1 22transport.delhi.gov.in/sites/default/files/all-pdf/tender.pdf · automatic vehicle tracking...
TRANSCRIPT
Page 1 of 22
Tender Ref. No. – E-TenderNoticeNo. 2018_TD_161270_1
Issued by:
Transport Department
Government of NCT of Delhi
5/9, Under Hill Road, Delhi-110054
“Selection of agency to operationalise IP CCTV And Auto-
matic Vehicle Tracking System in DTC and Cluster Scheme
Buses on Infrastructure as a service model”
Tender Ref. No. – E-TenderNoticeNo. 2018_TD_161270_1 – Dated 01.11.2018
Corrigendum 1
Date of Corrigendum: 22.11.2018
Page 2 of 22
S. No. RFP Reference
(s)
Original Content of RFP Revised Content of RFP
1. Page No. 9, Im-
portant Dates S.
NO. 4
Last date and time for Bid Sub-
mission (30/11/2018 at 15.00
hours)
The due date and time for bid submis-
sion is being extended till 10/12/2018
at 1500 hours
2. Page No. 9, Im-
portant Dates S.
NO. 5
Date and time of opening of
bids (30/11/2018 at 15.30
hours)
The due date and time of opening of bid
is 10/12/1018 at 1530 hours
3. Page No. 20,
Clause 6.26.1, a)
Pre-Qualification
for Bidder, S. No.
3
The Bidder shall have annual
turnover of minimum INR 500
crores for last three financial
years 2015-16, 2016-17 and
2017-18
To be read as “The Bidder shall have
average turnover of minimum INR 500
crores for last three financial years
2015-16, 2016-17 and 2017-18”
4. Page No. 22,
Clause 6.26.1, b)
Pre-qualification
criteria for Key
Products/Solu-
tions, S. No. 2
The OEM of Camera and
mNVR should have installed
minimum 5000 IP Cameras in
India as on bid submission date
To be read as "The OEM of Camera
and mNVR should have supplied mini-
mum 5000 IP Cameras in India as on
bid submission date"
5. Page No. 29,
Clause 7, Pay-
ment Terms, sub
clause 7.1.1
Table of Payment Terms To be replaced as Annexure 8 of cor-
rigendum
6. Page No. 64,
Clause 10.3 Over-
view, sub clause
(i)
Inside all buses, three (3) IP
CCTV Cameras, one (1) 9” Dis-
play, one (1) mNVR with hous-
ing & storage, four (4) Panic
Buttons, one (1) Sounder cum
Strobe, one (1) Audio console
with all other required accesso-
ries will be installed.
To be read as “Inside all buses, three
(3) IP CCTV Cameras, one (1) 7” Dis-
play, one (1) mNVR with housing &
storage, four (4) Panic Buttons, one (1)
Sounder cum Strobe, one (1) Audio
console with all other required acces-
sories will be installed”, refer specifica-
tion and compliance in Annexure 2 of
corrigendum
7. Page No. 74,
Clause 10.8 Solu-
tion Architecture
Requirements,
sub clause 10.8.4
Additional Information List of DTC and Cluster Depot details,
Refer Annexure 4 of corrigendum
8. Page No. 83,
Clause 13.1 Bill of
Quantities, S. No.
8
Set of Panic Button (1 in each
bus)
To be read as “Set of Panic Button (4
panic buttons in each bus)”
9. Page No. 84,
Clause 13.1 Bill of
Quantities, S. No.
40 and 52
Description UoM BoM QTY
Firewall Li-cense as per Specification
No(s) 1
To be read as
Description UoM BoM QTY
Firewall License as per Specification
No(s) 2
10. Page No. 125,
Section 16.8: An-
nexure 8 Financial
Proposal Formats
Annexure 8 Financial Proposal
Formats
Bidder needs to mandatory upload the
revised Financial Proposal Formats as
per Annexure 1 of corrigendum includ-
ing the following:
Page 3 of 22
S. No. RFP Reference
(s)
Original Content of RFP Revised Content of RFP
• Financial Bid Letter
• Breakdown of Cost Compo-
nents
• Financial Bid Format - Opex
11. Page No. 154,
Clause Annexure
11.1 Technical
Specification and
Compliance of
VMS Application
and Vehicle
Tracking Soft-
ware, S. No. 5.00
and S. No. 8.00
Additional Specification added
under S. No. 5.00 Video re-
cording Software and S. No.
8.00 Vehicle tracking Software
Refer Annexure 5 of corrigendum
12. Page No. 156,
Clause Annexure
11.2 Specification
and Compliance
of Firewall cum L3
Switch for Com-
mand Centre, S.
No. 4
Firewall appliance should have
at least 30x 1GE SFP interface,
6x 10G SFP+ interfaces and 2
GE RJ45 Management ports
Shall be read as “Firewall appliance
should have at least 30x 1G copper in-
terface, 6x 10G SFP+ interfaces and 2
GE RJ45 Management ports”
13. Page No. 159,
Clause Annexure
11.3 Specification
and Compliance
of IP camera, S.
No. 10
Video Compression: H.265+ /
H.265 / H.264 / H.264+,
MPEG-4, M-JPEG
To be read as “Video Compression:
H.265+/H.265, H.264+/H.264, MPEG-
4, MJPEG”
14. Page No. 159,
Clause Annexure
11.3 Specification
and Compliance
of IP camera, S.
No. 16
IR Distance: Distance up to
30m or more
To be read as “IR Distance: Distance
10m or more”
15. Page No. 159,
Clause Annexure
11.3 Specification
and Compliance
of IP camera, S.
No. 28
Camera Ruggedness: Rugged,
vibration and shock proof hous-
ing vibration resistance as per
EN 50155, EN 50121, AIS004
To be read as “Camera Ruggedness:
Rugged, Vibration and shock proof
housing vibration resistance as per EN
50155, AIS004”
16. Page No. 161,
Clause Annexure
11.4 Specification
and compliance of
Mobile NVR, S.
No. 10
Video Compression Standards
Supported: H.265+/ H.265,
H.264, H.264+, MPEG-4,
MJPEG
To be read as “Video Compression:
H.265+/H.265, H.264+/H.264, MPEG-
4, MJPEG”
17. Page No. 161,
Clause Annexure
11.4 Specification
and compliance of
Event Based Recording and
Tagging:
Pre-recording – 1 to 15 minutes
(Secondary Stream)
Event Based Recording and Tagging:
Pre-recording – 1 to 30 minutes (Sec-
ondary Stream),
Post-recording – 1 to 30 minutes (Sec-
ondary Stream)
Page 4 of 22
S. No. RFP Reference
(s)
Original Content of RFP Revised Content of RFP
Mobile NVR, S.
No. 20
Post-recording – 1 to 60
minutes (Secondary Stream)
18. Page No. 162,
Clause Annexure
11.4 Specification
and compliance of
Mobile NVR, S.
No. 36
Shock resistance: EN 50121 or
equivalent
This parameter stands deleted
19. Page No. 163,
Clause Annexure
11.4 Specification
and compliance of
Mobile NVR, S.
No. 43
Certification: UL, CE, FCC,
EN50155, BIS, EN 61000,
AIS004
To be read as “Certification: UL, CE,
FCC, EN50155, BIS, AIS004”
20. Page No. 188,
Clause Annexure
11.18 Specifica-
tion and compli-
ance of Passive
Component, S.
No. 1.06
CAT 6 FTP with Aluminium Foil
and Armoured (Steel Tape)
with double HDPE sheath.
This parameter stands deleted
21. Page No. 188,
Clause Annexure
11.18 Specifica-
tion and compli-
ance of Passive
Component, S.
No. 1.10
Cable should have Drain wire
and outer sheath must be anti-
termite.
This parameter stands deleted
22. Page No. 188,
Clause Annexure
11.18 Specifica-
tion and compli-
ance of Passive
Component, S.
No. 2.06
FR-PVC Blue Jacket 4 Pair 23
AWG Copper Cable with inte-
gral cross member pair separa-
tor and should support band-
width of 600 MHz
To be read as "LSZH PVC White
Jacket 4 Pair 23 AWG Copper Cable
with integral cross member pair sepa-
rator and should support bandwidth of
600 MHz"
23. Page No. 188,
Clause Annexure
11.18 Specifica-
tion and compli-
ance of Passive
Component, S.
No. 2.10
The Cable Should be UL/ETL
certified with Zero Bit error (cer-
tificate required)
To be read as "The Cable Should be
UL/ETL certified (certificate required)"
24. Page No. 189,
Clause Annexure
11.18 Specifica-
tion and compli-
ance of Passive
Component, S.
No. 3.09
It should have a Dust cover to
cover the keystone.
To be read as "It should have a Dust
cover in the Face Plate".
Page 5 of 22
S. No. RFP Reference
(s)
Original Content of RFP Revised Content of RFP
25. Page No. 189,
Clause Annexure
11.18 Specifica-
tion and compli-
ance of Passive
Component, S.
No. 5.06 and 5.07
High Impact Plastic Body ABS
FR Grade 86 x 86 mm for sin-
gle & dual port
High Impact Plastic Body ABS
FR Grade 86 x 147 mm for
Quad
To be read as “High Impact Plastic
Body ABS FR Grade of suitable size for
single, dual and Quad port”
26. Page No. 214,
Clause Annexure
11.23 Specifica-
tion and compli-
ance of Command
Centre Design, S.
No. 4.03
Monitors shall be mounted on
Slat wall. All arms shall be ar-
ticulating Die cast aluminium
arm and must not be fixed on
the table top. The desk shall be
able to house computer equip-
ment, Ethernet Points, Power
Distribution Unit. The work-
station CPUs shall be mounted
on Heavy-duty Slide out CPU
trays for ease in maintenance,
all equipment and its wiring
shall be concealed from direct
human view. Console must
have exhaust fan for cooling ar-
rangement.
To be read as "Monitors shall be
mounted on Slat wall. All arms shall be
articulating Die cast aluminium arm
and must not be fixed on the table top.
The desk shall be able to house com-
puter equipment, Ethernet Points,
Power Distribution Unit. The work-
station CPUs shall be mounted on
Heavy-duty Slide out CPU trays for
ease in maintenance, all equipment
and its wiring shall be concealed from
direct human view. Console must have
exhaust fan for cooling arrangement.
Monitor Arm Assembly shall have auto-
lock, push & add/remove extendible
arms with tool less addition/ deletion
feature to cater future requirements"
27. Page No. 161,
Clause Annexure
11.4 Specification
and compliance of
mobile NVR
Additional Parameter (Addi-
tional Specification point no.
46)
Refer Annexure 3 of corrigendum
28. Page No. 175, An-
nexure 11.11
Specification and compliance
of video wall
To be replaced as Annexure 6 of corri-
gendum
29. Page no. 213,
Annexure 11.22
Specification and compliance
of Network Storage for DC and
DR (100TB usable)
To be replaced as Annexure 7 of corri-
gendum
Page 6 of 22
Annexures
Annexure 1
Annexure 8: Financial Proposal Formats
Annexure: 8.1 Financial Bid Letter
To
{Procurement Entity}
Sir,
Sub: Request for Proposal for Selection of agency to operationalise IP CCTV and Automatic Ve-
hicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service
model.
Ref: RFP No. <<>> dated <<DD/MM/2018>>
We, <<name of the undersigned Bidder and consortium members>>, having read and examined in detail
all the bidding documents in respect of set up of Selection of agency to operationalise IP CCTV and
Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure
as a service model. I do hereby propose to provide our services as specified in the bidding proposal
submitted by us.
All the prices mentioned in our bid are in accordance with the terms as specified in the bidding docu-
ments. This bid is valid for a period of 180 calendar days from the date of submission of RFP to the
bidder.
We have studied the relevant clause(s) in Indian Tax Laws and hereby declare that if any taxes, sur-
charge, Professional and any other corporate Tax in altercated under the laws, we shall pay the same.
We have indicated in the relevant annexure enclosed, the unit rates on account of payment as well as
for price adjustment in case of any increase or decrease from the scope of work under the contract.
We declare that our bid prices are for the entire scope of work as specified in the Scope of Work and bid
documents. These prices are attached with our bid as part of the bid.
We hereby declare that in case the contract is awarded to us, we shall submit the contract Performance
Bank Guarantee in the form prescribed in Section 6.34 of RFP within 15 days of issue of LOI.
We hereby declare that our bid is made in good faith, without collusion or fraud and the information
contained in the bid is true and correct to the best of our knowledge and belief.
We understand that our bid is binding on us during the validity period or the extensions thereof and that
you are not bound to accept a Bid you receive.
Page 7 of 22
We confirm that no deviations are attached here with this financial offer.
Thanking you,
Yours sincerely,
(Signature of the Authorized Bidder)
Name
Designation
Seal
Date:
Place:
Business Address:
Page 8 of 22
Annexure 8.2 - Breakdown of Cost Components
Note:
• Bidder should provide all prices, quantities as per the prescribed format under this Annexure. Bidder should not leave any field blank. In case the
field is not applicable, Bidder must indicate “0” (Zero) in all such fields.
• The Bidder shall take the quantities mentioned as minimum quantities. However, for proper functioning of the system, the bidder may include
components which may not have been mentioned or increased quantities.
• It is mandatory to provide breakup of all Taxes, Duties and Levies wherever applicable and or payable.
• Purchaser reserves the right to ask the Agency to submit proof of payment against any of the taxes, duties, levies indicated.
• Purchaser shall take into account all Taxes, Duties and Levies for the purpose of Evaluation.
Annexure: 8.2.1 Financial Bid Format-OPEX
S No. SOR Description UoM
Contract Period
QTY per
Month
Contract QTY
Unit Rate Per Month
Cost per Month
Total Cost for 60 months (5
Years)
A B C = A x
B D E = D x B F = D x C
1 Providing services for IP based CCTV Surveillance in buses of DTC and Cluster Scheme under Transport Department of NCT. The SOW defines the Operationalize and Maintenance job of IP CCTV System in Buses, Command & Control Centre, Viewing Centre, Data centre and Viewing Centre at depot. Reference SOW (SOW No) of IP CCTV Surveillance System.
