Centre TOR

(Top of the Rack )

Switch

Ports: • 24 or 48 (as per density required) 1G/

10G Ethernet ports (as per internal connection

requirements) and extra 2 numbers of Uplink

ports (40GE)

• All ports can auto-negotiate between all

allowable speeds, half-duplex or full duplex and

flow control for half-duplex ports.

Ports: 48 (as per density required) 1G/ 10G Ethernet

ports (as per internal connection requirements) and

extra 4 numbers of Uplink ports (10GE/ 40GE)

• All ports can auto-negotiate between all allowable

speeds, half-duplex or full duplex and flow control

for half-duplex ports.

RFP conditions Prevails

1136

Data Centre TOR

(Top of the Rack )

Switch

Switch type: Layer 3 RFP conditions Prevails

1137

Data Centre TOR

(Top of the Rack )

Switch

MAC: Support 32K MAC address. RFP conditions Prevails

1138

Data Centre TOR

(Top of the Rack )

Switch

Backplane: Capable of providing wire-speed

switchingRFP conditions Prevails

1139

Data Centre TOR

(Top of the Rack )

Switch

Throughput: 500 Mpps or betterThroughput: 500 Mpps or better and low latecy of

less than < 600ns for better performanceRFP conditions Prevails

1140

Data Centre TOR

(Top of the Rack )

Switch

Port Features: Must support Port Mirroring, Port

Trunking and 802.3ad LACP Link Aggregation

port trunks

Port Features: Must support Port Mirroring, Port

Trunking and 802.3ad LACP Link Aggregation port

trunks

Switch must supprt Stacking of 160Gbps to create

Virtualized Switching Architecture

RFP conditions Prevails

1141

Data Centre TOR

(Top of the Rack )

Switch

Flow Control: Support IEEE 802.3x flow control

for full-duplex mode ports.RFP conditions prevails Query not clear

Page 101: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1142

Data Centre TOR

(Top of the Rack )

Switch

Protocols:

• IPV4, IPV6

• Support 802.1D, 802.1S, 802.1w, Rate

limiting

• Support 802.1X Security standards

• Support 802.1Q VLAN encapsulation, IGMP

v1, v2 and v3 snooping

• 802.1p Priority Queues, port mirroring

• DHCP support

• Support up to 1024 VLANs

• Support IGMP Snooping and IGMP Querying

• Support Multicasting

• Should support Loop protection and Loop

detection

• Should support Ring protection

Protocols:

• IPV4, IPV6

• Support 802.1D, 802.1S, 802.1w, Rate limiting

• Support 802.1X Security standards

• Support 802.1Q VLAN encapsulation, IGMP v1,

v2 and v3 snooping

• 802.1p Priority Queues, port mirroring

• DHCP support

• Support up to 1024 VLANs

• Support IGMP Snooping and IGMP Querying

• Support Multicasting

• Should support Loop protection and Loop

detection

• Should support Ring protection

• Should support 1588 PTP Precision Time

Protocol

• Should support Equal Cost Multiple Path

• Should support MPLS Layer 2 VPN (VPLS/VPWS),

BGP based Layer 3 VPNs & MPLS Fast

Reroute to support rapid local convergence around

network failures

RFP conditions Prevails

1143

Data Centre TOR

(Top of the Rack )

Switch

Access Control:

• Support port security

• Support 802.1x (Port based network access

control).

• Support for MAC filtering.

• Should support TACACS+ and RADIUS

authentication

RFP conditions prevails Query not clear

1144

Data Centre TOR

(Top of the Rack )

Switch

VLAN:

• Support 802.1Q Tagged VLAN and port based

VLANs and Private VLAN

• The switch must support dynamic VLAN

Registration or equivalent

• Dynamic Trunking protocol or equivalent

RFP Conditions prevails

1145

Data Centre TOR

(Top of the Rack )

Switch

Protocol and Traffic:

• Network Time Protocol or equivalent Simple

Network Time Protocol support

• Switch should support traffic segmentation

• Traffic classification should be based on user-

definable application types: TOS, DSCP, Port

based, TCP/UDP port number

RFP conditions prevails Query not clear

1146

Data Centre TOR

(Top of the Rack )

Switch

Management:

• Switch needs to have a console port for

management via a console terminal or PC

• Must have support SNMP v1,v2 and v3

• Should support 4 groups of RMON

Should have accessibility using Telnet, SSH,

Console access, easier software upgrade

through network using TFTP etc. Configuration

management through CLI, GUI based software

utility and using web interface.

Management:

• Switch needs to have a console port for

management via a console terminal or PC

• Must have support SNMP v1,v2 and v3

• Should support 4 groups of RMON

Should have accessibility using Telnet, SSH,

Console access, easier software upgrade through

network using TFTP etc. Configuration management

through CLI, GUI based software utility and using

web interface.

RFP conditions prevails Query Not Clear

1147 Vol 1, PQ 4 35

The Sole Bidder or the Lead Bidder of

consortium, in case of a Consortium, should

have office in Lucknow or should furnish an

undertaking that the same would be established

As the bidder may already have a registered office

in state of U.P, we request to dilute it specifically to

be in city of Lucknow. While project office during

the work implementation can be established , it may

not feasible for bidder to open a registered office

when there is already a registered office in state.

Please modify as follows:

The Sole Bidder or the Lead Bidder of consortium, in

case of a Consortium, should have office in Lucknow

UP or should furnish an undertaking that the same

would be established

RFP conditions Prevails

1148 Vol 1, PQ2 35 Annual turn over

Please clarify in case of consortium , lead bidder

should have turn over of 5 cr for speccific business

areas along with 2.5 cr for other consortium

partners. Or each member including lead bidder

should have avg. 2.5 cr.

Please refer to the corrigendum 6

1149 Vol 1, PQ8 36

The sole bidder or lead bidder should have

completed at least two projects in Govt/ Semi

Govt/ PSU; in the field of development and

integration of citizen centric web portal / mobile

app, database management /data warehousing/

business analytics / cloud applications on the

date of release of NIT.

As consortium is allowed and overall quality of

consortium will depend on the partner consitution.

Most of the PQ and TQ are only asking for

cridentials of lead bidder only which in a way is

minimising the purpose of consortium formation.

There is no difference in sole bidder or lead bidder

for the purpose of credentials if consortium

member credentials can notbe used. We request to

modify as follows keeping in view consortium

requirement for PQ and TQ as per all other smart

city bids to encourgae more bidders to participate:

The sole bidder or lead bidder The bidder( or any

member of consortium) should have completed at

least two projects in Govt/ Semi Govt/ PSU; in the

field of development and integration of citizen

centric web portal / mobile app, database

management /data warehousing/ business analytics

/ cloud applications on the date of release of NIT.

Please refer to the corrigendum 6

Page 102: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1150 Vlo 1, 3.5.1. A 39 Technical Criteria- Annual Turn over

As consortium is allowed and overall quality of

consortium will depend on the partner consitution.

Most of the PQ and TQ are only asking for

cridentials of lead bidder only which in a way is

minimising the purpose of consortium formation.

There is no difference in sole bidder or lead bidder

for the purpose of credentials. We request to

modify keeping in view consortium requirement for

PQ and TQ as per all other smart city bids to

encourgae more bidders to participate:

Request to dilute to consider turn over from

consortium partner also.

Please refer to the corrigendum 6

1151 Vlo 1, 3.5.1. A 39 CMM level 5In PQ this certifcate is asked from any member of

consortium. Please change here as wellPlease refer to the corrigendum 6

1152 Vlo 1, 3.5.1. B1 39

B1. The Sole Bidder or lead member (in case of

consortium) should have been awarded and

successfully executed & commissioned

project(s) related to development and

integration of citizen

As consortium is allowed and overall quality of

consortium will depend on the partner consitution.

Most of the PQ and TQ are only asking for

cridentials of lead bidder only which in a way is

minimising the purpose of consortium formation.

There is no difference in sole bidder or lead bidder

for the purpose of credentials if consortium

member credentials are not allowed. We request to

modify keeping in view consortium requirement for

PQ and TQ as per all other smart city bids to

encourgae more bidders to participate:

The Sole Bidder or lead member (in case of

consortium) Bidder or any member of consortium

should have been awarded and successfully

executed & commissioned project(s) related to

development and integration of citizen

Please refer to the corrigendum 6

1153 Vlo 1, 3.5.1. B2 40

The Sole Bidder or lead member (in case of

consortium) should have experience in the field

of City centric software Integration Projects

Marks shall be allotted as below:

1. Four Projects: 10 marks

2. Three Projects: 8 marks

3. Two projects: 6 marks

As consortium is allowed and overall quality of

consortium will depend on the partner consitution.

Most of the PQ and TQ are only asking for

cridentials of lead bidder only which in a way is

minimising the purpose of consortium formation.

There is no difference in sole bidder or lead bidder

for the purpose of credentials. We request to

modify keeping in view consortium requirement for

PQ and TQ as per all other smart city bids to

encourgae more bidders to participate:

The Sole Bidder or lead member (in case of

consortium) Bidder or any member of the

consortium should have experience in the field of

City centric software Integration Projects Marks

shall be allotted as below:

1. Four Three Projects: 10 marks

2. Three Two Projects: 8 marks

3. Two One projects: 6 marks

Please refer to the corrigendum 6

1154 Vol 1, 3.5.1. B3 40 Software platform

The Sole Bidder or lead member (in case of

consortium) Bidder or any of the consortium

member should have experience in developing and

implementing IT software projects in India

RFP conditions Prevails

1155 Vol1 , Annexure 7 101

The Parties shall be jointly and severally

responsible and bound towards the Authority

for the performance of the works in accordance

with the terms and conditions of the BID

document or contract

Bidder request to modify the clause in line with

other smart city (Belgavi, varanasi, Gandhinagar,

Warangal etc.) . A consortium member may have a

very limited scope in the rfp and most of the

reputed companies do not responsiblity of some

thing which is not in their scope:

Lead Bidder shall be jointly and severally

responsible and bound towards the Authority for

the performance of the works in accordance with

the terms and conditions of the BID document or

contract. Consortium members will be responsible

and liable only for their scope of work

RFP conditions prevails

1156 Vol1 , Right to vary Quantity 30

At the time of award of contract, the quantity of

goods, works or services originally specified in

the bidding documents may be

increased/decreased. It of the Bid and the

bidding documents.

Please limit the varitation to +-10% RFP Conditions Prevails

1157 Vol1 , 4.4 49

During the comprehensive warranty period, the

successful bidder shall provide all product(s) and

documentation updates, patches/fixes, and

version upgrades within 15 days of their

availability and should carry out installation and

make operational the same at no additional cost

to authority

Bidder understand here the upgrades doesnot mean

hardware upgrade as it is not possible to upgrade

the hardware whenever there is new upgrade

availble. It will be as per specification mention in

RFP. For Software only free availbale updates from

OEM can be provided as there is no way to find the

cost at bidding stgae of any paid upgrades or

updates. Bidder will maintain both hardware and

software during maintaince period. Please confirm

the bidder udnerstanding

RFP Conditions Prevails

1158 Volume 1, BoQ 88,89

Ceiling Speakers,Audio Processor, Audio

Distribution Amplifier,Audio Extractor,AV Auto

Switcher,

Please provide list of rooms where mentioned AV

equipment are required to installed along with

functional requirements

Please refer to the corrigendum 6

1159 Volume 1 92 Environmental Sensor Please confirm quantity of Environmental Sensors RFP is self explanatory

Page 103: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1160 Vol 3 , 5.3 7

The Authority reserves the right to amend any

of the terms and conditions in relation to the

Contract/Service Specifications and may issue

any such directions which are not necessarily

stipulated therein if it deems necessary for the

fulfilment of the Schedule of Requirements.

The clause is unilateral in nature.Please modify the

clause keeping in view the changes in other smart

city bid as follows:

The Authority reserves the right to amend any of

the terms and conditions in relation to the

Contract/Service Specifications with mutual

discussion and agreement and may issue any such

directions which are not necessarily stipulated

therein if it deems necessary for the fulfilment of

the Schedule of Requirements.

RFP conditions Prevails

1161 Vol 3 , 9.2 8

The Consortium member has agreed that SI is

the prime point of contact between the

Consortium member and the Authority and it

shall be primarily responsible for the discharge

and administration of all the obligations

contained herein and, the Authority, unless it

deems necessary shall deal only with SI. SI along

with all consortium members shall be jointly and

solely responsible for the project execution

Bidder request Modification as follows:

The Consortium member has agreed that SI is the

prime point of contact between the Consortium

member and the Authority and it shall be primarily

responsible for the discharge and administration of

all the obligations contained herein and, the

Authority, unless it deems necessary shall deal only

with SI. SI along with all consortium members shall

be jointly and solely responsible for the project

execution and consortium members will be

responsible and liable for their scope of work

RFP conditions Prevails

1162 Vol 3 , 9.4 9

9.4. The Authority reserves the right to review,

approve and require amendment of the terms of

the Consortium Contract or any contract or

agreements entered into by and between the

members of such Consortium and no such

agreement/contract shall be executed,

amended, modified and/or terminated without

the prior written consent of the Authority. An

executed copy of each of such

agreements/contracts shall, immediately upon

execution be submitted by SI to the Authority.

The clause is unilateral in nature.Please modify the

clause keeping in view the changes in other smart

city bid such as Varanassi, Waranagal, Belgavi etc. as

follows. There is consortium agreement given in the

RFP which will be submitted along with Bid. Any

other agreement between consortium members

should be out of perview of authority as it depneds

on larger strategic alignments between partners.

The Authority reserves the right to review, approve

and require amendment of the terms of the

Consortium Contract or any contract or agreements

entered into by and between the members of such

Consortium and no such agreement/contract shall

be executed, amended, modified and/or terminated

without the prior written consent of the Authority.

An executed copy of each of such

agreements/contracts shall, immediately upon

execution be submitted by SI to the Authority.

RFP conditions Prevails

1163 Vlo 3, clause 15 18

Regardless of anything contained (except for SI's

liability for bodily injury and/ or damage to

tangible and real property for which it is legally

liable and it's liability for patent and copyright

infringement in accordance with the terms of

this Agreement) the total liability of SI, is

restricted to the total value of the contract and

SI is notresponsible for any third party claims.

Bidder Requests Modification-

Regardless of anything contained (except for SI's

liability for bodily injury and/ or damage to tangible

and real property for which it is legally liable and it's

liability for patent and copyright infringement in

accordance with the terms of this Agreement) the

total liability of SI, is restricted to the total Annual

value of the contract and SI is notresponsible for

any third party claims.

RFP conditions Prevails

1164 Vol 3, 17.4 20

Where the Authority is of the view that no

further extension of the term be granted to SI,

the Authority shall notify SI of its decision at

least 3 (three) months prior to the expiry of the

Term. Upon receipt of such notice, SI shall

continue to perform all its obligations

hereunder, until such reasonable time beyond

the Term of the Contract within which, the

Authority shall either appoint an alternative

agency/SI orcreate its own infrastructure to

operate such Services as are provided under

thisContract.

There should be a time limit to which term is

extended. Bidder request Modification as follows:

Where the Authority is of the view that no further

extension of the term be granted to SI, the

Authority shall notify SI of its decision at least 3

(three) months prior to the expiry of the Term.

Upon receipt of such notice, SI shall continue to

perform all its obligations hereunder, until such

reasonable time one month beyond the Term of the

Contract within which, the Authority shall either

appoint an alternative agency/SI orcreate its own

infrastructure to operate such Services as are

provided under thisContract.

RFP conditions Prevails

1165 Vol 3, 28.3 25

This limitation of liability shall not affect SI

liability, if any, for damage to Third Parties

caused by SI or any person or company acting on

behalf of SI in carrying out the Services

This is uncapped Liablity. As a standard change in

the recent smart city bids like gandhinagar, belgavi

etc. it should be capped. Request modification as

follows:

This limitation of liability shall not affect SI liability,

if any, for damage to Third Parties caused by SI or

any person or company acting on behalf of SI in

carrying out the Services. The total liablity shall be

limited to total contract value.

RFP conditions Prevails

Page 104: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1166 Vol 3, 28.3 31

Each Party shall be responsible for its own costs

incurred in the quotation, preparation of CCNs

and in the completion of its obligations

described in this process provided SI meets the

obligations as set in the CCN. In the event SI is

unable to meet the obligations as defined in the

CCN then the cost of getting it done by third

party shall be borne by SI. Change requests and

CCNs shall be reported monthly to each Party's

representative who shall prioritize and review

progress.

This is uncapped risk purchase. Cost of work being

done by thrid party should be maximum of the item

rate submitted with bid. Wwe request following

modifications:

Each Party shall be responsible for its own costs

incurred in the quotation, preparation of CCNs and

in the completion of its obligations described in this

process provided SI meets the obligations as set in

the CCN. In the event SI is unable to meet the

obligations as defined in the CCN then the cost of

getting it done by third party shall be borne by SI.

Such cost will not exceed the item rate

submitted.Change requests and CCNs shall be

reported monthly to each Party's representative

who shall prioritize and review progress.

RFP conditions Prevails

1167 Vol 3, 42.3 45

Maximum Penalty applicable for any quarter

shall not exceed 30% of the ‘applicable fees’ for

the respective quarter.

Bidder request clarification that the maximum

capping of L.D for the entire duration of project is

capped at 10% of the total contract value as

mentioned in the clause 27.5 of vol 3 " The

deduction shall not in any case exceed 10 % of the

contract value.". Please confirm

RFP conditions Prevails

1168 Vol 3, 42.3 45

Maximum Penalty applicable for any quarter

shall not exceed 30% of the ‘applicable fees’ for

the respective quarter.

As is normal practice in industry and in all the smart

city RFPs, we request follwing modification:

Maximum Penalty applicable for any quarter shall

not exceed 30% 10% of the ‘applicable fees’ for the

respective quarter.

RFP conditions Prevails

1169 Volume 2 6

The estimate prepared shall be as per the

prevailing Schedule of Rates and for items not

available in the SOR, Data Rate shall be worked

out. The Client/Authority shall accord approval

for the same prior to commencement of

work),LAN Networking.

Please confirm the basis of defining prevailing

schedule of RatesRFP conditions Prevails

1170 Volume 2 11Redundancy has to be considered at the

core/data centre components level.

Please confirm level of redundancy needs to be

considered for Applications and core/data centre

components

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

1171 Volume 2 13 GIS IntegrationPlease confirm required licenses for GIS Integration

will be provided by LSCLPlease refer to the corrigendum 6

1172 Volume 2 20

Digital Display Unit - Shall receive information

from the central application System and operate

accordingly

Please confirm whether Digital Display unit is an

integral part of Environmental sensor or it has be

provided as a separate unit, if yes, please provide

specifications

RFP Conditions Prevails

1173 Volume 2 21 CO2 : 0 to 10% / 0 to 20%If it goes beyond 5% it will be lethal. Hence request

you to change it to 05% (5000ppm)RFP Conditions Prevails

1174 Volume 2 21-22

O2 : 0 to 10% / 0 to 25% (2 ranges each,

maximum range ratio 1: 25 except O2)

*Optionally, N2O and CH4 can be measured

As O2 is not a pollutant and there is no need to

measure O2. Hence Request it to be remove. Also

N20 & CH4 both are not urban Pollutant and is not

used to Calculate AQI hence request to be removed.

Please refer to the corrigendum 6

1175 Volume 2 22 Real-time in Air Humidity Level DisplayOn Command Centre or VMD for which feed wil be

provided from Command CentreRFP Conditions Prevails

1176 Volume 2 21 General

Request you to add following features

- Calculate and display AQI (National Air Quality

Index)

- Show the AQI values with its colour schema as per

Indian guidelines

- Provide Alerts if AQI values cross th threshold

limits

RFP conditions prevails

1177 Volume 2 31 Web Portal & Mobile APPPlease confirm no. of concurrent user for Mobile

ApplicationRFP Conditions Prevails

1178 Volume 2 40 Edge ComputingPlease confirm whether Edge Computing devices are

required to be considered as part of the scopeRFP Conditions Prevails

1179 vol-2 : Scope of Work 29

MSI should be able to provide Unified view for

each Departments:

or feed from Future Integration

Bidder understanding is data feed for these

applications will be available to SI at ICCC and

bidder has to do integration. To get the view of all

these departments, network connectivity between

these departments and the ICCC are required. We

understand LSCL would provide the same as bidder

is not implementing agency for these soltuions and

is not part of this RFP. Pls confirm

RFP Conditions Prevails

1180 vol-2 - 2.3 Centralized Command & Control Centre30

MSI should setup a dedicated helpdesk to

support the field infrastructure laid out as part

of the RFP.

how many resources should be planned? Will it be

24*7 on shift basis? Hope LSCL would be pay for the

telephone bills on actuals?

Please refer to the corrigendum 6

1181 vol-2 - 2.3.1 General Requirements:59ICCC solutions should have a SMS gateway for

sending messages to citizens.

do we need have the captive SMS gateway at the

ICCC? Pls clarify RFP conditions prevails

Bidder should meet the functional

Requirements mentioned in the

RFP

1182 Volume 2 65The DCMS shall be able to accept a minimum

input of four (4) CATV videosources

Please confirm whether these CATV inputs are LAN

inputs or signal to be routed via

transmitter/receivers.

RFP Conditions Prevails

1183 Volume 2, 2.4 68 Site prepration for command and control center

The requirement given in this section is purely DC

requirment and CCC requirment is not cleared like:

Access Control : Do we need Biometric for DC only

or for Command Control Center as well.

Fire Suppression : we require gas based Suppression

system for DC or CCC.It is not recommended to

install gas based suppression system in CCC.

Please refer to the corrigendum 6

1184 Vloume 2, 2.4.2 69

The MSI shall install the top false ceiling with 1’

6” of space from the

actual room ceiling

Please share the Height of the floor .

From Actual ceiling to actual flooring with beam

dropping

RFP Conditions Prevails

Page 105: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1185 Vloume 2, 2.4.3 69

The MSI shall be responsible for raised flooring

and provide for suitable pedestal and under

structure designed to withstand various static

and rolling loads subjected to it in server racks.

The entire raised floor shall have laminated floor

covering and beadings on all sides of the

panel.

