request for proposal (rfp) for - jhpolice.gov.in · annexure – h: manufacturer’s / developer of...
TRANSCRIPT
Request for Proposal (RFP)
For
Supply, Installation, Commissioning & Maintenance of
“City Surveillance System”
Tender No.: 07/2017-18
I.G. Police (Provision)
Office of D.G. & I.G. of Police Jharkhand,
DPRD Building, Dhurwa, Ranchi- 834004
“www.jhpolice.gov.in”
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 2 of 150
TABLE OF CONTENTS
1 Disclaimer ........................................................................................................................ 5
2 Important Information .................................................................................................. 7
3 Letter for Invitation ....................................................................................................... 8
4 Introduction ..................................................................................................................... 9
4.1 Project Objective ........................................................................................................................ 9
4.2 Project Overview ...................................................................................................................... 10
4.3 Current RFP Requirements .................................................................................................. 10
5 Instructions to Bidders ..............................................................................................11
5.1 Definitions .................................................................................................................................. 11
5.2 Bid Documents ......................................................................................................................... 14
5.3 Pre-Bid Conference ................................................................................................................. 16
5.4 Amendment of Bid Documents ........................................................................................... 16
5.5 Cost of Bidding ......................................................................................................................... 17
5.6 Cost of Bid Document ............................................................................................................ 17
5.7 Bid Security i.e. Earnest Money Deposit (EMD) ............................................................ 17
5.8 Bid Prices ................................................................................................................................... 18
5.9 Discounts ................................................................................................................................... 18
5.10 Bid Validity ............................................................................................................................. 18
5.11 Submission of Proposals ................................................................................................. 18
5.12 Language ................................................................................................................................ 19
5.13 Late Bids ................................................................................................................................. 20
5.14 Modification and Withdrawal of Bids ............................................................................ 20
5.15 Bid Forms ............................................................................................................................... 20
5.16 Local Conditions .................................................................................................................. 20
5.17 Contacting the Tenderer ................................................................................................... 21
5.18 Eligibility Criteria ................................................................................................................. 21
5.18.1 Eligibility Criteria of Bidder: ................................................................................................................... 21
5.18.2 Mandatory Requirement of OEM: ..................................................................................................... 24
5.19 Schedule of Events ............................................................................................................. 24
5.20 Opening of Proposal .......................................................................................................... 25
5.21 Evaluation Criteria ............................................................................................................... 25
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 3 of 150
5.22 Deciding Award of Contract ............................................................................................. 30
5.23 Confidentiality....................................................................................................................... 30
5.24 Publicity .................................................................................................................................. 31
5.25 Insurance ................................................................................................................................ 31
5.26 Right of Selection/Rejection – Waiver of Informalities or Irregularities ........... 31
6 Scope of Work ..............................................................................................................32
6.1 Schedule of Supply ................................................................................................................. 64
6.2 Detailed Specifications .......................................................................................................... 66
6.3 SLA Requirement ..................................................................................................................... 92
11.3.1 Network Operations Management.................................................................................................... 93
11.3.2 Severity Level Definition ......................................................................................................................... 93
11.3.3 Measurement of SLA ................................................................................................................................ 94
6.4 Penalties ..................................................................................................................................... 94
6.4.1 Operational Penalties ............................................................................................................................... 97
6.4.2 Penalties for misuse .................................................................................................................................. 97
7 Special Conditions of Contract ..............................................................................97
7.1 Responsibility Matrix .............................................................................................................. 97
7.2 Acceptance Test....................................................................................................................... 98
7.3 Performance Security for Operations ............................................................................... 99
7.4 Force Majeure ........................................................................................................................... 99
7.5 Implementation Timelines ................................................................................................. 100
7.6 Liquidated Damages ............................................................................................................ 101
7.7 Taxes and Duties .................................................................................................................. 101
7.8 Payment Terms ...................................................................................................................... 102
7.9 Intellectual Property Rights .............................................................................................. 103
7.10 Indemnity ............................................................................................................................. 103
7.11 Validity of Licenses.......................................................................................................... 103
7.12 The Insurance Coverage ................................................................................................ 103
7.13 Approval / Clearances ..................................................................................................... 104
7.14 Arbitration ........................................................................................................................... 104
7.14.1. Governing Laws ................................................................................................................................... 104
7.15 Guarantee ............................................................................................................................ 104
7.16 Exit Management .............................................................................................................. 105
7.17 Termination of Service.................................................................................................... 107
7.17.2. Termination by Client ....................................................................................................................... 107
7.17.3. Termination for Default .................................................................................................................... 107
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 4 of 150
7.18 Bankruptcy and Insolvency .......................................................................................... 108
7.19 Maintenance of Equipment ........................................................................................... 108
7.20 Handing over ...................................................................................................................... 108
ANNEXURES .......................................................................................................................... 110
Annexure – A: Camera Sites/ Locations ................................................................................... 111
Annexure – A: ContdF ................................................................................................................... 117
Annexure – B: Template for Pre-Bid Conference Queries .................................................. 120
Annexure – C : Site Not Ready (SNR) Certificate Template ............................................... 121
Annexure – D: Installation Certificate ........................................................................................ 122
Annexure – E : Bid Letter (Prequalification cum Technical) Template .......................... 123
Annexure – F: Template for Undertaking of Authenticity ................................................... 126
Annexure – G: Bidder profile ........................................................................................................ 127
Annexure – H: Manufacturer’s / Developer of System Software Authorisation Form
................................................................................................................................................................. 131
Annexure – I: Firm Experience template .................................................................................. 132
Annexure – J: Team Composition and Task Assignment .................................................. 133
Annexure – K: Curriculum Vitae for Proposed Staff ............................................................ 134
Annexure – L: Bank Guarantee Format for EMD ................................................................... 136
Annexure – M: Template for Un-prised Detailed Bill of Material ...................................... 138
Annexure – N: Bid letter – Commercial ..................................................................................... 139
Annexure – O: Commercial Quote .............................................................................................. 141
Annexure – P: Performance Bank Guarantee Format (PBG) ............................................. 147
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 5 of 150
1 Disclaimer
i) The information contained in this Request for Proposal document (RFP) or
subsequently provided to bidders, whether verbally or in documentary or
any other form by or on behalf of the Tenderer or any of their employees or
advisers, is provided to bidders on the terms and conditions set out in this
RFP and such other terms and conditions subject to which such information
is provided.
ii) This RFP is not an agreement and is neither an offer nor invitation by the
Tenderer to the prospective bidders or any other person. The purpose of
this RFP is to provide interested parties with information that may be useful
to them in the formulation of their proposals pursuant to this RFP. This RFP
includes statements, which reflect various assumptions and assessments
arrived at by the purchaser in relation to the project. Such assumptions,
assessments and statements do not purport to contain all the information
that each bidder may require.
iii) This RFP may not be appropriate for all persons, and it is not possible for
the Tenderer, its employees or advisers to consider the objectives, technical
expertise and particular needs of each party who reads or uses this RFP.
The assumptions, assessments, statements and information contained in
this RFP, may not be complete, accurate, adequate or correct. Each bidder
should, therefore, conduct their own investigations and analysis and should
check the accuracy, adequacy, correctness, reliability and completeness of
the assumptions, assessments and information contained in this RFP and
obtain independent advice from appropriate sources.
iv) Information provided in this RFP to the bidders is on a wide range of
matters, some of which depends upon interpretation of law. The information
given is not an exhaustive account of statutory requirements and should not
be regarded as a complete or authoritative statement of law. The Tenderer
accepts no responsibility for the accuracy or otherwise for any interpretation
or opinion on the law expressed herein.
v) The Tenderer, its employees and advisers make no representation or
warranty and shall have no liability to any person including any bidder under
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 6 of 150
any law, statute, rules or regulations or tort, principles of restitution or unjust
enrichment or otherwise for any loss, damages, cost or expense which may
arise from or be incurred or suffered on account of anything contained in this
RFP or otherwise, including the accuracy, adequacy, correctness, reliability
or completeness of the RFP and any assessment, assumption, statement or
information contained therein or deemed to form part of this RFP or arising
in any way in this selection process.
vi) The Tenderer also accepts no liability of any nature whether resulting from
negligence or otherwise however caused arising from reliance of any bidder
upon the statements contained in this RFP. The Authority may in its
absolute discretion, but without being under any obligation to do so, update,
amend or supplement the information, assessment or assumption contained
in this RFP.
vii) The issue of this RFP does not imply that the Tenderer is bound to select a
bidder or to appoint the selected bidder, as the case may be, for the Project
and the Tenderer reserves the right to reject all or any of the Proposals
without assigning any reasons whatsoever.
The bidder shall bear all its costs associated with or relating to the preparation and
submission of its Proposal including but not limited to preparation, copying,
postage, delivery fees, expenses associated with any demonstrations or
presentations which may be required by the Purchaser or any other costs incurred
in connection with or relating to its Proposal. All such costs and expenses will
remain with the bidder and the Tenderer shall not be liable in any manner
whatsoever for the same or for any other costs or other expenses incurred by an
bidder in preparation of submission of the Proposal, regardless of the conduct or
outcome of the Selection Process.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 7 of 150
2 Important Information
Non-Refundable
Tender Cost
Rs. 20,000/- (Twenty Thousand) A/c payee demand
draft from a scheduled bank, drawn in favour of I.G.
Police (Provision) Jharkhand Ranchi payable at Ranchi.
Sale of RFP
document
All working days during office hours starting from
23.06.2017 to 17.07.2017
EMD/ Bid Security Rs. 1,00,00,000/- (One Crore) in the form of Bank
Guarantee/ Demand Draft in favor of I.G. Police
(Provision) Jharkhand Ranchi payable at Ranchi.
Performance Bank
Guarantee (PBG)
Successful bidder should submit 10% of Project Cost/
P.O. Value as Performance Guarantee in the form of
Bank Guarantee.
Last Date of
Submission of
written queries on
Bid document
19.07.2017 till 5.00PM. (After this period queries will not
be considered)
Pre bid conference 24.07.2017 at 3.00 PM.
Venue: I.G. Police (Provision), DPRD Building,
Ranchi, Jharkhand.
Last date for
submission of Bid 01.08.2017 upto 3.00 PM Only.
Opening of Pre
Qualification Bid 01.08.2017 at 4.00 PM.
Opening of
Technical Bid Shall be intimated separately to qualified bidders
Opening of Financial
Bid
Shall be intimated separately to technical bid qualified
bidders
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 8 of 150
3 Letter for Invitation
Letter for Invitation
Date of Issuance: ________________
Ref. No.: _______________________
To,
_____________________________
_____________________________
Sir,
I.G. Police (Provision), Govt. of Jharkhand invites proposals for Supply, Installation,
Commissioning and Maintenance of City Surveillance System at Ranchi. Bidders are
requested to go through the document carefully and submit their proposals as per the
instructions and guidelines given in the RFP document.
Yours sincerely,
I.G. Police (Provision),
Office of D.G. & I.G. of Police Jharkhand,
DPRD Building,
Dhurwa, Ranchi- 834004.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 9 of 150
4 Introduction
Public Safety is one of the important functions of the governments across the world.
Today governments are concerned about returning security, safety and quality of life to
today’s complex cities through the use of technology, infrastructure, personnel and
processes. Safe city is being considered essential in ensuring secure living and prosperity
and to protect the citizens against crimes and terrorist attacks and to extend help in the
hour of need.
With ever growing size of City, ensuring high levels of physical security without
significantly increasing the number of security personnel or budget seems to be a
daunting task. A heightened sense of security and ever increasing challenges require new
tactics with more access to integrated system and centralized information.
Hence, Jharkhand Police has intends to establish City Surveillance System in Ranchi city
and for the same, IG Police (Provision) [Office of the DG & IG, DPRD Building, Dhurwa,
Ranchi] inviting proposals from qualified. experience and domain expert Firms/System
Integrators with relevant experience in the domain of City Surveillance with proactive
Video Analytic system, Automatic Number Plate Recognition System (ANPR), Red Light
Violence System (RLVD) with Challan generation for “Supply, Installation, Commissioning
& Maintenance of City Surveillance System in Ranchi City, Jharkhand.
4.1 Project Objective
The main aim of this project is to protecting city assets with the use of video surveillance,
traffic monitoring system & e-Challan generation and having state-of-the-art technology,
as a solution.