1.01 Providing services of CCTV System in every Bus of DTC and cluster Scheme as per SOW (Line 1 of Implementa-tion Scheme)
Month(s) 60 5,000 3,00,000
-
-
1.02 Providing services of Viewing Centre for CCTV Footage at depot level as per SOW (Line 2 of Implementation Scheme)
Month(s) 60 66 3,960
-
-
1.03
Providing services of Command & Control Centre for GPS based Vehicle Tracking System, CCTV and Alarm monitoring as per SOW (Line 3 of Implementation Scheme)
Month(s) 60 1 60
-
-
1.04 Providing services of Viewing Centre for CCTV Footage investigation as per SOW (Line 4 of Implementation Scheme)
Month(s) 60 1 60
-
-
Page 9 of 22
S No. SOR Description UoM
Contract Period
QTY per
Month
Contract QTY
Unit Rate Per Month
Cost per Month
Total Cost for 60 months (5
Years)
A B C = A x
B D E = D x B F = D x C
1.05 Providing services of dedicated Data Centre as per SOW (Line 5 of Implementation Scheme)
Month(s) 60 1 60
-
-
1.06 Providing services of dedicated Disaster Recovery Cen-tre as per SOW (Line 6 of Implementation Scheme)
Month(s) 60 1 60
-
-
1.07 Channel license cost of Analytics (refer Annexure 11 for specification) per camera as one-time Unit Rate
No(s) NA NA 15000
-
1.08 Lump sum cost of all required Hardware for Analytics shall be quoted as a set of 50 cameras per set
Set(s) NA NA 100
-
1.09
Cost of Integration of the proposed solution with the ad-ditional buses pre-fitted with the system component for bus. The integration shall include all level of integration with required set of licenses and soft or SDK level inte-gration*.
No(s) NA NA 1000
-
2 Providing services for monitoring, operation and troubleshooting tackles as per the requirement at Command and Control Centre. Reference SOW (SOW No) of Monitoring of IP CCTV Surveillance System.
2.01 CCTV operator for 24/7 Resource(s) 60 0
-
-
2.02 Technical Resource 24/7 Resource(s) 60 0
-
-
2.03 Helpdesk Resource(s) 60 0
-
-
2.04 Assignment Manager Resource(s) 60 1 60
-
-
2.05 Operations Manager Resource(s) 60 1 60
-
-
S. No. SOR Description UoM QTY Unit Rate Total Cost
A B C = A x B
3.00 Cost of Re-installation of the system com-ponent on the bus (like installa-tion of the system on another bus after dismantling the
Per Bus(s) 1000
Page 10 of 22
S. No. SOR Description UoM QTY Unit Rate Total Cost
A B C = A x B
system components from the old/ scrapped bus). **
Total Amount before GST
GST @18%
Total Amount inclusive of GST
INR in word:
*The purchaser reserves the right to change the quantity based on the actual requirement.
** The above cost will be paid on actuals depending upon the number of buses on which the system has been reinstalled.
Note:
i. Above breakup of rates is only for determining the total bid value for shortlisting the successful bidder for work award. However, actual payments shall be regulated
based on the actual number of locations/buses where services as per SOW were delivered during the billing period.
ii. The number of locations mentioned above are indicative only and Purchaser reserves the right to increase or decrease the number of actual locations/buses
intended to be covered under the contract.
iii. In addition, Purchaser reserves the right to increase or decrease the quantities of items indicated in the above BOQ and the payments shall be based on the
actual quantity of items.
iv. I/We do hereby confirm that my/ our bid price includes all statutory taxes/ levies but excluding GST (as applicable on the services). I/ We also declare that any
tax, surcharge on tax and / or any other levies, if altered in future and payable under the law, the same shall be borne by me/ us.
v. The quoted rates for all items shall remain unchanged for entire term of the Contract Agreement. In case there is increase or decrease in any item(s) to be
installed, then the payment to the Service Provider shall be made as per actuals, as the case may be, in reference to the quoted price in the financial bid and/or
as assessed by the Purchaser in case item is not mentioned in the financial bid
vi. Bidder needs to provide cost of analytics license per camera as a separate line item. Bidder is required to the cost for this item for future purposes. Purchaser
reserves the right to consider deployment of Analytics at any point of time within the project contract period)
Page 11 of 22
Annexure 2
Specification and compliance of Display (7”):
Annexure 3
S. No. Parameter Specification Compliance
(Yes/No)
Deviation
(if any)
46 Hardware The mobile NVR shall be equipped
with inbuilt module for 4G/LTE, GPS
and Wi-Fi (refer Specification
11.5,11.6 and 11.7), Sim card is
considered in MNVR, same sim will
be used for the AVTS.
S.
No. Parameter Specification
Compliance
(Yes/No)
Deviation
(if any)
1 Size Minimum 7" TFT LCD with arrow
keys and number buttons
2 Luminance 400cd/m2
3 Viewing angle 70/70/50/70 (L/R/U/D)
4 Resolution 800 × 480 or better
5 Back-light Type LED
6 Video Inputs Two
7 Functionality Live view and play back
8 Power Source mNVR
Page 12 of 22
Annexure 4
DTC BUS DEPOT CLUSTER BUS DEPOT
S. No. Name of Depot S. No. Name of Depot
1 B.B.M. Depot 1 Sunheri Pullha Depot
2 Rohini - I 2 kushak nallah Depot
3 Rohini - II 3 Okhla Depot
4 Rohini - III 4 Kair Depot
5 Rohini - IV 5 Kanjhawala Depot
6 Wazir Pur 6 BBM-I Depot
7 Subhash Place 7 Rajghat Depot
8 G.T.K. Depot 8 Dilshad Garden Depot
9 Bawani 9 Seemapuri Depot
10 Nangloi 10 Dichaone Kalan Depot
11 Kanjhawla 11 Rani Khera - I
12 Narela 12 Rani Khera -II
13 Kalka Ji 13 Rani Khera - III
14 SNDP 14 Dwarka Sector-22
15 Ambedkar Nagar 15 Revla Khanpur
16 Vasant Vihar 16 Kharkari Nahar
17 Tehkhand 17 Bawana Sector-1
18 Sukhdev Vihar 18 Bawana Sector-5
19 Sarojini Nagar 19 East Vinod Nagar
20 Nand Nagri 20 Rohini Sector-37 I
21 NOIDA 21 Rohini Sector-37 II
22 East Vinod Nagar 22 Burari
23 Hasan Pur 23 BBM-II
24 Inderprastha
25 Yamuna Vihar
26 Gazi Pur
27 Raj Ghat - I
28 Raj Ghat - II
29 Hari Nagar - I
30 Hari Nagar - II
31 Hari Nagar - III
32 Kesho Pur
33 Naraina
34 Shadi Pur
35 BAGDOLA
36 Dwarka Sector - 2
37 Maya Puri
38 Dichaon Kalan
39 Peera Garhi
40 Ghuman Hera Depot-I
41 Ghuman Hera Depot-II
42 Ghuman Hera Depot-III
43 Mundela Kalan
Page 13 of 22
Annexure 5
Technical Specification and Compliance of VMS Application and Vehicle Tracking Software
S.No. VMS Specification Compliance
(Yes/No) Deviations
(if any)
5.00 Video Recording Software:
5.12 VMS should provide the option to access the number of cameras in the bus, based on the user requirement.
8.00 Vehicle Tracking Software:
8.14 GIS Integration:
a
Implementation Agency shall undertake detail assessment for integra-
tion of the Surveillance System with the Geographical Information Sys-
tem (GIS) so that physical location of Depots, GPS fitted buses (Vehicle
Tracking) and cameras are brought out on the GIS map. Implementa-
tion Agency is required to carry out the seamless integration to ensure
ease of use of GIS in the Surveillance System Applications/Dashboards
in Command Control Centre, Viewing Centre, Depot and by other au-
thorized senior officials. GIS Base Map shall be developed or procured,
supplied and integrated by the Implementation Agency at 1:1000 scale
or better with all depots and buses plotted on the map apart from the
updated map of all buildings, utilities and roads. If this requires field sur-
vey, it needs to be done by Successful Bidder. Implementation Agency
is required to update GIS maps from time to time. Different layers to be
covered under GIS are as follows:
i. Depots with geographical area
ii. Roads
iii. Buses
iv. Bus routes
v. Command Centre
8.15
GPS integration with GIS is required to locate all buses of DTC and
Cluster Scheme (on which GPS units are fitted) on GIS Map. Vehicle
tracking should happen even while any vehicle is parked/stationary/ig-
nition-off.
8.14 The bidder to consider all the required features for map data and GIS
software including quarterly updates.
8.15 The proposed map should have feature to select a bus from which the
panic alert is received.
8.16 It shall show the status of the bus with different colours for health and
alarm monitoring.
8.17 The map should provide the feature to select a bus in alarm state (acti-
vated panic alert) for continuous tracking with auto panning of map.
8.18 The map should provide the feature to select a bus to provide following
details on click of bus icon:
a On demand live feed of in-vehicle camera
b Health status of device
c Alarm history
d Health log
e Bus license plate number
f GPS coordinate (dynamic) of bus
Page 14 of 22
S.No. VMS Specification Compliance
(Yes/No) Deviations
(if any)
g Crew member's phone number of the bus
8.19 SMS Gateway Integration
a
Implementation Agency shall carry out SMS Gateway Integration with
the VMS and develop necessary applications to receive all SMS alerts
from the buses with GPS location, panic alert and health status infor-
mation, which will be system generated from each mNVR. Any exter-
nal/third party SMS gateway can be used, but this needs to be specified
in the Technical Bid, and approved during Bid evaluation.
Page 15 of 22
Annexure 6
Specification and compliance of Video wall:
S. No Parameter Specifications Compliance
(Yes/No)
Deviations
(if any)
1.00 Specifications of LCD display Panel:
1.01 Product details-
1.02
Please mention Make
Model No. or Part
Code
1.03 Display Wall Screen
Size 70"
1.04 Projection Technology DLP Rear Projection
1.05 Native Resolution per
cube 1920x1080
1.06 Aspect Ratio 16:9
1.07 Light Source Laser
1.08 Brightness on screen brightness Minimum 500 cd/m2
1.09 Brightness Uniformity 98%
1.10 Contrast ratio Typical 1600:1
1.11 Colour Calibration
Automatic inbuilt sensors for colour and
brightness management mechanism to be
provided.
1.12 Connectivity Each display Module shall support 4HD @
30Hz inputs
1.13 Full viewing angle 180°
1.14 Lifetime Normal mode: 60 000h
Eco mode: 80 000h
1.15 Inputs DVI-D in/out
1.16 Power 100 - 240 VAC, 60 - 50Hz, (below values
are for 230V; 110V +5%)
1.17 Eco mode Less than 350 Watt
1.18 Heat Dissipation As per OEM
1.19 Environment conditions
a Operating Humidity Up to 80% non-condensing
b Operating Tempera-
ture 10°C-40°C | 50°F-105°F
c Storage Temperature 0°C-40°C | 32°F-105°F
1.20 Access As per OEM
1.21 Pixel clock Minimum162 MHz or higher
1.22 Signal Processing Each cube should have cropping/scaling ca-
pability
1.23 Screen Half-Gain
Viewing Angle
Horizontal: 28 degrees +/- 3 or better
Vertical: 13 degrees +/- 3 or better
1.24 Operating Hours 24x7x365
2.00 Specifications of Display Wall Controllers
2.01 Product details-
Page 16 of 22
S. No Parameter Specifications Compliance
(Yes/No)
Deviations
(if any)
2.02
Please mention Make
Model No. or Part
Code
2.03 Display controller Controller shall be able to control all display
cubes
2.04 Redundant Controller The controller shall be based on the latest ar-
chitecture.
2.05 Platform Windows Xeon Quad core 3 GHz or Core i7
3 GHz or above
2.06 Processor Intel Xeon
2.07 RAM 32 GB or higher
2.08 Chassis Type 19" Rack mount industrial chassis
2.09 Network 2 Network Ports or more
2.10 Output Resolution
Support Minimum1920 x 1080 or higher
2.11 Ticker
There should be a possibility in the controller
to create user defined multiple tickers. It
should also be possible to place these tickers
anywhere on the wall
2.12 Scalability The system shall be able to add additional
inputs as required in future.
2.13 Control
The system shall be capable to interact
(Monitoring & Control) with various applica-
tions on different network through the single
Operator Workstation. It shall be possible to
launch layouts, change layouts in real time
using Tablet
2.14 Storage Redundancy Redundant Hot Swappable HDD in RAID 1
Configuration
2.15 Power Redundancy Redundant Hot Swappable Power Supply
2.16 Input devices
Keyboard and Mouse along with mechanism
to extend up to 20 Mtrs. from display control-
ler shall be provided
2.17 Seamless operation The controller shall be designed for 24 x 7
operation
2.18 OEM Certification
The OEM should certify all features and func-
tionality.
The Display Modules, Display Controller &
Software shall be from a single OEM.
3.00 Specifications of Video Wall Management Software
3.01 Product details-
3.02
Please mention Make
Model No. or Part
Code
3.03 Layouts
The software should be able to pre-configure
various display layouts and access them at
any time with a simple mouse click or sched-
ule/timer based.
Page 17 of 22
S. No Parameter Specifications Compliance
(Yes/No)
Deviations
(if any)
3.04 Sources The software should be able display multiple
sources anywhere on video wall in any size.
3.05 Remote Viewing
The video wall content will be able to show
live on any remote display Mobile with IE.
Viewing these streams should not require
any specific application (app) on mobile
phones, users should simply be using stand-
ard mobile internet network (3G/4G/LTE).