Do we need to consider the raised flooring in the

CCC as well or it is for DC only.Please refer to the corrigendum 6

1186 Vloume 2, 2.4.4 70

Two incoming HT feeder supply from different

sub-stations. Even if

one feeder is down, the other one keeps power

available.

Does Department provide the power from 2

different substation to proposed buildignPlease refer to the corrigendum 6

1187 Vloume 2, 2.4.5 70

Since Data center is a critical area, precision air

conditioning system shall be

exclusively installed to maintain the required

temperature.

Please share the cooling requirment and type of

cooling we need to consider for the Command

Control Center.

Please refer to the corrigendum 6

1188 Vol 2, 2.4.7 71Operations and maintenance of DG Set. SI shall

be responsible for fuel

Request to please remove the fuel from SI scope as

it is not allowed by law for MSI to procure fuel. Also

there is no way for the SI to consdier this cost in the

bid which depends on many factors like load, usage,

power cut , rate flactuations etc. MSI will manage as

part of O&M but fuel procurement needs to be

done by customer.

Please refer to the corrigendum 6

1189RFP Vol-2,2.4.11

CCTV system72

All important areas of the Data center,Command

and Control Center along with the non-critical

areas like locations for DG sets, entry exit of

Command Center, Entry and Exit of building

premises need to be under constant video

surveillance.

Please provide the layout of the temporary Data

Center/ building to calculate the numbers of cctv

cameras required for monitoring?

RFP conditions prevails

1190RFP Vol-2,2.4.11

CCTV system72 Storage

The technical specifications for CCTV Video storage

has not been mentioned in the tender, thus, please

help to clarify how storage to be

calculated(resolution, no of days, FPS) of the IP

CCTV Camera for control Room.

RFP conditions prevails

1191 vol-2: 3.1 E Governance: 73

Authority has decided to integrate the below

portal/services to the Lucknow

Command & Control Centre.

Web Portal:

1. Integrated Grievance Redressal System

2. Public Grievance Redressal System

3. e-District (Municipal Services)

4. others city levels initiatives

Bidder understands LSCL would provide the network

connectivity required for the integration to ICCC,

since these applications implementation is not part

of the scope of this RFP. Pls confirm

RFP is Self explanatory

1192

vol-2: 3.2 ICT

Enabled Solid Waste

Management:

74

Solid Waste Management will be required to be

integrated with

Lucknow Command & Control Center to receive

real-time feeds of the of waste collection

vehicles, status of sensor based bins

Bidder understands LSCL would provide the network

connectivity required for the integration of Solid

waste management to ICCC, since solid waste

implementation is not part of the scope of this RFP.

Pls confirm

RFP is Self explanatory

1193 vol-2 : 3.3 Smart Parking: 75

The Name of the these pilot underground

parking locations

are Jhande Park-Lalbagh, Dayanidhaan Park-

Lalbagh & Jhandewala Park-Aminabad. Also,

MSI has to ensure integration of all the parking

locations at control & command centre as &

when implementations of the parking locations

will be completed.

Bidder understands LSCL would provide the network

connectivity required for the integration of Parking

to ICCC, since Smart parking implementation is not

part of the scope of this RFP. Pls confirm

RFP is Self explanatory

1194

vol-2: 3.4 Energy

Efficient Street

Lighting Solutions:

77

MSI on-boarded under this RFP will be

responsible for

coordination with the implementing agency and

further integration of implemented smart

lighting solution in the city to Lucknow Control

and Command Centre, also will implement the

SoP to fulfil the use case

Bidder understands LSCL would provide the network

connectivity required for the integration of Smart

lightning to ICCC, since smart lightning

implementation is not part of the scope of this RFP.

Pls confirm

RFP is Self explanatory

1195

vol-2:3.5 Intelligent

Traffic Management

System

78

The Master System Integrator who will be

selected under the scope of work of this RFP has

to integrate the Integrated Traffic Management

Systems to Lucknow Control and Command

Centre and also will implement the SoP to fulfil

the use cases.

Hope LSCL would provide the network connectivity

required for the integration of Integrated traffic

management to ICCC, since deploying of Integrated

traffic management is not part of the scope of this

RFP. Pls clarify.

RFP is Self explanatory

1196

vol-2:3.5 Intelligent

Traffic Management

System

78

The Master System Integrator who will be

selected under the scope of work of this

RFP has to integrate the Integrated Traffic

Management Systems to Lucknow Control and

Command Centre

Hope LSCL would provide the network connectivity

required for the integration of Integrated traffic

management to ICCC, since deploying of Integrated

traffic management is not part of the scope of this

RFP. Pls clarify.

RFP is Self explanatory

1197vol-2:3.7 City

Surveillance79

There are total 280 cameras functioning at 70

locations under the project the

locations will be provided to the successful

bidder for integrating the feed into LCCC

hope LSCL would provide the network connectivity

for integrating the feed into LCCC? If not locations

needs to be shared before bid. Pls clarify

RFP is Self explanatory

1198vol-2:3.8 UP Dial

10081

Dial 100 System for the Lucknow city will be

required to be

integrated with Lucknow Command & Control

Center by the selected Master System

Integrator to receive real-time feeds on

emergency response management system of

police

department. T

Hope LSCL would provide the network connectivity

required for the integration of Dial 100 to ICCC,

since deploying of Dial 100 is not part of the scope

of this RFP. Pls clarify.

RFP is Self explanatory

1199

vol-2: 3.9

Integration of

SCADA Systems

81

Integration of SCADA Systems (Water Supply,

Sewerage Pumping Station etc.) (For future

integration

Hope LSCL would provide the network connectivity

required for the integration of SCADA to ICCC, since

deploying of Integrated SCADA is not part of the

scope of this RFP. Pls clarify.

RFP is Self explanatory

Page 106: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1200vol-2: 3.1 Unified

Smart Mobility Card:82

these PoS machine is deployed at all the 8 zonal

offices of the Lucknow Municipal

Corporation.

Do we need to provide network connectivity from

ICCC to all the 8 zonal offices of lucknow municipal

corp? pls clarify? We understand this connectivity is

out of scope of bidder and date will be availble at

ICCC for integration

RFP is Self explanatory

1201

vol-2:3.2 Biometric

Attendance System

of Sanitary Workers

84

The Master System Integrator who will be

selected under the scope of work of this RFP has

to integrate the Biometric Attendance

Management System of Sanitary Workers to

Lucknow Control and Command Centre

Hope LSCL would provide the network connectivity

required for the integration of Biometric

attendance management system to ICCC, since

deploying of the same is not part of the scope of

this RFP. Pls clarify.

RFP is Self explanatory

1202

vol-2:4.1

Geographical

Information System

(GIS) & GIS City

Portal

84

decided by the authority that the existing data

of the GIS application will be hosted in the State

Data Centre Lucknow. Later MSI is expected to

migrate the GIS data to centralized data centre

of LSCL which is located in State Data Centre

is the State Data Centre Lucknow and centralized

data centre of LSCL same? This is bit confusing as it

is mentioning centralized data center is in state data

center and migration has to happen from state date

center.pls calrify

Please refer to the corrigendum 6

1203

Volume-2

Proposed

Technology under

GIS initiative by

Lucknow Smart City:

GIS Application

Server

87

(2U Rack Server with dual Intel Xeon E52637 v4

processor, 64 GB RAM, 2*1 TB HDD, Windows

Server

2012 std. Dual Port Fiber HBA.

Can bidder propose latest Intel Xeon processor? Please refer to the corrigendum 6

1204

Volume-2

Proposed

Technology under

GIS initiative by

Lucknow Smart City:

GIS Application

Server

87

(2U Rack Server with dual Intel Xeon E52637 v4

processor, 64 GB RAM, 2*1 TB HDD, Windows

Server

2012 std. Dual Port Fiber HBA.

Can bidder propose 1TB HDD as SATA disk? RFP Conditions Prevails

1205

Volume-2

Proposed

Technology under

GIS initiative by

Lucknow Smart

City:Database Server

87

(2U Rack Server with dual Intel Xeon E52637 v4

processor, 256 GB RAM, 2*1 TB HDD, Windows

Server

2012 std. Dual Port Fiber HBA.

Can bidder propose latest Intel Xeon processor? Please refer to the corrigendum 6

1206

Volume-2

Proposed

Technology under

GIS initiative by

Lucknow Smart

City:Database Server

87

(2U Rack Server with dual Intel Xeon E52637 v4

processor, 256 GB RAM, 2*1 TB HDD, Windows

Server

2012 std. Dual Port Fiber HBA.

Can bidder propose 1TB HDD as SATA disk?RFP Conditions Prevails

1207 SAN Storage 87

Dual Controller, Fiber Channel based storage

with

16TB(8*2TB HDD), Scalability to 24 drives within

the

same enclosure

Can bidder quote NLSAS/SATA disks of 2TB

capacity?RFP Conditions Prevails

1208Volume-2

SAN Storage87

Dual Controller, Fiber Channel based storage

with

16TB(8*2TB HDD), Scalability to 24 drives within

the

same enclosure

How many storage front end FC ports bidder need

to quote?

What is minimum size of Internal storage cache

bidder need to quote?

RFP Conditions Prevails

1209Volume-2

SAN Switch87

What is the minimum specification bidder needs to

quote?RFP Conditions Prevails

1210

vol-2: 5.2 Data

Center and Disaster

Recovery:

114

The authority has decided to host the

application and the data of the Integrated

Command & Control Centre to the UP State Data

Centre (SDC) situated in Lucknow.

will the SDC act as DC? Pls clarify RFP Conditions Prevails

1211

vol-2: 5.2 Data

Center and Disaster

Recovery:

114 Racks to be caged

Since We need to install the rack in the SDC and

DCO is managing UPSDC ,So Caging of the Rack will

be provided by the DCO in SDC or we need to

consider the same .

RFP Conditions Prevails

1212 Volume 2 114

The authority has decided to host the

application and the data of the Integrated

Command & Control Centre to the UP State Data

Centre (SDC) situated in Lucknow.

Since it has been decided to host Data Centre in UP

State Data Centre, therefore would like to know

whether we need to consider cyber security

components like DDoS, DLP,SIEM, HIPS, NIPS etc.

RFP is Self explanatory

1213 Volume 2: Scope of

Work114

2. The MSI shall prepare the overall network

connectivity plan for this project. The plan

shall comprise of connectivity of field

equipment at the junctions to be connected

over

network.

1) As per overall network connectivity plan, Do

bidder needs to consider all field switches and

routers as per field connectivity with CCC and DC

2) If Yes, Please share the minimum field Switch and

router specification i.e. number of ports, uplink etc.

3) Copper or fiber connectivity. SFP SM or MM

mode

RFP Conditions Prevails

1214 Volume 2 115

The Disaster Recovery Centre (DRC) will be the

cloud platform developed by the National

Informatics Centre

Please confirm whether bidder is required to

consider cost for hosting DR at cloud as there is no

line item in BoQ for Cloud

RFP Conditions Prevails

1215 Volume 2 121

The SI shall design the DC and DR solution with

the necessary load balancing, replication and

recovery solution that provide zero RPO

(Recovery Point Objective) and RTO (Recovery

Time Objective) of 10 minutes.

Considering the requirement of DR in different

siesmic zone, providing zero Recovery Point

Objective is practically not possible. Request to

provide feasible value

RFP Conditions Prevails

1216 Volume-2 121 Disaster Recovery (DR) SiteSince DR will be in NIC cloud, bidder understood DC -

DR replication will be only host based replication.RFP Conditions Prevails

1217 Volume 2: Scope of

Work132

WAN / Internet Router Interface modules: Must

support up to 10G interfaces as per the design.

Must have capability to connect with variety of

interfaces.

1) Please add minimum ports requirement for sizing

2) Type of ports copper or fiber etc. RFP conditions prevails

Bidder should meet the functional

Requirements mentioned in the

RFP

Page 107: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1218 Volume-2 137

Primary Storage

Storage:

• Storage Capacity should be minimum 5 TB

(usable, after

configuring in offered RAID configuration)

• RAID solution offered must protect against

double disc

failure.

• Disks should be preferably minimum of 3 TB

capacity

• To store all types of data (Data, Voice, Images,

Video, etc.)

• Storage system capable of scaling vertically

and horizontally

Bidder understood quoted disk is of NLSAS/SATA

disk.Please refer to the corrigendum 6

1219 Volume 2: Scope of

Work139 Server Load balancer

minimum transection per second ( TPS ) and session

per second requirement for load balancerRFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

1220 Volume 2: Scope of

Work141 Link Load Balancer

minimum transection per second ( TPS ) and session

per second requirement for load balancerRFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

1221 Volume 2, clause 11 184

Due payments shall be made promptly by the

Authority, generally within Sixty (60) days after

submission of an invoice or request for payment

by MSI

60 days is very credit period which increases the bid

cost as well on account of cost of finance. Please

modify it as follows considering other smart city

RFPs:

Due payments shall be made promptly by the

Authority, generally within Sixty (60) Fifty (15)days

after submission of an invoice or request for

payment by MSI

RFP conditions prevails

1222 Volume 2 226To connect to minimum 16 Displays through

HDMI

As we understand that Video Wall Controller to be

connected to 2 x 2 Video Wall but in tender specs it

has been asked for 16 HDMI outputs. Please

provide list of display locations where remaining 12

HDMI outputs of Video Wall Controller to be

terminated

RFP Conditions Prevails

1223 Volume 2 233 Projector

Projector specs are given but its not part of BoQ.

Also specify whether projector(s) to be used as

portable or its need to supplied with supporting

accessories such as Projector Screen, Mounting and

Cables.

RFP conditions prevails

1224

Volume 2

13 Annexure 2

(Control &

Command Centre)

19. IP CCTV camera

for Control Room

239

1.IP Camera should be a high-definition, full-

functioned video endpoint with industry-leading

image quality and processing power. The

camera is capable of resolutions up to 1920 x

1080 at 30 frames per second (fps) while

optimizing network usage with either H.264 or

MJPEG compression.

Please help us to know the type of camera required

for control room, i.e. Dome Camera or Bullet

Camera.

RFP conditions prevails

1225

Volume 2

13 Annexure 2

(Control &

Command Centre)

19. IP CCTV camera

for Control Room

240

25.Certifications Safety-UL60950-1 second

edition CSA22.2-No.60950-1 IEC/EN60950-1

second edition IEC/EN60825

IEC/EN60825 is only applicable for Safety of laser

products, while the requirement in the tender is not

of laser, thus request you to delete this requirement

RFP Conditions Prevails

1226

Volume 2

13 Annexure 2

(Control &

Command Centre)

19. IP CCTV camera

for Control Room

241

27.OEM Criteria-All proposed Cameras should

be from Single OEM and OEM should have

Registration in India min from 10 Years

We request you to kindly remove this caluse basis

the following. 1) in case if any one of the camera

specification is not complied by OEM, their other

complied camera will also not be quoted by SI as

well this will lead Monopoly for OEM who's all

camera comply in this tender, they will charge high

price and take advantage of this condition. 2). Many

world class OEM's have come to India for business

few years back, we request you to reduce this 10

years period to 5 or 7 years so that world's best

OEM's who have come India for business can

participate in this tender and provide best quality

equipment at very competative prices.

RFP conditions prevails

1227

Volume 2

13 Annexure 2

(Control &

Command Centre)

19. IP CCTV camera

for Control Room

241 Video management softwareFor Video management software the requirement is

of server based or NVR based system.RFP Conditions Prevails

1228

Volume 2

13 Annexure 2

(Control &

Command Centre)

19. IP CCTV camera

for Control Room

241 General

Is there any requirement of internal IR illuminator

to have a better view during low light

condition?please share the range of internal IR

illuminator required?

RFP Conditions Prevails

1229 Volume 2 General

Please confirm whether bidder has to provide Call

Centre Solution for Integrated Command & Control

Centre

RFP Conditions Prevails

1230 Volume 2 GeneralPlease share the specification of the HVAC system

we need to consider. RFP Conditions Prevails

1231 Volume 2 General

Please share the specification of the Security Sysetm

Like Rodent ,Access and WLDS ,FDS and FFS we need

to consider.

Please refer to the corrigendum 6

1232 Volume 2 General

Please specify the number of person/workstations

we need to consider for design command control

center ,also specify any other areas like manager

cabins etc if required. Also please let us know the

Area requirments.

RFP Conditions Prevails

Page 108: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1233Vol 1, 2.18 - Late

Bids26

Authority reserves the right to modify and

amend any of the above-stipulated

condition/criterion.

We request modification:

Authority reserves the right to modify and amend

any of the above-stipulated condition/criterion

before submission date of the bid.

RFP Conditions Prevails

1234

Vol 1, 2.21

Acceptance/Rejectio

n of Bids22

In the event of any assumptions, presumptions,

key points of discussion, recommendation or

any points of similar nature submitted along

with the Bid, Authority reserves the right to

reject the Bid and forfeit the EMD.

We request modification:

In the event of any assumptions, presumptions, key

points of discussion, recommendation or any points

of similar nature submitted along with the Bid,

Authority reserves the right to reject the Bid and

forfeit the EMD.

RFP Conditions Prevails

1235

3.5.1 Technical Bid

Criteria &

Evaluation44

1.Work order/ Contract clearly

Highlighting the scope of work, Bill of Material

and value of the contract/order.

Since most of the work orders specially govt.

customer there are NDAs applicable . Hence sharing

work orders is not possible. We request to please

accept customer certificate or CA certifcaate from

bidder for project exprience.

Work order/ Contract clearly Highlighting the scope

of work, Bill of Material and value of the

contract/order.

RFP conditions prevails

1236

Vol1, 4.3

Performance Bank

Guarantee (PBG)48

Within fifteen (15) working days from the date

of issuance of LOI, the successful Bidder shall at

his own expense submit unconditional and

irrevocable Performance Bank Guarantee (PBG)

to the Authority. The PBG shall be from a

Nationalized Bank or a Scheduled Commercial

Bank in the format prescribed in Section 9 -

Annexure 5 (a), payable on demand, for the due

performance and fulfilment of the contract by

the bidder.

This Performance Bank Guarantee shall be for

an amount equivalent to 10% of total contract

value. PBG shall be invoked by Authority, in the

event the Bidder:

a. fails to meet the overall penalty condition as

mentioned in RFP Volume II or any changes

agreed between the parties,

b. fails to perform the responsibilities and

obligations as set out in the RFP to the complete

satisfaction of Authority,

c. Misrepresents facts/information submitted to

Authority

The performance bank guarantee shall be valid

till satisfactory completion of Post

Implementation Support. The performance bank

guarantee may be discharged/returned by

Authority upon being satisfied that there has

been due performance of the obligations of the

Request modification:

Within thirthy fifteen (15) working days from the

date of signing of mutually agreed contract

issuance of LOI, the successful Bidder shall at his

own expense submit unconditional and irrevocable

Performance Bank Guarantee (PBG) to the

Authority. The PBG shall be from a Nationalized

Bank or a Scheduled Commercial Bank in the format

prescribed in Section 9 - Annexure 5 (a), payable on

demand, for the due performance and fulfilment of

the contract by the bidder.

This Performance Bank Guarantee shall be for an

amount equivalent to 10% of total contract value.

PBG shall be invoked by Authority, in the event the

Bidder:

a. fails to meet the overall penalty condition as

mentioned in RFP Volume II or any changes agreed

between the parties,

b. fails to perform the responsibilities and

obligations as set out in the RFP as per the terms of

the RFP to the complete satisfaction of Authority,

c. Misrepresents facts/information submitted to

Authority

The performance bank guarantee shall be valid till

[date to be filled ]. satisfactory completion of Post

Implementation Support. The performance bank

guarantee may be discharged/returned by Authority

RFP conditions prevails

1237vol1 ,4.4 Warranty

& Maintenance54

If the successful bidder, having been notified,

fails to remedy the defect(s) within the period

specified in the contract, Authority may proceed

to take such reasonable remedial action as may

be necessary, at the successful bidder’s risk and

expense and without prejudice to any other

rights, which Authority may have against the

bidder under the contract.

During the comprehensive warranty period, the

successful bidder shall provide all product(s) and

documentation updates, patches/fixes, and

version upgrades within 15 days of their

availability and should carry out installation and

make operational the same at no additional cost

to Authority.

The successful bidder hereby warrants Authority

that:

We request modification:

If the successful bidder, having been notified, fails

to remedy the defect(s) within 30 days the period

specified in the contract, Authority may proceed to

take such reasonable remedial action as may be

necessary, at the successful bidder’s risk and

expense after providing a cure period of 30 days to

the bidder. Any such expenses under this section

shall not exceed 3% of the value of services under

defect and which remains unrepaired for 30 days of

cure period. and without prejudice to any other

rights, which Authority may have against the bidder

under the contract.

During the comprehensive warranty period, the

successful bidder shall provide all product(s) and

documentation updates, patches/fixes, and version

upgrades within 15 days of their availability and

should carry out installation and make operational

the same at no additional cost to Authority.

The successful bidder hereby covenants warrants

Authority that:

……

RFP conditions prevails

1238

10 Annexure 6 –

Non-Disclosure

Agreement102

d. To treat Confidential Information as

confidential unless and until Authority expressly

notifies the Bidder of release of its obligations in

relation to the said Confidential Information.

The confidentiality obligation shall be for three

years from the date of termination / expiry of the

contract.

The Confidential Information shall be documented

before its disclosure. The term of this NDA shall be

the duration of the Master Service Agreement.

RFP conditions prevails

Page 109: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1239

Vol3, A. General

Conditions of

Contract (GCC)

1. Definition of

Terms

4

1.2. “Applicable Law(s)” Any statute, law,

ordinance, notification, rule, regulation,

judgment, order, decree, bye-law, approval,

directive, guideline, policy, requirement or other

governmental restriction or any similar form of

decision applicable to the relevant party and as

may be in effect on the date of the execution of

this Agreement and during the subsistence

thereof, applicable to the Project.

We request modification:

. “Applicable Law(s)” Any statute, law, ordinance,

notification, rule, regulation, judgment, order,

decree, bye-law, approval, directive, guideline,

policy, requirement or other governmental

restriction or any similar form of decision applicable

to the relevant party and as may be in effect on the

date of the execution of this Agreement and during

the subsistence of this contract thereof, applicable

to the Project.