It should be holistic and integrated surveillance system which includes establishment and
commissioning of Command and Control Centre (Video surveillance room, ANPR System,
RLVD Challan System, Data Center & FMS/NOC room and Power room) at Ranchi City of
the Jharkhand state; and This system shall help:-
• To provide assistance to citizen at the time of emergency
• Support Police to maintain Law and Order
• To help in investigation of crime
• Help in preventing, detecting and dealing with criminal activities with
minimum turnaround time
• To provide alerts and video analytics
• To monitor suspicious people, vehicles, objects etc. with respect to
protecting life and property and maintaining law and order in the city.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 10 of 150
• To continuously monitor important locations/public places in city area
like area near to railway station, airport and other VIP route & Public
places for keeping eye on regular activities & for emergency support.
The proposed video surveillance system shall enable the above by using VMS and
Video analytics and this system also shall provide:-
• Alerts/ feedback to the Police Department about abnormal movements/
suspicious objects etc.
• Better Management of Security breaches based on alerts received from
system.
• Improved turnaround time in responding to any investigation case,
faster access to evidence in case of security breach, law violation in the
prescribed areas.
4.2 Project Overview
The proposed Solution will seek to provide real-time surveillance ,traffic solution at
designated areas/locations; good quality video images, high-quality evidence
suitable for challan generation and at the time of trial as evidence, during court
proceedings .The proposed solution shall contain and utilize video analytic
capabilities, which includes Automatic Number Plate Recognition System (ANPR),
Red Light Violation Detection System (RLVD), Wrong Lane Detection (WLD), Over
Speed Detection, 180/360 degree Cameras that will assist operators in identifying
pre-described events, situations, actions and detection of deviant behaviours,
traffic rule offenders, criminal activities etc.
The system shall have the ability to generate real time reports, challans (Manual
and System Generated) including images which are quite clear rendering them
admissible as evidence in a Court of Law for investigation/analysis and survey of
public amenities and as database of information. The proposed solution shall
consist of automatic and manual challan generation system.
4.3 Current RFP Requirements
The following physical infrastructure is required for setting up City Surveillance
system:
� Command and Control Centre:
- Site preparation for Data Centre with PAC, FM200 Fire Suppression
System for server farm area, Access Control system
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 11 of 150
- Server Farm Area for Storage, Data Communication Equipment,
Network Security / De-militarized Zone (DMZ)
- UPS cum Battery Bank Area
- NOC Operators Area
- Site Preparation for Control Room Operators area for Video walls
and 30 desk & Seating
- DG Area
� Manpower for Technical Facility Management Services
� Backup & Media Storage
� Hardware – CCC security equipment (IPS/IDS/ Firewall etc.,), Servers for
VMS, VAS, ANPR,RLVD, Challan Generation, Backup, Network Ethernet
& FC Switches, NAS, etc.,
� Software – Video Management Software, Video Analytics Software, Video
Precise Software, RLVD, ANPR, Customisable Challan generation, NMS,
etc.,
� System Administration, Database Administration, Security Administration,
Facility Management Services, etc.,
� Management and maintenance of above city surveillance system for 5
years.
5 Instructions to Bidders
5.1 Definitions
Unless otherwise clearly required by the context, the following terms as used in this
document/RFP shall have the respective meanings as defined below:
1. "Acceptance Test Document” means a mutually agreed document, which
defines procedures for testing the Scope of work and BOM of the project
against requirements laid down in the RFP
2. “Agreement" means the Agreement to be signed between the successful
L1 bidder/SI and Jharkhand Police GoJ, including all attachments,
appendices, all documents incorporated by reference thereto together with
any subsequent modifications, the RFP, the bid offer, the acceptance and
all related correspondences, clarifications, presentations.
3. “AMC” means Annual Maintenance Contract of the project after expiry of
Three Years warranty period of the project.
4. “Authorized Representative” shall mean any person authorized by either
of the parties.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 12 of 150
5. BeST: Bihar e-Governance Service & Technology Limited, a Joint Venture
Company between Government of Bihar PSU (BSEDC) and Infrastructure
Leasing and Financial Services Limited and Consultant to City Surveillance
Project.
6. Bid Amount: The cost of the RFP
7. “Bidder” means any firm offering the solution(s), service(s) and /or
materials required in the RFP. The word Bidder when used in the pre award
period shall be synonymous with Bidder or operator or service provider, and
when used after award of the Contract shall mean the successful Bidder or
operator or service provider with whom Jharkhand Police signs the
agreement for rendering of services for Ranchi City Surveillance & FMS.
8. “CCC” means Command and Control Centre which will host all the core
layer equipment and services of City surveillance project.
9. “Contract” is used synonymously with Agreement.
10. “Corrupt Practice” means the offering, giving, receiving or soliciting of
anything of value or influence the action of an official in the process of
Contract execution.
11. “Default Notice” shall mean the written notice of Default of the Agreement
issued by one Party to the other in terms hereof.
12. EMD: Earnest Money Deposit
13. “Final Acceptance Test (FAT)” means the acceptance testing of
Hardware/Software/Services deployed by Implementing Agency for City
Surveillance Ranchi
14. “Fraudulent Practice” means a misrepresentation of facts in order to
influence a procurement process or the execution of a Contract and
includes collusive practice among Bidders (prior to or after Bid submission)
designed to establish Bid prices at artificial non-competitive levels and to
deprive the Jharkhand Police of the benefits of free and open competition.
15. “FMS” means Technology Facility Management Services at specified
locations as per the RFP requirements.
16. “GoJ” shall stand for the Government of Jharkhand.
17. “Implementation Agency” means successful bidder who signed MSA with
Jharkhand Police for project implementation.
18. “Implementation Period” shall mean the period from the date of signing of
the Agreement and up to the issuance of Final Acceptance Certificate of the
Project.
19. JP: Jharkhand Police
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 13 of 150
20. "Law" shall mean any Act, notification, bylaw, rules and regulations,
directive, ordinance, order or instruction having the force of law enacted or
issued by the Central Government and/ or the Government of Jhankhand or
any other Government or regulatory authority or political subdivision of
government agency.
21. “LOI” means issuing of “Letter of Intent” which shall constitute the intention
of the Tenderer to place the Purchase Order with the successful bidder.
22. “MSA” means Master Service Agreement between the Service Provider of
the Project and Jharkhand Police.
23. "Party" means Government of Bihar or Bidder, individually and “Parties”
mean Jharkhand Police and Bidder, collectively.
24. “Period of Agreement" means Five (5) year from the date of final
Acceptance of City Surveillance Project.
25. “PO” means Purchase Order issued to the selected Bidder for the Project.
26. “Proposal” means the Technical Proposal and the Financial Proposal.
27. “QGR” means Quarterly Guaranteed Revenue will be paid to the service
provider at the end of each quarter.
28. “Request for Proposal (RFP)”, means the detailed notification seeking a
set of solution(s), services(s), materials and/or any combination of them.
29. “Requirements” shall mean and include schedules, details, description,
statement of technical data, performance characteristics, standards (Indian
as well as International) as applicable and specified in the RFP.
30. "Service" means provision of Contracted service viz., Supply, Installation,
Commissioning, maintenance and associated services for the Tender
document as per this RFP.
31. “Site” shall mean the location(s) for which the Contract has been issued
and where the service shall be provided as per agreement.
32. SLA: Service Level agreement between Jharkhand Police and the Selected
L1 Bidder of the Project (Implementing Agency/Service Provider).
33. “Stake Holders” means Ranchi Traffic Police, Jharkhand Police, M/s BeST
and Implementing Agency
34. “Termination Notice” means the written notice of termination of the
Agreement issued by one Party to the other in terms hereof.
35. "Third Party Agency" means any agency other then the successful bidder,
appointed by Government of Bihar for monitoring the city surveillance
project during commissioning and operation.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 14 of 150
36. "Uptime" means the time period when specified services/network
segments with specified technical and service standards as mentioned in
this RFP are available to Government of Bihar. The uptime will be
calculated as follows: Total time in a quarter (in minutes) less total Service
Down time (in minutes) in the quarter.
37. "%Uptime" means ratio of 'up time' (in minutes) in a quarter to Total time in
the quarter (in minutes) multiplied by 100.
38. "Service Down Time" (SDT) means the time period when specified
services/network segments with specified technical and operational
requirements as mentioned in this document are not available to Jharkhand
Police. The network shall be operational on all days of a year and 24-hours/
day with in the uptime specified in the Service Level Agreement (SLA). The
Jharkhand Police is considered as operational when all facilities at
Command & Control Centre and field locations are working, providing all/
specified services as mentioned in full capacity.
39. “VCA” means Video Content Analytics.
40. “VMS” means Video Management System.
5.2 Bid Documents
Bidder is expected to examine all instructions, forms, terms, and requirements in
the bid document. Failure to furnish all information required by the bid document or
submit a Bid not substantially responsive to the bid document in every respect may
result in the rejection of the Bid. The bids should be submitted in three parts as
mentioned hereunder on or before the defined bid submission time.
A. Pre-qualification bid as per eligibility criteria specified
1 A letter on the bidder’s letter-head (Annexure – E)
i. Describing the pre-qualifying technical competence and
experience of the bidder,
ii. Certifying that the period of validity of bid is 180 days from the
last date of submission of bid, and
iii. Asserting that the bidder is quoting for all the items (including
services) mentioned in the tender.
2 The profile of the bidder (template given in Annexure – G)
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 15 of 150
3 Audited annual financial results (balance sheet and profit & loss
statement) of the bidder for the last three financial years.
4 The bid security in the form of a Bank Guarantee / Demand draft issued
by a Nationalized / Scheduled Bank, in favour of I.G. Police (Provision)
Jharkhand Ranchi, payable at Ranchi. (Template provided in Annexure
– L )
5 Quality certification in delivery of services sought under this RFP, from
an internationally recognized/reputed agency, e.g. ISO 9001, ITIL
6 Manufacturer’s authorization form(s) (template provided in Annexure -H)
7 Reference list of major clients (using equipment/services similar to
project requirement). (Template provided in Annexure-I)
8 Power-of-attorney granting the person signing the bid the right to bind
the bidder as the ‘Constituted attorney of the Directorate’.
9 Permanent Account Number (PAN) from INCOME TAX authorities of
area of operation of the bidder.
10 A copy of the RFP, all pages duly signed by the authorized signatory
towards acceptance of the terms and conditions of the RFP. Only one
signed copy of RFP should be enclosed with the original Pre-
qualification bid.
B. Technical bid
1 Bid particulars
2 Bid letter
3 Proposed Command and Control Centre Design, Deployment model
and Architecture, Network Architecture, Technical Solution, details of
equipment and services offered and other details per the Technical
evaluation matrix.
4 Unpriced Bill of Material (BOM)
5 Qualification and Deployment Schedule of the staff proposed for the
project (Annexure J and K)
6 Proposed Project Plan and Implementation Schedule
7 Schedule of delivery
8 Warranty
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 16 of 150
11 Manufacturer’s authorization form(s).
C. Commercial bid
1 Bid letter (template provided in Annexure – N)
2 Commercial Quotation i.e. Bid particulars including priced Bill of Material
(template Provided in Annexure – O)
Bidders should enclose with their offers full details of all the equipment and
services offered as well as their latest equipment and services available with full
documentation and descriptive literature supplementing the description and point
out any special feature of the equipment and services. All documentation is
required to be in English.
5.3 Pre-Bid Conference
i) Tenderer shall hold a pre-bid conference (PBC) after the sale of the RFP
document as per schedule mentioned in this RFP. In this PBC, tenderer would
address the clarifications sought by the bidders with regard to the RFP
document and the project. The bidders would be required to submit their
queries to the “IG Police (Provision), office of DG & IG of police Jharkhand,
DPRD Building, Dhurwa, Ranchi – 834004” in writing to be received at least 2
(two) days prior to the PBC. Queries not submitted within this deadline may not
be taken up at the PBC. Queries should be submitted in the enclosed format (
template provided in Annexure-B)
ii) Tenderer will entertain queries of and clarifications sought by only those
bidders who have purchased this RFP document. Bidders that have purchased
the RFP document are welcome to attend the PBC, even if they do not have
any specific queries.
iii) Tenderer reserves the right not to respond to any/all queries raised or
clarifications sought if, in their opinion and at their sole discretion, they consider
that it would be inappropriate to do so or do not find any merit in it. The minutes
of the PBC shall be circulated by tenderer to all those companies who have
purchased this RFP document and also host the same on the website
“www.jhpolice.gov.in”
5.4 Amendment of Bid Documents
The amendments in any of the terms and conditions including technical
specifications of this RFP document will be notified in writing either through post or
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 17 of 150
by fax or by email or publish through website to all prospective bidders who have
purchased the tender documents and will be binding on them.