The display solution as well as the complete
control ware including Display Controller,
Central management SW & Web-streaming
hardware as well as software should be of
same Make/OEM
3.06 User management
Key features of Video Wall management
Software
• Central configuration database
• Browser based user interface
• Auto-detection of network sources
• Online configuration of sources, displays
and system variables
3.07 Software features
Video Wall Control Software shall allow com-
mands on wall level or cube level or a selec-
tion of cubes:
• Switching the entire display wall on or off.
• Setting all projection modules to a com-
mon brightness target, which can be either
static (fixed) or dynamic to al-
ways achieve maximum (or minimum)
common brightness between projection
modules.
• Fine-tune colour of each cube
3.08 Client & Server
basedArchitecture
Should support Multiple clients / Consoles to
control the Wall layouts
3.09 Collaboration
The Software should be able to share layouts
comprising of sources with workstations /
Displays over LAN for remote monitoring
3.10 Scaling
Software should enable the user to display
multiple sources (both local & remote) up to
any size and anywhere on the display walls
(both local & remote).
3.11 Display The software should be able to create lay-
outs and launch them as and when desired
3.12 Remote Control
The Display Wall and sources (both local &
remote) should be controlled from Remote
PC through LAN without the use of KVM
Hardware.
3.13 Support of Meta Data Software should support display of Alarms
Page 18 of 22
S. No Parameter Specifications Compliance
(Yes/No)
Deviations
(if any)
3.14 Authentication The software should provide at least 2 layers
of authentication
3.15 Scenarios
Software should able to Save and Load
desktop layouts from Local or remote ma-
chines
3.16 Layout Scheduler All the Layouts can be scheduled as per user
convince.
3.17 Layout Scheduler
Software should support auto launch of Lay-
outs according to specified time event by
user
3.18 Layout Management
It should be possible to create layouts com-
prising of screen scrapped content of Work-
stations, DVI inputs, Web sources, URLs
configured as sources. Layouts can be pre-
configured or changed in real time
3.19 Layouts Configuration Can be pre-configured or changed in real
time
3.20 Scheduling It should be possible to schedule specific
Layout based on time range
3.21 Sharing & Collabora-
tion
It should be possible to share the layouts
over LAN.
3.22 OEM Certification
All features and functionality should be certi-
fied by the OEM.
The Display Modules, Display Controller &
Software should be from a single OEM.
Page 19 of 22
Annexure 7
Specification and compliance of Network Storage for DC and DR (100TB usable):
S. No.
Parameter Description Compliance
(Yes/No) Deviations
(if any)
1.00 Product details-
2.00 Please mention Make Model No. or Part Code
3.00 Storage Capacity Proposed Storage System shall be Minimum 100 TB Usable Capacity
4.00 Storage Type Hybrid Storage System with concurrent support for native NAS, iSCSI and Fibre Channel proto-cols
5.00 Controller Dual redundant Active-Active Controllers
6.00 Cache The Storage System shall have minimum 48 GB memory spread across both controllers. SSDs will not be considered as Cache.
7.00 RAID Storage System shall be configured with RAID6 protection and Global Hot Spares.
8.00 HDD
Proposed Storage System shall be capable to be configured with required usable storage ca-pacity using following type of drives: - NL-SAS Drives with 7.2K RPM; - SAS Drives with 10K RPM; - SAS Drives with 15K RPM;
9.00 Scalability Proposed Solution should be scalable up-to 150 Drives in the same Storage Array without up-grading the controllers.
10.00 Host Connectivity 8 x 16Gbps FC ports & 4 x 10G copper Ethernet ports & 4 x 10G SFP+ Ethernet ports
11.00 Backend Connec-tivity
Minimum of 4nos x 12Gbps SAS backend ports per Array
12.00 Total Aggregate Storage Bandwidth
Proposed Storage System shall ensure a mini-mum total aggregate bandwidth of 1000 Mbps on a scalable Write and Read capacity of Video Management Application Workload.
13.00 Storage Software Licenses
1. All the standard Storage Software Licenses for File, Block & vVOLs, Snapshots, Remote Replication, Performance Optimization, Thin provisioning, QOS, Proactive Remote Sup-port shall be included.
2. Entire storage capacity shall be protected with encryption techniques, required software and hardware shall be configured.
3. All the licenses shall be provided for entire supported storage capacity of the proposed Array.
14.00 System Monitoring and Diagnostics
The Storage array should support continuous system monitoring, call-home notification, ad-vanced remote diagnostics and proactive hot sparing to enhance system robustness, availa-bility and reliability.
15.00 Power Supply Dual Redundant Power Supply
Page 20 of 22
Annexure 8
7.1.1 The total project cost shall be divided into two billing entities:
i. Transport Department:
• No. of Depots: 23
• No. of Buses: 2001
ii. Delhi Transport Corporation
• No. of Depots: 43
• No. of Buses: 2999
The below is the cost calculation details for the two components:
i. Manpower Cost: The manpower cost shall be calculated based on the cost provided
by the bidder in the serial no. 2 of the Annexure: 8.2.1 Financial Bid Format
D = Date of contract signing with the IA
S.
No. Activity
Timeline
(in months) Payment
Billing
Entities
1.
Supply, installation, testing and
commissioning (SITC) of Com-
mand Centre, Viewing Centre,
Data Centre and Disaster Recov-
ery Centre including connectivity
as per scope of the RFP
D+3
P1 = 20% of total
cost at s. no. 1.03,
1.04, 1.05 & 1.06 at
Annexure: 8.2.1 Fi-
nancial Bid Format
TD
2.
SITC of IT, Non-IT system and re-
quired infrastructure in 30 Depots
including connectivity
D+3
P2 = (Unit Cost for
Depot * number of
depots commis-
sioned success-
fully * 20%)
TD and DTC
3.
SITC of CCTV surveillance sys-
tem in 2000 buses including con-
nectivity
D+3
P3 = (Unit Cost for
Bus * number of
buses commis-
sioned success-
fully * 20%)
TD and DTC
4.
SITC of IT, Non-IT system and re-
quired infrastructure in 36 Depots
including connectivity
D+5
P4 = (Unit Cost De-
pot * number of de-
pots commissioned
successfully * 20%)
TD and DTC
5.
SITC of CCTV surveillance system
in 3000 buses including connectiv-
ity
D+5
P5 = (Unit Cost for
Bus * number of
buses commis-
sioned success-
fully * 20%)
TD and DTC
6.
Operations & Maintenance (O&M)
for Command Centre, Viewing
Centre, Data Centre, Disaster Re-
covery Centre
For 60
months after
D+5
80% of total cost at
s. no. 1.03, 1.04,
1.05 & 1.06 at An-
nexure: 8.2.1 Finan-
cial Bid Format
TD
7.
Operations & Maintenance (O&M)
for Buses and Depots under Clus-
ter Scheme
For 60
months after
D+5
80% of the ((Unit
Cost for Depot * de-
pot commissioned
successfully) and
(Unit Cost for Bus *
TD
Page 21 of 22
number of buses
commissioned suc-
cessfully)) in
equated quarterly
instalments (20
quarters)
8. Operations & Maintenance (O&M)
for Buses and Depots under DTC
For 60
months after
D+5
80% of the ((Unit
Cost for Depot * de-
pot commissioned
successfully) and
(Unit Cost for Bus *
number of buses
commissioned suc-
cessfully)) in
equated quarterly
instalments (20
quarters)
DTC
9. Manpower Cost (at Command
Centre)
Monthly (for
60 months
after D+5)
Based on SLAs
TD
Note 1: The Purchaser will identify the Depots and buses for initial com-
missioning of the project
Note 2: Time is the essence of the Agreement and the delivery dates are
binding on the IA. In the event of delay or any gross negligence in imple-
mentation of the project before Go-Live, for causes solely attributable to
the IA, in meeting the deliverables, the Purchaser shall be entitled at its
option to recover from the IA as agreed, penalty as calculated at point (a)
below subject to a limit of 10% of the total project value.
a. If the bidder is unable to commission the IP CCTV and automatic
vehicle tracking system in 5000 buses and 66 depots at the end of
D+5 months, then the penalty shall be calculated as below:
Penalty = (No. of buses on which IP CCTV and automatic vehicle
tracking system and number of depots on which the required sys-
tem not commissioned till that period * 10% of the Unit Cost * X)
S. No. Timeline
(in months) X
1. D + 5 0.10
2. D + 6 0.20
3. D + 7 0.30
4. D + 8 0.40
5. D + 9 0.50
Note 3: Any delay beyond D + 9 months in commissioning of the buses
and depots for reasons attributable to the bidder, may lead to termination
of the agreement as per section 9.10
Note 4: The O&M payment shall be calculated based on the number of
buses, depots, data centre, disaster recovery centre, viewing centre and
command centre successfully commissioned. It will be calculated on Quar-
terly basis at the end of each Quarter with adjustment of SLA based penalty
etc.
Note 5: The milestone may be re-defined at the time of awarding the con-
tract based on the availability of the buses or considering the other factors.
Page 22 of 22
Note 6: The payment of manpower shall be made from D + 4 based on the
date of deployment.
Note 7: The payment for number of successfully commissioned buses and
depots after D + 5 shall be made quarterly on proportional ratio basis. The
successful commissioning of the buses and depot will be accepted on the
1st day of the month after D+5 for any billing purpose.
# RFP Reference (s) (Section, Page) Content of RFP Requiring Clarification Point of Clarification Required Response
1Page No. 72, Clause 10.8 Solution Architecture Requirements, sub
clause 10.8.1
Application Architecture requirement for Video Management
Software:
There is local recording happening at Buses mNVR.
Hence please justify the requirement of a Video
Management Software? The functional and operational
requirement here is for a Command & Control Software
Application to reside at Data Centre with its Client's
consoles at C&C Room - to be able to acknowledge
alarms, verify live or recorded video feed, do two way
audio communication (if required) and download the
incident footage (if required). All of above are the
features of a Open Command Control Application
Platform and does not call for VMS (Video Management
System) which are primarily designed to record CCTV
footage. Most importantly the VMS communicate direct
with cameras, BUT here the requirement is to
communicate with mNVR and retrieve information -
which is one of the key functions of any CCC
application.
Bidder to propose the
suitable solution meeting the
functional requirement having
incident management
capability with integrated
VMS & AVTS solution
2 Page No. 146, Clause Annexure 11.1 VMS Specifications
The specifications are typically for a Video Recording
and Management System which communicates direct
with the cameras. Here the requirement as per tender is
for a Command Control Application which can connect
to mNVR and provide video retrieval. Licensing of such
Command Centre application MUST NOT be based on
the cont of total cameras. It needs to be agnostic to
number of edge devices (camera) AND make/model of
mNVR which makes it scalable and future proof.
As per RFP
3 Page No. 146, Clause Annexure 11.24 Specification and compliance of Health monitoring software:
The specifications ask for similar features that are being
asked in VMS application above i.e. to eb able to
capture live and recorded video feed (on demand). This
can also serve te purpose of Command Centre
Application. Please clarify do we still need to propose a
VMS?
As per RFP
4 Page No. 20, Clause 6.26.1, a) Pre-Qualification for Bidder, S.No. 5
The Bidder shall have any two of the following ISO
certifications or with latest amendment:
May be removed to enable our partcipation As per RFP
5 Page No. 24, Clause 6.27.8, S.No. B2Experience in CCTV:
750 to 1499 cameras in single project
Minimum cameras quantity
may be reduce to 700 to 1499As per RFP
6 Page No. 24, Clause 6.27.8 Minimum % required
1. Condition of Minimum 70% marking in each category
(A, B & C) should be relaxed and overall 70% marking
may be considered.
OR
2. Condition of Minimum 70% marking in each category
(A, B & C) may be reduce to minimum 50% marking
may be considered.
As per RFP
7 Page No. 21, Clause 6.21 Consortium Consortium is not allowed. Consortium may be allowed. As per RFP
Response to Pre Bid Queries
8 Page No. 29, Clause 7 Timeline (D+5 Months)
Since minimum 8-12 weeks are required for delivery of
any IT equipment, curent time line of D+5 is not
practical. Hence overall project timeline may please be
considered for 10 months or Delivery period may
please be exclusively mentioned in RFP.
As per RFP
9 Page No. 29, Clause 7.1.1, S.No. 1, 2, 6 and 7
P1 = 10% of total cost at s. no. 1.03, 1.04, 1.05 & 1.06 at
Annexure: 8.2.1 Financial Bid Format
P2 = (Unit Cost for Depot * number of depots commissioned
successfully * 10%)
90% of total cost at s. no. 1.03, 1.04, 1.05 & 1.06 at Annexure:
8.2.1 Financial Bid Format
90% of the ((Unit Cost for Depot * depot commissioned
successfully) and (Unit Cost for Bus * number of buses
commissioned successfully)) in equated quarterly instalments
(20 quarters)
Initial 10% payment should be increased to 40% at least
for P1, P2 & P3
OR
P1 & P2 payment should be increased to 90% in initial 3
months.
Refer to Corrigendum
10 Page No. 20, Clause 6.26.1, a) Pre-Qualification for Bidder, S.No. 2
2. The Bidder shall have positive net worth of INR 30 Cr. In
each year for last three financial years I.e. 2015-16, 2016-17,
2017-18
Considering big value project, Net worth may be
increased to 100+ Cr.As per RFP
11 Page No. 9, Important DatesLast date and time for Bid Submission: 30/11/2018 at 15.00
hours
At least additional 2 weeks from current date of
submission may please be given for bid submission i.e.
till 14th Dec 2018.
Refer to Corrigendum
12Page No. 156, Clause Annexure 11.2 Specification and Compliance
of Firewall cum L3 Switch for Command Centre:, S.No. 4
Firewall appliance should have at least 30x 1GE SFP interface,
6x 10G SFP+ interfaces and 2 GE RJ45 Management ports
Requesting you to revise the clause as "Firewall
appliance should have at least 30x 1GE interface, 6x
10G SFP+ interfaces and 2 GE RJ45 Management
ports"
Kindly remove "30xSFP" with fixed 30x 1 G port as most
of the reputed Firewall OEM,s are having 1G Port only
hence we are requesting you to remove “SFP”.