For consortium members, other than lead bidder,

shall be comply with the laws as applicable on their

scope of services.

RFP conditions prevails

1240 2. Interpretation 6

c. the word “include” or “including” shall be

deemed to be followed by “without limitation”

or “but not limited to” whether or not they are

followed by such phrases;

We request modification:

c. the word “include” or “including” shall be

deemed to be followed by “without limitation” or

“but not limited to” whether or not they are

followed by such phrases;

RFP conditions Prevails

1241 Vol3 ,4. Scope of work

Authority has engaged SI to provide services

related to implementation of Lucknow Smart

City solutions using which the Authority intends

to perform its business operations. SI is required

to provide such goods, services and support as

the Authority may deem proper and necessary,

during the term of this Contract, and includes all

such processes and activities which are

consistent with the proposals set forth in the

Bid, the Tender and this Contract and are

deemed necessary by the Authority, in order to

meet its business requirements (hereinafter

‘scope of work’).

We request modification:

Authority has engaged SI to provide services related

to implementation of Lucknow Smart City solutions

using which the Authority intends to perform its

business operations. SI is required to provide such

goods, services and support as mentioned under

the contract, the Authority may deem proper and

necessary, during the term of this Contract, and

includes all such processes and activities which are

consistent proposed with under the proposals and

as set forth in the Bid, the Tender and this Contract

and are deemed necessary by the Authority, in

order to meet its business requirements

(hereinafter ‘scope of work’).

RFP Conditions Prevails

1242Vol3, 10.13

10

10.13. The Authority reserves the right to review

the terms of the Warranty and Annual

Maintenance agreements entered into between

SI and OEMs and no such agreement/contract

shall be executed, amended, modified and/or

terminated without the prior written consent of

the Authority. An executed copy of each of such

agreements/contracts shall, immediately upon

execution be submitted by SI to the Authority.

Bidder requests deletion of the clause.

The Authority is not a signatory to these documents

and therefore, has no privity to these Agreements.

Also, such agreements are signed by Wipro not for a

specific project but at an organizational/alliance

level.

RFP Conditions Prevails

1243vol3, 15. Indemnity

18

15.1. SI shall indemnify the Authority from and

against any costs, loss, damages, expense, claims

including those from third parties or liabilities of

any kind howsoever suffered, arising or incurred

inter alia during and after the Contract period

out of:

a. any negligence or wrongful act or omission by

SI or any third party associated with SI in

connection with or incidental to this Contract; or

b. any breach of any of the terms of SI’s did as

agreed, the RFP and this Contract

by SI

c. any infringement of patent,

trademark/copyright or industrial design rights

arising from the use of the supplied goods and

related services or any part

thereof

15.2. SI shall also indemnify the Authority

against any privilege, claim or assertion made by

a third party with respect to right or interest in,

ownership, mortgage or disposal of any asset,

property etc.

15.3. Regardless of anything contained (except

for SI's liability for bodily injury and/ or damage

to tangible and real property for which it is

legally liable and it's liability for patent and

copyright infringement in accordance with the

terms of this Agreement) the total liability of SI,

Bidder requests modification: -

1. SI shall indemnify the Authority from and against

any costs, loss, damages, reasonable expense,

claims including those from third parties or

liabilities of any kind howsoever suffered, arising or

incurred inter alia during and after Contract period

out of:

any gross negligence or wrongful act or wilful

omission by SI or any third party associated with SI

in connection with or incidental to this Contract; or

a. any infringement of patent, trademark/copyright

or industrial design rights arising from the use of the

supplied goods and related services or any part

thereof

Regardless of anything contained (except for MSI's

liability for bodily injury arising out of gross

negligence or wilful misconduct for which it is

legally liable and it's liability for patent and

copyright infringement in accordance with the

terms of this Agreement) the total liability of SI, is

restricted to the fees (excluding reimbursements)

received by it under this Agreement during the

three months preceding the date of first claim. total

value of the contract and SI is not responsible for

any third party claims.

RFP conditions Prevails

Page 110: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1244 Vol III - 22.2 21

We request for deletion of following

Any failure or lapse on the part of SI in

performing any obligation as is reasonably

necessary and proper, to negate the damage

due to projected force majeure events or to

mitigate the damage that may be caused due to

the above mentioned events or the failure to

provide adequate disaster

management/recovery or any failure in setting

up a contingency mechanism would not

constitute force majeure, as set out above.

We request for deletion of following

Any failure or lapse on the part of SI in performing

any obligation as is reasonably necessary and

proper, to negate the damage due to projected

force majeure events or to mitigate the damage

that may be caused due to the above mentioned

events or the failure to provide adequate disaster

management/recovery or any failure in setting up a

contingency mechanism would not constitute force

majeure, as set out above.

Bidder requests the following to be added in the

Force Majeure clause: -

It stands clarified that the Authority shall not be

absolved from meeting its timely payment

obligations during the subsistence of Force

Majeure. In the event Force Majeure continues for

more than sixty (60) days, either party shall have

the right to terminate the contract in which case

the SI shall be paid for all the goods delivered and

services rendered up to the effective date of

termination.

RFP Conditions Prevails

1245

Vol III - 34 Events of

Default 27

Events of defualt are open ended. Request to please

define or limit it ot existing:

Events of defaults should be breach of terms as

mentioned under the contract and shall not include

any subsequent modification instruction of the

Authority. Request for deletion of "The events of

defaults are but not limited to :

RFP Conditions Prevails

1246

36.2 Consequence

of Termination 30

Where the termination of the Contract is prior

to its stipulated term on account of a Default on

the part of SI or due to the fact that the survival

of SI as an independent corporate entity is

threatened/has ceased, or for any other reason,

whatsoever, the Authority, through unilateral re-

determination of the consideration payable to

SI, shall pay SI for that part of the Services which

have been authorized by the Authority and

satisfactorily performed by SI up to the date of

termination. Without prejudice to any other

rights, the Authority may retain such amounts

from the payment due and payable by the

Authority to SI as may be required to offset any

losses caused to the Authority as a result of any

act/omissions of SI. In case of any loss or

damage due to default on the part of SI in

performing any of its obligations with regard to

executing the Schedule of

Requirements under the contract, SI shall

compensate the Authority for any such loss,

damages or other costs, incurred by the

Authority. Additionally, members of its team

shall perform all its obligations and

responsibilities under the Contract in

an identical manner as were being performed

before the collapse of SI as described above in

order to execute an effective transition and to

The payment paid to SI on termiantion is unialterally

decided by authority. Request to please make it on

mututal discussion

RFP Conditions Prevails

1247 General

We request to add the given clause as taxes vary

time to time and customer shall pay as per the

relevant rate applicable

Customer is responsible for payment of taxes,

duties, octroi / entry tax, cesses and any other

statutory levies (by whatever name called at the

applicable rates from time to time, including any

new levies or increase in existing levies) relating to

the proposal. However, Customer will not be

responsible for income taxes and wealth taxes that

may be payable by Wipro. In case of any new taxes

or levies being attracted to the transaction after the

date of submission of response by Wipro or if any

existing taxes or levies are changed thereafter, the

same shall be borne by the Customer.

RFP Conditions prevails

1248Vol 3, Limitation of

liablityBidder Request Addition

Notwithstanding anything contained herein, neither

Party shall be liable for any indirect, punitive,

consequential or incidental loss, damage, claims,

liabilities, charges, costs, expense or injury

(including, without limitation, loss of use, data,

revenue, profits, business and for any claims of any

third party claiming through Wipro) that may arise

out of or result from this Agreement. The aggregate

liability of Wipro under this Agreement, shall not

exceed the annual value of the contract.

RFP conditions prevails

1249

Pre-Qualification

Criteria, Vol 1,

Clause No 2>>

Documentary

Evidence

Page No : 35

The Sole Bidder or the Lead Bidder and all other

Members of Consortium:

Audited financial statements for the last

three financial years Certificate from the

Statutory Auditor on turnover details from the

“specific business areas” over the last three (3)

financial years

We request to accept CA Certificate. Because It is

impossible for a Statutory Auditor to audit Business

Specific Area Wise for all three years based on

different tenders in the country. Auditors are not

the same in all FYs. So Any CA Certifications can be

asked who can examine the turn-over and can issue

the certificates.

RFP conditions prevails

Page 111: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1250

Pre-Qualification

Criteria, Vol 1,

Clause No 8

Page No : 36

The sole bidder or lead bidder should have

completed at least two projects in Govt/

Semi Govt/ PSU; in the field of development

and integration of citizen centric web portal

/ mobile app, database management /data

warehousing/ business analytics / cloud

applications

on the date of release of NIT.

We request to include ERP as an option. RFP conditions prevails

1251

3.5.1 Technical Bid

Criteria &

Evaluation, Vol 1,

Clause No

1>>Documentary

Evidence

Page No : 39

Sole Bidder or Lead Bidder of the Consortium:

Certificate from the Statutory Auditor on

turnover details from the “specific

business areas” over the last three (3)

financial years

We request to accept CA Certificate. Because It is

impossible for a Statutory Auditor to audit Business

Specific Area Wise for all three years based on

different tenders in the country. Auditors are not

the same in all FYs. So Any CA Certifications can be

asked who can examine the turn-over and can issue

the certificates.

RFP conditions prevails

1252

3.5.1 Technical Bid

Criteria &

Evaluation, Vol 1,

Clause No B1

Page No : 39

The Sole Bidder or lead member (in case of

consortium) should have been awarded

and successfully executed & commissioned

project(s) related to development and

integration of citizen centric web portal / mobile

app components or both having minimum value

of INR 15 crore in India during last five years

as on the date of release of RFP.

.Marks shall be allotted as given below:

• More than equal to 5 Project = 20 marks

• 4 Project = 14 marks

• 3 Project = 10 marks

• 2 Project = 7 marks

We request to accept the terms mentioned in Pre-

Qualification and reduce the project value.

Qualifying Criteria Turn-over is asked only INR 10

Crore and Project Value is being asked of the value

of INR 15 Crore. We also request to accept the

credential of Consortium. We request you to change

it as

The Sole Bidder or any member of consortium

should have been awarded and successfully

executed & commissioned project(s) related to

development and integration of citizen centric web

portal / mobile app components/ ERP or

Application Development or all having minimum

value of INR 5 crore in India/Abroad during last

five years as on the date of release of RFP.

.Marks shall be allotted as given below:

• More than equal to 5 Project = 20 marks

• 4 Project = 14 marks

• 3 Project = 10 marks

• 2 Project = 7 marks

Please refer to the corrigendum 6

1253

3.5.1 Technical Bid

Criteria &

Evaluation, Vol 1,

Clause No B2>>City

Centric software

Integration Projects

Page No : 41

The Sole Bidder or lead member (in case of

consortium) should have experience in the

field of City centric software Integration Projects

Marks shall be allotted as below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

We request to accept the credential of Utility and

Power Sector. And also accept the credential of

Consortium Partner. We request to change this as

The Sole Bidder or Any member of consortium

should have experience in the field of City centric

software Integration Projects/ Utility Sector/

Power/ Municipal Application

Marks shall be allotted as below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

Please refer to the corrigendum 6

1254

3.5.1 Technical Bid

Criteria &

Evaluation, Vol 1,

Clause No

B3>>Software

Platform

Page No : 42

The Sole Bidder or lead member (in case of

consortium) should have experience in

developing and implementing IT software

projects in India with Java /J2EE, Application

Servers like JBoss or similar, HTML5/CSS3,

mobile apps native languages (Android, ioS,

Windows, Hybrid language like phonegap), User

Experience in designing User Interfaces. At least

2 projects have been executed (documentary

evidence to be provided as proof of delivery)

with the above mentioned technology stack.

Marks shall be allotted as below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

This is restricting the Platform. We fulfill this criteria

But as principle, this should not be restricted

because there are several platform for

development. We also request you to accept the

credential of consortium partner and credential of

abroad. We are requesting to change it as

The Sole Bidder or Any member of consortium

should have experience in developing and

implementing IT software projects in India or

Abroad with appropriate Application Platform

mobile apps native languages (Android, ioS,

Windows, Hybrid language like phonegap), User

Experience in designing User Interfaces. At least 2

projects have been executed (documentary

evidence to be provided as proof of delivery)

with the above mentioned technology stack.

Marks shall be allotted as below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

Please refer to the corrigendum 6

1255

R F P

D o c u m e n t V o l

u m e 2 : S c o p e

o f W o r k

135 D a t a C e n t r e T O R ( T o p o f t h e R a c k

) S w i t c h

D u a l l o a d s h a r i n g A C a n d D C p o w e r s

u p p l i e s

U s u a l l y t h e p o w e r

a v a i l a b i l i t y a t s i t e

i s o f o n e t y p e . M o r

e o v e r

e n t e r p r i s e s w i t c h

e s a r e u s u a l l y o n A

C p o w e r e d . I n l i n e

t o o u r u n d e r s t a n d i

n g w e w o u l d r e q u e s

t t o a m m e d t h e c l a u

s e a s " D u a l l o a d s h a

r i n g A C o r D C p o w e r s

u p p l i e s " . P l e a s e c o

n f i r m .

RFP conditions Prevails

1256

Pre-Qualification

Criteria Sr. No. 5

41

The Sole Bidder or the Lead bidder of

consortium, in case of a Consortium, should

possess any of the below Certifications which

are valid at the time of bidding:

Management System

Request you to exempt BSNL since BSNL is a Govt.

Orgnisation

RFP conditions prevails

Page 112: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1257

Pre-Qualification

Criteria Sr. No. 7

41

The sole bidder or lead bidder /consortium

partner should have CMM level 5.

Request you to exempt BSNL since BSNL is a Govt.

Orgnisation RFP Conditions Prevails

1258

Vol 1 Addittion Proposed Integrated Command Control Center

(ICCC) platform comprising of Pre-Integrated

Visualization layer & Normalization/IOT platform

should be deployed in at least 1 city in India and

must be operational for more than a year with 3 use

cases mentioned in the tender.

This will ensure the

proposed CCC solution is

working as per customer

expectations and capable

of delivering desired

outcomes in Indian

conditions. Relevance of

min. 3 use-case will prove

the depth and integration

capabilities of the product.

RFP conditions Prevails

1259

Vol 1 Addittion ·Proposed Integrated Command Control Center

(ICCC) platform comprising of Pre-Integrated

Visualization layer & Normalization/IOT platform

should have min 1 deployment in cloud and min 1

deployment on-premises in India - Bidder to submit

OEM undertaking / Work Order / Purchase Order for

same. As multiple city technology are going in cloud,

ICCC solution must have experience in cloud

technology integration.

For the obvious advantages

of Cloud technology based

deployments, many cities

are starting to outsource

more and more elements

of their Smart City ICT & IT

infrastructure to cloud

service providers. As

multiple city technology

are going in cloud, CCC

solution must be

thoroughly proven for

cloud based deployments

and integrations. Also, for

any of the existing legacy

infrastructure or for

system which can be better

hosted locally, the CCC

should have On-premises

capabilities as well.

RFP conditions Prevails

1260

Vol 1 Addittion Proposed Integrated Command Control Center

(ICCC) platform comprising of Pre-Integrated

Visualization layer & Normalization/IOT platform

should be deployed in 5 cities globally with

minimum 3 smart city use cases either on Cloud or

On-premise architecture.

This will ensure the

proposed CCC product is of

Global/International

Standards and

meets/fulfills all

parameters required for

the Smart City use-case

domains. Relevance of

min. 3 use-case will prove

the depth and integration

capabilities of the product.

RFP conditions Prevails

1261

Vol 1 Addittion Proposed Integrated Command Control Center

(ICCC) platform comprising of Pre-Integrated

Visualization layer & Normalization/IOT platform

should be either be from Single OEM OR should be

pre-integrated and operational for more than a year

in a City locally or globally. OEM need to submit

project experience and undertaking on same.

Single OEM for Pre-

Integrated Visualization

layer & Normalization / IOT

platform will ensure

watertight integration,

seamless and trouble-free

operations. If not single

OEM, than propose

solution to be working

successfully for over 1 will

ensure the proposed

combination of products

are working as per

expectations and capable

of delivering desired

outcomes

RFP conditions Prevails

1262

Vol 1 Addittion Smart City Platform/Software provider should be

Member of Smart Cities Council & Navigant

Research Report for Smart Cities Suppliers.

This will ensure the

proposed CCC product is of

Global/International

Standards and

meets/fulfills all

parameters required for

the Smart City use-case

domains.

RFP conditions Prevails

1263

Vol 1 Addittion OEM should have registered office in India at least

from last 10 Years and should have software

development center and Research & Development

Lab in India.

Relevance of time will

prove the depth and

capabilities of the product

& its strategy, market

presence, staying power,

support mechanism.

RFP conditions Prevails

1264

Vol 1 Addittion Bidder need to submit OEM's data sheet, ordering

guide & API document available on the public

domain along with bid document.

Documentary evidence to

substantiate capabilities of

proposed solution /

product, Product

Performance & Features,

Integration capabilities,

etc.

RFP conditions Prevails

1265

Vol 1 Addittion OEM must be single legal entity or its holding

company, having annual revenue of more than INR

100 Crores in the last two financial years (2014-15

and 2015-16) either in India or Globally and at the

same time be profitable in last the 3 financial years

This will ensure no

smalll/local players

participate in the process

and only repuated brands

with expierence of industry

come forth.

RFP conditions Prevails

Page 113: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1266

Vol 1 Addittion OEM should have atleast 4 spare depots in the

country for material replacement and support

This again will ensure no

Chinese/Taiwan/Israel etc.

type of compaines who do

not have a support base

are able to participate.

RFP conditions Prevails

1267

Vol 1 Addittion OEM should have executed atleast 5 mission-mode

projects of state or central government like SDC.

SWAN etc.

OEMs with past expierence

of executing mission

critical projects should be

preferred

RFP conditions Prevails

1268

Volume 2, | Section

2.3.1 (Collaboration)

46

The platform should allow the stakeholders to

be notified of the creation of collaboration

spaces using SMSs and announcements over

PSTN telephone calls.

Request you please change clause as "The platform

should allow the stakeholders to be notified of the

creation of collaboration spaces using SMSs

/announcements over

PSTN telephone calls/Emails.

RFP conditions prevails

The platform should allow the

stakeholders to be notified of the

creation of collaboration spaces

using SMSs /announcements over

PSTN telephone calls/Emails.

1269

Volume 2 | Section

2.3.1 (Incident

Management)

59

MSI has to provide an appropriate tools for

incident and SLA management for the SLA

Parameters defined in Vol. 3 of this RFP

Request you to please remove " SLA Management"

becasuse SLA management is part of "EMS" which is

already asked in RFP.RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

1270

Vol 2 | 1.4

Finalization and

submission of a

detailed technical

architecture

12

Support for PKI based Authentication and

Authorization- The solution shall support PKI

based

Authentication and Authorization, in accordance

with IT Act 2000, using the Digital Certificates

issued by the Certifying Authorities (CA). In

particular, 3 factor authentications (login id &

password, biometric and digital Signature) shall

be implemented by the MSI for

officials/employees

involved in processing citizen services.

1. Should the PKI based Auth & Auth solution be

deployed on- premise or cloud?

2. How many Digital Signature Certificates would be

required?

3. Should the application have the ability to just

validate DSC's or even issue DSC's?

4. Is Aadhar based authentication permitted too or

its just DSC?

5. What are the specifications of biometric systems

that should be integrated?

6.Can we expect that the biometric hardware

existing or new will have capability to integrate?

Should one quote for the biometric hardware too?

7. Should the biometric fingerprints be validated by

Aadhar ID or any other software?

8. Is a OTP based auth required?

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

1271

Vol 2 | 1.5 Other

expectations from

MS

17

26. Build and certify ICCC as per ISO 27001:2011

standards

Is the expectation of ICCC platform to be ISO 27001

certified? In ISO 27001, 2011 standard isn't specified

in ISO Standards. Need further details.RFP conditions Prevails

1272

Vol 2 | 2.1

Environmental

Sensors:

21

Mosquito Density Is the expectation the environmental sensor should

be able to detect mosquito sensity too? Or

expecting a different sensor to measure this

density?

Please refer to the corrigendum 6

1273

Vol 2 | 2.1

Environmental

Sensors: 21

Functional Specs: CO upto 1000 ppm, Technical

Specs Range: CO : 0 – 31 ppm

Can you please clarify the difference? Should the

range be ppb or ppm in tech specs? RFP conditions Prevails

1274

Vol 2 | 2.2 Variable

Message Sign Board

25

The real time information can also be

pushed manually from ICCC as well as system

should capable to take

the data from the cloud for display on the board

Should application also be deployed on cloud to

send messages to VMS?

RFP conditions prevailsData can be taken from the cloud,

application will be hosted in SDC

1275

Vol 2 |2.3

Centralized

Command & Control

Centre

29

MSI should also continuously monitor all the

infrastructure/Servers/Routers/etc which

has been built as part of this RFP

What about monitoring of the sensor health and

sensor data correctness, sensor gateway health

status, battery life, warranty monitoring, security

issues coming from firmware, sensor performance

management?

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

1276

Vol 2 | 2.3.1

General

Requirements: Point

23 37

The platform should also be able to bring in

other egovernance data (SCADA systems) as i-

frames in the

command and control centre dashboard

Why i-frames only? There are other ways to

integrate too.RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

1277

Vol 2 | 2.3.1

General

Requirements: Point

23

50

Integrate with other 3rd party applications

seamlessly.

The response time of the analytical tools used

should

be less than 10 sec

Can you clarify if its 3rd party applications or 3rd

party application data sources/apis?

Response time of an analytical tool varies from case

to case based on the amount of data that should be

processed. If one is looking at monthly data it could

show up in less than 2 sec. If its yearly data it could

vary. Request to remove this clause. Application

response time can be less but for reporting engines,

it may not be the case

RFP conditions Prevails

1278

Vol 2, 3.1 Unified

Smart Mobility Card:

82

Scope of Work: The MSI is expected to integrate

the services of various

departments into Lucknow Metro card so as to

achieve the concept of One City-One

Card. Below are the minimum list of the

services/ departments that are expected to

be taken for the integration:

1. What is the integration required for Smart

Mobility Card to ICCC?