5.5 Cost of Bidding
The Bidder shall bear all costs associated with the preparation and submission of
its Proposal, including the cost of presentation for the purposes of clarification of
the bid, if so desired by the Jharkhand Police. The Jharkhand Police will in no case
be responsible or liable for those costs, regardless of the conduct or outcome of
the bid process.
5.6 Cost of Bid Document
The cost of Bid document is Rs. 20,000 (Rupees Twenty thousand only), the
document can be purchased from the office of IG Police (Provision), Office of DG &
IG of Police Jharkhand, DPRD Building, Dhurwa, Ranchi during office hours from
23.06.2017 to 17.07.2017 and the document is also upload on
“www.jhpolice.gov.in”. In case the RFP document is downloaded, the bidder has
to enclose a Demand Draft in favour of IG Police (Provision) Jharkhand, Ranchi
payable at Ranchi along with pre-qualification proposal. But for attending the pre-
bid conference the bidders have to purchase the document.
5.7 Bid Security i.e. Earnest Money Deposit (EMD)
a) The Bid security shall be in Indian rupees (INR) and shall be a Bank Guarantee
/ Demand Draft, issued by a nationalized bank in India and shall be valid for at
least six months. No interest shall be payable on Bid Security under any
circumstance.
b) The bidder shall furnish, as part of their bid, a bid security in the form of Bank
Guarantee / Demand Draft of Rs. 1,00,00,000/- (Rupees One Crore only). The
template of bank guarantee is provided in Annexure -L
c) Unsuccessful Bidder's Bid security shall be discharged or returned within sixty
(60) days after the expiration of the period of Bid validity prescribed by
Jharkhand Police.
d) The successful Bidder's Bid security shall be discharged upon the Bidder
signing the Agreement.
e) The Bid security will be forfeited at the discretion of Jharkhand Police on
account of one or more of the following reasons:
� Bidder withdraws their Bid during the period of Bid validity
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 18 of 150
� Bidder does not respond to requests for clarification of their Bid
� Bidder fails to co-operate in the Bid evaluation process, and
f) In case of a successful Bidder, the said Bidder fails :
� to furnish Implementation Guarantee; or
� to sign the Agreement in time
5.8 Bid Prices
a) The Price Bid as prescribed should be filled up and sealed along with
enclosures in a separate cover super scribed as “Price Bid – Envelop, Tender
No : 07/2017-18 “.
b) The prices quoted by the bidder shall be in sufficient detail to enable the
Tenderer to arrive at the price of equipment/system offered.
c) The covers received without superscription are liable for rejection. The tenders
not submitted as specified above will be summarily rejected.
d) If any or all of the information asked in the RFP are not available in the
Commercial Proposal the bid is liable for rejection.
5.9 Discounts
The Bidders are informed that discount, if any, should be merged with the quoted
prices. Discount of any type, indicated separately, will not be taken into account for
evaluation purposes.
5.10 Bid Validity
The bids shall remain valid for a period of 180 days from the last date of
submission of tender.
5.11 Submission of Proposals
a) All the proposals will have to be submitted in hard bound form with all pages
numbered. It should also have an index giving page wise information of
above documents. Incomplete proposal will summarily be rejected.
b) Number of Copies of Bid
o The Bidder shall prepare one original and two hard copies of the
following bids along with a soft copy in CD:
� Pre Qualification Bid clearly marking “Pre Qualification Bid-
Original Copy and Pre Qualification Bid- Copy of Bid”.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 19 of 150
� Technical Bid separately, clearly marking "Technical Bid –
Original Copy" and "Technical Bid –Copy of Bid".
� Financial Bids, clearly marking "Financial Bid – Do not open
with Technical Bid".
c) No bid will be considered unless and until each page of the bid document is
duly signed by the authorized signatory. The bidder shall also submit the soft
copy of Pre-qualification, technical and commercial bids on separate CDs duly
packed in the respective envelopes.
d) Prices should not be indicated in the Technical Bid.
e) All the columns of the quotation form shall be duly, properly and exhaustively
filled in. The rates and units shall not be overwritten. Rates shall always be both
in the figures and words.
f) The proposals shall be submitted in three parts, viz.,
o Envelope - 1: Pre- qualification documents super scribed as
“Envelope 1- Pre- qualification Documents” containing EMD, Pre-
qualification documents complete with all details.
o Envelope 2: - Technical Proposal super scribed as “Envelope 2 –
Technical Proposal”, complete with all technical details”. In the
technical proposal, there should not be any indication about the prices
of any of the products offered.
o Envelope-3: Commercial Proposal containing Price Schedule super
scribed as “Envelope 3 – Commercial Proposal”.
All the three sealed envelopes should again be placed in a single sealed
envelop super scribed as “City Surveillance System Tender No. 07/2017-18,
Bid from: 23.06.2017 to 17.07.2017 NOT TO BE OPENED BEFORE
01.08.2017 at 4.00 PM, which will be received in the office of
IG Police (Provision),
Office of DG & IG of Police Jharkhand,
DPRD Building, Dhurwa, Ranchi – 834004
5.12 Language
The Bids and all correspondence and documents relating to the bids, shall be
written in the English language. Supporting documents and printed literature
furnished by the Bidder may be in another language provided they are
accompanied by an accurate translation of the relevant passages in English
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 20 of 150
language. There should be proper page numbering on every page of Pre-
qualification, Technical and Financial Bids, so that proper referencing can be done.
5.13 Late Bids
Any bid received by the Tenderer after the time and date for receipt of bids
prescribed in the RFP document will be rejected and returned unopened to the
Bidder.
5.14 Modification and Withdrawal of Bids
a) The Bidder is allowed to modify or withdraw its submitted bid any time prior to
the last date prescribed for receipt of bids, by giving a written notice to the
Tenderer.
b) Subsequent to the last date for receipt of bids, no modification of bids shall be
allowed.
c) The Bidders cannot withdraw the bid in the interval between the last date for
receipt of bids and the expiry of the bid validity period specified in the Bid. Such
withdrawal may result in the forfeiture of its EMD from the Bidder.
5.15 Bid Forms
a) Wherever a specific form is prescribed in the Bid document, the Bidder shall
use the form to provide relevant information. If the form does not provide space
for any required information, space at the end of the form or additional sheets
shall be used to convey the said information.
b) For all other cases, the Bidder shall design a form to hold the required
information.
c) Jharkhand Police shall not be bound by any printed conditions or provisions in
the Bidder’s Bid Forms
5.16 Local Conditions
a) Each Bidder is expected to fully get acquainted with the local conditions and
factors, which would have any effect on the performance of the contract and /or
the cost.
b) The Bidder is expected to know all conditions and factors, which may have any
effect on the execution of the contract after issue of Letter of Award as
described in the bidding documents. The tenderer shall not entertain any
request for clarification from the Bidder regarding such local conditions.
c) It is the Bidder’s responsibility that such factors have properly been investigated
and considered while submitting the bid proposals and no claim whatsoever
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 21 of 150
including those for financial adjustment to the contract awarded under the
bidding documents will be entertained by the Tenderer. Neither any change in
the time schedule of the contract nor any financial adjustments arising thereof
shall be permitted by the Tenderer on account of failure of the Bidder to know
the local laws / conditions.
d) The Bidder is expected to visit and examine the location of offices & field sites
and its surroundings and obtain all information that may be necessary for
preparing the bid at their own interest and cost.
5.17 Contacting the Tenderer
a) Any effort by a Bidder influencing the Tenderer’s bid evaluation, bid comparison
or contract award decisions may result in the rejection of the bid.
b) Bidder shall not approach Jharkhand Police officers after office hours and/ or
outside office premises, from the time of the bid opening till the time the
Contract is awarded.
5.18 Eligibility Criteria
For each category of pre qualification criteria, the documentary evidence is to be
produced duly certified-signed in ink with seal by authorized signatory of the
Bidder(s), serially numbered and enclosed with pre-qualification / technical bids. If
the documentary proof is not enclosed for any/all criteria the Tender is liable for
rejection.
The Bidder(s) shall meet the following schedule wise criteria for eligibility.
5.18.1 Eligibility Criteria of Bidder:
For each category of pre qualification criteria, the documentary evidence is to be
produced duly certified-signed in ink with seal by authorized signatory of the
Bidder(s), serially numbered and enclosed with pre-qualification / technical bids. If
the documentary proof is not enclosed for any/all criteria the Tender is liable for
rejection.
The Bidder(s) shall meet the following schedule wise criteria for eligibility.
S.No Particulars Document Required
1 The bid shall be submitted by an individual
organisation. Consortium is not allowed for the
Project
1.1) Bidder should be an IT company and
Certificates of
incorporation of the
company
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 22 of 150
S.No Particulars Document Required
specialising in System Integration & Facility
Management Services for IT Infrastructure and
bidder should be in business from last 5
financial years
1.2) The bidder should be registered under the
Indian company’s act-1956
.
2 2.1) The bidder should have an annual turnover of
INR 100 Crore or above in each of the last
three Financial years. (2013-14, 2014-15 &
2015-16).
2.2) Bidder should be a profit making organization,
and should have positive net worth as per
audited account of financial year i.e. 2015-16.
a. Certified Copy of Audited
balance sheet & Profit
Loss account of last three
financial years (2013-14,
2014-15 & 2015-16).
b. Certificate from the
Chartered Accountant /
Statutory Auditor with
their Registration Number
& Seal for confirming
annual turnover and
Positive Net Worth.
3 The bidder should have a local office in Ranchi or
Jharkhand State.
Note: In case Bidder has no presence in
Jharkhand at the time of bid submission, bidder
shall furnish an undertaking that an office shall
be opened in Jharkhand, with sufficient
personnel and inventory of spares within a
month of selection as Successful Bidder.
Copy of Rent Agreement /
Copy of Telephone Bill / Copy
of Electricity Bill.
(OR)
Undertaking with duly signed
by competent authority of
organisation.
4 The bidder should have VAT and Service Tax
registration.
Note: If Bidder Don’t have registered with
Jharkhand VAT / GST at the time of bid
Copy of Service tax
Registration certificate
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 23 of 150
S.No Particulars Document Required
submission, bidder shall furnish an undertaking
that they shall get registered within a month of
selection as Successful Bidder.
5 The Bidder should be an ISO – 9001:2008 / ISO
20000/ ISO27001 certified organization and should
have valid certificate.
Copy of Valid ISO certificate
6 Bidder should not have been declared blacklisted/
ineligible during last three calendar years by any
State Government / Central Government / PSU due
to unsatisfactory performance, breach of general or
specific corrupt / fraudulent or any other unethical
business practices.
A Self declaration on company
letter head with sign and
stamp of authorized signatory
7 The bidder must have successfully completed
similar City Surveillance project for Government in
India with at least any one of the following
(i). Single order worth Rs. 25 Crores
(ii). Two orders with each Rs. 15 Crores
(iii). Three orders with each Rs. 12 Crores
And
Have at least two (2) years of experience in City
Surveillance project O&M (Operations and
Maintenance) in India.
Note: Projects executed for bidder’s own, bidder’s
group of companies or bidder’s shall not be
considered.
Work Order with Completion
Certificate with contact details
of the client / work order with
proof of carryout work (copy of
invoice/payment, etc.,) with
contact details of the client
8 Bidder should have experience to install and
manage 200 cameras in single project for at least 2
years
Work Order with Completion
Certificate with contact details
of the client / work order with
proof of carryout work (copy of
invoice/payment, etc.,) with
contact details of the client
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 24 of 150
S.No Particulars Document Required
9 Bidder should have experience of IT System
Integration and/or providing AMC & FM services to
any Government Dept. / PSU.
Work Order and proof of
carryout work (copy of
invoice/payment, etc.,) with the
client with contact details.
10 Bidders must be registered for Employees
Provident Fund
Copy of registration
certificate of Employees
Provident Fund
11 The bidder should have direct authorization from
the Original Equipment Manufacturer (OEM) for
selling and supporting the equipment’s offered.
Manufacturer Authorisation
Form to be submitted.