Moreover there will not be any use of taking 1 GE SFP
interface in firewall and also it will be increasing the
tender budget significantly.Secondly as per tender they
quantity of the Firewall is one , it should not become
single point of failure, we are requesting you to consider
the Firewall in high availability.
Refer to Corrigendum
13Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key
Products/Solutions, S.No. 2
The OEM of Camera and mNVR should have installed
minimum 5000 IP Cameras in India as on bid submission date.
Kindly Ammend this clause to The OEM of Camera and
MNVR should have installled min. 500 IP Camera and
100 MNVR for Mobility Transport Application in Govt of
India.
Refer to Corrigendum
14Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key
Products/Solutions, S.No. 1
OEM should have been manufacturing CCTV equipment for
more than 5 years as on bid submission date
Kindly ammend this clause to The OEM of Camera and
MNVR Should presence in INDIA through direct or
through subsidary for last 5 years with fully equipped
repair and maintainance center.
As per RFP
15Page No. 159, Clause Annexure 11.3 Specification and Compliance
of IP camera, S.No. 4Lens :- 2.8mm - 4mm
The lens size which is normally available with all the
major and reputed manufacturers is 2.8~12mm but
camera is going to install in BUS so its very benefial to
go with fix lens 2.8mm. Fix lens 2.8mm will give better
angle with maximum coverage. Please do specific for fix
lens 2.8mm.
Refer to RFP Annexure 11.3
(S.No. 7)
16Page No. 159, Clause Annexure 11.3 Specification and Compliance
of IP camera, S.No. 10
Video Compression: H.265+ / H.265 / H.264 / H.264+, MPEG-
4, M-JPEG
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 and reducing the load over
network and storage complexity. H.265 + & H.264+ is
brand specific not every OEM is having H.265+ &
H.264+. so to have healthy competition Kindly ammend
this cluase to H.265 / H.264
Refer to Corrigendum
17Page No. 159, Clause Annexure 11.3 Specification and Compliance
of IP camera, S.No. 16IR Distance: Distance up to 30m or more
As we are connecting camera in Bus,10m IR is enough
to suffice requirement so Kindly ammend this clause to
Distance up to 10m or more
Refer to Corrigendum
18Page No. 161, Clause Annexure 11.4 Specification and compliance
of Mobile NVR, S.No. 10
Video Compression Standards Supported: H.265+/ H.265,
H.264, H.264+, MPEG-4, MJPEG
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 and reducing the load over
network and storage complexity. H.265 + is brand
specific not every OEM is having H.265+ so to have
healthy competition Kindly ammend this cluase to H.265
/ H.264
Refer to Corrigendum
19Page No. 161, Clause Annexure 11.4 Specification and compliance
of Mobile NVR, S.No. 20
Event Based Recording and Tagging:
Pre-recording – 1 to 15 minutes (Secondary Stream)
Post-recording – 1 to 60 minutes (Secondary Stream)
Event base recording should not be more that 1 to 2
min so that we can save storage space as well as we
can see exact recording and we can able send that
recording to official over email also.Kindly ammend this
clause to Pre-recording – 1 to 15 Sec (Secondary
Stream), Post-recording – 1 to 60 Sec (Secondary
Stream)
Refer to Corrigendum
20 Page No. 20, Clause 6.26.1, a) Pre-Qualification for Bidder, S.No. 2
The Bidder shall have positive net worth of INR 30 Cr. in each
year for last three financial years i.e. 2015-16, 2016-17, 2017-
18
Kindly reduce net worth value for healty participation in
tenderAs per RFP
21 Page No. 20, Clause 6.26.1, a) Pre-Qualification for Bidder, S.No. 3
The Bidder shall have annual turnover of minimum INR 500
crores for last three financial years 2015-16, 2016-17 and 2017-
18
Request you to kindly specify if it is consolidated
turnover or average turnover in last three years. Kindly
reduce Turoovervalue for healty participation in tender
Refer to Corrigendum
22 Page No. 20, Clause 6.26.1, a) Pre-Qualification for Bidder, S.No. 4
The Bidder shall have executed or concurrent pro-ject of
similar nature, which includes ICT or Sys-tem Integration
projects covering supply, installa-tion, testing, commissioning,
maintenance and operations in India or abroad in last five
years as on bid submission date:
At least one (01) project of value not less than INR 150 crores.
OR
At least two (02) projects, each of value not less than INR 100
crores.
OR
At least three (03) projects, each of value not less than INR 70
crores.
Kindly reduce the value of project of ICT or System
Integration ProjectsAs per RFP
23Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key
Products/Solutions b. Pre-qualification criteria for Key Products/Solutions,
OEMs of GPS device as per AIS 140 or BIS certified ,
Maps, Mapping Engines, Application Platform are
missing
As per RFP
24Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key
Products/Solutions b. Pre-qualification criteria for Key Products/Solutions,
The OEM should own the intellectual properties rights
for the product involved in the Project. As per RFP
25 Page No. 24, Clause 6.27.8, S.No. A1, Sales turnover
The Bidder should have average annual turnover in last three
years i.e. 2015-16, 2016-17 and 2017-18: Greater than INR
1000 crores
Request you to kindly reduce annual turnover slabs As per RFP
26 Page No. 24, Clause 6.27.8, S.No. A2, Net worthThe Bidder should have net worth in each year for last three
financial years i.e. 2015-16, 2016-17, 2017-18:Request you to kindly reduce networth slabs As per RFP
27Page No. 24 and 25, Clause 6.27.8, S.No. B1, Experience in
Command & Control Centre
Experience in setup and operations of Command & Control
Centre for CCTV Surveillance / Emergency Response System /
Smart City / Disaster Management in last five years as on bid
submission date (completed or ongoing):
Request you kindly incorporate AVLS / GPS experience
in setup an operations of Command Control CentreAs per RFP
28 Page No. 25, Clause 6.27.8, S.No. B2 Experience in CCTV Experience in AVLS is missingRefer RFP clause 6.27.8
(B2), Page no. 25
29 Page No. 25, Clause 6.27.9, POC (Proof of concept)
All the bidders who clear the pre-qualification will be invited to
conduct Proof of Concept (POC) by installing proposed CCTV
system in all respects in minimum three (03) buses for
minimum 2 days.
AVLS / GPS devices as per AIS 140 or BIS Standard
are missing. Request you to kindly incorporate the
same.
As per RFP
30 Page No. 60, Clause 10.1 Project Background
The project envisages implementation of surveillance system
through video surveillance and auto-matic vehicle tracking
system in accordance with the highest standards available for
monitoring the activities of the commuters using the DTC and
Cluster buses and the crew members. The objective of the
project is to ensure safety and security of the passengers,
particularly of women passengers through IP based CCTV
surveillance cameras in the buses of DTC and Cluster scheme.
5000 buses (± 5%) of existing DTC & Cluster Scheme.
Vehicle Location Tracking Device with Emergency
Button ( VTU) is missing. The State or Union
Terriorities shall ensure compliance on rule 125 H of
Central Motor Vehicle Rules , 1989 and check fitment
and functional status of the VLT device in public service
vehicles at the time of checking of the vehicles for
fitness certification.
As per RFP
31Page No. 60, Clause 10.1 Project Background, sub clause 10th bullet
point
GPS based vehicle tracking system shall be implemented by
adding a GPS module in the mNVR and vehicle tracking
software along with vehicle tracking database server shall be
installed at DC and DR.
Features & Functionality of GPS based vehicle tracking
system is missing.
Refer RFP Anenxure 11.1 (S.
No.8) page no.154 and
Anenxure 11.6 page no. 165
32Page No. 64, Clause 10.4 Instruction for Implementation, sub clause
10.4.1 For Buses:
i. The cameras shall be installed inside buses as per specified
layout or shall be installed with maximum coverage.
ii. mNVR shall be installed inside the bus at specified location
only, the location will be decided by Transport Department.
iii. The mNVR shall be equipped with 4G/LTE module, Wi-Fi
module and GPS module along with its respective antenna to
ensure uninterrupted connectivity.
iv. The mNVR shall be installed in a rugged, tamper proof,
fireproof housing as per technical specification.
Request you to kindly specify GPS module ie Vehicle
Location Tracking Device with Emergency Button (
VTU) is missing. The State or Union Terriorities shall
ensure compliance on rule 125 H of Central Motor
Vehicle Rules , 1989and check fitment and functional
status of the VLT device in public service vehicles
As per RFP
33
Page No. 150, Clause Annexure 11.1 Technical Specification and
Compliance of VMS Application and Vehicle Tracking Software,
S.No. 4.11
The GUI software shall support graphical site representation
(map) functionality, where digital maps are used to represent
the physical location of cameras and other devices throughout
facility.
Details of digital maps with specifications are missing.
Request you to kindly include Licenses certificate to
Use Map data from Original Map Manufacturing ( OEM)
Company having India Map Approval from Govt of India
Map nodal agency.
The OEM should own the intellectual properties rights
for the product involved in the Project.
Bidder to propose the
suitable solution with
integrated GIS meeting the
functional requirement as
specified in the RFP
(Refer Corrigendum)
34Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key
Products/Solutions, S.No. 1
The OEM of Camera and mNVR should have a presence in
India for the past three years with a fully equipped repair and
maintenance center.
Request to consider the OEMs of camera and mNVR
who have either direct presence in India or through their
authorised registered partner in India for the last three
years with a fully equipped repair and maintenance
centre"
As per RFP
35Page No. 159, Clause Annexure 11.3 Specification and Compliance
of IP camera, S.No. 4Lens :- 2.8mm - 4mm
There is no clarity of lens specs whether it is 2.8 mm or
4 mm or else it is vari-focal lens of 2.8 mm to 4 mm.
Refer RFP Annexure 11.3 (S.
No. 4 and 7) Page no. 159
36Page No. 159, Clause Annexure 11.3 Specification and Compliance
of IP camera, S.No. 16IR Distance: Distance up to 30m or more
Request to consider the IR coverage of 20 m as this will
be good enough to check the objects under low light
conditions within the bus. With 30m distance coverage,
the cost of the camera will be increased and also IR will
get reflected from the surface of the bus resulting in
poor image quality in night vision.
Refer to Corrigendum
37Page No. 159, Clause Annexure 11.3 Specification and Compliance
of IP camera, S.No. 28
Camera Ruggedness : Rugged, vibration and shock proof
housing vibration resistance as per EN 50155, EN 50121,
AIS004
EN50121 is included in EN50155. AIS004 is for wireless
certificate & camera is not wireless hereRefer to Corrigendum
38Page No. 162, Clause Annexure 11.4 Specification and compliance
of Mobile NVR, S.No. 36Shock resistance: EN 50121 or equivalent
EN50121 is included in EN50155, so both shock and
Vibration resistance (clause No. 35) are considered to
be same.
Refer to Corrigendum
39Page No. 163, Clause Annexure 11.4 Specification and compliance
of Mobile NVR, S.No. 43Certification : UL, CE, FCC, EN50155, BIS,EN 61000, AIS004
EN61000 is from European certificate and AIS004 is
Indian certeificate. Either Indian standard or European
standard can be taken
Refer to Corrigendum
40Page No. 188, Clause Annexure 11.18 Specification and compliance
of Passive Component, S.No. 1.05
Corrugated ECCS Tape Black HDPE Jacket 4 Pair 23 AWG
Copper Cable with integral cross member pair separator and
should support bandwidth of 250 MHz Min
Corrugated ECCS is used in Fiber Cable.
Requested to change to “UV Resistant Black Jacket 4
Pair 23 AWG Copper Cable with integral cross member
pair separator and should support bandwidth of 250
MHz Min”
As per RFP
41Page No. 188, Clause Annexure 11.18 Specification and compliance
of Passive Component, S.No. 1.06
CAT 6 FTP with Aluminium Foil and Armoured (Steel Tape)
with double HDPE sheath.
Clarification required whether FTP or UTP, as UTP
mentioned above in heading. If armouring is required,
please mentioned GI wire (size 0.80 mm) armouring.
Refer to Corrigendum
42Page No. 188, Clause Annexure 11.18 Specification and compliance
of Passive Component, S.No. 1.09
The Cable Diameter 9 mm and should be suitable for outdoor
direct burial application
Different cable manufacturer have slight variation in
diameter. Pls. allow a variation of ± 5mm in cable
diameter.
As per RFP
43Page No. 188, Clause Annexure 11.18 Specification and compliance
of Passive Component, S.No. 1.10
Cable should have Drain wire and outer sheath must be anti-
termite.
Drain Wire is required in Shielded Cable only. Hence pls
remove drain wire term. Refer to Corrigendum
44Page No. 188, Clause Annexure 11.18 Specification and compliance
of Passive Component, S.No. 2.03
The high-performance Category 6 UTP LSZH cable shall be of
the traditional round design with bisector tape.
Requested to allow cross type separator as it is better.
“The high-performance Category 6 UTP LSZH cable
shall be of the traditional round design with bisector
tape/ cross type separator.”
As per RFP
45Page No. 188, Clause Annexure 11.18 Specification and compliance
of Passive Component, S.No. 2.04
Certificate for ETL Verified 4-Connector Channel to ANSI/TIA-
568-C.2 Category 6 (1 Gigabit) standards for physical &
Electrical specifi-cations / standards
Instead of 4 connector channel ETL certificate, ETL
certificate of specifically LSZH cable should be
demanded. As 4 connector connectivity not applicable
here.
As per RFP
46Page No. 188, Clause Annexure 11.18 Specification and compliance
of Passive Component, S.No. 2.06
FR-PVC Blue Jacket 4 Pair 23 AWG Copper Cable with
integral cross member pair separator and should support
bandwidth of 600 MHz
Please change FRPVC Blue jacket to LSZH (any color).
As LSZH is better. And cat 6 should be certified for 250
Mhz as per standard.