2. Will MSI be given access to LMC Application to

integrate the services?RFP conditions Prevails

1279

Vol 2, Geographical

Information System

(GIS) & GIS City

Portal

85

3D Data of city Will 3D data of city be provided as part of GIS

Platform or should be added? If it has to be added,

should 3D data modelling be considered too? Please refer to the corrigendum 6

1280

Vol 2, Geographical

Information System

(GIS) & GIS City

Portal

86

8 Core Arc GIS Server on Active-Active mode

along with two Desktop advanced are

already existing and the MSI shall evaluate the

sizing as per their requirement of the

system and also has to maintain the existing city

portal and the upgrade system for

5 years

Till when are the existing ArcGIS licenses valid?

Is there already a web GIS server?

Is the expectation to use ArcGIS platform only or

propose another based on the specs given further in

the RFP page 97 onwards?Please refer to the corrigendum 6

1281

Vol 2 | Technical

Requirement | WAN

/ Internet Router

132

Bandwidth: Bandwidth on demand for cost

effective connection performance enhancement

Request you yo please specify the throughtput (min

& max) that’s needs to be considered.Please refer to the Addendum 1

Page 114: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1282

Vol 2 | Technical

Requirement |

Blade-Chassis

Specifications

136

Dual network connectivity of 10 G speed for

each blade server for redundancy shall be

provided

Request to modify the specification: " Dual network

connectivity of 20 G uplink bandwidth for each

blade server for redundancy shall be provided "

Dedicated uplink

bandwidth of 20 Gbps per

server will ensure optimum

performance fior

demanding workloads

RFP Conditions Prevails

1283

Vol 2 | Technical

Requirement |

Blade-Chassis

Specifications

136

Two hot-plugs/hot-swap redundant 16 Gbps

Fiber Channel module for connectivity to the

external Fiber channel Switch and ultimately to

the storage device

Request to modify the specification: "Two hot-

plugs/hot-swap redundant 16 Gbps Fiber Channel or

FCOE module for connectivity to the external Fiber

channel Switch and ultimately to the storage

device"

Latest generation blade

architectures support dual

converged modules for IO

connectivity for carry LAN

and SAN traffic. This helps

in simplification, lower

cabling, power & cooling

without compromising

throughput. We support

dual converged modules to

carry both LAN & SAN

traffic. Hence kindly allow

for coverged IO modules.

Please refer to the corrigendum 6

1284

Vol 2 | Technical

Requirement |

Blade-Chassis

Specifications

136

Provision of systems management and

deployment tools to aid in blade server

configuration and OS deployment

Request to modify this clause to "Provision of

systems management and deployment tools to aid

in blade server configuration and OS deployment

along with centalized management solution in HA

for single pane of glass view for configuration,

monitoring & management "

There should be

centralized management

dashboard for all the

chassis and blade servers

in a given data center for

single pane of glass view

RFP Conditions Prevails

1285

Vol 2 | Technical

Requirement |

Blade-Chassis

Specifications 136

Minimum 1 USB port Request you to modify this to " Minimum 1 USB

Ports at Blade Server or Chassis level "RFP Conditions Prevails

1286

Vol 2 | Technical

Requirement |

Blade-Chassis

Specifications

136

Two hot-plug/hot-swap, redundant 10 Gbps

Ethernet or FCoE module with minimum 16

ports (cumulative), having Layer 2/3

functionality

Request you to modify this to " Minimum Two hot-

plug/hot-swap, redundant 10 Gbps Ethernet or FCoE

module with minimum 16 ports (cumulative), to

meet uplink bandwidth per server for a fully loaded

chassis "

Sufficient bandiwtdh

shiuld be provisioned

considering fully loaded

chassis even if not all blade

slots are populated. This

will maintain the same

optimum performance

level & investment

protection even in case of

any future expansion of

number of blades in the

given chassis

Please refer to the corrigendum 6

1287

Vol 2 | Technical

Requirement |

Blade-Chassis

Specifications

136

Two hot-plugs/hot-swap redundant 16 Gbps

Fiber Channel module for connectivity to the

external Fiber channel Switch and ultimately to

the storage device

Request you to modify this to " MinimumTwo hot-

plugs/hot-swap redundant 16 Gbps Fiber Channel

module for connectivity to the external Fiber

channel Switch and ultimately to the storage device

to meet uplink bandwidth per server for a fully

loaded chassis "

Sufficient bandiwtdh

shiuld be provisioned

considering fully loaded

chassis even if not all blade

slots are populated. This

will maintain the same

optimum performance

level & investment

protection even in case of

any future expansion of

number of blades in the

given chassis

RFP Conditions Prevails

1288

Vol 2 | Technical

Requirement |

Servers

135

Processor:

• Latest series/ generation of 64 bit x86

processor(s) with Ten or higher Cores

• Processor speed should be minimum 2.4 GHz

• Minimum 2 processors per each physical

server

Request to Modify to " Processor:

• Latest series/ generation of 64 bit x86 processor(s)

skylake processors

• Processor speed should be minimum 2 GHz

• Minimum 2 processors per each physical server"

The current series by Intel

is teh Skylake chipset

which are more efficient

and perfromance oriented.

Also the bidder should be

let to decide the no. of

core per processor in order

to have teh best suitable

robust solution

RFP Conditions Prevails

1289

Vol 2 | Technical

Requirement |

Servers

135

Internal Storage:

• 2 x 300 GB SAS (10k rpm) hot swap disk with

extensible bays

Request to Modify to " Internal Storage: 2 x 300 GB

SAS (10k rpm)"

The blades storage is

required only to hots the

OS binaries and metadata

rest all storage would be

required on external

storage as the servers are

external devices bootable

and is best recommended

as per best practice laws.

RFP Conditions Prevails

1290

Vol 2 | Technical

Requirement | Anti-

APT

154

Solution must be custom built Anti•APT solution

and must not have network perimeter security

component part devices like firewall and IDS/IPS

Request to change to below , as custom built

solution can be easily compromised :-

Solution must not be a custom built Anti APT

solution and must not have network perimeter

security component part devices like firewall and

IDS/IPS

Request to change to

below , as custom built

solution can be easily

compromised

RFP conditions prevails

Dedicated Custom built APT

solutions offer dedicated

resources to do analysis of

unknown threats with higher

acceleration instead of

UTM/Firewall based devices

having multiple security layers

hosted on shared resources.

1291

Vol 2 | Technical

Requirement | Anti-

APT

154

The proposed solution should use customizable

OS sandboxes for detecting zero day malwares,

This should not be a CPU or chip based function.

Request to Remove this clause As custom built solution

can be easily compromisedRFP Conditions Prevails

1292

Vol 2 | Technical

Requirement | Anti-

APT

154

The proposed solution should be able to detect

lateral movement (East West) of the attacker

without the need of installing agents on

endpoint/server machines.

Request to change as per below:

The proposed solution should be able to detect

lateral movement (East West) of the attacker with

or without the need of installing agents on

endpoint/server machines.

Incase of Anti APT lateral

movement (East West)

may not have actual

visibility without an agent RFP Conditions Prevails

Page 115: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1293

Vol 2 | Technical

Requirement | Anti-

APT

154

The proposed solution should support Multiple

protocols for inspection. Example :• HTTP, FTP,

SMTP, SNMP, IM ,IRC,DNS and P2P protocols

Internal direction :SMB ,Database protocol

(MySQL, MSSQL, Oracle) on a single device

Request to Change the Clause As "The proposed

solution should support Multiple protocols for

inspection. Example HTTP,HTTPS SMTP, IMAP,

POP3, FTP NetBIOS-ssn (SMB)"

Specific to OEM

RFP Conditions Prevails

1294

Vol 2 | Technical

Requirement | Anti-

APT

156

The proposed solution should be able to run at

least 60 parallel sandboxes for analysis of

payload and on premise customized sandbox

solution should have the capability to allow

manual submission of suspicious files for

analysis

Request to Change the Clause As :- The proposed

solution should be able to run at least 5000 files a

day for sandboxes analysis of payload and on

premise sandbox solution should have the

capability to allow manual submission of suspicious

files for analysis

Different OEM use

different mechanism to

size their sandbox solution

hence requesting changeRFP Conditions Prevails

1295

Vol 2 | Technical

Requirement | Anti-

APT

156

Customized sandbox solution should support

following operating systems (Windows XP,

Win7, Win8/8.1, Win 10, Windows Server 2003,

2008 & 2012) and must have the capability to

analyse large files and must be able to support

more than 40MB file size.

Request to Change the Clause As :- sandbox

solution should support following operating systems

( Win7 Win 10, )and must have the capability to

analyse large files and must be able to support more

than 50MB file size.

Different OEM use

different solution hence

requesting change

RFP Conditions Prevails

1296

Vol 2 | Technical

Requirement | Anti-

APT

156

The solution should allow administrator to

categorize files as safe based on Hash values

(MD5) and proposed solution should be able to

provide customizable sandbox to match

customer's endpoint environments.

Request to Change the Clause As :-The solution

should allow administrator to categorize files as safe

based on Hash values (MD5/SHA 256) and proposed

solution should be able to provide sandbox to

match customer's endpoint environments.

MD5 Hash has problem of

overlapping hence

requesting changeRFP Conditions Prevails

1297

Vol 2 | Technical

Requirement | Anti-

APT

156

The Proposed solution should support

customizable Windows 7/8/10 and Microsoft

2008/12 operating environments for

Sandboxing. This requirement should be based

on virtual execution and should not be

Hardware or chip based function

Request to Remove this clause , as custom built

solution can be easily compromise:- The Proposed

solution should support Windows 7 & Windows 10

operating environments for Sandboxing.

As custom built solution

can be easily compromised

RFP Conditions Prevails

1298

Vol 2 | Technical

Requirement | Anti-

APT

157

Solution must be capable of performing multiple

file format analysis which includes but not

limited to the following: LNK, Microsoft objects,

pdf, exe files, compressed files, .chm, .swf, .jpg,

.dll, .sys, .com and .hwp

Request to Change the Clause As :- Solution must

be capable of performing multiple file format

analysis which includes but not limited to the

following: Microsoft objects, pdf, exe files,

compressed files, .chm, .swf, .jpg .dll, com

Different OEM support

different file types and

hence requesting changeRFP Conditions Prevails

1299

Vol 2 | Technical

Requirement | Anti-

APT

157

The proposed solution should support exporting

of analysis results such as C&C server IP and

malicious domain listing and solution should

have capabilities to scan inside password

protected Archive and should have capabilities

to detect Malwares and Spywares on windows

and non-windows platforms.

Request to Change the Clause As :-The proposed

solution should support exporting of analysis results

such as C&C server IP and malicious domain listing

and solution should have capabilities to scan inside

Archive and should have capabilities to detect

Malwares and Spywares on windows and non-

windows platforms.

Specific to OEM RFP Conditions Prevails

1300

Vol 2 | Technical

Requirement | Anti-

APT

157

The proposed solution should have option to

configure unrestricted internet for sandboxes

and proposed solution must have capabilities to

detect Mac, Linux and mobile malwares.

Request to Change the Clause As :-The proposed

solution should have option to configure

unrestricted internet for sandboxes and proposed

solution must have capabilities to detect malwares

& their behaviors .

Specific to OEM RFP Conditions Prevails

1301

Vol 2 | Technical

Requirement | Anti-

APT

157

The Proposed solution should have option to

share Indicators of compromise for mitigation

and clean up with AV endpoint and Web

gateway to block threat at web gateway level

and network level through NIPS. Anti•APT

solution should share intelligence with

endpoint, security web gateway solution, HIPS•

server security & NIPS, similarly endpoint and

security web gateway, NIPS & HIPS(Server

Security) should submit files to AntiAPT solution

for analysis and all three (Anti•APT, Web

Security, Email security, Endpoint, HIPS (server

security) solution should manage through single

management console.

All of these functionalities are part of antivirus

solution hence we request you to remove these

clause as Anti-malware solution focuses more on

zero day and unknown threats.

This would restrict the

participation of renowed

OEM in proposing their

best of breed solution as it

allow only OEM to

participate

RFP conditions prevails

Proposed Anti-APT solution should

share Indicators of compromise for

mitigation based on sandbox

analysis with Endpoint AV, HIPS,

Web security and Email security

solutions to block unknown threat

and should manage through single

management console.

1302

Vol 2 | Technical

Requirement |

Firewall 158

Firewall shall have an Intrusion Prevention

System (IPS) with following featuresWhen IPS is already asked why Firewall has IPS

capabiltiies only added in firewall sectionRFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

1303

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS)

151

Intrusion Prevention System (NIPS) should be

based on purpose-built platform that has Field

Programmable Gate Arrays (FPGAs), On-board

L2 Switch and dual plane architecture for Data

and control plane and NIPS should be

independent standalone solution.

Request for change as FPGA is OEM specific ask, this

would restrict other renowned/leaders in market

from participation.

RFP conditions prevails

FPGA technology is helpful in

boosting overall system

performance, both by performing

tasks at wire speed and by

reducing CPU load to achieve

desired performance

1304

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS) 151

Must support full redundancy solution (Active-

Passive, Active Active)

Request for the change to Must support full

redundancy solution (Active-Passive/Active Active)

for all deployment options - Passive/ Inline-

set/RoutedRFP conditions Prevails

1305

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS) 151

The proposed IPS must able to operate in

Asymmetric traffic environment with DV filters

protection

Please share use case; It has dependency on

network design;

Please refer to the corrigendum 6

1306

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS) 152

The proposed IPS solution must support

Adaptive Filter Configuration(AFC)

which will alert or disable ineffective filter in

case of noisy filters

Request for the change - The proposed IPS solution

must support Adaptive Filter Configuration(AFC) or

equivalent methods which will alert or disable

ineffective filter in case of noisy filters/signaturesRFP conditions Prevails

Page 116: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1307Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS) 152

The proposed IPS must have real 10Gbps

throughput with atleast 60 million concurrent

sessions and 450,000 new connections per

second with <40 ms latency.

Please change the clause to - "The proposed IPS

must have real 10Gbps throughput with atleast 6

million concurrent sessions and 50,000 new

connections per second." As with standard port

offering of 10*8G = 80Gbps is far higher than the

Real world throughput asked; so as the box is

oversized; request you to consider the change.

RFP conditions Prevails

1308

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS) 152

The IPS vendor should be in Gartner leader’s

quadrant in latest report. IPS

vendor must be in the recommended products

in the latest NSS report.

Request for the change to - The IPS vendor should

be in Gartner leader’s quadrant in latest report from

last 3 years. IPS vendor must be in the

recommended products in the latest NSS report.RFP conditions Prevails

1309Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS) 152

The IPS filter must support network action set

such as Block (drop packet),

Block (TCP Reset), Permit, Trust, Notify,

Trace(Packet Capture), Rate Limit and

Quarantine

Request you to change the clause to - The IPS filter

must support network action set such as Block (drop

packet), Block (TCP Reset), Permit, Trust, Notify,

Trace(Packet Capture), Rate Limit. Quarantine is

feature available in most HIPS solutions, and

product asked is Network IPS, hence request you to

remove quarantine word.

RFP conditions Prevails

1310

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS) 152

IPS solution must have vulnerability based filter

which are known for most

effectively for Zero Day Attack Protection and

ZDI technology should be inbuilt.

Request to remove word- ZDI as it is OEM specific

techonology and other renowned OEM in industyr

support equivalent technology with different

terminology. RFP conditions prevails

IPS solution must have

vulnerability based filter which are

known for most effectively for

Zero Day Attack Protection and ZDI

technology/equivalent should be

inbuilt.

1311

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS) 152

The proposed IPS must provide bandwidth rate

limit to control the

unwanted/nuisance traffic such as P2P, Online

Game, etc

Request to remove this clause as separate Firewall

is asked in RFP, Firewall are capable of application

based filtering and would be better place to control

application based on bandwidth. RFP conditions Prevails

1312

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS) 152

The proposed IPS must be able to support GTP

inspection for GPRS/3G mobile networks

Please remove this clause, as it is specific to OEM

Please refer to the corrigendum 6

1313

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS) 153

The proposed IPS vendor must provide a global

threat intelligence portal that provide real-time

monitoring and statistics of malicious threats

and attacks and NIPS should integrate with

sandboxing to submit unknown files in

sandboxing for simulation and create IOC's on

real time basis as per

sandboxing analysis and revert back to NIPS to

block threats and sandboxing solution should

support customizable Windows 7/8/10 and

Microsoft 2008/12 operating environments for

Sandboxing with at least 60 virtual instances

running in single sandboxing box

Different OEM use different sizing parameter and

hence requesting to remove this clause

RFP conditions Prevails

1314

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS) 153

The proposed IPS system must support SNMP

and a private MIB that can beutilized from an

Enterprise Management Application such as HP

Open view, MRTG, etc.

Please change the clause to - "The proposed IPS

system must support SNMP and a private MIB that

can be utilized from any SIEM"RFP conditions Prevails

1315

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS) 153

The proposed IPS system must be able to be

managed locally independently without any

centralised management server

Request you to remove this clause; as Centralized

Management Console adds true value to the

architecture where event correlation,

administration, deployment, policy change could be

managed from centralized console removing

network and administrative overhead.

RFP conditions Prevails

1316

Vol 2 | Technical

Requirement |

Network based

Intrusion Prevention

System (NIPS)

154 The management server must support the

archiving and backup of events and export to

NFS, SMB, SCP and SFTP and must allow the

report to be exported into other format such as

PDF, HTML, CSV, XML etc

Request you to consider the change - "The

management server must support the archiving and

backup of events and export to NFS, SMB, SCP/SFTP

and must allow the report to be exported into other

format such as PDF/HTML/CSV/XML etc" as Most

common formats for reports and data backup are

available in the management server.

RFP conditions prevails

The management server must

support the archiving and backup

of events and export to NFS, SMB,

SCP/SFTP and must allow the

report to be exported into other

format such as

PDF/HTML/CSV/XML etc"

1317

Vol 1 - Sec 3.4.3 34 The Sole Bidder or the Lead

Bidder of consortium should

have an average annual

turnover of minimum INR 10

crore with minimum average

turnover of INR 5 crore from

one or more of the “specific

business areas” mentioned

below over the last three

financial years and, in case of a

Consortium, the average

annual turnover for each of

the consortium members over

the last three Financial Years

should be INR 2.5 crore or

more from one or more of the

“specific business areas”

mentioned below:

Development including

mobile app

application integration

capability

System Integration

Please clarify whether projects/turnover for setting

up of wi-fi, LAN and network will be considered

under this clause.

Please refer to the corrigendum 6

Page 117: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1318

Vol 1 - Sec 3.4.3 37 The sole bidder or lead bidder

should have completed at

least two projects in Govt/

Semi Govt/ PSU; in the field of

development and integration

of citizen centric web portal /

mobile app, database

management /data

warehousing/ business

analytics / cloud applications

on the date of release of NIT.

Considering the fact that bids in consortium are

allowed we request the Authority to consider

projects from any of the consortium partner under

this clause. Please clarify Citizen Centric app and

portal created by BSNL for its users/consumers can

be considered under this clause? Please refer to the corrigendum 6

1319

Vol 1 - 3.5.1

Technical Bid

Criteria &

Evaluation

40 The Sole Bidder or lead member (in case of

consortium) should have been awarded and

successfully executed &

commissioned project(s) related to

development and integration of citizen centric

web portal / mobile app components or both

having minimum value

of INR 15 crore in India during last five years as

on the date of release of

RFP.

.Marks shall be allotted as given below:

• More than equal to 5 Project = 20 marks

• 4 Project = 14 marks

• 3 Project = 10 marks

• 2 Project = 7 marks

Considering the fact that bids in consortium are

allowed we request the Authority to consider

projects from any of the consortium partner under

this clause. Please clarify Citizen Centric app and

portal created by BSNL for its users/consumers can

be considered under this clause?

Please refer to the corrigendum 6

1320

Vol 1 - 3.5.1

Technical Bid

Criteria &

Evaluation

41 The Sole Bidder or lead member (in case of

consortium) should have

experience in the field of City centric software

Integration Projects

Marks shall be allotted as below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

Considering the fact that bids in consortium are

allowed we request the Authority to consider

projects from any of the consortium partner under

this clause. Please clarify Citizen Centric app and

portal created by BSNL for its users/consumers can

be considered under this clause?

Please refer to the corrigendum 6

1321

Vol 1 - 3.5.1

Technical Bid

Criteria &

Evaluation

42 The Sole Bidder or lead member (in case of

consortium) should have

experience in developing and implementing IT

software projects in India

with Java /J2EE, Application Servers like JBoss or

similar, HTML5/CSS3,

mobile apps native languages (Android, ioS,

Windows, Hybrid language like

phonegap), User Experience in designing User

Interfaces. At least 2 projects

have been executed (documentary evidence to

be provided as proof of

delivery) with the above mentioned technology

stack.

Marks shall be allotted as below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

Considering the fact that bids in consortium are

allowed we request the Authority to consider

projects from any of the consortium partner under

this clause.

Please refer to the corrigendum 6

1322

Vol 2 - 1.3

Development Phase

8 Security Does the Master System Integrator need to get

Security Audit done by CERT In empanelled agency

at its own cost?

RFP conditions Prevails

1323

Volume-2, Section

5.2 Data Center and

Disaster Recovery,

Subsection : Servers

Page No : 135

• Latest series/ generation of 64 bit x86

processor(s) with Ten

or higher Cores

• Processor speed should be minimum 2.4 GHz

There is no deviation on this but we need clarity,

the specs are for E5-2640V4 CPU which is not the

latest generation now, the replacement CPU is 4114

it will have 10Core but 2.2 Ghz

RFP conditions prevails

Minimum Specifications are given,

bidder may propose higher

configuration as per the SLA

1324 Page-29

The Bidders proposed (OEMs) for the following

solutions must be included in the gartner magic

quadrants (In either leadears or challengers

quadrant) as on the day of submission of bid.

Gartners Reports released in the last 1 year to

be referred and submitted.

1. Wired and Wireless LAN Acess infrastructure

2. Data Centre Networking

3.Enterprise Network Firewalls

4. Intrusion Preventiond Systems

5. Moduler Servers

1. This section mentions that proposed OEMs for

the following solutions must be included in the

Gartners Magic quadrants (In either leaders or

challengers quadrant) as on the day of submission

of bid. Gartner reoprts released in the last 1 year to

be for wired and wireless Lan access

2. Tender asks for edge level switch industrial grade

switch. OEM to be in IDC/Gartner report . This

report is not applicable for industrial switches, but

applicable for industrial switches, but applicable for

commercial ethernet equipment. The applicable

report for industrial switches are ARC/IHS report.