5.18.2 Mandatory Requirement of OEM:
a) The OEM should be in the business for the last 5 financial years in India.
b) The OEMs should have customer support in India.
c) The OEMs should have at least 2 references in India for city
surveillance system having minimum deployment of 200 cameras
d) The OEMs should have option of supporting customers directly if needed
& the support information including delivery against defectives or status
of case should be available through web portals. (A certificate from OEM
to provide support for the products with pre-qualification bid )
e) The OEM should have ISO 9001:2008 / ISO 20000/ ISO 27001
certification.
f) The quoted products/Items/Spares/Service for the project should not be
End of Life (EOL) for 7 Years from the date of bid submission.
Bidder must submit the all supporting documents along with their pre-
qualification bid.
5.19 Schedule of Events
S. No. Events Date
1 Last date for submission of queries 19.07.2017 till 5.00 PM
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 25 of 150
S. No. Events Date
2
Pre-bid Conference at the Office of IG
Police (Provision), Jharkhand Police
premises
24.07.2017 at 3.00 PM
3 Last date and time of proposal Submission 01.08.2017 at 3.00 PM
4
Date and time of opening of the
Prequalification Documents at Office of IG
Police (Provision), Jharkhand Police
Premises
01.08.2017 at 4.00 PM
Date and time of opening of the Technical
Proposals
Shall be informed later to
qualified bidders
5 Date of opening of the Commercial
Proposal
Shall be informed later to
technical bid shortlisted
bidders
6 Contract Signing Shall be informed later to
the Successful bidder
5.20 Opening of Proposal
First, the envelope containing pre-qualification will be opened and if found that the
bidder meets the eligibility criteria and has furnished all the documents in the
prescribed manner, then the second envelope containing Technical Proposal shall
be opened. The timing for opening the technical bid will be at the sole discretion of
evaluation committee. The commercial bid would be opened in presence of
technically short listed bidders. The Evaluation Committee or its authorized
representative will open the tenders. Sequence of opening shall be as follows:
o Pre-qualification
o Technical Proposals
o Commercial Proposals
5.21 Evaluation Criteria
An evaluation committee so constituted by Jharkhand Police will evaluate the bids
i.e. Prequalification, Technical and Commercial as per the following pattern.
a) Conditional bids shall be summarily rejected.
b) Evaluation committee will examine the bids to determine whether they are
complete, whether any computational errors have been made, and whether
the bids are generally in order.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 26 of 150
c) Arithmetical errors will be rectified on the following basis: If there is a
discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and the
total price shall be corrected. If the Bidder does not accept the correction of
the errors, his bid will be rejected. If there is a discrepancy between words
and figures, the amount in words will prevail.
d) The tenderer may conduct clarification meetings with each or any bidder to
discuss any matters, technical or otherwise.
e) Further, the scope of the evaluation committee also covers taking of any
decision with regard to the RFP, execution/ implementation of the project
including management period.
f) Bid document shall be evaluated as per the following steps.
i) Preliminary Examination and Evaluation of Pre-qualification
documents: The Pre-qualification document will be examined and
evaluated to determine whether the bidder meets the eligibility criteria,
completeness of the bid, whether the documents have been properly
signed and whether the bids are generally in order. Any bids found to be
non-responsive for any reason or not meeting the minimum levels of the
performance or eligibility criteria specified in the various sections of this
RFP will be rejected and not included for further consideration.
ii) Technical Proposal Evaluation of document: A detailed evaluation of
the bids (Technical Proposal) shall be carried out in order to determine
whether the bidders are competent enough and whether the technical
aspects are substantially responsive to the requirements set forth in the
RFP. Bids received would be assigned scores based on the parameters
defined in table below.
S.No Criteria Max Method of allotting
marks
Required eligible
document
Organization Capabilities of Bidder-
1 Number of years of
operation in India in IT / IT
enabled services
12 Minimum 5 Financial years
of operation will be
awarded 8 marks.
More than 5 Financial
years to 8 Financial Years
Enclose copy of documents
of incorporation and oldest
work order / agreement to
execute work
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 27 of 150
S.No Criteria Max Method of allotting
marks
Required eligible
document
– 10 Marks
More than 8 Financial
years -12 marks
2 Organizations man power
strength .
12 Between 100 to 500
Employees = 9 marks
More than 500 Employees
to 700 Employees : 10
marks
Above 700 Employees =
12 marks
Letter declaring the same
(including category wise
numbers i.e Technical,
Sales, Finance & Accounts
etc.) from the Head of
HRD/Signing Authority.
3 Average annual Turnover
in last 3 FYs in IT/ITeS
Solutions
12 a. 100 Crores to 400
Crores – 8 Marks
b. More Than 400 Crores
to 500 Crores – 9 Marks
c. More than 500 Crores
to 600 Crores –10 Marks
d. Above 600 Crores – 12
Marks
A certificate by Chartered
Accountant
4 Profit Making Organization 5 Five Marks will be
awarded for organization
making profit ( Financial
year2015-16) , no marks
will be awarded for loss
making organization
A certificate by Chartered
Accountant
5 Organisation should have
Positive networth as on
31st March-2016.
5 Five Marks for Positive
Networth in last financial
year ( 2015-16) , No marks
will be provided for
A certificate by Chartered
Accountant
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 28 of 150
S.No Criteria Max Method of allotting
marks
Required eligible
document
Negative Networth
Project Experience
6 Number of CCTV Projects
executed in India. in last
five years as on 31st May-
2017 , where Supply,
Commissioning of IP
based CCTV Surveillance
project , including operation
and Maintenance and FMS
services by the bidder
Note : Order executed in
Government / PSU/
Defense / Nationalized
Bank in India will be
considered
35 Total no. of IP cameras
implemented in a single
work-order.
a. Between 200
cameras and 600
cameras – 25
marks
b. More than 600
cameras to 800
cameras – 30
Marks
c. More than 800
cameras – 35
marks
1) Work orders/Purchase
Order confirming year
and area of activity, the
cost value of services to
be delivered to each of
the projects
2) Complete / Partial
Completion / Satisfactory
ongoing Certificate from
Client/ Proof of carryout
work (copy of
invoice/payment, etc.,)
with client contact details
3) Enclose a list with detail
of address of such
project, contact person
along with phone
numbers.
7 Total value of IP based
CCTV Surveillance project ,
including operation and
Maintenance and FMS
services projects in India
Completed / Running
/Awarded as on 31st May
2017
10 For one Project ( Minimum
Project Value Rs 15 Cr): 6
marks
For one Project (
Minimum Project Value 25
Cr) : 8 marks
For More than one Project
( Each Project Value
should be more than 12
1) Work orders/ Purchase
Order confirming year
and area of activity, the
cost value of services to
be delivered to each of
the projects with contact
details of the client
2) Complete / Partial
Completion / Satisfactory
ongoing Certificate from
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 29 of 150
S.No Criteria Max Method of allotting
marks
Required eligible
document
Cr) : 10 marks Client/ Proof of carryout
work (copy of
invoice/payment, etc.,)
with client contact details.
3) Enclose a list with detail
of address of such
project, contact person
along with phone
numbers.
8 Technical Presentation 5 Technical Presentation
regarding understanding of
bidder for the project
9 Deployment of Qualified
Team during Project
Implementation and O&M
Phase
4 Deployment of Qualified
Team 1. Qualification of
Project Manager
(BE/MCA) -2 marks.
Experience ( 10 years in
e-Governance ) 2 – Marks
Submit CV with contact
details & project details of
the person
Total 100
Note: The technical score of all the bidders would be calculated as per the criteria mentioned
above. All the bidders who will achieve 70 or more marks in the Technical evaluation
would be eligible for the next stage,
iii) Evaluation of Commercial Bids: Commercial bids of those bidders
who qualify the technical evaluation will only be opened. All other
Commercial bids will be returned un-opened. The place, date and time
for the opening of the financial bids shall be announced separately.
The final selection of bidder will be done based on Lowest Commercial
cost among technical shortlisted bidders (i.e. the bid with the lowest
commercial (L1) will be considered as the successful bidder).
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 30 of 150
5.22 Deciding Award of Contract
a) The Tenderer reserves the right to ask for a technical elaboration/clarification in
the form of a technical presentation from the Bidder on the already submitted
Technical Proposal at any point of time before opening of the Commercial
Proposal. The Bidder shall furnish the required information to the bid evaluation
committee and its appointed representative on the date asked for, at no cost to
the Tenderer. The Tenderer may at its discretion, visit the office / Network
Operation Centre (NOC) of the Bidder for Services, any time before the issue of
Letter of Award.
b) Tenderer shall inform those Bidders whose proposals did not meet the eligibility
criteria or were considered non-responsive, informing that their Commercial
Proposals will be returned unopened after completing the selection process.
Tendering authority shall simultaneously notify those Bidders who had qualified
the Evaluation process as described in this RFP, informing the date and time
set for opening of Commercial Proposals. The notification may be sent by mail
or fax.
c) The bidder's names, the Bid Prices, the total amount of each bid, and such
other details as the Tendering Authority may consider appropriate, will be
announced and recorded by the Tenderer at the opening.
5.23 Confidentiality
a) As used herein, the term “Confidential Information” means any information,
including information created by or for the other party, whether written or oral,
which relates to internal controls, computer or data processing programs,
algorithms, electronic data processing applications, routines, subroutines,
techniques or systems, or information concerning the business or financial
affairs and methods of operation or proposed methods of operation, accounts,
transactions, proposed transactions or security procedures of either party or
any of its affiliates, or any client of either party, except such information which is
in the public domain at the time of its disclosure or thereafter enters the public
domain other than as a result of a breach of duty on the part of the party
receiving such information. It is the express intent of the parties that all the
business process and methods used by the Bidder in rendering the services
hereunder are the Confidential Information of the Bidder.
b) The Bidder shall keep confidential any information related to this tender with the
same degree of care as it would treat its own confidential information. The
Bidders shall note that the confidential information will be used only for the
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 31 of 150
purposes of this tender and shall not be disclosed to any third party for any
reason whatsoever.
c) At all times during the performance of the Services, the Bidder shall abide by all
applicable security rules, policies, standards, guidelines and procedures. The
Bidder should note that before any of its employees or assignees is given
access to the Confidential Information, each such employee and assignees
shall agree to be bound by the term of this tender and such rules, policies,
standards, guidelines and procedures by its employees or agents.
d) The Bidder should not disclose to any other party and keep confidential the
terms and conditions of this Contract agreement, any amendment hereof, and
any Attachment or Annexure hereof.
e) The obligations of confidentiality under this section shall survive rejection of the
contract.
Note: The Bidder should conduct background checking for all the personnel
deployed on the Ranchi City Surveillance Project.
5.24 Publicity
Any publicity by the bidder in which the name of Ranchi City Surveillance and FMS
is to be used, should be done only with the explicit written permission from
Jharkhand Police Department.
5.25 Insurance
The equipment and services supplied under the contract shall be fully insured by
the bidder against loss or damage incidental to manufacture or acquisition,
transportation, storage, delivery and installation. The period of insurance shall be
up to the date the supplies are accepted and the rights of the property are
transferred to Jharkhand Police after project tenure (i.e. 5Years from the date of
Acceptance Certificate issuance).
5.26 Right of Selection/Rejection – Waiver of Informalities or Irregularities
Jharkhand Police reserves the right to reject any or all proposals, to waive any
minor informalities or irregularities contained in any proposal, and to accept any
proposal deemed to be in the best interest of the Department. Selection of a
vendor solution shall not be construed as an award of contract, but as a
commencement of contract negotiation, including but not limited to the contract
price proposed.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 32 of 150
6 Scope of Work
The scope of work includes supply and installation of high definition IP cameras at
specified outdoor locations Annexure–A for Ranchi Police Jurisdiction along with
necessary components (Servers, Storage, Workstations, Networking system, etc.) to
make a complete functional IP based intelligent CCTV system on turnkey basis and
maintenance of the system for five years from the date of acceptance certificate issued
by Jharkhand Police. Bidder is responsible to transfer all the hardware and software
component of the project in working condition to Jharkhand police after the project
period.