Refer to Corrigendum
47Page No. 188, Clause Annexure 11.18 Specification and compliance
of Passive Component, S.No. 2.10
The Cable Should be UL/ETL certified with Zero Bit error
(certificate required)
It is requested to ask for UL/ETL certificate only as zero
bit error certificate is not standard certificate and may
lead to increase in price.
Refer to Corrigendum
48Page No. 189, Clause Annexure 11.18 Specification and compliance
of Passive Component, S.No. 3.09It should have a Dust cover to cover the keystone.
Dust cover is more important in face plate than Jack.
Please mention in faceplate. Refer to Corrigendum
49Page No. 189, Clause Annexure 11.18 Specification and compliance
of Passive Component, S.No. 3.00Cat 6 Jack.
It is requested to consider IP 20 connector for field
termination of Jack as that would be most suitable for
noisy, vibration prone environment.
As per RFP
50Page No. 189, Clause Annexure 11.18 Specification and compliance
of Passive Component, S.No. 4.03
Type: 24-port Shielded Twisted Pair Category 6 TIA /
EIA 568
As you are asking for UTP Cable Patch Panel should be
unshielded type & not shielded. Requested to change to
“Type: 24-port Un-Shielded Twisted Pair Category 6 TIA
/ EIA 568”
As per RFP
51Page No. 189, Clause Annexure 11.18 Specification and compliance
of Passive Component, S.No. 5.07
High Impact Plastic Body ABS FR Grade 86 x 147 mm for
Quad
86 mm x 147 mm should be changed to 86mm x 86 mm
as quad available in this size and will be same as single
and dual plates size.
Refer to Corrigendum
52Page No. 23, Clause 6.26.1, b) Pre-qualification criteria for Key
Products/Solutions, S.No. 6
OEM(s) of Network products (Switch) shall be in the Leaders or
Challengers’ Quadrant of Gartner Magic Quadrant for
Enterprise Network, Wired and Wireless LAN Access
Infrastructure in any one of last three reports
Requested to allow products available in all Quadrants
of gartner magic Quadrant. “OEM(s) of Network
products (Switch) shall be in the Leaders or
Challengers’ Quadrant of Gartner Magic Quadrant for
Enterprise Network, Wired and Wireless LAN Access
Infrastructure in any one of last three reports”
As per RFP
53 Page No. 20, Clause 6.26.1, a) Pre-Qualification for Bidder, S.No. 2
The Bidder shall have positive net worth of INR 30 Cr. In each
year for last three financial years I.e. 2015-16, 2016-17, 2017-
18
As per RFP
54 Page No. 20, Clause 6.26.1, a) Pre-Qualification for Bidder, S.No. 3
The Bidder shall have annual turnave r of minimum INR 500
crores for last three financial years 2015- 16, 2016-17 and
2017-18
Refer to Corrigendium
55 Page No. 20, Clause 6.26.1, a) Pre-Qualification for Bidder, S.No. 4
The Bidder shall have executed or concurrent pro-ject of
similar nature, which includes ICT or Sys-tem Integration
projects covering supply, installa-tion, testing, commissioning,
maintenance and operations in India or abroad in last five
years as on bid submission date:
At least one (01) project of value not less than INR 150 crores.
OR
At least two (02) projects, each of value not less than INR 100
crores.
OR
At least three (03) projects, each of value not less than INR 70
crores.
As per RFP
56 Page No. 29, Clause 7 Payment Terms
As it Is Opex Model and will be executed In Complex
working Environment llke Transport Depots , Atleast
5O% CAPEX should be there.
Note : It must be rational to the sround reality
As per RFP
57 Page No. 21, Clause 6.21 Consortium Consortium is not allowed. Consortium should be allowed so that startup can also
apply for such tenders. As per RFP
58Page No. 197, Clause Annexure 11.20 Specification and compliance
of Command Centre interior, S.No. 3.01
The scope of the Command Setup includes design;
engineering, supply & installation of 24X7 mission critical
Control Centre Interiors. As the Control room is a significant
place, it is imperative that it shall be designed properly in terms
of Aesthetics, Ergonomics and Functionality. Various aspects
should be considered while designing Control Room area to
create ideal work place, considering physiological aspects such
as line of sight and field of vision and cognitive factors such as
concentration and perceptivity as per ISO 11064.
To ensure that a uniform and integrated solutions is
provided to this project which is of National repute so all
its components like control desk, ceiling, flooring,
panelling, Glass partitions, light & electricals etc should
be treated as a part of one single solution i.e. control
room. Main bidder to submit MAF from Control Room
Solution Provider (CRSP*) for entire control room
solution, MAF to be enclosed along with the bid.
*Control Room Solution Provider = CRSP
As per RFP
As it Is Open Tender but It appears to us that Eligibility
Criteria made llke Limited
Tender and very stringent to restrict the l!ntry of bidders
which Is "Not In Line with CVC Notification"
As per our understanding The asklng (2) Networth (3)
Annual Turn over as per RFP, both are Not In order with
the CVC Guidelines"
As per our understanding The asking (4) concurrent
project of similar nature :
Maximum weightage must be 1given ( 500 -700 buses
Surveillance Project) as per CVC Guidelines
Note : Give us chance for bidding due to following
Capabilities
A. Reasonable/Competitive good cost as compare to
lnflatted cost calculated / will be offered.
B. Successfully running DTC 200 buses Surveillance
Project from Iast 4 years without any Single
COMPlAINT (Documents Attached)
C. 1st Public Transport Surveillance across country (
BMTC ( 500 Buses) · Gov. of Karnataka) in 2010.
59Page No. 198, Clause Annexure 11.20 Specification and compliance
of Command Centre interior, S.No. 5.02
This facility being the first of its kind, scale & prestige it is
mandatory for the bidder to provide Designer Control Room
interiors without compromising on the safety and functionality
of the facility. Materials having the adverse impact on the
environment and nature shall not be accepted. To ensure the
quality of the execution and integrity of the components it is
mandatory for the main bidder that they get some qualified
agency with an experience of minimum 10 turnkey control room
project’s supply and installation of CONTROLs/Control Rooms
or War rooms, including but not limited to Control desk,
Illumination, Floorings, Custom designer metal ceilings, wall
claddings and doors, completion/appreciation letters to be
submitted by the OEM along with the bid. Conventional office
designers shall not be accepted.
To ensure an integrated solution & to qualify as per the
International control room design & safety norms; main
bidder shall bring a professional Control Room Solution
Provider (CRSP*) on board with an experience of
designing, manufacturing and installing at least twenty
control rooms. These packages should have been
executed on or before Bid release date. Supporting
work orders and completion/appreciation certificates to
be enclosed along with the bid.
As per RFP
60Page No. 198, Clause Annexure 11.20 Specification and compliance
of Command Centre interior, S.No. 5.03
Technical Documents: - (Bidder shall submit the documents
along with technical Bid)
To ensure participation of quality consious vendors it is
recommended that following details are defined.
Technical Documents: - (Bidder to ensure that Control
Room Solution Provide has all the following documents
on the date of release of the tender and CRSP shall
submit all of them along with technical Bid to obtain
project level approval).
As per RFP
61Page No. 198, Clause Annexure 11.20 Specification and compliance
of Command Centre interior, S.No. 5.03 (d)
Ergonomic compliance report for control room layout as per
ISO 11064
This being the criteria for evaluating the technical
capability following text should be added alongwith the
existing criteria.
UL Certified design of High-density Poly Urethane Foam
moulded on industrial grade aluminium core to form
50mm deep tapered edge to be installed on worktop.
The Edge shall be mechanically replaceable within 30
minutes in case of damage or wear without opening or
removing the worktop. Certificate to be enclosed.
As per RFP
62Page No. 199, Clause Annexure 11.20 Specification and compliance
of Command Centre interior, S.No. 5.05 (a)
The ceiling, Panelling and partition must be of modular design,
facilitating future equipment retrofits and full reconfigurations
without requiring any major modification to the structure.
This being the design criteria for getting modern control
room solution following text should be added alongwith
the existing criteria.
Control Room Solution Provide shall have In-house
architect or should bring a professional architect firm
with an experience of doing at-least five control room
ergonomic studies. Control Room Solution Provide
declaration and reference PO copies to be attached.
As per RFP
63Page No. 214, Clause Annexure 11.23 Specification and compliance
of Command Centre Design, S.No. 4.03
Monitors shall be mounted on Slat wall. All arms shall be
articulating Die cast aluminium arm and must not be fixed on
the table top. The desk shall be able to house computer
equipment, Ethernet Points, Power Distribution Unit. The
workstation CPUs shall be mounted on Heavy-duty Slide out
CPU trays for ease in maintenance, all equipment and its
wiring shall be concealed from direct human view. Console
must have exhaust fan for cooling arrangement.
Monitor Arm Assembly shall have auto-lock, push &
add/remove die-cast aluminium extendible arms of
150mm each with tool less addition/deletion feature to
cater future requirements. Tool less addition / deletion in
less than a minute. UL certificate to be enclosed along
with the bid.
Refer to Corrigendum
64Page No. 214, Clause Annexure 11.23 Specification and compliance
of Command Centre Design, S.No. 4.04The OEM of Desk shall be FSC certified
FSC Certified for past two years. The certification shall
be effective atleast for last two years before release
date of tender.
As per RFP
65Page No. 214, Clause Annexure 11.23 Specification and compliance
of Command Centre Design, S.No. 4.07
The entire console shall be BIFMA X5.5 certified. Valid
certificate shall be submitted.
To ensure quality in the final product it is requested that
The proposed console must be UL Listed product. Valid
certificate to be enclosed with the bid.
As per RFP
66 Page No. 21, Clause 6.26.1, a) Pre-Qualification for Bidder, Note: i.
Note: Parent Company’s turnover, net-worth, certifications and
project experience would be considered for only 100%
subsidiary, division, subdivision, or branch or business unit is
the Bidder. The Parent company may be an international entity
or Indian company.
Please confirm that Bidder may submit global project
experience credentials of Bidder's group company which
shares the same ultimate Parent company.
As per RFP
67Page No. 34, Clause 8.10 Approvals and Required Consents, sub
clause 8.10.2
The purchaser shall also provide necessary support to
Implementation Agency in obtaining the Approvals. In the
event that any Approval is not obtained, the Implementation
Agency and the Purchaser will co-operate with each other in
achieving a reasonable alternative arrangement as soon as
reasonably practicable for the purchaser, to continue to
process its work with as minimal interruption to its business
operations as is Financially reasonable until such Approval is
obtained, provided that the Implementation Agency shall not be
relieved of its obligations to provide the Services and to
achieve the Service Levels until the Approvals are obtained if
and to the extent that the Implementation Agency's obligations
are dependent upon such Approvals.
if such situation arise due to any reason and
implementation period goes beyond D+5, then no
penalty should be imposed on implementation agency
under exceptional case. Please confirm.
As per RFP
68Page No. 45, Clause 8.24 Indemnity and Limitation of Liability, sub
clause 8.24.5
The liability of either Party (whether in contract, tort,
negligence, strict liability in tort, by statute or otherwise) for any
claim in any manner related to this Agreement, including the
work, deliverables or Services covered by this Agreement,
shall be the payment of direct damages only which shall in no
event exceed one time the total contract value payable under
this Agreement. The liability cap given under this Clause shall
not be applicable to the indemnification obligations set out in
Clause 8.24 and breach of Clause 9.8 and 9.7.
Usually the liability cap should not be more than 10% of
the project value. We request you to modify this clause
accordingly.
As per RFP
69 Page No. 50, Clause 8.35 Transfer of Ownership, sub clause 8.35.1
In case the purchaser wants to retain the system after the
expire of the agreement the same may be mutually agreed
between Purchaser and the Implementation Agency. In that
case the Implementation Agency shall than transfer all titles to
the assets and goods procured for the project to the Purchaser
or its nominated agency at the time of transfer of ownership of
the complete system. This shall include all licenses, titles,
source code, certificates, hardware etc. related to the system
designed, developed, installed and maintained by the
Implementation Agency.
we understand that-
1. As the ownership of the system remains with the IA,
IA may sell the system to the purchaser based on the
commercial terms mutually agreed. Please suggest.
2. Source code cant be shared until agreed by the
OEM. Please suggest.
Commercial and contract
terms to be mutually agreed
between IA and purchaser.
70 Page No. 12, Clause 5.1 Basic Information (iii)
The Purchaser reserves the right to extend the term for a
period or periods of up to 2 (two) years. Such extension or
extensions on the same terms and conditions, subject to the
Purchaser’s obligations at law.
Term extension need to be cleared before the bid
submission, if any. As term extension can not be made
on th esame terms and conditions. Usually life of
electronic equipment is upto 5 years. If term extension
happens after 5 years, most the product need a refresh
i.e. placement of new equipment. if IA continues with
same equipment , in that case AMC charges would be
very very high due to higher failure rate of the
equipment.
we request you to reconsider commercials for Term
extension after the completion of 5 year project period.
Commercial and contract
terms to be mutually agreed
between IA and purchaser
after five years and if not
agreed, Purchaser may
choose to bid.
71 Page No. 62, Clause 10.2 Project Overiew
In near future new buses will be added and few old buses will
be scrapped. During such transitions within five years the
CCTV system installed in to-be scrapped bus will be removed
and installed in new bus as per the need and service provider
will be responsible to undertake this job.
what shall be the approx quantity of such buses and
who shall pay installation charges for this work? Please
suggest.
Refer to corrigendum
72Page No. 60, Clause 10.1 Project Background, sub clause: bullet
points 1st, 2nd, 3rd and 4th
5000 buses (± 5%) of existing DTC & Cluster Scheme.
bus to telecast the output from each of these three (3) cameras
in a systematic and sequential manner.
What shall be the resource of power to operate camera,
mNVR and other equipment? If this is the battery of bus
then bus manufacturing company should also provide to
make provison to provide power to CCTV equipment.
Secondly, how SLA shall be applicable to bidder in case
power source is faulty or not able to supply the required
current (Amp). please suggest.
Power source is from the
vehicle battery. Bidder may
consider installation of surge
protection device as well.