None of the top manufactures of industrial ethernet

equipment do fall in the IDC/Gartner Report.

3. Such specs do not allow the top global industrial

ethhernet companies to participate in this

prestigious tender.

https://www.arcweb.com/ &

https://www.ihsmarkit.com , We request you to

please consider industrial edge level switch OEM

market share by means of ARC/IHS rpeort.

RFP conditions prevails

1325

Vol 1, PQ8 36 The sole bidder or lead bidder should have

completed at least two projects in Govt/ Semi

Govt/ PSU; in the field of development and

integration of citizen centric web portal / mobile

app, database management /data warehousing/

business analytics / cloud applications on the

date of release of NIT.

Request you to kindly also consider the consortium

member credential since RFP is asking for

consortium and overall bid will depend on the

financial capablity, consortium partner quality and

solution understanding.Please refer to the corrigendum 6

1326

Vol 1, 3.5.1. A 39 CMM level 5 CMM level is asked from any member of consortium

in Pre quelaification. We request to kindly allow in

TQ also from consortium partnerRFP conditions prevails

Page 118: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1327

Vol 1, 3.5.1 B1 39 B1. The Sole Bidder or lead member (in case of

consortium) should have been awarded and

successfully executed & commissioned

project(s) related to development and

integration of citizen

Request to kindly also consider the consortium

member credential also since RFP is asking for

consortium and overall bid will depend on the

financial capablity, consortium partner quality and

solution understanding

RFP conditions prevails

1328

Vol 1, 3.5.1. B2 40 The Sole Bidder or lead member (in case of

consortium) should have experience in the field

of City centric software Integration Projects

Marks shall be allotted as below:

1. Four Projects: 10 marks

2. Three Projects: 8 marks

3. Two projects: 6 marks

Request to kindly also consider the consortium

member credential since RFP is asking for

consortium and overall bid will depend on the

financial capablity, consortium partner quality and

solution understanding Please refer to the corrigendum 6

1329

Vol 1, 3.5.1. B3 40 Software platform Request to kindly also consider the consortium

member credential since RFP is asking for

consortium and overall bid will depend on the

financial capablity, consortium partner quality and

solution understanding

Please refer to the corrigendum 6

1330

Vol1 , Annexure 7 101 The Parties shall be jointly and severally

responsible and bound towards the Authority

for the performance of the works in accordance

with the terms and conditions of the BID

document or contract

Since different consortium member will have limited

scope and lead bidder is responsiblie for entire

project on behalf of consortium partner we request

following modification:

Lead Bidder shall be jointly and severally

responsible and consortium member for their scope

of work and bound towards the Authority for the

performance of the works in accordance with the

terms and conditions of the BID document or

contract.

RFP conditions prevails

1331

Vol 3 , 5.3 7 The Authority reserves the right to amend any

of the terms and conditions in relation to the

Contract/Service Specifications and may issue

any such directions which are not necessarily

stipulated therein if it deems necessary for the

fulfilment of the Schedule of Requirements.

Request to kindly make any amendment on mutual

discussion basis. The contract and specifcations are

given in rfp and any change to it should be mutually

discussed and agreedRFP conditions prevails

1332

Vol 3 , 9.2 8 The Consortium member has agreed that SI is

the prime point of contact between the

Consortium member and the Authority and it

shall be primarily responsible for the discharge

and administration of all the obligations

contained herein and, the Authority, unless it

deems necessary shall deal only with SI. SI along

with all consortium members shall be jointly and

solely responsible for the project execution

Since different consortium member will have limited

scope and lead bidder is responsiblie for entire

project on behalf of consortium partner we request

following modification:

Lead Bidder shall be jointly and severally

responsible and consortium member for their scope

of work and bound towards the Authority for the

performance of the works in accordance with the

terms and conditions of the BID document or

contract.

RFP conditions prevails

1333

Vol 3 , 9.4 9 9.4. The Authority reserves the right to review,

approve and require amendment of the terms of

the Consortium Contract or any contract or

agreements entered into by and between the

members of such Consortium and no such

agreement/contract shall be executed,

amended, modified and/or terminated without

the prior written consent of the Authority. An

executed copy of each of such

agreements/contracts shall, immediately upon

execution

be submitted by SI to the Authority.

Consortium agreement is given in the rfp. Any

change to it shall be based on mutual discussion and

agreement. For any other agreement signed

between partner should be out of the purview of

authority. Kindly remove the obligation of reviewing

and amending agreement between parties

RFP conditions prevails

1334

Vol 3, 28.3 25 This limitation of liability shall not affect SI

liability, if any, for damage to Third Parties

caused by SI or any person or company acting on

behalf of SI in carrying out the Services

This is open third party liablity. We request to kindly

limit it to the contract value

RFP conditions prevails

1335

Vol 3, 28.3 31 Each Party shall be responsible for its own costs

incurred in the quotation, preparation of CCNs

and in the completion of its obligations

described in this process provided SI meets the

obligations as set in the CCN. In the event SI is

unable to meet the obligations as defined in the

CCN then the cost of getting it done by third

party shall be borne by SI. Change requests and

CCNs shall be reported monthly to each Party's

representative who shall prioritize and review

progress.

Any work done thru third should be capped. We

request to kindly cap it to the quote value

RFP conditions prevails

1336

Vol 3, 42.3 45 Maximum Penalty applicable for any quarter

shall not exceed 30% of the ‘applicable fees’ for

the respective quarter.

Request to kindly cap the penalty at 10 % as is the

standard practice in smart city bids. Higher penalty

will unnecessary increase the bid costRFP conditions prevails

1337

Vol3, 10.13 10 10.13. The Authority reserves the right to review

the terms of the Warranty and Annual

Maintenance agreements entered into between

SI and OEMs and no such agreement/contract

shall be executed, amended, modified and/or

terminated without the prior written consent of

the Authority. An executed copy of each of such

agreements/contracts shall, immediately upon

execution

be submitted by SI to the Authority.

Request to kindly remove the review and

ammendment of the contract from authority

purview as these contracts are dependent on the

NDAs and larger MSAs. Warranty and maintaince

shall be provided as per the RFP

RFP conditions prevails

Page 119: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1338

36.2 Consequence

of

Termination

30 Where the termination of the Contract is prior

to its

stipulated term on account of a Default on the

part of SI or due to the fact that the survival of

SI as an independent corporate entity is

threatened/has ceased, or for any other reason,

whatsoever, the Authority, through unilateral re-

determination of the consideration payable to

SI, shall pay SI for that part of the Services which

have been authorized by the Authority and

satisfactorily performed by SI up to the date of

termination. Without prejudice to any other

rights, the Authority may retain such amounts

from the payment due and payable by the

Authority to SI as may be required to offset any

losses caused to the Authority as a result of any

act/omissions of SI. In case of any loss or

damage due to default on the part of SI in

performing any of its obligations with regard to

executing the Schedule of

Requirements under the contract, SI shall

compensate the Authority for any such loss,

damages or other costs, incurred by the

Authority. Additionally, members of its team

shall perform all its obligations and

responsibilities under the Contract in

an identical manner as were being performed

before the collapse of SI as described above in

MSI shall be party to the discussion with regard to

the payment . This is unilateral in nature . Request

to please change it to mutual

RFP conditions prevails

1339

Vol 1, 1.2 5

The method of selection is L1. The contract will

be awarded to the bidder quoting the lowest

‘Total Price’ post technical qualification. Prices

inclusive of any applicable taxes, levies etc. will

be considered for arriving at L1 price.

This is prestigious bid and time critical and requires

technically strong bidders with proven track record

participate. We request to kindly make it QCBS

selection method with 70:30 Technical : finance

weight. This is in accrodance with all the smart city

RFPs which has been released.

Please refer to the corrigendum 6

1340

Vol 1, PQ 4 35

The Sole Bidder or the Lead Bidder of

consortium, in case of a Consortium, should

have office in Lucknow or should furnish an

undertaking that the same would be established

As the bidder may already have a registered office

in state of U.P, we request to dilute it specifically to

be in city of Lucknow. While project office during

the work implementation can be established , it may

not feasible for bidder to open a registered office

when there is already a registered office in state.

Please modify as follows:

The Sole Bidder or the Lead Bidder of consortium, in

case of a Consortium, should have office in Lucknow

UP or should furnish an undertaking that the same

would be established

RFP conditions prevails

1341

Vol 1, PQ2 35 Annual turn over

Please clarify in case of consortium , lead bidder

should have turn over of 5 cr for speccific business

areas along with 2.5 cr for other consortium

partners. Or each member including lead bidder

should have avg. 2.5 cr.

Please refer to the corrigendum 6

1342

Vol 1, PQ8 36

The sole bidder or lead bidder should have

completed at least two projects in Govt/ Semi

Govt/ PSU; in the field of development and

integration of citizen centric web portal / mobile

app, database management /data warehousing/

business analytics / cloud applications on the

date of release of NIT.

As consortium is allowed and overall quality of

consortium will depend on the partner consitution.

Most of the PQ and TQ are only asking for

cridentials of lead bidder only which in a way is

minimising the purpose of consortium formation.

There is no difference in sole bidder or lead bidder

for the purpose of credentials if consortium

member credentials can notbe used. We request to

modify as follows keeping in view consortium

requirement for PQ and TQ as per all other smart

city bids to encourgae more bidders to participate:

The sole bidder or lead bidder The bidder( or any

member of consortium) should have completed at

least two projects in Govt/ Semi Govt/ PSU; in the

field of development and integration of citizen

centric web portal / mobile app, database

management /data warehousing/ business analytics

/ cloud applications on the date of release of NIT.

Please refer to the corrigendum 6

1343

Vlo 1, 3.5.1. A 39 Technical Criteria- Annual Turn over

As consortium is allowed and overall quality of

consortium will depend on the partner consitution.

Most of the PQ and TQ are only asking for

cridentials of lead bidder only which in a way is

minimising the purpose of consortium formation.

There is no difference in sole bidder or lead bidder

for the purpose of credentials. We request to

modify keeping in view consortium requirement for

PQ and TQ as per all other smart city bids to

encourgae more bidders to participate:

Request to dilute to consider turn over from

consortium partner also.

Please refer to the corrigendum 6

1344

Vlo 1, 3.5.1. A 39 CMM level 5

In PQ this certifcate is asked from any member of

consortium. Please change here as well

Please refer to the corrigendum 6

Page 120: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1345

Vlo 1, 3.5.1. B1 39

B1. The Sole Bidder or lead member (in case of

consortium) should have been awarded and

successfully executed & commissioned

project(s) related to development and

integration of citizen

As consortium is allowed and overall quality of

consortium will depend on the partner consitution.

Most of the PQ and TQ are only asking for

cridentials of lead bidder only which in a way is

minimising the purpose of consortium formation.

There is no difference in sole bidder or lead bidder

for the purpose of credentials if consortium

member credentials are not allowed. We request to

modify keeping in view consortium requirement for

PQ and TQ as per all other smart city bids to

encourgae more bidders to participate:

The Sole Bidder or lead member (in case of

consortium) Bidder or any member of consortium

should have been awarded and successfully

executed & commissioned project(s) related to

development and integration of citizen

Please refer to the corrigendum 6

1346

Vlo 1, 3.5.1. B2 40

The Sole Bidder or lead member (in case of

consortium) should have experience in the field

of City centric software Integration Projects

Marks shall be allotted as below:

1. Four Projects: 10 marks

2. Three Projects: 8 marks

3. Two projects: 6 marks

As consortium is allowed and overall quality of

consortium will depend on the partner consitution.

Most of the PQ and TQ are only asking for

cridentials of lead bidder only which in a way is

minimising the purpose of consortium formation.

There is no difference in sole bidder or lead bidder

for the purpose of credentials. We request to

modify keeping in view consortium requirement for

PQ and TQ as per all other smart city bids to

encourgae more bidders to participate:

The Sole Bidder or lead member (in case of

consortium) Bidder or any member of the

consortium should have experience in the field of

City centric software Integration Projects Marks

shall be allotted as below:

1. Four Three Projects: 10 marks

2. Three Two Projects: 8 marks

3. Two One projects: 6 marks

Please refer to the corrigendum 6

1347

Vol 1, 3.5.1. B3 40 Software platform

The Sole Bidder or lead member (in case of

consortium) Bidder or any of the consortium

member should have experience in developing and

implementing IT software projects in India

Please refer to the corrigendum 6

1348

Vol1 , Annexure 7 101

The Parties shall be jointly and severally

responsible and bound towards the Authority

for the performance of the works in accordance

with the terms and conditions of the BID

document or contract

Bidder request to modify the clause in line with

other smart city (Belgavi, varanasi, Gandhinagar,

Warangal etc.) . A consortium member may have a

very limited scope in the rfp and most of the

reputed companies do not responsiblity of some

thing which is not in their scope:

Lead Bidder shall be jointly and severally

responsible and bound towards the Authority for

the performance of the works in accordance with

the terms and conditions of the BID document or

contract. Consortium members will be responsible

and liable only for their scope of work

RFP conditions prevails

1349

Vol1 , Right to vary Quantity 30

At the time of award of contract, the quantity of

goods, works or services originally specified in

the bidding documents may be

increased/decreased. It of the Bid and the

bidding documents. Please limit the varitation to +-10%

Please refer to the corrigendum 6

1350

Vol1 , 4.4 49

During the comprehensive warranty period, the

successful bidder shall provide all product(s) and

documentation updates, patches/fixes, and

version upgrades within 15 days of their

availability and should carry out installation and

make operational the same at no additional cost

to authority

Bidder understand here the upgrades doesnot mean

hardware upgrade as it is not possible to upgrade

the hardware whenever there is new upgrade

availble. It will be as per specification mention in

RFP. For Software only free availbale updates from

OEM can be provided as there is no way to find the

cost at bidding stgae of any paid upgrades or

updates. Bidder will maintain both hardware and

software during maintaince period. Please confirm

the bidder udnerstanding

RFP conditions prevails

1351 Volume 1, BoQ 88,89

Ceiling Speakers,Audio Processor, Audio

Distribution Amplifier,Audio Extractor,AV Auto

Switcher,

Please provide list of rooms where mentioned AV

equipment are required to installed along with

functional requirements

RFP Conditions prevails

1352 Volume 1 92 Environmental Sensor Please confirm quantity of Environmental Sensors RFP Conditions prevails

1353

Vol 3 , 5.3 7

The Authority reserves the right to amend any

of the terms and conditions in relation to the

Contract/Service Specifications and may issue

any such directions which are not necessarily

stipulated therein if it deems necessary for the

fulfilment of the Schedule of Requirements.

The clause is unilateral in nature.Please modify the

clause keeping in view the changes in other smart

city bid as follows:

The Authority reserves the right to amend any of

the terms and conditions in relation to the

Contract/Service Specifications with mutual

discussion and agreement and may issue any such

directions which are not necessarily stipulated

therein if it deems necessary for the fulfilment of

the Schedule of Requirements.

RFP conditions prevails

Page 121: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1354

Vol 3 , 9.2 8

The Consortium member has agreed that SI is

the prime point of contact between the

Consortium member and the Authority and it

shall be primarily responsible for the discharge

and administration of all the obligations

contained herein and, the Authority, unless it

deems necessary shall deal only with SI. SI along

with all consortium members shall be jointly and

solely responsible for the project execution

Bidder request Modification as follows:

The Consortium member has agreed that SI is the

prime point of contact between the Consortium

member and the Authority and it shall be primarily

responsible for the discharge and administration of

all the obligations contained herein and, the

Authority, unless it deems necessary shall deal only

with SI. SI along with all consortium members shall

be jointly and solely responsible for the project

execution and consortium members will be

responsible and liable for their scope of work

RFP conditions prevails

1355

Vol 3 , 9.4 9

9.4. The Authority reserves the right to review,

approve and require amendment of the terms of

the Consortium Contract or any contract or

agreements entered into by and between the

members of such Consortium and no such

agreement/contract shall be executed,

amended, modified and/or terminated without

the prior written consent of the Authority. An

executed copy of each of such

agreements/contracts shall, immediately upon

execution be submitted by SI to the Authority.

The clause is unilateral in nature.Please modify the

clause keeping in view the changes in other smart

city bid such as Varanassi, Waranagal, Belgavi etc. as

follows. There is consortium agreement given in the

RFP which will be submitted along with Bid. Any

other agreement between consortium members

should be out of perview of authority as it depneds

on larger strategic alignments between partners.

The Authority reserves the right to review, approve

and require amendment of the terms of the

Consortium Contract or any contract or agreements

entered into by and between the members of such

Consortium and no such agreement/contract shall

be executed, amended, modified and/or terminated

without the prior written consent of the Authority.

An executed copy of each of such

agreements/contracts shall, immediately upon

execution be submitted by SI to the Authority.

RFP conditions prevails

1356

Vlo 3, clause 15 18

Regardless of anything contained (except for SI's

liability for bodily injury and/ or damage to

tangible and real property for which it is legally

liable and it's liability for patent and copyright

infringement in accordance with the terms of

this Agreement) the total liability of SI, is

restricted to the total value of the contract and

SI is notresponsible for any third party claims.

Bidder Requests Modification-

Regardless of anything contained (except for SI's

liability for bodily injury and/ or damage to tangible

and real property for which it is legally liable and it's

liability for patent and copyright infringement in

accordance with the terms of this Agreement) the

total liability of SI, is restricted to the total Annual

value of the contract and SI is notresponsible for

any third party claims.

RFP conditions prevails

1357

Vol 3, 17.4 20

Where the Authority is of the view that no

further extension of the term be granted to SI,

the Authority shall notify SI of its decision at

least 3 (three) months prior to the expiry of the

Term. Upon receipt of such notice, SI shall

continue to perform all its obligations

hereunder, until such reasonable time beyond

the Term of the Contract within which, the

Authority shall either appoint an alternative

agency/SI orcreate its own infrastructure to

operate such Services as are provided under

thisContract.

There should be a time limit to which term is

extended. Bidder request Modification as follows:

Where the Authority is of the view that no further

extension of the term be granted to SI, the

Authority shall notify SI of its decision at least 3

(three) months prior to the expiry of the Term.

Upon receipt of such notice, SI shall continue to

perform all its obligations hereunder, until such

reasonable time one month beyond the Term of the

Contract within which, the Authority shall either

appoint an alternative agency/SI orcreate its own

infrastructure to operate such Services as are

provided under thisContract.

RFP conditions prevails

1358

Vol 3, 28.3 25

This limitation of liability shall not affect SI

liability, if any, for damage to Third Parties

caused by SI or any person or company acting on

behalf of SI in carrying out the Services

This is uncapped Liablity. As a standard change in

the recent smart city bids like gandhinagar, belgavi

etc. it should be capped. Request modification as

follows:

This limitation of liability shall not affect SI liability,

if any, for damage to Third Parties caused by SI or

any person or company acting on behalf of SI in

carrying out the Services. The total liablity shall be

limited to total contract value.

RFP conditions prevails

1359

Vol 3, 28.3 31

Each Party shall be responsible for its own costs

incurred in the quotation, preparation of CCNs

and in the completion of its obligations

described in this process provided SI meets the

obligations as set in the CCN. In the event SI is

unable to meet the obligations as defined in the

CCN then the cost of getting it done by third

party shall be borne by SI. Change requests and

CCNs shall be reported monthly to each Party's

representative who shall prioritize and review

progress.

This is uncapped risk purchase. Cost of work being

done by thrid party should be maximum of the item

rate submitted with bid. Wwe request following

modifications:

Each Party shall be responsible for its own costs

incurred in the quotation, preparation of CCNs and

in the completion of its obligations described in this

process provided SI meets the obligations as set in

the CCN. In the event SI is unable to meet the

obligations as defined in the CCN then the cost of

getting it done by third party shall be borne by SI.

Such cost will not exceed the item rate

submitted.Change requests and CCNs shall be

reported monthly to each Party's representative

who shall prioritize and review progress.

RFP conditions prevails

1360

Vol 3, 42.3 45

Maximum Penalty applicable for any quarter

shall not exceed 30% of the ‘applicable fees’ for

the respective quarter.

Bidder request clarification that the maximum

capping of L.D for the entire duration of project is

capped at 10% of the total contract value as

mentioned in the clause 27.5 of vol 3 " The

deduction shall not in any case exceed 10 % of the

contract value.". Please confirm

RFP conditions prevails

Page 122: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1361

Vol 3, 42.3 45

Maximum Penalty applicable for any quarter

shall not exceed 30% of the ‘applicable fees’ for

the respective quarter.

As is normal practice in industry and in all the smart

city RFPs, we request follwing modification:

Maximum Penalty applicable for any quarter shall

not exceed 30% 10% of the ‘applicable fees’ for the

respective quarter.

RFP conditions prevails

1362 Volume 2 6

The estimate prepared shall be as per the

prevailing Schedule of Rates and for items not

available in the SOR, Data Rate shall be worked

out. The Client/Authority shall accord approval

for the same prior to commencement of

work),LAN Networking.

Please confirm the basis of defining prevailing

schedule of RatesRFP conditions prevails

1363 Volume 2 11Redundancy has to be considered at the

core/data centre components level.

Please confirm level of redundancy needs to be

considered for Applications and core/data centre

components

RFP conditions prevails

1364

1.4 Finalization and

submission of a

detailed technical

architecture

11

Security - The architecture must adopt an end-to-

end security model that protects data and the

infrastructure from malicious attacks, theft,

natural disasters etc

The advance secuirty solution should provide proxy,

caching, content filtering, SSL inspection, protocol

filtering, inline AV and content inspection ( 1000+

predifined pattern) in block mode on the same

Appliance. The solution should have at least 20+

million websites in its URL filtering database and'

should have pre-defined URL categories and

application protocols along with YouTube, Facebook

and linked-in controls. Solution vendor should

ensure that 100 predefined categories & 100+ pre-

defined protocols.