Purpose of the system is as follows:
i) The system will be used for surveillance of selected intersections and locations
suggested by the officials of the concerned Police Jurisdiction.
ii) Detection of an event and identification of a person’s face, object features
within a predefined range.
iii) Automatic recognition of Number Plates of vehicles (for all types of vehicles
including two-wheelers) within a pre-defined range and facilitate efficient traffic
management.
iv) The system will be used to search vehicles with a given number plate to track
movement of vehicles.
v) Automatic recognition of hot-listed, license expired, or wanted vehicle to
facilitate criminal investigation.
vi) Automatic alert generation when a crowd is formed in an otherwise normal
activity area.
vii) Smart investigation for post facto analysis of incidents.
viii) Integration and data exchange with other cities as and when needed.
ix) Red Light Violation Detection system using the installed cameras at the traffic
intersection and automatic generation of e-challan in prescribed form by the
concerned police department either in English and Hindi (as the case may be).
x) The bidder has to provide the solution to ensure that ANPR and RLVD should
work in synchronize mode to detect the Vehicle for Red light Violation in traffic
signal
xi) Bidder should provide all the components required for face recognition system
(FRS) for Ranchi city surveillance system. The FRS shall be enabled in
cameras installed at various locations identified by Jharkhand police for the
project.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 33 of 150
xii) The bidder has to provide ready to use Surveillance system with all the
component & peripherals for the details mentioned in the Scope of work.
Minimum Bill of materials is defined in the RFP
Feed from all cameras to be transmitted to respective Command and Control Centre
(CCC) for viewing and for online storage.
The system shall provide for online storage of video and images for minimum 30 days.
The system should be able to use the installed NAS/SAN in CCC for recording
purposes, scalable in future as and when required.
The warranty of the whole system shall be for a period of 5 years from the date of
commissioning and handing over with associated works as described and set forth in
the tender document.
The system shall adhere to open standards and shall be OS agnostic, providing
maximum flexibility and low cost of ownership, scalable to meet future surveillance and
intelligent traffic monitoring needs, and ease of use. Jharkhand police will be owner of
the application after the project period
The bid should be inclusive of all accessories, brackets, camera poles, various types of
cables, conduits, ducts etc. Specification laid down in the tender document is only
indicative and not exhaustive. Bidders may quote for additional items to implement the
system completely if needed.
Scope shall not be restricted to the items listed in the schedule or requirement and
specifications only. All the items, component and equipment needed to make the
complete system functional and secure shall be included in the BOM uploaded by the
Bidder.
The bidder shall guarantee system uptime of minimum 99%. Failure to do so shall
result in penalty, which is laid down in Service Level Agreement. The software to
record and generate periodic reports/Reports-on-demand of the system health is to be
delivered by the bidder.
The system offered by the bidder shall have no single point of failure. Any technical
deviation and proposal from bidder’s side should be clearly mentioned. If any
equipment becomes faulty or damaged during the project tenure, bidder is responsible
for its onsite repair/replacement with new original components/equipment at no
additional cost to Jharkhand Police.
The following activities comprise the total scope of work:
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 34 of 150
• Through BSNL network, Jharkhand Police shall establish backbone network to
provide fibre optic connectivity to all the locations where video surveillance
camera would be installed by bidder.
• Establishment of Command & Control Centre (CCC) with Data Centre, Poles
erection.
• Installation of IT and non IT equipment
• Configuration and Integration of equipment.
• Installation and Configuration of IP based Surveillance Solution with Automatic
Number Plate Recognition (ANPR).
• Seamless integration of IP Backbone with Surveillance Application consisting of
IP Based Surveillance Cameras and Intelligent Monitoring and Recording
Software.
• Supply and installation of Video Management System and ANPR System.
• Seamless integration of ANPR system with Video Surveillance System.
• To provide an open standard framework to integrate the System with other
systems (GIS, Dial 100, Command and Control Center, Motor Vehicles
database, etc) for exchange of information for future scalability.
• Provide vandal resistant housing for the IP Cameras and other equipment to be
housed in every identified place given in the location list later in this document.
• Setting up display screens at designated control rooms specified by the Police
Organization for real time monitoring of Video feed, and smart navigation
events from the archived video for investigation.
• Video recording shall be retained for at least 30 days for future reference and
use.
• Training on overall system
• Acceptance Test
• Sign-Off with Documentation
• Maintenance and support of IP Video Surveillance System & Other
Components highlighted above to meet purpose of the system.
The overall architecture of the envisaged City Surveillance Project is depicted in below
diagram for quick understand and reference:
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 36 of 150
• The bidder shall be responsible for installation of High Definition Fixed camera,
PTZ Camera, ANPR Camera and RLVD Camera at various sites as mentioned in
Annexure-A of the RFP. Jharkhand Police may increase number of cameras and
sites during project period.
• The bidder shall be responsible of installation of Arm shaped corrosion free Iron
Pole at each camera site and shall be mounted the Cameras (Fixed, PTZ, ANPR
and RLVD) at this Pole. Bidder shall also supply and install all the required
accessories including but not limited to nut & bolt, clamp, etc., for cameras
installation. The pole should be strong and should bear the load of all the mounted
equipment.
• The bidder shall have to install outdoor IP55 enclosure/Rack at each camera site
and bidder shall also be responsible to provide chemical earthing of this Rack at
each and every location for safe and smooth functionality of the setup. The Rack
shall be mounted on iron stand and this iron stand also shall be provided by the
bidder. All outdoor equipments like UPS & Battery bank, Switch, and Cables shall
be kept inside this Rack.
• The bidder shall be responsible for installation of PoE Switch at each camera
location. All cameras will be connected with this PoE Switch through outdoor UTP
(CAT6) cable which would be housed inside concealed pipe and tie.
• The bidder shall be responsible to provide proper chemical earthing of outdoor
equipment (i.e. for Rack, UPS, Switch and Cameras) and the voltage between
earth and neutral shall not be exceed 1volt.
• The bidder shall also have to carry out monthly preventive maintenance for each
and every outdoor equipment such as Rack, UPS, Battery, Switch, Camera, etc.,.
The cleaning of lens, camera housing of each camera is also responsibility of the
bidder. The preventive maintenance reports should be submitted to Jharkhand
Police within a week after completion of the preventive maintenance activity.
• The bidder shall be responsible for provision of electricity power to UPS point at
each and every location mentioned in Annexure – A. The bidder shall be
responsible to take electricity connection from Jharkhand Electricity Board at all
locations and provisioning for supply & installation of tariff meter, Bidder has to use
Aluminum or copper wire to connect the meter from the electricity poll. Bidder will
be responsible for payment of monthly tariff bill. The bidder has to bourn / absorbs
the cost incurred for electricity connection, supply & installation of tariff meter and
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 37 of 150
payment of monthly tariff bill at each camera site/location mentioned in Annexure-
A.
• The bidder shall be responsible for supply & laying of electrical cable with proper
casing, capping from Govt. electricity Pole/junction to Tariff meter at each camera
site/location mentioned in Annexure-A.
• Any other items and services which are required for installation & commissioning of
cameras at site and left in BoM, should be quoted by bidder in their bid. The
tenderer will not liable to pay any additional amount to the successful bidder other
than the amount finalised in bid.
Data Centre:
The bidder will be given approx 800 square feet area for data centre area at 1st
Floor of Traffic Police Building, Kachahari, Ranchi for establishing Data Centre
Command & Control Centre operations. The bidder has to complete the site
preparation, interior, electrical, Air Conditioning (PAC at Server farm area and
Comfort AC at NOC & UPS area), FM 200 Fire Suppression System for server farm
area (with fire & smoke detectors at server farm, below the raised floor & above
false ceiling), Access Control System, lighting, false flooring for server farm area and
Vinyl flooring for rest area, false ceiling and other necessary things. (The bidder is
advised to inspect the site and access the requirements needed for establishing)
Design and Conceptualisation:
The bidder has to engage qualified architect, civil engineer, electrical engineer, air
conditioning engineer and other technical personnel for undertaking detailed
requirement analysis. After the detailed requirement analysis is undertaken,
drawings for each of the sections to be submitted for Jharkhand Police. Once the
approval is given for the plan drawings work can be initiated.
� The bidder has to undertake all general civil and interior work relating to Data
Centre site as per the approved plan.
� The entire premises including roof, flooring and side walls should be treated for
water proofing before any undertaking other works.
� Providing and constructing Brick/MS channel work for support of doors and for
long span of portions etc., complete.
� Providing and fixing 2hrs fire rated door with vision panels (considered 2 doors
with combined area of 70sq.ft) also having 2hrs fire rated glass, complete with
frames having proper in tumescent fire strip etc., Inclusive all associated
hardware fixed as per manufacturer’s specifications complete.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 38 of 150
� False Flooring in Server Farm Area: Preparing the floor and providing and fixing
antistatic cemetitious false floor tiles on stringers and supports of 600x600mm
with a UDL of 1080 kg/mtr2 and a point load of 360 kgs. The pedestal shall
withstand axial load of 2200 Kgs.
� False Ceiling: The entire Data Centre site should be covered with false roofing.
Providing and fixing mineral acoustical ceiling having board thickness of 15mm
and 600mm x 600mm.
� Providing P.O.P finish to plastered surfaces in all positions including
scaffolding, surface preparation if required etc. complete.
� Electrical Work: Design as per technical specifications and obtain approval of
drawings (including LT Panel, UPS distribution Panel, Lighting & Wiring, etc.,).
� The bidder shall be responsible for supply, laying & installation of electrical
cable from Main DB or Transformer to UPS DB to equipment. Bidder shall also
supply & install of Industrial Main DB, UPS DB with proper rated MCBs in Data
Centre.
� As part of site preparation, bidder should supply & install UPS, Generator, 2Nos
of 5Tr PAC, Split AC, FM200 Fire Suppression System, Access control system,
Biometric attendance System.
� Should construct plinths for DG and four chemical earth pits
� Fuel should be provided and maintained by SI and the cost of fuel will be
reimbursed by Jharkhand Police upon submission of bills.
Command and Control Centre:
• The bidder will be given 1000 square feet area for Control room surveillance
operators at 1st Floor of Traffic Police Building, Kachahari, Ranchi. The bidder has
to complete the site preparation, interior, electrical, Air Conditioning, and other
necessary things. (The bidder is advised to inspect the site and access the
requirements needed for establishing)
• The bidder shall have to provide the civil layout diagram for placement of video
walls, Workstations, etc., (including Network & Electrical diagram) inside the control
room.
• Proper underground electrical cable should be laid with conduit & casing from UPS
point to each equipment (Workstations, Video walls, Printer) inside control room
including fixing of tiles on floor and distemper paint on walls.
• The Bidder has to design and build work station for 30 persons in the room
provided to the Vendor to monitor the project in Command and Control Centre. The
quality of material should be best.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 39 of 150
• The bidder shall be responsible for supply, laying & installation of electrical cable
from Main DB or Transformer to UPS DB to equipment. Bidder shall also supply &
install of Industrial Main DB, UPS DB with proper rated MCBs in control room.
• The bidder should do structured data cabling from network rack/core switches to
each and every equipment in the control room. The bidder shall also be
responsible for testing, proper tagging and certification of the networking in the
control room.
• The bidder is responsible for supply & installation of I/O box, Faceplate, RJ45
connector, crimping. Conduit pipe, flexible pipe and CAT6 UTP Cable.
• The bidder shall be responsible to provide proper chemical earthing (with <1V
between earth and neutral throughout project tenure) for UPS, Equipment, and
Rack etc.
Bandwidth
The Police department has selected BSNL Ranchi for providing the backbone
connectivity bandwidth on Fibre media between each camera site/location and
Centralized Police control room. BSNL is planning to provide dedicated/dark Fibre
network from each camera site/location to Centralized Police control room. BSNL
Ranchi will provide fibre link with 100 Mbps/1Gps bandwidth at each camera
site/location, and two nos of 10G fibre links at Centralised Command & Control Centre
(CCC) and one 10G link for connectivity between PHQ DC & CCC.
• The bidder shall be responsible for end to end connectivity from each
camera site/location to CCC.
• The bidder shall be responsible for testing of Fibre link from each camera
site/location to Police control room and shall verify & insure smooth transfer
of video footage from each camera site/location to Police control room.
• The bidder shall be responsible for testing of BSNL Fiber link from PoE
switch at each camera site/location to L3 switch of Police control room.
• in case of fibre link failure at any camera site/location and/or CCC, the
bidder shall be responsible for logging of complains to BSNL Ranchi. The
bidder shall also be responsible to liaison with BSNL for rectification and
restoration of failed fibre link. The bidder shall also have to maintain log
book for the same.