73Page No. 60, Clause 10.1 Project Background, sub clause 5th bullet
point
The video file in real time shall be accessed from any location
VC / Depots / Command Centre for a particular bus from which
alert has been triggered through “panic button” installed inside
the bus or as and when the authorities intend to view the live
video.
Please suggest the minimum data usage requirement
on monthly basis in bus and at VC/Depots/command
center.
Bidder to estimate the data
usage as per the requirement
of the RFP and based on
practical experience in similar
projects.
74Page No. 60, Clause 10.1 Project Background, sub clause 6th bullet
point
Short Messaging text (SMS) and email alerts shall also be sent
to the concerned central authorities at the time of emergency in
synchronization to these panic alerts.
Please suggest the scope of SMS gate way and mail
exchange server. Do we need to configure SMS and
email based on numbers of DC i.e. 66 +/- 5%? Please
suggest.
All alert/ notification should
reach to CCC and Data
Center
75 Page No. 65, Clause 10.4.2 For Depot Location, sub clause (iii) 1500va with 60 min battery back up Please mention the required VAH
1500 VA with 60 min. backup
on full load. Bidder to
calculate the required battery
capacity
76 Page No. 26, Clause 6.27.9, POC (Proof of concept), S.No. 3 Integration of the alerts What resolution is required on panic situation.On secondary stream based
on the connectivity
77 Page No. 26, Clause 6.27.9, POC (Proof of concept), S.No. 3 Integration of the alerts All bus camera feed is required on panic situation.Yes, all camera feeds are
required in case of panic alert
78 Page No. 161, Clause Annexure 11.4 General Two-way mic connectivity is required or not ?
Refer to RFP clause 10.1
project background (Page no.
60)
79Page No. 60, Clause 10.1 Project Background, sub clause 5th bullet
point
The video file in real time shall be accessed from any location
VC / Depots / Command Centre for a particular bus from which
alert has been triggered through “panic button” installed inside
the bus or as and when the authorities intend to view the live
video.
Please define the real time directions ?
The end user should be able
to acces uninterrupted
realtime video feed of
camera as well as location of
the bus at any given point of
time on demand as well as in
response to the incident
management.
80Page No. 74, Clause 10.8 Solution Architecture Requirements, sub
clause 10.8.4MPLS network Plan and bandwidth requirement
To initiate the feasibility study, Request you to please
share the location detailed address and local contact
details for respective location.
Refer to corrigendum
81 Page No. 73, Clause 10.8.3 Network Architecture Requirements:
As we understand, Bus will have a SIM Card for
connecting to the MPLS network. However, getting a
dedicated 4 Mbps connectivity all the time is practically
not possible as Mobility network works on a best effort
basis.
Bidder shall consider private
APN to get the maximum
bandwidth and security for all
the sim cards and refer to
corrigendum for additonal
specifications and
functionality of VMS.
82Page No. 60, Clause 10.1 Project Background, sub clause 7th bullet
point
Two-way audio system shall be installed inside all buses which
will be used to establish communication between bus driver
and command and control center as and when required.
As per the new M2M guidelines issued by Department
of Telecom (DoT), For any M2M SIM Card
Outgoing/Incoming calls shall be allowed to / from
predefined set of Maximum one number (1) only. Kindly
suggest
Bidder to consder SIP
protocol (Refer Annexure
11.4, S.No.5 and 6) not on
typical GSM voice protocol
83Page No. 60, Clause 10.1 Project Background, sub clause 11th bullet
pointMPLS connectivity at VC / Depots / Command Centre
Please suggest the architecture/topology required for
MPLS network .i.e. Hub & Spoke or Any to Any
topology.
Any to Any
(Refer Clause 10.1, bullet
point 5th and 8th, page no.
60)
84Page No. 60, Clause 10.1 Project Background, sub clause 10th bullet
point
GPS based vehicle tracking system shall be implemented by
adding a GPS module in the mNVR and vehicle tracking
software along with vehicle tracking database server shall be
installed at DC and DR.
As GPS system also required a SIM connectivity to
transmit the data to central server. Thus, please confirm
how many M2M SIMs would be required for each bus.
As there will be 3 Camera + GPS system needs a
connectivity to transmit the data?
Sim card is considered in
mNVR, same sim will be
used for the AVTS.
85 General Query SIM Card ConnectivityWhat is the expected data usage for each SIM
Card/BUS ?
Bidder to estimate the data
usage as per the requirement
of the RFP and based on
practical experience in similar
projects.
86Page No. 74, Clause 10.8 Solution Architecture Requirements, sub
clause 10.8.4MPLS network Plan and bandwidth requirement
Does bidder is expected to provide the MPLS link
redundancy on critical locations like Viewing Center, DC
, DR & Command Control Center ? Please confirm.
MPLS link redundacy is not
required. However bidder to
ensure all time availability of
solution maintaining uptime
of 99.5%.
87 Page No. 97, Clause 15.7.5
Network Availability between:
a. Field locations and CCC
b. CCC, DC and DR
c. DC, DR and Depot
As per the RFP, required SLA Uptime is 99% for
Network services at all the location. However, we
request the department to split the SLA location-wise
and last mile wise. For example, Wireline/Fiber
Connectivity Uptime - 99.5% and Wireless/RF - 98.5 %.
Please consider our request as availability of fiber at all
the depot locations would be practically difficult to
acheive considering the ROW permissions involved
from various muncipal bodies etc.
As per RFP
88Page No. 156, Clause Annexure 11.2 Specification and Compliance
of Firewall cum L3 Switch for Command Centre:, S.No. 4
Firewall appliance should have at least 30x 1GE SFP interface,
6x 10G SFP+ interfaces and 2 GE RJ45 Management ports
Requesting you to revise the clause as "Firewall
appliance should have at least 30x 1GE interface, 6x
10G SFP+ interfaces and 2 GE RJ45 Management
ports"
Kindly remove "30xSFP" with fixed 30x 1 G port as most
of the reputed Firewall OEM,s are having 1G Port only
hence we are requesting you to remove “SFP”.
Moreover there will not be any use of taking 1 GE SFP
interface in firewall and also it will be increasing the
tender budget significantly.Secondly as per tender they
quantity of the Firewall is one , it should not become
single point of failure, we are requesting you to consider
the Firewall in high availability.
Refer to Corrigendum
89Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key
Products/Solutions, S.No. 1
The OEM of Camera and mNVR should have a presence in
India for the past three years with a fully equipped repair and
maintenance center.
Request to consider the OEMs of camera and mNVR
who have either direct presence in India or through their
authorised registered partner in India for the last three
years with a fully equipped repair and maintenance
centre"
As per RFP
90Page No. 159, Clause Annexure 11.3 Specification and Compliance
of IP camera, S.No. 4Lens :- 2.8mm - 4mm
Please clarify if its a fixed lens of 2.8mm or 4mm OR it's
a varifocal lens ranging 2.8mm- 4mm
Refer to RFP Annexure 11.3
(S.No. 4 and 7)
91Page No. 159, Clause Annexure 11.3 Specification and Compliance
of IP camera, S.No. 16IR Distance: Distance up to 30m or more
Request to consider the IR coverage of 20 m as this will
be good enough to check the objects under low light
conditions within the bus. With 30m distance coverage,
the cost of the camera will be increased
Refer to Corrigendum
92Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key
Products/Solutions, S.No. 1
Camera and mNVR should be proposed from same OEM for
the purpose of better integration and quality of services.
The OEM of Camera and mNVR should have a presence in
India for the past three years with a fully equipped repair and
maintenance center.
OEM should have been manufacturing CCTV equipment for
more than 5 years as on bid submission date
Proposed Product shall be BIS Certified
The MAC address of the IP cameras and mNVR must be
registered in the name of quoted OEM product
Sir, we Request to reduce it to 1 year, as most of the
OEM's have started their operations in india from last
One year, to enable the bidders to select competitive
OEM's. It may be noted that 5 years manufacturing
experience required is restriciting the bidders for
selecting out of few OEM's.
As per RFP
93Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key
Products/Solutions, S.No. 2
The OEM of Camera and mNVR should have installed
minimum 5000 IP Cameras in India as on bid submission date
please limited to Minimum 2000 Ip cameras/ analog
installation, to enable participation of maximum bidders.Refer to Corrigendum
94Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key
Products/Solutions, S.No. 3
The OEM of Camera and mNVR should have the following
certifications:
i. CMMI Level-5 certification
ii. ISO 9001:2008 and ISO 14001:2004 for its manufacturing
process
iii. ISO 27001 for Information Security Management System
We have the certificates of E-mark, CE / FCC / ROHS /
ISO 9001/ Anti-Vibration Test reports , so request you to
allow us to participate
As per RFP
95Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key
Products/Solutions, S.No. 4
Products of Camera and mNVR quoted should be of enlisted in
any of the IHS report in last three years.
The proposed OEM should be any of the top 10 OEMs from
the last three years global IHS report for Network Security
Cameras
Experienced OEM'S should be allowed for participation
& the required clause may be deleted accordingly, it
further noted that being an MSME registered Unit, we
must be given exemption for experience & turnover
criteria as per the Govt. Guidelines for MSME
Development.
As per RFP
96Page No. 23, Clause 6.26.1, b) Pre-qualification criteria for Key
Products/Solutions, S.No. 7
The OEM(s) for proposed IP cameras, mNVR and VMS
Software should have supplied for at least five projects in any
of the State Govt. / Central Govt. / Public sector undertaking in
In-dia in last 5 years as on bid submission date
should be limited to Ip cameras/ Analog cameras As per RFP
97Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key
Products/Solutions, S.No. 1
OEM should have been manufacturing CCTV equipment for
more than 5 years as on bid submission date
We request you to kindly remove this clause as its
stopping participation of emerging Indian
manufacturers. CP PLUS is one of the brand who is
enlisted in IHS India Market Report 2017 as India’s No.1
CCTV brand and Top 4 Security Brands as per IHS
World Market Report 2017.
As per RFP
98Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key
Products/Solutions, S.No. 3
The OEM of Camera and mNVR should have the following
certifications:
i. CMMI Level-5 certification
ii. ISO 9001:2008 and ISO 14001:2004 for its manufacturing
process
iii. ISO 27001 for Information Security Management System
We request you to please remove CMMI Level-5
certification, this is for Software companies for software
development process
As per RFP
99Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key
Products/Solutions, S.No. 4
Products of Camera and mNVR quoted should be of enlisted in
any of the IHS report in last three years.
The proposed OEM should be any of the top 10 OEMs from
the last three years global IHS report for Network Security
Cameras
Kindly amend the clause as "proposed OEM of
Camera and mNVR quoted should be of enlisted in
any of the IHS report in last three years."
As per RFP
100Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key
Products/Solutions, S.No. 9
The Proposed OEMs for IP cameras, mNVR, VMS software,
Switches, Firewall should not be blacklisted by any
Government body in India as on Bid submission date
As the department is considering OEMs who are in top
10 OEMs list from the last three years global IHS report
for Network Security Cameras so it is highly
recommended to amend the clause to "The Proposed
OEMs for IP cameras, mNVR, VMS software,
Switches, Firewall should not be blacklisted by any
Government body Globally as on Bid submission
date"
As per RFP
101
Page No. 150, Clause Annexure 11.1 Technical Specification and
Compliance of VMS Application and Vehicle Tracking Software,
S.No. 6.06, (ii)
Physical assault to co-passengers. We request you to kindly delete this clause. As per RFP
102Page No. 159, Clause Annexure 11.3 Specification and Compliance
of IP camera, S.No. 4Lens :- 2.8mm - 4mm Please amend the line as " Lens 2.8/ 3.6/4/6 mm" As per RFP
103Page No. 159, Clause Annexure 11.3 Specification and Compliance
of IP camera, S.No. 16IR Distance: Distance up to 30m or more
Kindly amend the IR Distance to 20 Mtr. 30 Mtr for a
bus is long distance and not usable too.Refer to Corrigendum
104Page No. 159, Clause Annexure 11.3 Specification and Compliance
of IP camera, S.No. 28
Camera Ruggedness:
Rugged, vibration and shock proof housing vibration resistance
as per EN 50155,EN 50121, AIS004
EN50121 is include in EN50155, AIS004 is for wireless
certificate, camera is not wireless, if possible try to get it
deleted.
Refer to Corrigendum
105Page No. 160, Clause Annexure 11.3 Specification and Compliance
of IP camera, S.No. 35Ethernet: 10/100Base T M12 D-Coding (aviation type) We request you to amend it to A-type (aviation type) As per RFP
106Page No. 162, Clause Annexure 11.4 Specification and compliance
of Mobile NVR, S.No. 36Shock resistance: EN 50121 or equivalent
EN50121 is part of EN50155, so we request to please
delete this. It is already covered in S.No. 35.Refer to Corrigendum
107Page No. 163, Clause Annexure 11.4 Specification and compliance
of Mobile NVR, S.No. 43Certification : UL, CE, FCC, EN50155, BIS, EN 61000, AIS004
EN61000 is from European certificate, AIS004 is Indian
certificate.
We request you to simply ask for UL, CE, FCC and EN
Certificate. There is no limit of certifications and it is
increasing the cost of the project and limiting the OEMs
too.
Refer to Corrigendum
108Page No. 164, Clause Annexure 11.5 Specification and compliance
of 4G/ LTE module for Mobile NVR, S.No. 12CE, GCF, RoHS & WEEE Compliant,BIS Certified
Kindly delete this line as most of the OEM have the
hardware with integrated 4G module/ GPS Module so
separate approvals will be a challenge.
As per RFP
109Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key
Products/Solutions, S.No. 4
Products of Camera and mNVR quoted should be of enlisted in
any of the IHS report in last three years.
The proposed OEM should be any of the top 10 OEMs from
the last three years global IHS report for Network Security
Cameras
The RFP states that only top 10 brands of cameras
listed in the IHS reports will be accepted. IHS Reports
are made as per the market sale volume only. It does
not consider the quality of the cameras. Many dubious
Chinese brands are taking advantage of this as their
prices are very much low compared to other global
brands and most of such installations are in small
establishments, jewellery shop, textiles shops, small
offices etc. who are bothered about the cost not quality.