The web channel became significantly more

malicious, both as an attack vector and as the

primary support element of other attack trajectories

(e.g., social, mobile, email). there is nearly 6-fold

increase in malicious sites overall. Moreover, 85

percent of these sites were found on legitimate web

hosts that had been compromised. It is suggested to

have Inline, real-time information security to

prevent web-borne threats.

RFP conditions prevails

1365

1.4 Finalization and

submission of a

detailed technical

architecture

11

Security - The architecture must adopt an end-to-

end security model that protects data and the

infrastructure from malicious attacks, theft,

natural disasters etc

The data secuirty solution should inspect the

sensitive content through 1500 pre-defined

templates, textual content inside

image,commulative content control and inspection

through web and email channel. The data end point

solution should inspect data leaks over HTTP ,

HTTPs and SMTP. The solution should be able to

block outbound emails sent via SMTP if its violates

the policy. Endpoint solution should support win 32

and 64 bit OS, Mac & Linux OS,Support wide variety

of platforms. The solution should be able to enforce

policies to detect data leaks even on image files

through OCR technology and should enforce policies

to detect low and slow data leaks

AS per Section 43A of the IT Act requires that

anycorporate which possesses, deals or handles

‘sensitive personal data or information’ through a

computer resource owned, operated or controlled

by it, maintain and implement ‘reasonable security

practices and procedures’ to protect such

information. If a body corporate is negligent in

maintaining and implementing such reasonable

security practices and procedures and thereby

causes any wrongful loss or wrongful gain, it will be

liable to pay damages by way of compensation to

the person so affected. It is suggested to have Data

Security soltion which can operate alone in the

RFP conditions prevails

1366 Volume 2 13 GIS IntegrationPlease confirm required licenses for GIS Integration

will be provided by LSCLPlease refer to the corrigendum 6

1367

RFP_ Vol _2 ( 1.5

Other expectations

from MSI)

14

10. MSI shall provide the bandwidth required for

operationalizing each smart city initiative. The

bandwidth requirement shall be analyzed and

procured by the MSI at its own cost / risk.

MSI shall install and commission connectivity

across all designated locations if any required.

It shall be really difficult task to analyze and

calculate the required bandwidth sizing at this point

of time. Generally this all depends what all the KPI

and reports we mutually decide to generate during

SRS/ FRS stage from the existing and future coming

services.

Request you to ask the bandwidth cost against the

Multiple slabs as in Rate contract and same cost can

be factored for final billing to MSI as per need.

Please refer to the corrigendum 6

1368 Volume 2 20

Digital Display Unit - Shall receive information

from the central application System and operate

accordingly

Please confirm whether Digital Display unit is an

integral part of Environmental sensor or it has be

provided as a separate unit, if yes, please provide

specifications

RFP Conditions Prevails

1369 Volume 2 21 CO2 : 0 to 10% / 0 to 20%If it goes beyond 5% it will be lethal. Hence request

you to change it to 05% (5000ppm)RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

1370 Volume 2 22 Real-time in Air Humidity Level DisplayOn Command Centre or VMD for which feed wil be

provided from Command CentreRFP Conditions Prevails

1371 Volume 2 21 General

Request you to add following features

- Calculate and display AQI (National Air Quality

Index)

- Show the AQI values with its colour schema as per

Indian guidelines

- Provide Alerts if AQI values cross th threshold

limits

RFP conditions prevails

1372 Volume 2 31 Web Portal & Mobile APPPlease confirm no. of concurrent user for Mobile

ApplicationRFP conditions prevails

1373

RFP_ Vol _2 ( 2.3.1

General

Requirements:)

31

Please share the no of Internal and External

Concurrent users to be factored for Web Services

server Sizing

RFP conditions prevails

Page 123: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1374 General

Functional Requirements of each integration Points

interprets as if all the daily operations activities (

SWM, Parking, ITMS, Surveillance etc. ) shall be

100% monitored , tracked and controlled from

Command and Control Platform.

Ideally Platform is only required to publish

dashboards of each service showing KPI, Status of

devices, Grievance no's related service and

triggering SOPs based on severity of alert and

notifications. Data for each service is processed and

some intelligent inputs , Business inputs and as if

analysis shall be notified based the on going

situation for Higher officers. future applications/

Services should be monitored and maintained by

respective vendor implementing the service and

Same vendor should be responsible for respective

SLA compliance. He should be bound to and

mandate to share the API/ and expose the data in

agreed format for command and control application

operations The way expectations are written shall

results in more operator for each service

monitoring. Please confirm and modify the language

accordingly

RFP conditions prevails

1375 Volume 2 40 Edge ComputingPlease confirm whether Edge Computing devices are

required to be considered as part of the scopeRFP conditions prevails

1376

vol-2 : Scope of Work 29

MSI should be able to provide Unified view for

each Departments:

or feed from Future Integration

Bidder understanding is data feed for these

applications will be available to SI at ICCC and

bidder has to do integration. To get the view of all

these departments, network connectivity between

these departments and the ICCC are required. We

understand LSCL would provide the same as bidder

is not implementing agency for these soltuions and

is not part of this RFP. Pls confirm

RFP conditions prevails

1377

vol-2 - 2.3 Centralized Command & Control Centre30

MSI should setup a dedicated helpdesk to

support the field infrastructure laid out as part

of the RFP.

how many resources should be planned? Will it be

24*7 on shift basis? Hope LSCL would be pay for the

telephone bills on actuals?

RFP conditions prevailsICCC will be functional on

24*7*365 basis

1378

vol-2 - 2.3.1 General Requirements:59

ICCC solutions should have a SMS gateway for

sending messages to citizens.

do we need have the captive SMS gateway at the

ICCC? Pls clarify

RFP is Self explanatory

1379 Volume 2 65

"The DCMS shall be able to display a minimum

of twenty (20) independent visual sources

simultaneously on all boardroom or auxiliary

display device. The sources shall be of 4CIF

resolution"

Please specify list of Meeting Room, Board Rooms,

Large Meeting Rooms, where in output of Video

Wall Controller is required to be displayed and

confirm they are in same building

RFP conditions prevails

1380 Volume 2 65The DCMS shall be able to accept a minimum

input of four (4) CATV videosources

Please confirm whether these CATV inputs are LAN

inputs or signal to be routed via

transmitter/receivers.

RFP conditions prevails

1381 Volume 2, 2.4 68

Site prepration for command and control center

The requirement given in this section is purely DC

requirment and CCC requirment is not cleared like:

Access Control : Do we need Biometric for DC only

or for Command Control Center as well.

Fire Suppression : we require gas based Suppression

system for DC or CCC.It is not recommended to

install gas based suppression system in CCC.

Please refer to the corrigendum 6

1382

RFP Vol-2,2.4.11

CCTV system

72

Storage

The technical specifications for CCTV Video storage

has not been mentioned in the tender, thus, please

help to clarify how storage to be

calculated(resolution, no of days, FPS) of the IP

CCTV Camera for control Room.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

1383

vol-2: 3.1 E Governance: 73

Authority has decided to integrate the below

portal/services to the Lucknow

Command & Control Centre.

Web Portal:

1. Integrated Grievance Redressal System

2. Public Grievance Redressal System

3. e-District (Municipal Services)

4. others city levels initiatives

Bidder understands LSCL would provide the network

connectivity required for the integration to ICCC,

since these applications implementation is not part

of the scope of this RFP. Pls confirm

RFP is Self explanatory

1384vol-2: 3.2 ICT

Enabled Solid Waste

Management: 74

Solid Waste Management will be required to be

integrated with

Lucknow Command & Control Center to receive

real-time feeds of the of waste collection

vehicles, status of sensor based bins

Bidder understands LSCL would provide the network

connectivity required for the integration of Solid

waste management to ICCC, since solid waste

implementation is not part of the scope of this RFP.

Pls confirm

RFP is Self explanatory

1385

vol-2 : 3.3 Smart Parking: 75

The Name of the these pilot underground

parking locations

are Jhande Park-Lalbagh, Dayanidhaan Park-

Lalbagh & Jhandewala Park-Aminabad. Also,

MSI has to ensure integration of all the parking

locations at control & command centre as &

when implementations of the parking locations

will be completed.

Bidder understands LSCL would provide the network

connectivity required for the integration of Parking

to ICCC, since Smart parking implementation is not

part of the scope of this RFP. Pls confirm

RFP is Self explanatory

1386

vol-2: 3.4 Energy

Efficient Street

Lighting Solutions: 77

MSI on-boarded under this RFP will be

responsible for

coordination with the implementing agency and

further integration of implemented smart

lighting solution in the city to Lucknow Control

and Command Centre, also will implement the

SoP to fulfil the use case

Bidder understands LSCL would provide the network

connectivity required for the integration of Smart

lightning to ICCC, since smart lightning

implementation is not part of the scope of this RFP.

Pls confirm

RFP is Self explanatory

Page 124: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1387vol-2:3.5 Intelligent

Traffic Management

System 78

The Master System Integrator who will be

selected under the scope of work of this RFP has

to integrate the Integrated Traffic Management

Systems to Lucknow Control and Command

Centre and also will implement the SoP to fulfil

the use cases.

Hope LSCL would provide the network connectivity

required for the integration of Integrated traffic

management to ICCC, since deploying of Integrated

traffic management is not part of the scope of this

RFP. Pls clarify.

RFP is Self explanatory

1388 vol-2:3.5 Intelligent

Traffic Management

System 78

The Master System Integrator who will be

selected under the scope of work of this

RFP has to integrate the Integrated Traffic

Management Systems to Lucknow Control and

Command Centre

Hope LSCL would provide the network connectivity

required for the integration of Integrated traffic

management to ICCC, since deploying of Integrated

traffic management is not part of the scope of this

RFP. Pls clarify.

RFP is Self explanatory

1389

vol-2:3.7 City

Surveillance 79

There are total 280 cameras functioning at 70

locations under the project the

locations will be provided to the successful

bidder for integrating the feed into LCCC

hope LSCL would provide the network connectivity

for integrating the feed into LCCC? If not locations

needs to be shared before bid. Pls clarify

RFP is Self explanatory

1390

vol-2:3.8 UP Dial

100 81

Dial 100 System for the Lucknow city will be

required to be

integrated with Lucknow Command & Control

Center by the selected Master System

Integrator to receive real-time feeds on

emergency response management system of

police

department. T

Hope LSCL would provide the network connectivity

required for the integration of Dial 100 to ICCC,

since deploying of Dial 100 is not part of the scope

of this RFP. Pls clarify.

RFP is Self explanatory

1391 vol-2: 3.9

Integration of

SCADA Systems 81

Integration of SCADA Systems (Water Supply,

Sewerage Pumping Station etc.) (For future

integration

Hope LSCL would provide the network connectivity

required for the integration of SCADA to ICCC, since

deploying of Integrated SCADA is not part of the

scope of this RFP. Pls clarify.

RFP is Self explanatory

1392

vol-2: 3.1 Unified

Smart Mobility Card: 82

these PoS machine is deployed at all the 8 zonal

offices of the Lucknow Municipal

Corporation.

Do we need to provide network connectivity from

ICCC to all the 8 zonal offices of lucknow municipal

corp? pls clarify? We understand this connectivity is

out of scope of bidder and date will be availble at

ICCC for integration

RFP is Self explanatory

1393vol-2:3.2 Biometric

Attendance System

of Sanitary Workers 84

The Master System Integrator who will be

selected under the scope of work of this RFP has

to integrate the Biometric Attendance

Management System of Sanitary Workers to

Lucknow Control and Command Centre

Hope LSCL would provide the network connectivity

required for the integration of Biometric

attendance management system to ICCC, since

deploying of the same is not part of the scope of

this RFP. Pls clarify.

RFP is Self explanatory

1394

vol-2:4.1

Geographical

Information System

(GIS) & GIS City

Portal 84

decided by the authority that the existing data

of the GIS application will be hosted in the State

Data Centre Lucknow. Later MSI is expected to

migrate the GIS data to centralized data centre

of LSCL which is located in State Data Centre

is the State Data Centre Lucknow and centralized

data centre of LSCL same? This is bit confusing as it

is mentioning centralized data center is in state data

center and migration has to happen from state date

center.pls calrify

Please refer to the corrigendum 6

1395

RFP_ Vol _2 ( 4

Integrate, View &

Operate)

844.1 Geographical Information System (GIS) & GIS

City Portal

Then complete requirement of GIS city portal from

page no 84 to 105 should be deleted.

We understand GIS base maps are available with

authority and shall be provided for utilization with

command and control application.

Each SI for parking, SWM, Surveillance etc. should

be mandated to use the same Map for plotting the

Sensors in different vector layer.

MSI cant do the survey and do the plotting of

sensors for other services which will come in

future.. it is very unusual requirement.

Please refer to the corrigendum 6

1396 85

3D Data of city

This requirement at his point of time is not

required, Command and control application don’t

need the 3D mapping for its operations at all.

All this is required by City planners for

encroachment detection and other purposes, GIS

city application platform can be asked by respective

agency in separate rfp.

Request you to completely delete the requirement

Please refer to the corrigendum 6

1397 85

iv. The component mapping should be multi

layered keeping in vision the requirements for

next 20 years.

RFP conditions prevails Query Not Clear

1398 General

This complete GIS city portal requirement is

complete duplication of Command and control

application, functional requirement and detailed

specification ask for alerts and notifications all to be

raised on GIS portal also for actionable along with

SOP and all.

In our opinion its completely influenced by Arc GIS

vendor, not required at all with CCC application. It

will be completely only executed by GIS vendor no

in capacity of MSI also will multiply the project cost

2 X

Authority also need to have more operator in each

shift for handling the GIS portal modules.

Please refer to the corrigendum 6

Page 125: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1399 86

viii. All government buildings and spaces should

be geo tagged for the City of Lucknow.

ix. GIS data modal integrated should support

domains, subtype, spatial rules and

relationship, joins and spatial references etc.

x. GIS catalog should be used to manage and

maintain the GIS data modal. It must

support database administration for user

creation and management for GIS

database

xi. There must be grievance reporting

functionality that is associated with ward. This

interface must allow citizens to enter the

description and detail about the grievance that

can be submitted to respective city authority.

Command and control application completely works

with coordinated and latlong details, field team and

emergency team can be easily guided and sent to

respective location for actionable with base map

itself

RFP conditions prevails

1400

Volume-2

Proposed

Technology under

GIS initiative by

Lucknow Smart City:

GIS Application

Server

87

(2U Rack Server with dual Intel Xeon E52637 v4

processor, 64 GB RAM, 2*1 TB HDD, Windows

Server

2012 std. Dual Port Fiber HBA.

Can bidder propose latest Intel Xeon processor? Please refer to the corrigendum 6

1401

Volume-2

Proposed

Technology under

GIS initiative by

Lucknow Smart City:

GIS Application

Server

87

(2U Rack Server with dual Intel Xeon E52637 v4

processor, 64 GB RAM, 2*1 TB HDD, Windows

Server

2012 std. Dual Port Fiber HBA.

Can bidder propose 1TB HDD as SATA disk? Please refer to the corrigendum 6

1402

Volume-2

Proposed

Technology under

GIS initiative by

Lucknow Smart

City:Database Server

87

(2U Rack Server with dual Intel Xeon E52637 v4

processor, 256 GB RAM, 2*1 TB HDD, Windows

Server

2012 std. Dual Port Fiber HBA.

Can bidder propose latest Intel Xeon processor? Please refer to the corrigendum 6

1403

Volume-2

Proposed

Technology under

GIS initiative by

Lucknow Smart

City:Database Server

87

(2U Rack Server with dual Intel Xeon E52637 v4

processor, 256 GB RAM, 2*1 TB HDD, Windows

Server

2012 std. Dual Port Fiber HBA.

Can bidder propose 1TB HDD as SATA disk?Please refer to the corrigendum 6

1404 SAN Storage 87

Dual Controller, Fiber Channel based storage

with

16TB(8*2TB HDD), Scalability to 24 drives within

the

same enclosure

Can bidder quote NLSAS/SATA disks of 2TB

capacity?Please refer to the corrigendum 6

1405Volume-2

SAN Storage87

Dual Controller, Fiber Channel based storage

with

16TB(8*2TB HDD), Scalability to 24 drives within

the

same enclosure

How many storage front end FC ports bidder need

to quote?

What is minimum size of Internal storage cache

bidder need to quote?

Please refer to the corrigendum 6

1406Volume-2

SAN Switch87

What is the minimum specification bidder needs to

quote?Please refer to the corrigendum 6

1407 vol-2: 5.2 Data

Center and Disaster

Recovery: 114

The authority has decided to host the

application and the data of the Integrated

Command & Control Centre to the UP State Data

Centre (SDC) situated in Lucknow. will the SDC act as DC? Pls clarify

RFP is Self explanatory

1408vol-2: 5.2 Data

Center and Disaster

Recovery: 114 Racks to be caged

Since We need to install the rack in the SDC and

DCO is managing UPSDC ,So Caging of the Rack will

be provided by the DCO in SDC or we need to

consider the same .

RFP conditions prevails

1409 Volume 2 114

The authority has decided to host the

application and the data of the Integrated

Command & Control Centre to the UP State Data

Centre (SDC) situated in Lucknow.

Since it has been decided to host Data Centre in UP

State Data Centre, therefore would like to know

whether we need to consider cyber security

components like DDoS, DLP,SIEM, HIPS, NIPS etc.

RFP is Self explanatory

1410

Volume 2: Scope of

Work 114

2. The MSI shall prepare the overall network

connectivity plan for this project. The plan

shall comprise of connectivity of field

equipment at the junctions to be connected

over

network.

1) As per overall network connectivity plan, Do

bidder needs to consider all field switches and

routers as per field connectivity with CCC and DC

2) If Yes, Please share the minimum field Switch and

router specification i.e. number of ports, uplink etc.

3) Copper or fiber connectivity. SFP SM or MM

mode

RFP conditions prevails

1411 Volume 2 115

The Disaster Recovery Centre (DRC) will be the

cloud platform developed by the National

Informatics Centre

Please confirm whether bidder is required to

consider cost for hosting DR at cloud as there is no

line item in BoQ for Cloud

RFP Conditions Prevails

1412 Volume 2 121

The SI shall design the DC and DR solution with

the necessary load balancing, replication and

recovery solution that provide zero RPO

(Recovery Point Objective) and RTO (Recovery

Time Objective) of 10 minutes.

Considering the requirement of DR in different

siesmic zone, providing zero Recovery Point

Objective is practically not possible. Request to

provide feasible value

RFP conditions prevails

1413 Volume-2 121 Disaster Recovery (DR) SiteSince DR will be in NIC cloud, bidder understood DC -

DR replication will be only host based replication.RFP conditions prevails

1414 Volume 2: Scope of

Work 132

WAN / Internet Router Interface modules: Must

support up to 10G interfaces as per the design.

Must have capability to connect with variety of

interfaces.

1) Please add minimum ports requirement for sizing

2) Type of ports copper or fiber etc.

RFP conditions prevails

1415 Volume 2: Scope of

Work 139 Server Load balancer

minimum transection per second ( TPS ) and session

per second requirement for load balancerRFP conditions prevails

Page 126: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1416 Volume 2: Scope of

Work 141 Link Load Balancer

minimum transection per second ( TPS ) and session

per second requirement for load balancerRFP conditions prevails

1417 Firewall 159

Firewall shall have following user authentication

capabilities: • XAUTH VPN, Web based, 802.X

authentication

Firewall shall have following user authentication

capabilities: • XAUTH VPN, Web based/802.X

authentication

The 802.X authentication is for wireless or port

based authentication on Switch. This authentication

is not related to Firewall and spcific to an OEM.

Please ammend the clause accordingly.

RFP conditions prevails

1418

Volume 2, clause 11 184

Due payments shall be made promptly by the

Authority, generally within Sixty (60) days after

submission of an invoice or request for payment

by MSI

60 days is very credit period which increases the bid

cost as well on account of cost of finance. Please

modify it as follows considering other smart city

RFPs:

Due payments shall be made promptly by the

Authority, generally within Sixty (60) Fifty (15)days

after submission of an invoice or request for

payment by MSI

RFP conditions prevails

1419 Volume 2 226To connect to minimum 16 Displays through

HDMI

As we understand that Video Wall Controller to be

connected to 2 x 2 Video Wall but in tender specs it

has been asked for 16 HDMI outputs. Please

provide list of display locations where remaining 12

HDMI outputs of Video Wall Controller to be

terminated

RFP conditions prevails

1420 Volume 2 233 Projector

Projector specs are given but its not part of BoQ.

Also specify whether projector(s) to be used as

portable or its need to supplied with supporting

accessories such as Projector Screen, Mounting and

Cables.

RFP conditions prevails

1421

Volume 2

13 Annexure 2

(Control &

Command Centre)

19. IP CCTV camera

for Control Room

239

1.IP Camera should be a high-definition, full-

functioned video endpoint with industry-leading

image quality and processing power. The

camera is capable of resolutions up to 1920 x

1080 at 30 frames per second (fps) while

optimizing network usage with either H.264 or

MJPEG compression.

Please help us to know the type of camera required

for control room, i.e. Dome Camera or Bullet

Camera.

RFP conditions prevails

Bidder should meet the functional

requirements mentioned in the

RFP

1422

Volume 2

13 Annexure 2

(Control &

Command Centre)

19. IP CCTV camera

for Control Room

240

25.Certifications Safety-UL60950-1 second

edition CSA22.2-No.60950-1 IEC/EN60950-1

second edition IEC/EN60825

IEC/EN60825 is only applicable for Safety of laser

products, while the requirement in the tender is not

of laser, thus request you to delete this requirement

RFP conditions prevails

1423

Volume 2

13 Annexure 2

(Control &

Command Centre)

19. IP CCTV camera

for Control Room

241

27.OEM Criteria-All proposed Cameras should

be from Single OEM and OEM should have

Registration in India min from 10 Years

We request you to kindly remove this caluse basis

the following. 1) in case if any one of the camera

specification is not complied by OEM, their other

complied camera will also not be quoted by SI as

well this will lead Monopoly for OEM who's all

camera comply in this tender, they will charge high

price and take advantage of this condition. 2). Many

world class OEM's have come to India for business

few years back, we request you to reduce this 10

years period to 5 or 7 years so that world's best

OEM's who have come India for business can

participate in this tender and provide best quality

equipment at very competative prices.