FM Service:
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 40 of 150
Project Manager: The bidder shall be responsible to deploy dedicated Project
Manager with minimum 10 years experience in e-Governance including surveillance
and Core Networking Projects. The qualification of the project Manager should be B.E.
Electronics/Computer Science or MCA. The deployed Project Manger shall have
experience in minimum two large projects in India. The Project Manager shall be
available 24x7 in Ranchi city. The Project Manager shall be responsible to attend
meeting, interaction with key stakeholders, submit weekly, monthly progress reports of
the project.
Shift Engineer: The bidder shall have to deploy 9 nos of shift engineer in Police
control room. Two nos. of shift engineers should be available at each shift (8 hours)
from Monday to Saturday. The qualification of each shift engineer should be BCA or
3yeras Diploma in Electronics/Computer science awarded by Government and have at
least two years experience in similar field i.e. they should worked in surveillance and
networking projects. The rest 3 nos of shift engineers shall be available in control room
during off-day of regular shift engineers.
FMS Staff: The bidder shall have to deploy 4 number of Technical manpower having
experience to provide FMS support in networking related and capability to provided
preventive maintenance services for different component of the Project.
Instructor / Faculty: The bidder shall have to deploy 1 faculty for training of the
designated police staff on VMS day to day operations. This resource should be
available in general shift. The qualification of the trainer should be BCA and have at
least two years experience in IT training.
Spares Support
• The bidder shall be responsible to keep the spares of at least 10% of fast moving
BoM Items in Ranchi if required more to achieve and maintain SLA parameters
mentioned in the RFP. The bidder should not send any faulty equipment or spare
(outdoor locations/ Police Control room) to repair to their factory and it should be
repaired & replaced immediately on the site/location. The list of the inventory of
spares that will be maintained by the bidder must be enclosed in separate sheet in
the technical bid; else their bid will be rejected straightway without any justification.
• The bidder shall also give undertaking for spare support upto seven (7) years from
the Acceptance test (AT) of the project.
NETWORKED VIDEO MANAGEMENT SOFTWARE (NVMS)
Important Features for VMS
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 41 of 150
Functions Specifications
Solution &
Platform
The Command & Control solution should be implemented and complied
to the industry open standards
The solution or underline products should be enable components to run
on all major operating systems, including Microsoft Windows, Unix ,
Linux
Must have built-in fault tolerance, load balancing and high availability
Software (Application, Database and any other) must not be restricted by
the license terms of the OEM from scaling out on unlimited number of
cores and servers during future expansion.
System must provide a comprehensive API (Application Program
Interface) or SDK (Software Development’s Kit) to allow interfacing and
integration with existing systems or new System
The city surveillance system shall allow seamless integration with all of
the department's existing and future initiatives (e.g. open source
intelligence, situation management war room, etc.)
Incident
Management
Requirements
The system must provide Incident Management Services to facilitate the
management of response and recovery operations:
Should provide facility to capture critical information such as location,
name, status, time of the incident and be modifiable in real time by
multiple authors with role associated permissions (read, write). Incidents
should be captured in standard formats to facilitate incident correlation
and reporting.
The system must identify and track status of critical infrastructure /
resources and provide a status overview of facilities and systems
Integrated User
Specific &
Customizable
Dashboard
Should provide integrated dashboard with an easy to navigate user
interface for managing profiles, groups, message templates,
communications, tracking receipts and compliance
Should provide tools to assemble personalized dashboard views of
information pertinent to incidents, emergencies & operations of command
centre
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 42 of 150
Functions Specifications
Should provide historical reports, event data & activity log. The reports
can be exported to pdf or html formats.
Should provide dashboard filtering capabilities that enable end-users to
dynamically filter the data in their dashboard based upon criteria, such as
region, dates, product, brands, etc and capability to drill down to the
details
Integrated
Video
Surveillance for
War Room
Video Analytics Search functionality in the War Room should be able to
do text based search through hundreds of hours of videos from hundreds
of cameras spread across the city and multiple cities.
War Room software should provide post incident search of CCTV frames
over last several days/weeks. These videos will be from various cameras
installed across all the cities.
Should have the ability to do single attribute and combined attribute
search on a person's features (People search) or clothing, such as
baldness, hat, glasses, sun glasses, hair colour, skin tone, texture, etc.,
and up to three colours combination search on torso area with 13-colour
palette.
Should provide tricolour combinational search capability on upper and
lower body areas with 13-colour palette for clothing.
Should provide enhanced analytics capability to search in crowded
scenes and challenging environmental conditions, such as lighting,
shadows, reflections, and clouds.
Should provide enhanced ability to detect and search objects of interests
(such as cars, buses, trucks, etc.,) with multiple colours (bigger selection
and better colours).
Should be able to leverage and integrate with existing & new CCTV
cameras & video management systems, to provide an integrated video
surveillance at the war room.
Should be able to receive video alarms on the standard command center
application user interface having severity, response level indicated in the
notification.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 43 of 150
Functions Specifications
All CCTV Cameras should be accessible on the Jharkhand Police GIS
map by using GIS Filters.
Should provide Meta Data Search over the video analytics feed across
all cameras or selected cameras simultaneously from the video analytics
search interface.
All alarms notifications that are notified on the Command Center
Application should automatically trigger the Standard Operating
Procedures (SOP) for response.
Should be able to provide the captured image, archive and live video
feed from the VMS player for the alarm that is generated by the video
analytics system.
Device Status,
Obstruction
Detection and
Availability
Notification
Should provide ICON based user interface on the GIS map to report non-
functional device.
Should also provide a single tabular view to list all devices along with
their availability status in real time.
Should provide User Interface to publish messages to multiple VMS at
the same time.
The system shall have the ability to create a case-specific matrix of
camera feeds - to allow central command to create custom situational
awareness maps.
To be effective in the case of an incident, the CCTV infrastructure needs
to be monitored and maintained for uptime. The solution shall provide a
complete monitoring and maintenance system for the camera assets on
ground. This ensures that cameras which are not functional, or
disconnected - are proactively repaired and brought online.
In addition, using video analytics, the cameras should be able to detect
full or partial obscuration (for example, by placing a cloth or obstruction in
front of the camera) or forced tampering (e.g. scene not changing,
loopback).
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 44 of 150
Functions Specifications
The system shall work with automated rules that allow detection and
closure of such cases. To provide all these capabilities, the solution shall
provide an asset mapping solution for camera assets on ground.
Event
Correlation
Command & Control Centre should be able to correlate two or more
events coming from Dial 100 and CCTV Analytics system based on time,
place, custom attribute and provide correlation notifications to the
operators based on predefined business and operational rules in the
configurable and customizable rule engine.
Standard
Operations
Procedures
(SOP)
Command & Control Centre should provide for authoring and invoking
un-limited number of configurable and customizable standard operating
procedures through graphical, easy to use tooling interface.
Standard Operating Procedures should be established, approved sets of
actions considered to be the best practices for responding to a situation
or carrying out an operation.
The users should be able to edit the SOP, including adding, editing, or
deleting the activities.
The users should be able to also add comments to or stop the SOP (prior
to completion).
There should be provision for automatically logging the actions, changes,
and commentary for the SOP and its activities, so that an electronic
record is available for after-action review.
The SOP Tool should have capability to define the following activity
types:
Manual Activity - An activity that is done manually by the owner. and
provide details in the description field.
Automation Activity - An activity that initiates and tracks a particular
work order and select a predefined work order from the list.
If-Then-Else Activity - A conditional activity that allows branching
based on specific criteria. Either enter or select values for Then and Else.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 45 of 150
Functions Specifications
Notification Activity - An activity that displays a notification window that
contains an email template for the activity owner to complete, and then
sends an email notification.
REST Service Activity - An activity that creates a REST service call.
SOP Activity - An activity that launches another standard operating
procedure.
Key
Performance
Indicator
Command & Control Centre should be able to facilitate measurement or
criteria to assay the condition or performance of departmental processes
& policies.
Green indicates that the status is acceptable, based on the parameters
for that KPI, no action is required.
Yellow indicates that caution or monitoring is required, action may be
required.
Red indicates that the status is critical and action is recommended.
Gray indicates that there is insufficient data available to calculate the KPI
status.
Reporting
Requirements
Command & Control Centre should provide easy to use user interfaces
for operators such as Click to Action, Charting, Hover and Pop Ups,
KPIs, Nestled KPIs, Event triggered KPIs, Event Filtering, Drill down
capability, Event Capture and User Specific Setup
Collaboration
Tools
Should provide tools for users to collaborate & communicate in real-time
using instant messaging features.
Communication
Requirements
The solution should adhere to the below mentioned communication
requirements.
Provide the ability to search/locate resources based on name,
department, role, geography, skill etc for rapidly assembling a team,
across department, divisions and agency boundaries, during emergency
Provide the capability to Invite - Using information provided during the
location of those individuals or roles, invite them to collaborate and to
share valuable information.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 46 of 150
Functions Specifications
Authentication Use authentication information to authenticate individuals and/or assign
roles.
Events and
Directives
control
Should provide the capability for the events that are produced from
CCTV systems and are forwarded to the Command & Control Centre.
Events could be a single system occurrence or complex events that are
correlated from multiple systems. Events could be ad hoc, real-time, or
predicted and could range in severity from informational to critical. At the
Command & Control Centre, the event should be displayed on an
operations dashboard and analyzed to determine a proper directive.
Directives issued by the Command & Control Centre should depend on
the severity of the monitored event. Directives will be designed and
modified based on standard operating procedures, as well as state
legislation. A directive could be issued automatically via rules, or it could
be created by the operations team manually.
Resource &
Route
Optimization
Should provide an optimization engine for solving problems expressed as
mathematical programming models.
Should provide a software library of constraint programming tools
supporting constraint
Security &
Access Control
Provide Role based security model with Single-Sign-On to allow only
authorized users to access and administer the alert and notification
system.
Internet
Security
Provide comprehensive protection of web content and applications on
back-end application servers, by performing authentication, credential
creation and authorization.
Authorization
Comprehensive policy-based security administration to provide all users
specific access based on user's responsibilities. Maintenance of
authorization policy in a central repository for administration purposes.
User group
Support to enable assignment of permissions to groups, and
administration of access control across multiple applications and
resources. Secure, web-based administration tools to manage users,
groups, permissions and policies remotely
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 47 of 150
Functions Specifications
Rule Engine &
Optimization
Should have ability to respond to real-time data with intelligent &
automated decisions
Provide an environment for designing, developing, and deploying
business rule applications and event applications.
The ability to deal with change in operational systems is directly related
to the decisions that operators are able to make
Should have at-least two complementary decision management
strategies: process rules and event rules.
Should provide an Integrated development environment to develop the
Object Model (OM) which defines the elements and relationships
Event and data
management
Should provide an event reporting and data tracking mechanism to
enable identification and understanding across underlying domains. Shall
provide capability to manage predicted events, planned events, and
current events as they evolve.
Should provide integration with Jharkhand Police geographic information
system (GIS) or location plan maps events visually for the project
Should provide capability to gauge the impact of events through
interactive mapping and scenario analysis.
Should provide capability to filter information about events that are based
on date and time, location, and other categories that you define.
Should provide capability to view the filtered information either
highlighted on a map, listed in a table or in a calendar, or chronologically
on a timeline. The information is easy to access when and where you
need it
Response and
activity
management
Should provide a system for storing appropriate procedures and activities
that are associated with events.
Should be able to track the progress of procedures, and monitor or
update the status of activities that are assigned
VMS Openness
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 48 of 150
• VMS shall be open to any IP camera integration over ONVIF profile S. It
should support both Windows and Linux operating system on Server
machine. It should support Windows, Linux, and Mac OS on Client
machine, independent of what operating system is there in the servers.
• In that respect VMS shall already support IP cameras from at least fifteen
(15) major vendors. Bidders shall clearly list in their proposal the brands
and models already integrated into VMS. As such it is mandatory for VMS
to accommodate ONVIF compliant cameras.
• The software OEM should have its own development and/or customization
centre in India so that customization as per user requirement can be done
as and when required.
• The proposed Video Management Software (VMS) software should have a
proven track record of at least one live IP surveillance system at any
Airports/City Surveillance (within India) with minimum of 200 IP cameras.
Such project should have all components like VMS and VCA etc. working
satisfactorily.