As a result competition will be restricted and not fair.
This condition may kindly be modified as under
1."Products quoted should be should not be
barred/blacklisted by any GOVT. agency in India or
globally for cameras/Network Video Recorder.
2. OEM of camera &NVR should have supplied directly
or through their authorised System Integrator for
minimum 2000 camera requirement for any Government
surveillance project. As proof, the OEM or their System
Integrator should submit a copy of PO dated not later
than the date of release of this RFP, along with an
authenticated copy of the BOQ which clearly mentions
the make/model of the camera make proposed .
As per RFP
110Page No. 23, Clause 6.26.1, b) Pre-qualification criteria for Key
Products/Solutions, S.No. 7
The OEM(s) for proposed IP cameras, mNVR and VMS
Software should have supplied for at least five projects in any
of the State Govt. / Central Govt. / Public sector undertaking in
In-dia in last 5 years as on bid submission date
The criteria proposed for OEMs is restrictive and in
favor of global OEMs. The criteria may kindly be
modified to include OEM who have supplied IP cameras
for any public institutions, Government departments,
Smart City projects tendered by Municipal corporations
& its institutions, Police Departments, Public sector
banks etc.
The above modifications will result in wider and healthy
competition to the benefit of a Government institution
like Delhi Transport Department
As per RFP
111Page No. 159, Clause Annexure 11.3 Specification and Compliance
of IP camera, S.No. 10
Video Compression: H.265+ / H.265 / H.264 / H.264+, MPEG-
4, M-JPEG
Kindly modify this clause as H.265+ / H.265 / H.264 /
H.264+/ MPEG-4, /M-JPEGRefer to Corrigendum
112Page No. 159, Clause Annexure 11.3 Specification and Compliance
of IP camera, S.No. 4Lens: 2.8mm - 4mm Kindly clarify the camera lens is Varifocal or fixed lens. As per RFP
113Page No. 159, Clause Annexure 11.3 Specification and Compliance
of IP camera, S.No. 24Digital Zoom: 16x
16x digital zoom not required for the mentioned lens
range.Kindly modify or remove the clause.As per RFP
114Page No. 159, Clause Annexure 11.3 Specification and Compliance
of IP camera, S.No. 28
Camera Ruggedness:
Rugged, vibration and shock proof housing vibration resistance
as per EN 50155,EN 50121, AIS004
Kindly modify the clause as EN 50155/EN 50121/
AIS004 for healthy and fair competition.Refer to Corrigendum
115Page No. 160, Clause Annexure 11.3 Specification and Compliance
of IP camera, S.No. 37Interoperability: ONVIF, PSIA, CGI
The which specify a specific OEM. for wider and healthy
competition to the benefit of a Government institution
like Delhi Transport Department.kindly modify the
clause as ONVIF/PSIA/CGI.
As per RFP
116Page No. 161, Clause Annexure 11.4 Specification and compliance
of Mobile NVR, S.No. 20
Event Based Recording and Tagging:
Pre-recording – 1 to 15 minutes (Secondary Stream)
Post-recording – 1 to 60 minutes (Secondary Stream)
Pre-recording – 1 to 15 minutes (Secondary Stream)
Post-recording – 1 to 60 minutes (Secondary
Stream)are not Industries standards. Kindly modiy the
clause as pre & Post recording - 1 to 30 sec as per
industry standard.
Refere to Corrigendum
117Page No. 162, Clause Annexure 11.4 Specification and compliance
of Mobile NVR, S.No. 21
Shut Down Delay:
Configurable shut down delay after ignition off – 5 min to 4
hours
Request you to kindly remove this clause As per RFP
118Page No. 163, Clause Annexure 11.4 Specification and compliance
of Mobile NVR, S.No. 41
mNVR should provide video and audio down-load facility for
the desired date/time and du-ration. It should be possible to
connect a lap-top to mNVR through network cable on RJ45
port and open mNVR’s user interface in a standard browser
using a standard URL such as http://nvr (or any other text
specified by MoRTH) without having to configure the lap-top’s
network settings. After entering user-id and password
(specified by MoRTH), it will be possible to search, view, select
and download video clips of desired duration and date/time in
standard formats such as .avi or .mpg. It will not be possible to
delete any video or change configuration settings using this set
of user-id and password.
Kindly modify the clause as .avi or .mpg. or equivalent As per RFP
119Page No. 163, Clause Annexure 11.4 Specification and compliance
of Mobile NVR, S.No. 42
Data Transfer on 4G/ LTE, 3G and 2G:
In case the vehicle moves to an area where 3G coverage is not
present, the mNVR will au-tomatically shift to GPRS (2G)
connectivity to send the health status data. Also, in such case,
on press of an emergency button, the mNVR will automatically
shift to a lower frame rate and resolution (both configurable)
and send the video from cameras to the backend server over
GPRS (2G).
As per OEM Industries standards even a very low
quality video to transfer in 2G (GPRS) is not possible.
So kindly remove this clause
As per RFP
120Page No. 163, Clause Annexure 11.4 Specification and compliance
of Mobile NVR, S.No. 43Certification : UL, CE, FCC, EN50155, BIS, EN 61000, AIS004
Kindly modify this clause as UL/CE/ FCC/ EN50155/
BIS/ EN 61000/ AIS004 for fair and healthy competition.Refer to Corrigendum
121 Page No. 146, Clause Annexure 11.1 VMS Specifications
The specifications are typically for a Video Recording
and Management System which communicates direct
with the cameras. Here the requirement as per tender is
for a Command Control Application which can connect
to mNVR and provide video retrieval. Licensing of such
Command Centre application MUST NOT be based on
the cont of total cameras. It needs to be agnostic to
number of edge devices (camera) AND make/model of
mNVR which makes it scalable and future proof.
Bidder to propose the
suitable solution meeting the
functional requirement having
the incidentment
management capability with
integrated VMS and VTS.
122 Page No. 146, Clause Annexure 11.24 Specification and compliance of Health monitoring software:
The specifications ask for similar features that are being
asked in VMS application above i.e. to eb able to
capture live and recorded video feed (on demand). This
can also serve te purpose of Command Centre
Application. Please clarify do we still need to propose a
VMS?
As per RFP
123
The Technical specifications of various components are not
generic. They are matching with a particular model in that
category which seems to give unjustified and unspoken favour
to some particular make and models.
Request: Kindly make the specifications generic and popular
under which models from various manufactures are available.
Request: Kindly modify the specifications and
requirements of Vehicle GPS Tracking System and
Panic buttons to comply with AIS 140 norms as per the
MORTH order
As per RFP
124
The currently prescribed Vehicle GPS Tracking System and
panic buttons specifications do not confirm to the norms of AIS
140 with which as per MORTH Order dated 25. Oct. 2018, all
the public vehicles (including all the DTC buses) need to be
mandatory equipped by 1 April 2019. The Vehicle GPS
Tracking System as per current specs will be useless from 1
April 2019 resulting in waste of public money.
As per RFP
125 Page No. 20, Clause 6.26.1, a) Pre-Qualification for Bidder, S.No. 3
The Bidder shall have annual turnover of minimum INR 500
crores for last three financial years 2015-16, 2016-17 and 2017-
18
Request: Kindly modify the tender as per CVC
guidelinesAs per RFP
126 Page No. 20, Clause 6.26.1, a) Pre-Qualification for Bidder, S.No. 4
The Bidder shall have executed or concurrent pro-ject of
similar nature, which includes ICT or Sys-tem Integration
projects covering supply, installa-tion, testing, commissioning,
maintenance and operations in India or abroad in last five
years as on bid submission date:
At least one (01) project of value not less than INR 150 crores.
OR
At least two (02) projects, each of value not less than INR 100
crores.
OR
At least three (03) projects, each of value not less than INR 70
crores.
Request: Kindly modify the tender as per CVC
guidelinesAs per RFP
127 Looking to the nature/size of Project Consortium be allowed.You are kindly requested to amend the RFP as per
above detail for competitive and transparent bidding.As per RFP
128
In view of the orders given by Hon'ble. Supreme Court
enforcing the use of only AIS 140 Certified or Approved (ICAT,
ARAI etc.) GPS/GPRS Device with Panic Button in Transport
Vehicles in the state and additionally as per the Rule 125-H of
CMVR, all public service vehicles as defined under clause (35)
of Section 2 of the Act, shall be equipped with or fitted with a
AIS 140 Certified or Approved (ICAT, ARAI etc.) vehicle
location tracking device and one or more emergency buttons
OR DTC also called this tender for implementing AIS 140
devices & technology in DTC buses so as to implement
guidelines of MORTH, Govt. of India for safety, security,
accountability & convenience of citizens of Delhi.
This above-mentioned Guidelines also mandate for the CCTV
& GPS Based Tracking respectively, if the Accurate Tracking &
Precise Reporting is possible with these features of Dual IP,
Dual Profile, Tamper Alerts, IRNSS Support etc. with the CCTV
Tracking, then why MoRTH Technical Team have Published
guidelines Separately for the CCTV & GPS Based Tracking
Device. In the light of same CCTV & GPS Tracking both are
the different devices and both have different functions.
Manufacturer for CCTV & GPS Tracking Device are totally
different because of different technology involved in it.
With Respect to Hon'ble. Supreme Court of INDIA, It is
requested to department that add the AIS 140 Approved
Tracking Device for the same or publish the separate
tender for the GPS Based Tracking Device.
Hope, the department considers our request as genuine
& does the needful in this regard.
As per RFP
129 General
Overall Suggestion:
We would like to submit that CCTV in Buses (mobility
application) is vastly different from Stationary City
Applications and it should appropriately reflect in RFP at
various places for a) ‘On-Bus OEM Eligibility Criteria’ b)
‘On-Bus Equipment Specifications’ need to be aligned
to various National Regulations and Standards, In
Public Domain for GPS and CCTV in Public Buses.
Such review of Specifications may reduce the Capex
Cost by half (over the present specifications which are
based Stationary Applications in the City) and assuring
a desired level of Reliability in Vity Bus Operation.
This is explained item wise in next points below.
As per RFP
130Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key
Products/Solutions,Pre-qualification criteria for Key Products/Solutions
Please add Text:
OEM of On-Bus System should have supplied
Camera and Recorder for City Buses in at least i)
500 buses and ii) 20 Cities during last 5 Years.
As per RFP
131Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key
Products/SolutionsProposed Product shall be BIS Certified
Standard Nos. of BIS/AIS should be mentioned to avoid
any ambiguity
a) AIS-140: AUTOMOTIVE INDUSTRY STANDARD
Intelligent Transportation Systems (ITS) - Requirements
for Public Transport Vehicle Operation mandated under
Various GOI Gazette Notifications and mandated
effective Jan1st 2019.
b) Vehicle Location and Tracking device and
Emergency Button IS 16833:2018- ANNEX A: ATD (
This is same as AIS 140 device mentioned above)
c) Integrated CCTV System IS 16833 :2018 ANNEX C:
CCTV system
d) Information Technology Equipment –Safety Part 1
General Requirements :2010 Reaffirmed 2016
As per RFP
132 Page No. 64, Clause 10.3 Overiew, sub clause (i) One (1) 9” Display
The Display has to be mounted in front of the Driver with
easy view ability.
a) Minimum 7” Display as per IS 16833 ANNEX C:
CCTV system is Recommended.
b) Specifications of the Display should be specified
Display as per IS 16833 ANNEX C: CCTV system
Refer to corrigendum
133Page No. 65, Clause 10.4 Instruction for Implementation, sub clause
10.4.1 For Buses: (v)
An audio console comprises with a spiral adjustable arm
microphone and built-in speaker shall be installed at the pilot
dashboard or at the overhead beam. The location of the audio
console will be decided by Transport Department.
The Function of two way Audio Communication is
possible without the ‘Console’ so only function should
be specified and ‘Console’ should not be mandated.
Separate Console is actually redundant and just adds to
the cost.
As per RFP
134 Page No. 159 ~ 163, Annexure 11.3, 11.4 Specifications and Compliances of Camera and Recorder
A) Following Test Compliances must be included to
ensure life and reliability under mobile City Bus
Operation (quite distinct from Stationary CCTV
application).
Test Compliances as mentioned in IS 16833 : CCTV
Annex C
i. Performance parametric test
ii. Shock and vibration test .
iii. Ingress protection (IP)
iv. Over voltage protection test.
v. EMI/EMC test
vi. Reverse polarity protection without fuse
vii. Test for wiring harness
viii. High temperature test
ix. Cold test
x. Damp heat test
xi. Salt spray test
xii. USB port overloading test
xiii. Endurance test
An ARAI / ICAT Test report is mandatory for above tests
which apply to Recorder, Camera and Display Panel.
B) It is observed that Specifications of mnvr and
Camera have been primarily based on Stationary CCTV
usage. unnecessarily raising the Capex cost , a few
cases are listed below:
Resolution has been specified as 2MP while IS 16833
recommends 1 MP for City Bus of 12M . This increases
the cost of on-bus equipment and the Storage cost
many times over.
Infra Red distance is specified as 30 Meters!! –three
times the size of the Bus.
Please align On-Bus equipment Specifications to City
As per RFP
135 Page No. 165, Annexure 11.6 Specifications of GPS and Panic Buttons
a) It is imperative to follow AIS 140 in totality. Only
devices certified and registered as mandated under AIS
140 can now be newly installed after 1st Jan’2019. If
mnvr (with in –built gps) is intended to be called GPS
device as per AIS 140, mnvr as a device must qualify
AIS 140 item by item without deviation.
The entire RFP needs to reflect the above clarity.