RFP conditions prevails

1424

Volume 2

13 Annexure 2

(Control &

Command Centre)

19. IP CCTV camera

for Control Room

241

Video management software

For Video management software the requirement is

of server based or NVR based system.

RFP Conditions prevails

1425

Volume 2

13 Annexure 2

(Control &

Command Centre)

19. IP CCTV camera

for Control Room

241

General

Is there any requirement of internal IR illuminator

to have a better view during low light

condition?please share the range of internal IR

illuminator required?

RFP conditions prevails

1426 Volume 2 General

Please confirm whether bidder has to provide Call

Centre Solution for Integrated Command & Control

Centre

RFP conditions prevails

1427 Volume 2 GeneralPlease share the specification of the HVAC system

we need to consider. RFP conditions prevails

1428 Volume 2 General

Please share the specification of the Security Sysetm

Like Rodent ,Access and WLDS ,FDS and FFS we need

to consider.

Please refer to the corrigendum 6

1429 Volume 2 General

Please specify the number of person/workstations

we need to consider for design command control

center ,also specify any other areas like manager

cabins etc if required. Also please let us know the

Area requirments.

Please refer to the corrigendum 6

1430

Vol 1, 2.18 - Late

Bids 26

Authority reserves the right to modify and

amend any of the above-stipulated

condition/criterion.

We request modification:

Authority reserves the right to modify and amend

any of the above-stipulated condition/criterion

before submission date of the bid.

RFP conditions prevails

Page 127: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1431

Vol 1, 2.21

Acceptance/Rejectio

n of Bids

22

In the event of any assumptions, presumptions,

key points of discussion, recommendation or

any points of similar nature submitted along

with the Bid, Authority reserves the right to

reject the Bid and forfeit the EMD.

We request modification:

In the event of any assumptions, presumptions, key

points of discussion, recommendation or any points

of similar nature submitted along with the Bid,

Authority reserves the right to reject the Bid and

forfeit the EMD.

RFP conditions prevails

1432

3.5.1 Technical Bid

Criteria &

Evaluation

44

1.Work order/ Contract clearly

Highlighting the scope of work, Bill of Material

and value of the contract/order.

Since most of the work orders specially govt.

customer there are NDAs applicable . Hence sharing

work orders is not possible. We request to please

accept customer certificate or CA certifcaate from

bidder for project exprience.

Work order/ Contract clearly Highlighting the scope

of work, Bill of Material and value of the

contract/order.

RFP conditions prevails

1433

Vol1, 4.3

Performance Bank

Guarantee (PBG)

48

Within fifteen (15) working days from the date

of issuance of LOI, the successful Bidder shall at

his own expense submit unconditional and

irrevocable Performance Bank Guarantee (PBG)

to the Authority. The PBG shall be from a

Nationalized Bank or a Scheduled Commercial

Bank in the format prescribed in Section 9 -

Annexure 5 (a), payable on demand, for the due

performance and fulfilment of the contract by

the bidder.

This Performance Bank Guarantee shall be for

an amount equivalent to 10% of total contract

value. PBG shall be invoked by Authority, in the

event the Bidder:

a. fails to meet the overall penalty condition as

mentioned in RFP Volume II or any changes

agreed between the parties,

b. fails to perform the responsibilities and

obligations as set out in the RFP to the complete

satisfaction of Authority,

c. Misrepresents facts/information submitted to

Authority

The performance bank guarantee shall be valid

till satisfactory completion of Post

Implementation Support. The performance bank

guarantee may be discharged/returned by

Authority upon being satisfied that there has

been due performance of the obligations of the

Request modification:

Within thirthy fifteen (15) working days from the

date of signing of mutually agreed contract

issuance of LOI, the successful Bidder shall at his

own expense submit unconditional and irrevocable

Performance Bank Guarantee (PBG) to the

Authority. The PBG shall be from a Nationalized

Bank or a Scheduled Commercial Bank in the format

prescribed in Section 9 - Annexure 5 (a), payable on

demand, for the due performance and fulfilment of

the contract by the bidder.

This Performance Bank Guarantee shall be for an

amount equivalent to 10% of total contract value.

PBG shall be invoked by Authority, in the event the

Bidder:

a. fails to meet the overall penalty condition as

mentioned in RFP Volume II or any changes agreed

between the parties,

b. fails to perform the responsibilities and

obligations as set out in the RFP as per the terms of

the RFP to the complete satisfaction of Authority,

c. Misrepresents facts/information submitted to

Authority

The performance bank guarantee shall be valid till

[date to be filled ]. satisfactory completion of Post

Implementation Support. The performance bank

guarantee may be discharged/returned by Authority

RFP conditions prevails

1434

vol1 ,4.4 Warranty

& Maintenance 54

If the successful bidder, having been notified,

fails to remedy the defect(s) within the period

specified in the contract, Authority may proceed

to take such reasonable remedial action as may

be necessary, at the successful bidder’s risk and

expense and without prejudice to any other

rights, which Authority may have against the

bidder under the contract.

During the comprehensive warranty period, the

successful bidder shall provide all product(s) and

documentation updates, patches/fixes, and

version upgrades within 15 days of their

availability and should carry out installation and

make operational the same at no additional cost

to Authority.

The successful bidder hereby warrants Authority

that:

We request modification:

If the successful bidder, having been notified, fails

to remedy the defect(s) within 30 days the period

specified in the contract, Authority may proceed to

take such reasonable remedial action as may be

necessary, at the successful bidder’s risk and

expense after providing a cure period of 30 days to

the bidder. Any such expenses under this section

shall not exceed 3% of the value of services under

defect and which remains unrepaired for 30 days of

cure period. and without prejudice to any other

rights, which Authority may have against the bidder

under the contract.

During the comprehensive warranty period, the

successful bidder shall provide all product(s) and

documentation updates, patches/fixes, and version

upgrades within 15 days of their availability and

should carry out installation and make operational

the same at no additional cost to Authority.

The successful bidder hereby covenants warrants

Authority that:

……

RFP conditions prevails

1435

10 Annexure 6 –

Non-Disclosure

Agreement

102

d. To treat Confidential Information as

confidential unless and until Authority expressly

notifies the Bidder of release of its obligations in

relation to the said Confidential Information.

The confidentiality obligation shall be for three

years from the date of termination / expiry of the

contract.

The Confidential Information shall be documented

before its disclosure. The term of this NDA shall be

the duration of the Master Service Agreement.

RFP conditions prevails

1436

Vol3, A. General

Conditions of

Contract (GCC)

1. Definition of

Terms

4

1.2. “Applicable Law(s)” Any statute, law,

ordinance, notification, rule, regulation,

judgment, order, decree, bye-law, approval,

directive, guideline, policy, requirement or other

governmental restriction or any similar form of

decision applicable to the relevant party and as

may be in effect on the date of the execution of

this Agreement and during the subsistence

thereof, applicable to the Project.

We request modification:

. “Applicable Law(s)” Any statute, law, ordinance,

notification, rule, regulation, judgment, order,

decree, bye-law, approval, directive, guideline,

policy, requirement or other governmental

restriction or any similar form of decision applicable

to the relevant party and as may be in effect on the

date of the execution of this Agreement and during

the subsistence of this contract thereof, applicable

to the Project.

For consortium members, other than lead bidder,

shall be comply with the laws as applicable on their

scope of services.

RFP conditions prevails

Page 128: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1437

2. Interpretation 6

c. the word “include” or “including” shall be

deemed to be followed by “without limitation”

or “but not limited to” whether or not they are

followed by such phrases;

We request modification:

c. the word “include” or “including” shall be

deemed to be followed by “without limitation” or

“but not limited to” whether or not they are

followed by such phrases;

RFP conditions prevails

1438

Vol3 ,4. Scope of work

Authority has engaged SI to provide services

related to implementation of Lucknow Smart

City solutions using which the Authority intends

to perform its business operations. SI is required

to provide such goods, services and support as

the Authority may deem proper and necessary,

during the term of this Contract, and includes all

such processes and activities which are

consistent with the proposals set forth in the

Bid, the Tender and this Contract and are

deemed necessary by the Authority, in order to

meet its business requirements (hereinafter

‘scope of work’).

We request modification:

Authority has engaged SI to provide services related

to implementation of Lucknow Smart City solutions

using which the Authority intends to perform its

business operations. SI is required to provide such

goods, services and support as mentioned under

the contract, the Authority may deem proper and

necessary, during the term of this Contract, and

includes all such processes and activities which are

consistent proposed with under the proposals and

as set forth in the Bid, the Tender and this Contract

and are deemed necessary by the Authority, in

order to meet its business requirements

(hereinafter ‘scope of work’).

RFP conditions prevails

1439

Vol3, 10.13

10

10.13. The Authority reserves the right to review

the terms of the Warranty and Annual

Maintenance agreements entered into between

SI and OEMs and no such agreement/contract

shall be executed, amended, modified and/or

terminated without the prior written consent of

the Authority. An executed copy of each of such

agreements/contracts shall, immediately upon

execution be submitted by SI to the Authority.

Bidder requests deletion of the clause.

The Authority is not a signatory to these documents

and therefore, has no privity to these Agreements.

Also, such agreements are signed by Wipro not for a

specific project but at an organizational/alliance

level.

RFP conditions prevails

1440

vol3, 15. Indemnity

18

15.1. SI shall indemnify the Authority from and

against any costs, loss, damages, expense, claims

including those from third parties or liabilities of

any kind howsoever suffered, arising or incurred

inter alia during and after the Contract period

out of:

a. any negligence or wrongful act or omission by

SI or any third party associated with SI in

connection with or incidental to this Contract; or

b. any breach of any of the terms of SI’s did as

agreed, the RFP and this Contract

by SI

c. any infringement of patent,

trademark/copyright or industrial design rights

arising from the use of the supplied goods and

related services or any part

thereof

15.2. SI shall also indemnify the Authority

against any privilege, claim or assertion made by

a third party with respect to right or interest in,

ownership, mortgage or disposal of any asset,

property etc.

15.3. Regardless of anything contained (except

for SI's liability for bodily injury and/ or damage

to tangible and real property for which it is

legally liable and it's liability for patent and

copyright infringement in accordance with the

terms of this Agreement) the total liability of SI,

Bidder requests modification: -

1. SI shall indemnify the Authority from and against

any costs, loss, damages, reasonable expense,

claims including those from third parties or

liabilities of any kind howsoever suffered, arising or

incurred inter alia during and after Contract period

out of:

any gross negligence or wrongful act or wilful

omission by SI or any third party associated with SI

in connection with or incidental to this Contract; or

a. any infringement of patent, trademark/copyright

or industrial design rights arising from the use of the

supplied goods and related services or any part

thereof

Regardless of anything contained (except for MSI's

liability for bodily injury arising out of gross

negligence or wilful misconduct for which it is

legally liable and it's liability for patent and

copyright infringement in accordance with the

terms of this Agreement) the total liability of SI, is

restricted to the fees (excluding reimbursements)

received by it under this Agreement during the

three months preceding the date of first claim. total

value of the contract and SI is not responsible for

any third party claims.

RFP conditions prevails

1441

Vol III - 22.2 21

We request for deletion of following

Any failure or lapse on the part of SI in

performing any obligation as is reasonably

necessary and proper, to negate the damage

due to projected force majeure events or to

mitigate the damage that may be caused due to

the above mentioned events or the failure to

provide adequate disaster

management/recovery or any failure in setting

up a contingency mechanism would not

constitute force majeure, as set out above.

We request for deletion of following

Any failure or lapse on the part of SI in performing

any obligation as is reasonably necessary and

proper, to negate the damage due to projected

force majeure events or to mitigate the damage

that may be caused due to the above mentioned

events or the failure to provide adequate disaster

management/recovery or any failure in setting up a

contingency mechanism would not constitute force

majeure, as set out above.

Bidder requests the following to be added in the

Force Majeure clause: -

It stands clarified that the Authority shall not be

absolved from meeting its timely payment

obligations during the subsistence of Force

Majeure. In the event Force Majeure continues for

more than sixty (60) days, either party shall have

the right to terminate the contract in which case

the SI shall be paid for all the goods delivered and

services rendered up to the effective date of

termination.

RFP conditions prevails

1442

Vol III - 34 Events of

Default

27

Events of defualt are open ended. Request to please

define or limit it ot existing:

Events of defaults should be breach of terms as

mentioned under the contract and shall not include

any subsequent modification instruction of the

Authority. Request for deletion of "The events of

defaults are but not limited to :

RFP conditions prevails

Page 129: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1443

36.2 Consequence

of Termination

30

Where the termination of the Contract is prior

to its stipulated term on account of a Default on

the part of SI or due to the fact that the survival

of SI as an independent corporate entity is

threatened/has ceased, or for any other reason,

whatsoever, the Authority, through unilateral re-

determination of the consideration payable to

SI, shall pay SI for that part of the Services which

have been authorized by the Authority and

satisfactorily performed by SI up to the date of

termination. Without prejudice to any other

rights, the Authority may retain such amounts

from the payment due and payable by the

Authority to SI as may be required to offset any

losses caused to the Authority as a result of any

act/omissions of SI. In case of any loss or

damage due to default on the part of SI in

performing any of its obligations with regard to

executing the Schedule of

Requirements under the contract, SI shall

compensate the Authority for any such loss,

damages or other costs, incurred by the

Authority. Additionally, members of its team

shall perform all its obligations and

responsibilities under the Contract in

an identical manner as were being performed

before the collapse of SI as described above in

order to execute an effective transition and to

The payment paid to SI on termiantion is unialterally

decided by authority. Request to please make it on

mututal discussion

RFP conditions prevails

1444

General

We request to add the given clause as taxes vary

time to time and customer shall pay as per the

relevant rate applicable

Customer is responsible for payment of taxes,

duties, octroi / entry tax, cesses and any other

statutory levies (by whatever name called at the

applicable rates from time to time, including any

new levies or increase in existing levies) relating to

the proposal. However, Customer will not be

responsible for income taxes and wealth taxes that

may be payable by Wipro. In case of any new taxes

or levies being attracted to the transaction after the

date of submission of response by Wipro or if any

existing taxes or levies are changed thereafter, the

same shall be borne by the Customer.

RFP conditions prevails

1445

Vol 3, Limitation of

liablity

Bidder Request Addition Notwithstanding anything contained herein, neither

Party shall be liable for any indirect, punitive,

consequential or incidental loss, damage, claims,

liabilities, charges, costs, expense or injury

(including, without limitation, loss of use, data,

revenue, profits, business and for any claims of any

third party claiming through Wipro) that may arise

out of or result from this Agreement. The aggregate

liability of Wipro under this Agreement, shall not

exceed the annual value of the contract.

RFP conditions prevails

1446

Tender should have a

clause saying that GOI

Preferential Market Access

Policy to promote

domestic manufacturing

under Make in India is

applicable in this project-

as per the following

notifications

RFP conditions prevails

1447

a.     Notification

No.8(78)/2010-IPHW dated

10 Feb 2012

RFP conditions prevails

1448

b.     DoT notification No.18-

07/2010-IPdated 05 Oct

2012

RFP conditions prevails

1449

c.      Guidelines issued by

DeitY vide No.8(78)/2010-

IPHW dated 12Jun 2013.

RFP conditions prevails

1450

d.     Notification issued by

DeitY vide No.33(3)/2013-

IPHW dated 23Dec 2013.

RFP conditions prevails

1451

e.     Guidelines issued by

DeitY vide No.33(7)/2015-

IPHW dated 16th

November,2015.

RFP conditions prevails

1452 RFP Conditions prevails

1453 RFP conditions prevails

1454

RFP Document

Volume 2: Scope of

Work

Additional Recommendation - Implementation of

Gazette Preferential market Access Policy of

Government of India on the project.

This PMA policy is made

mandate by MoUD via

Page 130: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1455

Vol1: 1.3

Definitions/Acrony

ms #13 -

Consortium

6

A consortium consists of multiple members (not

more than Three parties - Lead Bidder + 2

Consortium members) entering into a

Consortium Agreement for a common objective

of satisfying the Authority Agreement for a

common objective of satisfying the Authority

requirements & represented by lead member of

the consortium, designated as a "Lead Bidder”.

Also, the responsibility for successful execution

of the entire project will be that of the defined

Lead bidder. The consortium members should

have relevant experience of executing similar

roles and responsibilities in past as stated in the

MoU in Annexure 7.

Parent company existence of Bidder/ Lead

bidder would be

considered for only 100% subsidiary/ division/

sub division/ branch

business unit. For the purpose of technical

evaluation, net worth and turnover of only the

bidding entity will be considered. Net worth and

turnover of any parent, subsidiary, associate or

other related entity will not be Considered.

Since the RFP specifies "The consortium members

should have relevant experience of executing similar

roles and responsibilities in past"

While it is acceptable that for Sole bidder/Lead

bidder Profile, the networth and turnover of only

bidding entity is considered whereas for the Project

Experience criteria, could be fulfilled by any one of

the consortium partners.

The objective of forming a consortium is to draw on

the relevant experience and domain expertise of

consortium members to meet the requirement of

the RFP. RFP conditions prevails

1456

Vol1: 1.2 Fact sheet,

Method of Selection

&

3.4.3: Stage 3:

Commercial

Evaluation (d)

5

&

34

The method of selection is L1. The contract will

be awarded to the bidder quoting the lowest

‘Total Price’ post technical qualification. Prices

inclusive of any applicable taxes, levies etc. will

be considered for arriving at L1 price.

&

The bidder that has quoted the lowest Total

Price (Capex price + Opex price)

shall be awarded the contract. For the purpose

of arriving at L1, prices

inclusive of any applicable taxes and levies etc.

will be considered.

Since the RFP calls for implementation and O&M of

specilised sevices, the selection criteria may be

considered on QCBS (Quality and Cost Basis

Selection).

The 70% weightage may give to Technical Proposal,

whereas 30% weightage to Financial Proposal while

selecting the successful bidder. Please refer to the corrigendum 6

1457

Vol1: Pre-

Qualification

Criteria #2

35

The Sole Bidder or the Lead Bidder of

consortium should have an average annual

turnover of minimum INR 10 crore with

minimum average turnover of INR 5 crore from

one or more of the “specific business areas”

mentioned below over the last three financial

years and, in case of a Consortium, the average

annual turnover for each of the consortium

members over the last three Financial Years

should be INR 2.5 crore or more from one or

more of the “specific business areas” mentioned

below:

mobile app

capability

We request for following inclusion:

The Sole Bidder or the Lead Bidder of consortium

should have an average annual

turnover of minimum INR 10 crore with minimum

average turnover of INR 5 crore from one or more of

the “specific business areas” mentioned below over

the last three financial years and, in case of a

Consortium, the average annual turnover for each of

the consortium members over the last three

Financial Years should be INR 2.5 crore or more

from one or more of the “specific business areas”

mentioned below:

mobile app

capability

Data Center design and

implementation

Please refer to the corrigendum 6

1458

Vol1: Pre-

Qualification

Criteria #5

36

The Sole Bidder or the Lead bidder of

consortium, in case of a Consortium, should

possess any of the below Certifications which

are valid at the time of bidding:

Management System

We request for the following ammendment:

The Sole Bidder or any member of consortium, in

case of a Consortium, should possess any of the

below Certifications which are valid at the time of

bidding:

Management System

RFP conditions prevails

1459

Vol1: Pre-

Qualification

Criteria #7

36

The sole bidder or lead bidder /consortium

partner should have CMM level 5.

Documetry Evidence:- The Sole Bidder or the

Lead Bidder

1. Copies of valid certificates in the name of the

bidding entity

We request to correct the clause for documentry

Evidence as " The Sole Bidder or the Lead Bidder /

Consortium Partner

1. Copies of valid certificates in the name of the

bidding entity

Please refer to the corrigendum 6

1460

Vol1: Pre-

Qualification

Criteria #8

36

The sole bidder or lead bidder should have

completed at least two projects in Govt/Semi

Govt/ PSU; in the field of development and

integration of citizen centric web portal / mobile

app, database management /data warehousing/

business analytics / cloud applications on the

date of release of NIT.

This scope of work relates to software

development, and relevent domain expert could be

a member of Consortium instead of being a lead

bidder. So, we request the following ammendment:

1. We request to revise the clause as " The sole

bidder or lead bidder or any consortium partner

should have completed at least two projects in

Govt/Semi Govt/ PSU; in the field of development

and integration of citizen centric web portal /mobile

app, database management /data warehousing/

business analytics / cloud applications on the date

of release of NIT".

2. We request to consider 'Global' project

experience from any of consortium member.

Please refer to the corrigendum 6

Page 131: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1461

Vol1: Pre-

Qualification

Criteria #9

36-37

The Sole Bidder or any consortium member (in

case of consortium) should have experience of

Operation and maintenance of network

comprising software, ICT hardware of minimum

project value of INR 1 Crore per year in the last

three years on the date of issue of NIT.

The clause should be revised as "The Sole Bidder or

any consortium member (in case of consortium)

should have experience of Operation and

maintenance of network comprising

Application/software, ICT/IT hardware of minimum

project value of INR 1 Crore per year in the last

three years on the date of issue of NIT.