• VMS should have the options to customize various messages and prompts
as per user given texts.
• The VMS OEM shall furnish the software architecture for each software
component offered for this project.
• VMS shall be open to any standard storage technologies integration. It
should support Local HDD, DAS, and Network Storages (NAS, SAN)
• VMS shall be open to any video wall system integration.
• VMS and ANPR system should be from the same manufacturer, to ensure
seamless integrated performance of all required functionalities. VMS should
support Remote access for Live viewing and Archive search using any
standard Browsers, e.g., Mozilla Firefox, Chrome, Internet Explorer, Safari,
etc.
• VMS should have Open interface over TCP/HTTP to send Video stream of
any Camera to any external software running in a different machine in the
same LAN.
• VMS should have Open Interface to send Analytics event alerts and other
Maintenance alerts (Camera disconnection, Storage Full, DBMS
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 49 of 150
disconnection, etc) over HTTP protocol to any external application running
in a different machine in the same LAN.
• VMS should support all DBMS including open source.
VMS Distributed Architecture
• VMS shall be designed to offer a full IP based distributed architecture.
• VMS shall have the capability to handle software clients (operators)
connected in at least fifty (50) different physical locations spread
geographically apart, and connected through WAN/MAN connectivity.
• VMS shall be accessible using any Standard Web browser (Safari, Firefox,
Internet Explorer, Chrome, etc) for live view, archive search and Event
search.
• VMS should be able to stream video of at least 4 channels simultaneously
to any remote clients over 3G/4G Network as available in India.
VMS Management
• VMS shall allow managing initial client logon, system configurations,
logging, remote administration of recording servers, devices, security, rules,
alerts and logging.
• VMS shall support at least 5 levels of users with various privileges to
access the system functionality. Each category of users shall have
selectable rights to perform various operations like Camera add/delete,
Change camera settings, Configure storage, Control PTZ cameras, User
management, etc.
• The System health status like Server failure, Camera disconnection,
Storage full, etc shall always be displayed at the top panel in Client UI.
• VMS shall maintain a continuous log of server status messages, Camera
connectivity, Storage status, Recording ON/OFF, User activity logs, etc
which shall be accessed from the Workstations using different filters.
• VMS shall be able to detect IP devices automatically.
• VMS shall store all configuration data of Servers, Analytics application
settings, Camera recording Schedules, User login credentials, Archived
video files etc in a single unified Database.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 50 of 150
• VMS shall allow the user with Administrator privilege to import any
Operator’s screen on his/her desktop to watch the operator’s activity on-
line.
• VMS shall support multi-layer hyperlinked maps in form of JPEG files.
Cameras can be dragged and dropped from directory on the map for click-
n-view on Client viewer.
Failover Support
• The system shall support automatic failover for recording servers. The
allocation of Cameras to recording servers shall be done automatically by
the VMS in a load balanced manner. On failure or any particular Recording
server, the cameras associated with the failed server should be
automatically distributed across all the active servers without any human
intervention. When the failed server becomes active, the cameras will be
automatically allocated to the server again without any human intervention.
There shall not be any need to deploy a dedicated redundant server for this
purpose.
• VMS shall support Failover against temporary disconnection of DBMS
Service, without any loss of camera video. As soon as the DBMS service
resumes, all data should automatically be stored to Database.
• Once configured, the Video Management System shall not require
reconfiguration of any kind when any server passes through a power Off-On
cycle.
• The system shall provide seamless access to recordings on the failover
server for all clients through the same client views once the services are
fully started.
Multicasting and Multi-streaming
• VMS shall also be able to operate in multicast protocol to minimize the
network bandwidth
• The infrastructure provided for VMS shall support IGMP
• VMS shall support H.264 and MJPEG stream for both live view and
Recording independently. Compression rate shall be manageable.
• VMS shall support high speed video streams.
• The VMS shall be able to stream standard camera video streams to any
external software on demand basis.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 51 of 150
• To ensure security and ease of Firewall deployment, only one Server shall
be allowed to be exposed to Internet for delivering services to all the remote
clients sitting on the Internet. The remote clients shall access only that
server to access the system for all the functionality.
• Health Monitoring: Health monitoring module shall allow for continuous
monitoring of the operational status from servers, cameras and other
devices. The health monitoring module shall provide a real-time overview
of technical problems while allowing for immediate visual verification and
troubleshooting.
o Health monitoring module shall provide interface and navigational tools
through the client including:
o Graphical overview of the operational status from servers, network
cameras and external devices including motion detectors and access
control systems.
o Intuitive navigation using a map-based, hierarchical structure with
hyperlinks to other maps, servers and devices or through a tree-view
format.
Health monitoring module shall provide intuitive alarm management including:-
• Detailed listing of all active or incoming alarms with available filters for time
period, alarm source, operator and alarm state.
• Ability to reassign alarms to other operators based on: change of state for
one/multiple or all alarms, change of alarm priority, entering incident-
specific log information and the suppression (snooze function) of alarms.
• Ability to preview, view live or playback recorded images.
• Automatically close an alarm based on a corresponding event.
• Generate audit trail reports by incident.
Cameras:-
VMS shall allow camera clustering based on Locations as well as Groups
independently.
• Each operator shall be able to monitor one or several clusters of camera
• It shall be able to prevent an operator from viewing/managing one or
several clusters
• VMS shall allow managing at least 100 clusters of camera
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 52 of 150
• Quantity of cameras per cluster shall be unlimited
• At any given time it shall be possible to block sensitive video from being
viewed by some non-authorized users
• It shall be possible to apply the common parameters to several/all cameras
of the same cluster through a unique settings session
• Parameter settings shall be adjusted based on camera manufacturer
contextual menu
• Following typical camera parameters shall be manageable:
• Brightness, compression, contrast, include date and time, resolution,
rotation,
• Frame per second, bit rate control mode, maximum bit rate, bit rate control
priority, target bit rate,
• Camera’s Name, Description, Hardware name and Part number,
• Storage and recording settings, maximum storage limits and database
configuration. The total hard drive space used to store the camera’s
recorded data shall be displayed.
• Archiving settings
• Preset positions (if the selected camera is a PTZ camera)
• Patrolling profiles (if the selected camera is a PTZ camera)
• Hardware configurable events
Logs
• The system log shall be searchable by Level, Source and Event Type.
• The Audit Log records remote user activity (searchable by User name, Audit
ID, Source and Location)
• The Alert Log records alerts triggered by rules (searchable by Alert type,
Source and Event type)
• The Event Log records event-related information (searchable by Service
name, Source and Event type)
• The Rule Log records rules in which the Make new <log entry> action been
specified (searchable by Service name, Source, Event type and Rule name)
VMS Client Viewer (Operator) features
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 53 of 150
• VMS shall provide feature-rich administration client for system configuration
and day-to-day administration of the system
• The Client Viewer shall provide a Graphical User Interface (GUI) for the
convenient access of live and recorded video as well as camera properties
and display quality
• The Client Viewer shall support real time simultaneously view of 1, 2x2,
3x3, 4x4, 1+5, 1+7, 1+11 and 8x8 multi-screens video display and a simple
click shall allow enlarging any of the multi-screen displays into a full screen
display. On clicking again on the enlarged display, multi-screen display shall
reappear.
• It shall be possible to drag and drop cameras from the camera directory to
the display screen.
• The Client Viewer shall offer the capability of browsing recordings from
cameras on the same panel where other cameras are displayed live. There
shall be provision to replay multiple such cameras from various timestamps,
independent to one another.
• The Client viewer shall have the feature to synchronize replay of selected
cameras/all cameras in the view panel.
• VMS shall select the appropriate video stream from camera for display
depending on the display resolution to optimize the network bandwidth.
• Digital zooming shall be possible both on live view as well as on Replay
view on Fixed as well as PTZ Cameras.
• The Client Viewer shall support the use of standard PTZ controller or 3-axis
USB joysticks for control of pan, tilt, zoom and auxiliary camera functions.
• The Client viewer shall show on-screen floating PTZ buttons when mouse is
placed on a PTZ Camera live view panel. On screen adjustment of PTZ
speed shall also be there so that the speed can be adjusted independently
for each camera.
• The Client Viewer shall support the use of keyboard shortcuts for control of
standard features.
• The Client Viewer shall have the following two-way audio functions:
o The Client Viewer shall allow an operator to play live audio from a
camera’s microphone and play back recorded audio.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 54 of 150
o The Client Viewer shall allow an operator to export audio together with
video in the AVI format.
• The operator shall have a “press to talk” option which shall send the
microphone input from the operator out to camera attached speaker.
• From the Client Viewer it shall be possible to
o Run instant replay of any camera on display
o Bookmark of any important event to facilitate search and retrieval
o Bookmark the display layout with selected distribution of cameras
across the panel
• Client viewer shall allow the operator to drag a line on the Sitemap touching
one or more cameras. All the cameras touched by the line shall appear for
live view on the screen.
• Client viewer shall allow to watch live video of any selected camera on the
map itself on clicking the camera icons on the map.
• Activate manually triggered events.
• Use sound notifications for attracting attention to detected motion or events.
• Get quick overview of sequences with detected motion.
• Get quick overviews of detected alerts or events.
• Quickly search selected areas of video recording for motion
• Skip gaps during playback of recordings.
• Configure and use several different joysticks.
• Print images, with optional comments.
• Copy images for subsequent pasting into word processors, email, etc.
• Export recording (e.g. for use as evidence) in AVI or JPEG formats
• The Client Viewer shall have the capability to receive multicast streams if a
preset number of clients are requesting the same live view camera. The
Operator shall have the option to configure the system to always receive
unicast streams at the discretion of the system administrator. The system
shall have the capability to detect if the network becomes unreliable and to
automatically switch to unicast to ensure that the operator is able to receive
video.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 55 of 150
• The operator shall have the ability to use digital zoom where the zooming is
performed in the image only on any number of cameras simultaneously.
This functionality shall be the default for fixed cameras. The use of digital
zoom shall not affect recording or view of other users.
• The Client Viewer shall integrate the following viewing capabilities:
• Matrix Switching: The Client viewer shall allow switching amongst multiple
selected bookmarked display layouts with pre determined time duration for
each matrix view.
o Matrix Window – A window that is used to display cameras on
demand or by an external event
o Video Stitching - The VMS shall provide the ability for real time video
calibration tools providing stitched video view of areas that are
covered by multiple cameras as a single image. The video stitching
software module shall provide the ability to “stitch” / integrate up
to eight (8) cameras in any direction, horizontal, vertical to
provide a single view of the selected cameras
o The stitched video can be recorded as a single video file on user
request.
• The Client Viewer shall feature an Event window to allow the user to select
events and manually trigger the selected event to occur.
• Client viewer shall allow the same camera to be viewed on multiple display
tiles; one may be digitally zoomed, or on high resolution stream.
• The PTZ control window shall allow the user to select pre-defined presets
for PTZ cameras and drive the selected camera to the preset.
• The current camera state shall be displayed and shall indicate whether the
camera is in live mode, in recording mode or in stopped mode.
• The Client Viewer shall display motion activated sequences for the selected
camera in a drop down menu. A line with the date, start time and duration
shall represent each sequence. A drop down preview screen shall allow the
user to view the recorded sequence.
• The Client Viewer shall display Alerts defined as bookmarked events.
• The Client Viewer shall display a time line for each camera to represent
recorded video sequences. The Client Viewer shall indicate whether the
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 56 of 150
video was recorded due to motion activation, or recorded without motion or
pre and post alarm video. The time line band shall be highlighted based on
the camera view selected in the display. The Client Viewer shall allow
video sequences for the displayed cameras to be review simultaneously.
• The Client Viewer shall allow an area of interest in an image to be searched
for motion in a particular area within camera FOV. Search parameters shall
include sensitivity, time duration, and area of interest.
• The Client Viewer shall allow the start and stop time and camera source for
the export to be set and provide two format options for exporting video clips.
The exported clip shall be the native H.264 format from the camera.
• AVI/JPEG format – VMS shall provide options for export format type
(AVI/JPEG), timestamp, frame rate (full/half). Video clip may be exported to
desktop/CD/DVD or a specific file path. All audio associated with the video
being exported shall automatically be included in the AVI export.
• Watermarking & Encryption – VMS shall watermark each and every frame
of the Video files with Watermarks to authenticate the source of the video.