As per RFP
136 Page No. 154, Clause Annexure 11.1, S.No.8.00 Vehicle Tracking Software
The Software should be based on requirements in AIS
140 /IS 16833 including Protocol, Parameter, Security
etc. since all new buses will be based on this National
Regulation
As per RFP
Annexures
Annexure 1
Annexure 8: Financial Proposal Formats
Annexure: 8.1 Financial Bid Letter
To
{Procurement Entity}
Sir,
Sub: Request for Proposal for Selection of agency to operationalise IP CCTV and Automatic Ve-
hicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service
model.
Ref: RFP No. <<>> dated <<DD/MM/2018>>
We, <<name of the undersigned Bidder and consortium members>>, having read and examined in detail
all the bidding documents in respect of set up of Selection of agency to operationalise IP CCTV and
Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure
as a service model. I do hereby propose to provide our services as specified in the bidding proposal
submitted by us.
All the prices mentioned in our bid are in accordance with the terms as specified in the bidding docu-
ments. This bid is valid for a period of 180 calendar days from the date of submission of RFP to the
bidder.
We have studied the relevant clause(s) in Indian Tax Laws and hereby declare that if any taxes, sur-
charge, Professional and any other corporate Tax in altercated under the laws, we shall pay the same.
We have indicated in the relevant annexure enclosed, the unit rates on account of payment as well as
for price adjustment in case of any increase or decrease from the scope of work under the contract.
We declare that our bid prices are for the entire scope of work as specified in the Scope of Work and bid
documents. These prices are attached with our bid as part of the bid.
We hereby declare that in case the contract is awarded to us, we shall submit the contract Performance
Bank Guarantee in the form prescribed in Section 6.34 of RFP within 15 days of issue of LOI.
We hereby declare that our bid is made in good faith, without collusion or fraud and the information
contained in the bid is true and correct to the best of our knowledge and belief.
We understand that our bid is binding on us during the validity period or the extensions thereof and that
you are not bound to accept a Bid you receive.
We confirm that no deviations are attached here with this financial offer.
Thanking you,
Yours sincerely,
(Signature of the Authorized Bidder)
Name
Designation
Seal
Date:
Place:
Business Address:
An
nex
ure
8.2
- B
reak
do
wn
of
Co
st C
om
po
nen
ts
No
te:
B
idde
r sh
ould
pro
vid
e a
ll pr
ices
, qua
ntiti
es a
s pe
r th
e pr
esc
ribe
d fo
rmat
und
er
this
An
nex
ure.
Bid
der
sh
ou
ld n
ot l
ea
ve a
ny
field
bla
nk.
In c
ase
the
T
he B
idd
er s
hall
take
the
qu
antit
ies
me
ntio
ned
as
min
imum
qu
antit
ies.
Ho
we
ver,
fo
r p
rope
r fu
nctio
nin
g o
f th
e sy
stem
, th
e b
idde
r m
ay
incl
ude
co
mp
onen
ts w
hic
h m
ay
no
t ha
ve b
een
men
tione
d o
r in
crea
sed
qu
ant
ities
.
It
is m
and
ato
ry t
o pr
ovid
e b
reak
up o
f a
ll T
axes
, D
utie
s an
d L
evi
es
wh
ere
ver
app
licab
le a
nd
or p
aya
ble
.
P
urch
aser
res
erv
es
the
rig
ht to
ask
the
Age
ncy
to s
ub
mit
pro
of o
f p
aym
ent
aga
inst
an
y o
f th
e ta
xes,
du
ties,
levi
es in
dic
ate
d.
P
urch
aser
sh
all
take
into
acc
oun
t all
Ta
xes,
Du
ties
an
d L
evi
es
for
the
pur
pos
e o
f E
valu
atio
n.
An
nex
ure
: 8.
2.1
Fin
anci
al B
id F
orm
at-O
PE
X
S N
o.
SO
R D
esc
riptio
n
Uo
M
Co
ntra
ct
Pe
riod
QT
Y
per
Mon
th
Co
ntra
ct
QT
Y
Uni
t R
ate
P
er
Mon
th
Co
st p
er
Mon
th
Tot
al C
ost
for
60
m
onth
s (5
Y
ears
)
A
B
C =
A x
B
D
E
= D
x B
F
= D
x C
1
Pro
vid
ing
se
rvic
es f
or I
P b
ased
CC
TV
Sur
veill
anc
e i
n b
uses
of
DT
C a
nd C
lust
er
Sch
eme
und
er
Tra
nsp
ort
Dep
art
me
nt o
f N
CT
. T
he S
OW
def
ines
th
e
Ope
ratio
naliz
e a
nd
Mai
nte
nan
ce jo
b o
f IP
CC
TV
Sys
tem
in B
uses
, C
omm
and
& C
ontr
ol C
ent
re,
Vie
win
g C
entr
e, D
ata
cent
re a
nd
Vie
win
g C
en
tre
at
dep
ot.
Re
fere
nce
SO
W (
SO
W N
o) o
f IP
CC
TV
Sur
veill
anc
e S
yste
m.
1.0
1
Pro
vid
ing
serv
ice
s of
CC
TV
Sys
tem
in e
very
Bus
of D
TC
an
d c
lust
er S
che
me
as
per
SO
W (
Lin
e 1
of
Impl
em
enta
-tio
n S
chem
e)
Mon
th(s
) 60
5,
000
3
,00
,00
0
-
-
1.0
2
Pro
vid
ing
serv
ice
s o
f V
iew
ing
Cen
tre
fo
r C
CT
V F
oota
ge
at d
ep
ot
leve
l as
per
SO
W (
Line
2 o
f Im
plem
enta
tion
S
chem
e)
Mon
th(s
) 60
66
3,
960
-
-
1.0
3
Pro
vid
ing
se
rvic
es o
f C
om
man
d &
Co
ntro
l C
en
tre
fo
r G
PS
ba
sed
Ve
hicl
e T
rack
ing
Sys
tem
, C
CT
V a
nd A
larm
m
onito
ring
a
s p
er
SO
W
(Lin
e 3
of
Imp
lem
ent
atio
n
Sch
eme
)
Mon
th(s
) 60
1
60
-
-
1.0
4
Pro
vid
ing
serv
ice
s o
f V
iew
ing
Ce
ntre
fo
r C
CT
V F
oot
ag
e
inve
stig
atio
n a
s pe
r S
OW
(L
ine
4 o
f Im
ple
men
tatio
n S
chem
e)
Mon
th(s
) 60
1
60
-
-
S N
o.
SO
R D
esc
riptio
n
Uo
M
Co
ntra
ct
Pe
riod
QT
Y
per
Mon
th
Co
ntra
ct
QT
Y
Uni
t R
ate
P
er
Mon
th
Co
st p
er
Mon
th
Tot
al C
ost
for
60
m
onth
s (5
Y
ears
)
A
B
C =
A x
B
D
E
= D
x B
F
= D
x C
1.0
5
Pro
vid
ing
serv
ices
of d
ed
icat
ed
Dat
a C
en
tre
as
per
SO
W
(Lin
e 5
of
Imp
lem
ent
atio
n S
che
me
) M
onth
(s)
60
1 60
-
-
1.0
6
Pro
vid
ing
ser
vice
s of
de
dic
ated
Dis
ast
er R
eco
very
Ce
n-
tre
as
per
SO
W (
Lin
e 6
of
Imp
lem
ent
atio
n S
che
me)
M
onth
(s)
60
1 60
-
-
1.0
7
Ch
anne
l lic
ens
e c
ost
of A
nal
ytic
s (r
efe
r A
nne
xure
11
for
spec
ifica
tion)
per
ca
me
ra a
s o
ne-t
ime
Uni
t R
ate
N
o(s)
N
A
NA
15
000
-
1.0
8
Lum
p s
um c
ost
of a
ll re
qu
ired
Har
dw
are
for
An
aly
tics
shal
l be
quo
ted
as a
se
t of
50
cam
era
s pe
r se
t S
et(s
) N
A
NA
10
0
-
1.0
9
Co
st o
f In
teg
ratio
n o
f th
e p
rop
osed
so
lutio
n w
ith t
he a
d-
ditio
nal
bu
ses
pre
-fitt
ed w
ith t
he s
yste
m c
ompo
nen
t fo
r bu
s. T
he i
nte
gra
tion
sha
ll in
clu
de a
ll le
vel
of in
teg
ratio
n w
ith r
equ
ire
d se
t of
lic
ense
s a
nd s
oft
or S
DK
le
vel i
nte
-gr
atio
n*.
No(
s)
NA
N
A
100
0
-
2
Pro
vid
ing
ser
vice
s fo
r m
oni
torin
g,
op
erat
ion
and
tro
uble
sho
otin
g t
ackl
es a
s p
er t
he
requ
irem
ent
at
Com
ma
nd a
nd
Co
ntr
ol C
en
tre
. R
efer
enc
e S
OW
(S
OW
N
o)
of M
onito
rin
g o
f IP
CC
TV
Su
rve
illa
nce
Sys
tem
.
2.0
1
CC
TV
ope
rato
r fo
r 24
/7
Re
sour
ce(s
) 60
0
-
-
2.0
2
Tec
hnic
al R
eso
urc
e 2
4/7
R
eso
urce
(s)
60
0
-
-
2.0
3
He
lpde
sk
Re
sour
ce(s
) 60
0
-
-
2.0
4
Ass
ignm
ent
Ma
nag
er
Re
sour
ce(s
) 60
1
60
-
-
2.0
5
Ope
ratio
ns M
ana
ger
R
eso
urce
(s)
60
1 60
-
-
S.
No
. S
OR
De
scr
ipti
on
U
oM
Q
TY
U
nit
Ra
te
To
tal C
os
t A
B
C
= A
x B
3.00
C
ost
of
Re-
inst
alla
tion
of t
he
syst
em c
om-
pone
nt o
n t
he
bus
(lik
e in
stal
la-t
ion
of t
he
sy
stem
on
ano
the
r bu
s a
fter
dis
ma
ntlin
g th
e
Pe
r B
us(s
) 10
00
S.
No
. S
OR
De
scr
ipti
on
U
oM
Q
TY
U
nit
Ra
te
To
tal C
os
t A
B
C
= A
x B
sy
stem
com
pone
nts
from
the
old
/ sc
rapp
ed
bus)
. **
T
otal
Am
ount
bef
ore
GS
T
G
ST
@18
%
T
otal
Am
ount
incl
usiv
e o
f G
ST
IN
R in
wor
d:
*The
pur
chas
er r
eser
ves
the
rig
ht t
o ch
ang
e th
e q
ua
ntit
y b
ased
on
the
actu
al r
equ
irem
ent.
**
The
ab
ove
cost
will
be
pai
d on
act
ua
ls d
epen
din
g u
pon
the
num
ber
of
buse
s on
wh
ich
the
sys
tem
ha
s be
en
rein
sta
lled.
Not
e:
i. A
bo
ve b
reak
up o
f ra
tes
is o
nly
for
det
erm
inin
g th
e to
tal b
id v
alue
for
shor
tlist
ing
the
succ
ess
ful b
idd
er fo
r w
ork
awa
rd. H
ow
eve
r, a
ctu
al p
aym
en
ts s
hall
be
regu
late
d
base
d o
n th
e ac
tual
num
ber
of
loca
tion
s/bu
ses
whe
re s
ervi
ces
as p
er
SO
W w
ere
del
iver
ed d
urin
g th
e b
illin
g pe
riod.
ii.
T
he n
um
ber
of l
oca
tions
men
tione
d a
bove
are
ind
ica
tive
on
ly a
nd P
urc
ha
ser
rese
rve
s th
e r
igh
t to
in
cre
ase
or
decr
ease
th
e n
umb
er o
f a
ctua
l lo
catio
ns/
buse
s in
tend
ed
to b
e co
vere
d u
nde
r th
e c
ont
ract
. iii
. In
ad
ditio
n, P
urch
aser
res
erv
es t
he r
ight
to in
cre
ase
or
dec
reas
e t
he q
uan
titie
s of
item
s in
dica
ted
in th
e a
bo
ve B
OQ
an
d th
e p
aym
ent
s sh
all
be b
ased
on
the
actu
al q
uan
tity
of
item
s.
iv.
I/We
do
here
by
conf
irm
th
at m
y/ o
ur b
id p
rice
incl
udes
all
stat
uto
ry t
axe
s/ le
vies
but
exc
lud
ing
GS
T (
as
app
lica
ble
on
the
serv
ices
). I
/ W
e a
lso
de
clar
e th
at a
ny
tax,
sur
cha
rge
on t
ax
and
/ o
r a
ny
oth
er le
vie
s, if
alte
red
in f
utur
e a
nd
pa
yab
le u
nd
er
the
law
, th
e s
ame
sh
all b
e b
orn
e b
y m
e/ u
s.
v.
Th
e q
uote
d ra
tes
for
all
item
s sh
all
rem
ain
unc
han
ged
fo
r en
tire
ter
m o
f th
e C
ont
ract
Ag
reem
ent
. In
ca
se t
here
is
incr
ea
se o
r de
crea
se i
n a
ny
item
(s)
to b
e in
sta
lled
, th
en t
he p
aym
ent
to t
he S
erv
ice
Pro
vid
er s
hall
be
mad
e a
s p
er a
ctu
als
, a
s th
e ca
se m
ay
be,
in r
efe
renc
e to
the
quo
ted
pric
e in
the
fin
an
cia
l bid
and
/or
as a
sse
sse
d b
y th
e P
urch
ase
r in
ca
se it
em
is n
ot
men
tion
ed in
th
e fin
an
cia
l bid
vi
. B
idde
r ne
eds
to
pro
vide
co
st o
f a
naly
tics
licen
se p
er
cam
era
as a
se
para
te li
ne
item
. B
idde
r is
req
uire
d to
th
e c
ost
for
th
is it
em
fo
r fu
ture
pur
pos
es.
Pur
chas
er
rese
rve
s th
e rig
ht t
o c
onsi
der
dep
loym
ent
of
An
aly
tics
at a
ny
poi
nt o
f tim
e w
ithin
th
e pr
oje
ct c
ont
ract
pe
riod
)