RFP conditions prevails

1462

Vol1: 3.5.1

Technical Bid

Criteria &

Evaluation #A1 -

Annual turnover

39

Average annual turnover from “Specific Business

Areas” as mentioned below for Sole bidder or

Lead bidder (in case of consortium) over the last

three Financial years

Marks shall be allotted as given below:

• More than INR 40 Crore = 7 marks

• More than INR 30 Crore – up to INR 40 Crore =

6.5 marks

•More than INR 20 Crore – up to INR 30 Crore =

6 marks

•More than equal to INR 5 Crore - up to INR 20

Crore = 5 marks

“Specific Business Areas”

•Software Application Development including

mobile app

•Multiple Software application integration

capability

•Database Management

•Business Analytics

•ICT Infrastructure and System Integration

•IoT/Cloud environment

We request for following inclusion:

Average annual turnover from “Specific Business

Areas” as mentioned below for Sole bidder or Lead

bidder (in case of consortium) over the last three

Financial years

Marks shall be allotted as given below:

• More than INR 40 Crore = 7 marks

• More than INR 30 Crore – up to INR 40 Crore = 6.5

marks

•More than INR 20 Crore – up to INR 30 Crore = 6

marks

•More than equal to INR 5 Crore - up to INR 20

Crore = 5 marks

“Specific Business Areas”

•Software Application Development including

mobile app

•Multiple Software application integration

capability

•Database Management

•Business Analytics

•ICT Infrastructure and System Integration

•IoT/Cloud environment/ Data Center Design and

Implementation

Please refer to the corrigendum 6

1463

Vol1: 3.5.1

Technical Bid

Criteria &

Evaluation #A2 -

CMM Certification

39

Marks shall be allotted as given below:

•CMM level 5 =3 marks

Documentry Evidence: Sole Bidder or Lead

Bidder of the Consortium:

Certificate from competent authority

We request to revise the clause as " Sole Bidder or

Lead Bidder or Any Consortium Member of the

Consortium.Please refer to the corrigendum 6

1464

Vol1: 3.5.1

Technical Bid

Criteria &

Evaluation - B

Project Experience

(Max –50 marks) - #

B1 Web

Portal/mobile

app39

The Sole Bidder or lead member (in case of

consortium) should have been awarded and

successfully executed & commissioned

project(s) related to development and

integration of citizen centric web portal / mobile

app components or both having minimum value

of INR 15 crore in India during last five years as

on the date of release of

RFP.

Marks shall be allotted as given below:

• More than equal to 5 Project = 20 marks

• 4 Project = 14 marks

• 3 Project = 10 marks

• 2 Project = 7 marks

We request to revise the Clause as "The Sole Bidder

or lead member (in case of consortium) or any

member of consortium should have been awarded

and successfully executed & commissioned

project(s) related to development and integration of

citizen centric web portal / mobile app components

or both having minimum value of INR 15 crore in

India/International during last five years as on the

date of release of RFP.

Marks shall be allotted as given below:

• More than equal to 5 Project = 20 marks

• 4 Project = 14 marks

• 3 Project = 10 marks

• 2 Project = 7 marks

*Software company could be the consortium

member instead of being a lead bidder.

RFP conditions prevails

1465

Vol1: 3.5.1

Technical Bid

Criteria &

Evaluation - B

Project Experience

(Max –50 marks) - #

B2 City centric

software Integration

Projects

41

The Sole Bidder or lead member (in case of

consortium) should have experience in the field

of City centric software Integration Projects.

Marks shall be allotted as below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

We Request to revise the Clause as "The Sole Bidder

or lead member (in case of consortium) or any

member of Consortium" should have experience in

the field of City centric software Integration Projects

in India/Internationsl.

Marks shall be allotted as below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

*Software company could be the consortium

member instead of being a lead bidder.

Please refer to the corrigendum 6

1466

Vol1: 3.5.1

Technical Bid

Criteria &

Evaluation - B

Project Experience

(Max –50 marks) - #

B3 Software

Plateform

42

The Sole Bidder or lead member (in case of

consortium) should have experience in

developing and implementing IT software

projects in India with Java /J2EE, Application

Servers like JBoss or similar, HTML5/CSS3,

mobile apps native languages (Android, ioS,

Windows, Hybrid language like phonegap), User

Experience in designing User Interfaces. At least

2 projects have been executed (documentary

evidence to be provided as proof of delivery)

with the above mentioned technology stack.

Marks shall be allotted as below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

We request to revise the Clause as "The Sole Bidder

or lead member (in case of consortium) or any

member of the consortium should have experience

in developing and implementing IT software

projects (in house or for 3rd party) in

India/International with Java /J2EE, Application

Servers like JBoss or similar, HTML5/CSS3, mobile

apps native languages (Android, ioS, Windows,

Hybrid language like phonegap), User Experience in

designing User Interfaces. At least 2 projects have

been executed (documentary evidence to be

provided as proof of delivery) with the above

mentioned technology stack".

Marks shall be allotted as below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

*Software company could be the consortium

member instead of being a lead bidder.

RFP conditions prevails

Page 132: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1467

Vol1: 3.5.1

Technical Bid

Criteria &

Evaluation - B

Project Experience

(Max –50 marks) - #

B4 Operation and

Maintenance

43

The bidder must have experience of providing

Handholding and Operational Manpower for

Turnkey IT projects. Minimum no. of manpower

per project should be 10.

Marks shall be allotted as below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

Documentry Evidence:

Sole Bidder/or any Member of Consortium:

1.Work order/Contract clearly highlighting the

scope of work, Bill of Material and value of the

contract/order.

2.Completion Certificate issued & signed by the

competent authority of the client entity on the

entity’s letterhead

OR Self-certificate from the bidder signed by the

concerned project in-charge of the bidder and

counter signed by

authorised signatory for this bid holding written

special

power of attorney on stamp paper along with

the official contact details of the competent

authority of the client entity.

The Authority reserves the right to contact the

aforementioned competent authority.

Operation and Maintenance could be the contract

of IT infra management services also. We request

to revise the Clause as "The bidder must have

experience of providing Handholding and

Operational Manpower for Turnkey IT projects.

Minimum no. of manpower per project should be

10.

Marks shall be allotted as below:

• Four Projects = 10 marks

•Three Projects = 8 marks

• Two Projects =6 marks

Documentry Evidence:

Sole Bidder/or any Member of Consortium:

1.Work order/Contract clearly highlighting the

scope of work, Bill of Material/Service Contract

Agreement and value of the contract/order.

2.Completion Certificate/certificate of contract in

existance as on date, issued & signed by the

competent authority of the client entity on the

entity’s letterhead OR Self-certificate from the

bidder signed by the concerned project in-charge of

the bidder and counter signed by authorised

signatory for this bid holding written special power

of attorney on stamp paper along with the official

contact details of the competent authority of the

client entity.

The Authority reserves the right to contact the

Please refer to the corrigendum 6

1468

Vol1: 5.2 Pre-

Qualification Bid

Covering Letter

52

a. We hereby acknowledge and unconditionally

accept that the Authority can at its absolute

discretion apply whatever criteria it deems

appropriate, not just limiting to those criteria

set out in the RFP and related documents, in

short listing of Agency for providing services.

Terms and conditions should be applicable to bidder

as mentioned in to the RFP. We request to revise

the clause as " We hereby acknowledge and

unconditionally accept that the Authority can at its

absolute discretion apply those criteria set out in

the RFP and related documents, in short listing of

Agency for providing services".

Authority should not apply the criteria it deems

appropriate but out of the RFP and related

documents.

RFP conditions prevails

1469

Vol2: 11 Payment

Terms and Schedule

#2184

Due payments shall be made promptly by the

Authority, generally within Sixty (60) days after

submission of an invoice or request for payment

by MSI

We request to make payment within 30 days and

revise the clause as "Due payments shall be made

promptly by the Authority, generally within thirty

(30) days after submission of an invoice or request

for payment by MSI

Please refer to the corrigendum 6

1470

Volume 2, Scope of

Work. 1.3.

9 of 245

1.Development Phase: System Documentation:

Version control Data

2. Programs: Entire Source Code

3. Programs: All Old Versions to be maintained

1. Kindly modify it as " Version Control Data from

the date of installation".

2. Please let us know why would LSC require Source

Code, when the MSI is going to stay with the LSC for

the entire period of Life Cycle of the project.

Kindly note that all there will be third party

applications and the OEMs will not be willing to

share Source codes.

3. Kindly modify it as " All Old Versions to be

maintained from the date of installation".

RFP conditions prevails

1471

Volume 2, Scope of

Work. 1.514 of 245,

"MSI shall assess existing infrastructure's current

ability".....

Please share list of available infrastructure with

detailed data sheet.

RFP conditions prevails

1472

, Volume 2, Scope of

Work. 1.5

16 of 245

The MSI must attach OEM Authorization for the

various products listed below.

• Operating System

• Virtualization layers

• RDBMS

• Integration Layer

• Message Queue Layer

• Application server

• API Management Framework

• All other OEM Enterprise Software products

We would like to submit that following are not likely

to be provided by OEMs and will be developed by

MSI / Consortium, and OEM Authorization will not

be possible:

• Integration Layer

• Message Queue Layer

• Application server

• API Management Framework

Please advise

RFP conditions prevails

1473

, Volume 2, Scope of

Work. 1.5

19 of 245

The MSI will setup a local server on the

Integrated Command & Control Centre

which will communicate with the central

server.

We understand that Integrated Command & Control

Centre is one only. Please elaborate the purpose of

Local Server and Central Server and location of

Central Server.

Please refer to the corrigendum 6

1474

Volume 2, Scope of

Work

AND

Volume 2, Scope of

Work 2.2

24 & 26 of 245,

15. Storage Capacity : Minimum 100 GB

AND

p. The digital media player/thin client on the

LED display shall have minimum 4 GB, RAM and

16 GB flash memory with at least 1.5 Ghz

processor for playing rich content and for

integration with sensors.

VMS will be installed at outdoors. After going

through the technical and functional requirements,

we understand that few hundred MB storage will be

adequate. Equipping VMS will 100 GB storage and

making the storage functional will also require

compatible processors and other circuitry. This will

increase the cost of VMS exorbitantly high.

Please let us the purpose of 100 GB storage in VMS.

Please let us know which spec. is to be followed.

Please refer to the corrigendum 6

Page 133: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1475

Volume 2, Scope of

Work. 2.224 of 245,

20. Connectivity : IP Based Please let us know how the VMS will communicate

with Command Centre and vice versa? GPRS/4G

and/or Wi-Fi and/or over Fiber cable?RFP conditions prevails

Bidder may use wireless

technology covering the functional

requirement of the RFP

1476

Volume 2, Scope of

Work. 2.2

24 of 245,

Casing: IP 55 rated for housing As VMS will be installed outdoor, to protect it from

dust, humidity and rain, the casing should minimum

be IP 65 or 66.

Please advise.

RFP conditions prevails

1477

Volume 2, Scope of

Work. 2.3.1

40 of 245,

29. Edge Computing Please let us know the purpose of Edge Appliances.

To the best of our understanding, EDGE Appliance

will not add any advantage rather add cost to the

project. We request for the remove of the same.

Please confirm.

RFP conditions prevails

1478

Volume 2, Scope of

Work. 2.3.1

40 of 245,

52. Collaboration If the Collaboration Platform is to be interfaced with

PSTN Lines form the Service provider, there are

likely two options:

a) Implement Collaboration Platform offered by the

same service provider. This may lead to restriction

of few functional requirement as stated in the RFP.

b) Obtain ISP licence from TRAI. This option has

other legal implications.

Please advise.

RFP conditions prevails

Bidder should meet the functional

Requirements mentioned in the

RFP

1479

Volume 2, Scope of

Work. 2.3.2

61 of 245,

Video Display Wall (VDW) 1. Kindly let us know the Matrix of 55 inch display.

2. As the VDW is expected to be Wall-to-Wall lesser

the no. of display, lesser the no. of control

equipment, easier to install, configure, operate and

maintain.

Keeping in view of above, we suggest to change the

dimension of VDW from 55 inch to 70 inch.

3. "The native resolution of each Visual Display Unit

/ Rear Projection Module should be 1920 X 1080

pixels (Full HD) and should have LED as its light

source with ultra-thin configuration."- Please

remove ultra thin configuration so that all OEM Can

qualify

Please refer to the corrigendum 6

1480

Volume 2, Scope of

Work. 2.3.2

63 of 245,

Video Display Wall (VDW) "A pedestal shall be provided to support the VDW. If

the manufacturer’s standard pedestal does not

comply with the height requirement, the MSI shall

supply a custom setup."

As the name suggests Video Display Wall, it is best

implemented on a wall.

Kindly remove the requirement of Pedestal and

allow mounting on wall for better performance.

Pedestal may cause implementation problem.

RFP conditions prevails

1481

Volume 2, Scope of

Work. 2.3.2

65 of 245

Video Display Wall (VDW) Please provide information of "all boardroom or

auxiliary display device".

Understand that "boardroom or auxiliary display

device" are not in scope. If yes, please provide

specifications and functional requirements.

RFP conditions prevails

1482

Volume 2, Scope of

Work. 3.2

74 of 245

ICT Enabled Solid Waste Management Understand that the scope is to integrate the

existing command center of SWM with Integrated

Command & Control Centre.

Please advise.

RFP is Self Explanatory

1483

Volume 2, Scope of

Work. 3.3

75 of 245,

Smart Parking Understand that the scope is to integrate the

existing Parking Command/Operation center with

Integrated Command & Control Centre.

Please advise.

RFP is Self Explanatory

1484

Volume 2, Scope of

Work. 3.4

77 of 245,

Energy Efficient Street Lighting Solution Understand that the scope is to integrate the

existing Street Light Command/Operation center

with Integrated Command & Control Centre.

Please advise.

"ICCC should support lighting control like diming,

switch on/off, group/individual control etc."

Please confirm that the existing Street Light System

has all the features. Otherwise, this function is not

achievable.

RFP is Self Explanatory

1485

Volume 2, Scope of

Work. 3.5, 3.6, 3.7,

3.8, 3.9, 3.10 77, 78, 79, 80 of

245,

Multiple sub sections Understand that the scope is to integrate the

existing Systems' Command/Operation center with

Integrated Command & Control Centre.

Please advise.

RFP is Self Explanatory

1486

Volume 2, Scope of

Work. 3.7

80 of 245

City Surveillance "Should support multiple video sources from

multiple locations. Platform should have no

limitation in displaying the number of CCTV video

sources"

Does it mean that separate Video Management and

Recording Servers to be installed? Please confirm.

RFP conditions prevails

MSI has to study and integrate the

existing system

Page 134: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1487

Volume 2, Scope of

Work. 3.1

83 of 245

Unified Smart Mobility card "Scope of Work: The MSI is expected to integrate

the services of various departments into Lucknow

Metro card so as to achieve the concept of One City-

One Card. Below are the minimum list of the

services/ departments that are expected to be taken

for the integration:"

Kindly elaborate SoW further.

RFP is Self Explanatory

1488

Volume 2, Scope of

Work. 4.1

84 of 245,

Geographical Information System…. "…….MSI has to analyse the gap in the GIS data and

shall augment the GIS data as per the requirement.

MSI should conduct analysis of integration points

and provide a detailed report and get approval from

LSCL before integration."

It is difficult to quantify volume of work, in terms of

no. of data to be surveyed. Please suggest certain

no. of data so that the same can be the reference

point for all bidders.

Please refer to the corrigendum 6

1489

Volume 2, Scope of

Work. 4.1

85 and 87 of

245,

Geographical Information System…. i. MSI shall carry out collection of data from various

agencies or Government departments. Data

creation - Necessary Survey, collection from various

sources, compilation, digitization, accurate geo-

referencing, migration, data conversion, integration

& maintenance shall be carried out by MSI.

Authority will help in providing the authorizing

letters for collection of the data.

AND

xxi. Data creation - Necessary Survey, collection

from various sources, compilation, digitization,

accurate geo-referencing, migration, data

conversion, integration & maintenance shall be

carried out by MSI.

The volume of work in terms of data creation

through field survey can not be assessed and

quantified.

Please quantify the no. of data points so that

costing can be worked out.

Please refer to the corrigendum 6

1490

Volume 2, Scope of

Work. 5.1

114 of 245,

City Network "4. MSI should estimate the bandwidth requirement

for connectivity between ICCC and Data Center and

the same shall be clearly provisioned in the

technical proposal with detailed calculations. The

connectivity between ICCC and Datacenter shall be

through SWAN (State wide area network) "

Kindly let us know the existing capacity of SWAN

and dedicated bandwidth can be provided to the

project at the nearest Aggregation Point.

Please refer to the corrigendum 6

1491

Volume 2, Scope of

Work

142 of 245,

Database "Database Licence should be un-restricted and

perpetual"

Please advise if any OEM of Enterprise class

Database is offering "un-restricted and perpetual"

Licence.

To the best of our information no OEM is offering

such licence. Kindly remove this clause.

RFP conditions prevails

1492

Volume 2, Scope of

Work. 6161 of 245,

OEM Professional Services for Project

Implementation

This can be achieved thru' tripartite agreement and

need to be facilited by LSCL

Please confirm and provide the format of tripartite

agreement. RFP conditions prevails

1493

Volume 2 , Section

5.2: Data Center and

Disaster Recovery

Subsection: Disaster

Recovery (DR) Site

120

Disaster Recovery Site will be on Meghraj cloud

platform (National Informatics Centre) with

100% uptime.

Please Clarify is required storage with relevant

Capacity & Performance (IOPS) is to be provisioned

by SI or it will be provided by NIC Meghraj Cloud.

If it has to be provisioned by NIC Megraj Cloud then

please confirm the Availability of Storage Capacity

at NIC Meghraj Cloud along with the details of

Storage (Make & Model) from which NIC Meghraj

cloud will allocate the required capacity since DR

Storage has to compatible with DC Storage.

RFP conditions prevails

1494

Volume 2 , Section

5.2: Data Center and

Disaster Recovery

Subsection: Disaster

Recovery (DR) Site

121

Both DC and DR Site shall work in an Active-

Active mode. Please clarify is the required functionality of Active

Active DC & DR is required for some selected set of

application with the availability of this functionality

at application level. If yes please clarify the list of

applications with native functionality support of

Active Active DC & DR.RFP conditions prevails

1495

Volume 2 , Section

5.2: Data Center and

Disaster Recovery

Subsection: Disaster

Recovery (DR) Site

121

Zero RPO (Recovery Point Objective) and RTO

(Recovery Time Objective) of 10 minutes.

Please clarify is the required functionality of Zero

RPO is required for some selected set of application

with the availability of this functionality at

application level or is this requirement for all

applications.

If is it required for all applications then it will be a 3

Site Storage solution with Primary Site ( Lucknow

SDC ) , Near Line Site (Please confirm the Site ) & DR

Site ( NIC Meghraj). RFP conditions prevails

Page 135: RFP Volume/Section RFP Page No. Content in the RFP Clarification sought Suggestions/Justification 1 DC/DRC Monitoring DashboardPage 122 The system should allow for easy deplo

1496

Volume 1, Right to

vary quantity. 2.30

30

Right to vary quantity

a. At the time of award of contract, the quantity

of goods, works or services originally specified in

the bidding documents may be

increased/decreased. It shall be without any

change in the unit prices or other terms and

conditions of the Bid and the bidding

documents.

We request to provide some minimum/ maximum

ceiling to the "Right to vary quantity" and amend

the clause as below:

a. At the time of award of contract, the quantity of

goods, works or services originally specified in the

bidding documents may be increased/decreased (+/-

) by 10%. It shall be without any change in the unit

prices or other terms and conditions of the Bid and

the bidding documents.

Please refer to the corrigendum 6

1497

Volume 1, Right to

vary quantity. 2.30

30

Right to vary quantity

c. Repeat orders for extra items or additional

quantities may be placed, if it is provided in the

bidding document, on the rates and conditions

given in the contract if the original order was

given after inviting open competitive bids.

Delivery or completion period may also be

proportionally increased.

We request to provide some timeline ceiling to the

"Right to vary quantity" and amend the clause as

below:

c. Repeat orders for extra items or additional

quantities may be placed, if it is provided in the

bidding document, on the rates and conditions

given in the contract if the original order was given

after inviting open competitive bids till 6 months

from the date of signing of agreement. Delivery or

completion period may also be proportionally

increased.

Please refer to the corrigendum 6

1498Volume 1, Site Visit.

2.32 30

Site Visit We request to provide some layout/ sitemap etc

before arranging the site visit.Please refer to the corrigendum 6

1499

Volume 3, 8

8

Approvals and Required Consents We request to make this clause as part of Clause no.

3. on page no. 6 & 7 i.e. Conditions Precedent RFP conditions prevails

1500

Volume 3, 15

18 & 19

Indemnity We request LSCL to consider and Indemnify SI also

due to any breach, damage, loss etc occurred to SI

by Authority or people related to the authority. RFP conditions prevails

1501

Volume 3, 17.2

20

17.2. If the delay occurs due to circumstances

beyond control of SI such as strikes,

lockouts, fire, accident, defective materials,

delay in approvals or any cause

whatsoever beyond the reasonable control of SI,

a reasonable extension of time

shall be granted by the Authority.

We request to amend the clause as below:

17.2. If the delay occurs due to circumstances

beyond control of SI such as strikes, lockouts, fire,

accident, defective materials, delay in approvals or

any cause whatsoever beyond the reasonable

control of SI, a reasonable extension of time shall be

granted by the Authority as mutually agreed with

SI.

Further, if delays are beyond the SI control and

project gets delayed to unresonable timelines, then

the SI has right to submit the revised offer for

resuming the services/ deliveries.

RFP conditions prevails

1502

Volume 3,

Termination, 35

28 & 29

35.5. SI may, subject to approval by the

Authority, terminate this Contract before the

expiry of the term by giving the Authority a prior

and written notice at least 3 months in advance

indicating its intention to terminate the

Contract.

We request to amend the clause as below:

SI may, subject to approval by the Authority,

terminate this Contract before the expiry of the

term by giving the Authority a prior and written

notice at least 3 months in advance indicating its

intention to terminate the Contract. If the intention

attributed by SI is due to the failure on the part of

Authority, then the SI shall be duly compensated till

the date of termination for the material and

services assigned to LSCL and all relevent dues shall

be payable to SI.

RFP conditions prevails

1503

Volume 3,

Consequence of

Termination, 3629 & 30

We reuest to add:

In case the termination is due to failure attributed

to Authorities, there shall be a time bound payment

shcedule.

RFP conditions prevails

1504

Volume 1, Bid Price,

2.15

21

Prices quoted by the Bidder shall remain firm

during the entire contract period and not

subject to variation on any account. A bid

submitted with an adjustable price quotation

shall be treated as non-responsive and rejected.

We request for following amendment in this clause

as:

Prices quoted by the Bidder shall remain firm during

the entire contract period and not subject to

variation on any account except the statutory

changes, if any which shall be applicable to either

side to pass on/ levi on as per the changes

applicable. A bid submitted with an adjustable price

quotation shall be treated as non-responsive and

rejected.

RFP conditions prevails

1505

Volume 1, CAPEX,

7.2 87 to 91

Price component for CAPEX: Due to GST implementation and diffrenet GST rate

applicable to different supply items and services, we

request to split the CAPEX BOQ in Supply of items

and I&C of items

RFP conditions prevails