While exporting video segments to external media (CD/DVD) or to any
folder in workstations, the VMS shall allow encryption of the video files with
at least 128 bit encryption technique.
• Video Cart Facility – VMS shall allow the users to download multiple
segments of the video from the archive to a Video cart, with an option to tag
each downloaded segment with text messages. The Video segments shall
be downloaded in a single folder along with excel spreadsheet where
details of each of the video segments are listed. On clicking the entry in the
spreadsheet the video should start replaying. This is a mandatory
requirement.
• The Client Viewer shall allow the digital zoom feature to be used in
recording replays.
• VMS shall allow seamless integration into an Jharkhand Police
Geographical Information System
• From the GIS console Operators shall get an overview of the system and
access to all system components.
• Map function can use standard graphical file formats including jpg, gif, png,
tiff, etc.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 57 of 150
• The Map should be a part of the Client viewer application and VMS shall
allow detaching the map and showing it separately on another monitor
connected to the Client viewer machine (in case of Multi-monitor
workstation).
• Different level status indication for warnings and errors
• System performance data for cameras and servers including camera
resolution, FPS, network usage, disk space, etc
Remote view and monitoring
The system should support Mobile clients to view and playback incidents on Smart
phones, Tablets, Laptops etc using Wi-Fi, 3G and 4G connections. It should also allow
live viewing over Web using standard browsers.
VMS Storage
• VMS shall comply with any conventional storage technologies (IDE, SCSI,
RAID, SAN, CAS, NAS) to accommodate future potential expansion.
• VMS shall be able to use server installed HDD as well as NAS/SAN in the
same system for recording purpose.
• It shall be possible to create Recording Schedules on the fly, and assign
any schedule to any camera, any group of camera or to all the cameras any
time. The recording shall be controlled on hourly basis. It shall be possible
to manage recording on per camera basis, each with different video settings
(format, frame rate and resolution).
• VMS shall allow users to mark any specific segment of the video as Critical
video segment, so that those particular segments of video do not get
deleted on the default scheme (FIFO, Retention period, etc).
• Archive retention period shall be configurable on per camera basis. The
system shall allow both retention based and as well as fife based deletion
policy.
Investigation and Forensic Analysis
The solution shall provide the following process and investigation capabilities:
• Bookmarking: The solution shall allow the user to bookmark any Event clip
for ready reference at any later point of time.
• Critical event Tagging: The solution shall allow the user to tag critical Event
clips so that they do not get removed from the storage based on
FIFO/Retention period settings.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 58 of 150
• Video Digging: It should be possible to navigate across multiple camera
views simultaneously in a systematic way. By a simple copy-paste
operation, it should be able to synchronize replays for any two or more
cameras. On spot investigation of activities in the scene, with orchestrated
use of Sitemap, Message Window and Virtual Matrix, it should give real
flavour of a truly intelligent IP-based video surveillance system. It should be
able to follow movements of people, vehicles and other objects across
multiple cameras in the archived video systematically and quickly, in a time
synchronized fashion.
• Video summarization: It should be possible for the software to summarize
the video based on activities in the scene, thus generating a video clip of
much smaller duration to capture activities during a larger span of time.
Automatic Number Plate Recognition Software (ANPR)
• The ANPR system shall be pre-integrated with the NVMS under a unified
user interface and management console.
• The System shall automatically detect the license plate in the captured
video feed in real-time.
• The system shall perform OCR (optical character recognition) of the license
plate characters (English alpha-numeric characters in standard fonts).
• The System shall store JPEG image of vehicle and license plate and enter
the license plate number into DBMS database along with date timestamp
and site location details.
• System should be able to detect and recognize the English alpha numeric
License plate in standard fonts and formats of four wheelers, two-wheelers
and three wheelers.
• The system shall be robust to variation in License Plates in terms of font,
size, contrast and colour and should work with good accuracy in Indian
conditions.
• The system should have option to input certain license plates according to
category like "Wanted", "Suspicious", “Stolen", and “Expired" etc. by
authorized personnel.
• The system should have an option to add new category by authorized
personnel.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 59 of 150
• The system should have option to update vehicle status in specific category
by authorized personnel. E.g. on retrieval of stolen vehicle, system entry
should be changed from "Stolen" to "Retrieved".
• System should have option to specify maximum time to retain vehicle
records in specific categories
• The System should allow the user to search for appearance of any
particular vehicle given its License plate number.
• The system should allow the user to search for vehicles based on its colour.
• The system should have the integrated Red Light Violation Detection
application on top of ANPR application.
• RLVD System also detects the Signal Status and captures the RED light
violation events and sends notification to the Central Control Room
Application in real time.
Face Recognition System
Face Recognition System (FRS) shall be designed for identifying or verifying a person
from various kinds of photo inputs from digital image file to video source. The system
shall offer logical algorithms and user-friendly, simple graphical user interface making it
easy to perform the facial matching
The system shall be able to broadly match a suspect/criminal photograph with
database created using photograph images available with Passport, CCTNS, and
Prisons, State or National Automated Fingerprint Identification System or any other
image database available with police/other entity.
The system shall be able to:
i) Capture face images from CCTV feed and generate alerts if a blacklist match is
found.
ii) Search photographs from the database matching suspect features.
iii) Match suspected criminal face from pre-recorded video feeds obtained from
CCTVs deployed in various critical identified locations, or with the video feeds
received from private or other public organization’s video feeds.
iv) Add photographs obtained from newspapers, raids, sent by people, sketches
etc. to the criminal’s repository tagged for sex, age, scars, tattoos, etc. for
future searches.
v) Investigate to check the identity of individuals upon receiving such requests
from Police Stations.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 60 of 150
The facial recognition system shall be enabled at cameras identified by the Authority.
The facial recognition system shall be provided by the SI in line with the requirement
specified in the RFP.
Required Video Analytics
Functions Specifications
Integrated Video Analytics
It should provide an integrated video analytics system that provides
functionalities like :
Behavioural Analytics
Motion detection
Trip wire
Object removal
Object abandonment
Tailgate detection
Face capture
Camera Move/Blind
Camera Movement Stop for PTZ Camera
Multi-zone: the user should be able to set multiple alerts on a single
camera field of view
Region of Un-Interest: The user should be able to indicate multiple
regions of un-interest in a camera to mask out high false alarm
zones
Scheduling Alerts: All alerts that are set by a user should be
scheduled to operate on a schedule of choice by the user (day of
week, hour of day, etc.)
Setting Alerts: Users with the right privilege should be able to
configure the alerts on any camera from any browser
Storing and Retrieving Alert Definitions : Should have alerts that are
active on a camera are archived in the database and become
persistent for a given camera, even if the camera and engine are
restarted
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 61 of 150
Functions Specifications
Annotating/Archiving Alerts: User should be able to annotate an
alert with additional information and save the alert for future
reference
Searching Alerts : User should be able to search through user-
archived alerts or current database for a text string, which can be
the name of the alert or the comment entered by a user
Alert Priority: Any alert should be assigned a different priority level.
The priority level can be used to search and sort through alerts in
the forensic mode.
Alert Auto Play: Any alert that is defined as priority “Urgent” should
trigger an auto-play of the video. And the critical alerts should
automatically start playing on the user interface - as soon as the
alert occurs.
Adjudication: User should be able to intercept an incoming alert,
annotate it and determine if the alert will display onto a common
dashboard such as a video wall.
The real-alerts generated by this video analytics system should
automatically be listed in the Command & Control Centre
application’s list of events & incidents. Also able to send SMS alerts
to designated officials in case of emergency/high severity incidents.
Should be an open extensible framework for event based
surveillance
Should provide Centralized monitoring of real-time alerts across
geographic locations
Should be Scalable & reliable system that Seamlessly integrates
with existing ONVIF compliant CCTV infrastructure
Should provide Real-time event analysis engine that is capable of
supporting a variety of video/image analysis technologies and
should provide:
Standard Plug-in Interfaces
Extensible Meta-Data Interfaces
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 62 of 150
Functions Specifications
Real-time Alert Interfaces
Compound Alert Interfaces
Real-time Actuation Interfaces
Extensive forensic search enhancements to support people search
capabilities.
Event detection and searching based on actual measurements such
as object length, height, size, and speed.
Detect and search objects of interests with multiple colours (bigger
selection and better colours).
should have improved detection rate and reduced false positive rate
for abandoned packages (and other alert detection) in typical city
and mass transportation environments.
should provide consistent seasonal analytics accuracy
performance.
Mandatory Features of Video Analytics
People search: Should have the ability to do single attribute and
combined attribute search on a person's features or clothing, such
as baldness, hat, glasses, sun glasses, hair colour, skin tone,
texture, etc., and up to three colours combination search on torso
area with 13-colour palette.
Should provide tricolour combinational search capability on upper
and lower body areas with 13-colour palette for clothing.
Should provide enhancements to optimize detection rate and
reduce false positives for critical and specialized video analytics for
city counter terrorism operations and crime investigation such as
abandoned object detection, and face detection, which enhances
face recognition integration.
Should provide enhancements to optimize detection rate and
reduce false positives for critical and specialized video analytic
alerts for rail and subway security and safety, such as rail crossings
in undesignated areas.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 63 of 150
Functions Specifications
Should provide enhanced analytics capability to handle crowded
scenes and challenging environmental conditions, such as lighting,
shadows, reflections, and clouds.
Should provide capability for event detection and searching based
on actual world measurements (for example, object length, height,
size, and speed).
Should provide enhanced ability to detect and search objects of
interests (such as cars, buses, trucks, etc.,) with multiple colours
(bigger selection and better colours).
Should provide Improvements to analytic installation, configuration,
and tuning in order to reduce deployment time while enhancing alert
accuracy.
Should provide ability to run multiple frameworks on a single
physical server for improved scalability.
The Operator UI to be flexible and have following mandatory
features
Should be customizable to meet the specific needs and operational
processes of a given user environment, and to support unique
requirements specific to forensic search and alert response.
Should provide integration with existing Jharkhand Police Global
Information System (GIS) functionality to allow for event displays on
maps. (GIS will be provided by PHQ). The GIS map for Ranchi will
be provided by Police HQ Jharkhand .
Should enable new analytic functionality, such as people search
and augmented colour support.
Should be able to deliver native federated proxy capabilities where
several Intelligent Video Analytics instances can be federated
together into a seamless user experience.
Should allow the system administrator to enable all or a portion of
the channels (cameras) for single sign-on, alert passing, forensic
searching, and adjudication (alert dis-positioning) between
instances to specific or all operators.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 64 of 150
6.1 Schedule of Supply
S.No Name of Goods or Related Services Unit of
Measurement
Quantity
1 IR IP HD 20X PTZ Camera with all accessories Nos 42
2 IR HD Bullet Camera with all accessories Nos 476
3 2 MP ANPR Camera, 5-50 mm full HD License
with IP 66 rated outdoor housing , external IR
illuminator of 100 Mtrs. range
Nos 94
4 RLVD Camera with IP66 rated outdoor housing Nos 94
5 Local Processor at Intersection Nos 23
6 VMS Solution with Analytic features and 5years
Software support, Customization , maintenance
Nos 1
7 Core L3 Switch In Command Centre on Active -
Active mode connection
Nos 2
8 Access Switch 24Port 10/100/1000 L2
Manageable
Nos 3
9 Manageable Layer-2 Industrial grade Switch 8 Port
10/100 PoE and 2 SFP Ports for outdoor locations
Nos 195
10 NMS Software Support Upto 1000 Devices
(Complete Solution)
Nos 1 set
11 Firewall with min 4 Nos 10G Ports Nos 2
12 IP 55 Enclosure/Rack with Accessories Nos 170
13 42U Rack with IP KVM Switch, KVM Console and
all Accessories
Nos 3
14 30KVA Online UPS with 48000VAH Battery bank Nos 2
15 20KVA Online UPS with 32000VAH Battery Bank Nos 1
16 1KVA On line UPS for Outdoor Junction with
3200VAH Battery bank with Surge protection
Nos 170
17 Silent DG- 120 KVA with AMF Control Panel Nos 2
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 65 of 150
S.No Name of Goods or Related Services Unit of
Measurement
Quantity
18 SM 6 Core Indoor Unitube, Gel filled cable Mtrs 500
19 LiU 24 Ports with loaded LC Connectors and all
accessories (including rack mounting kit, Pigtails,
3mtr patch cords for all ports)
Nos 4
20 Patch Panel, Patch Cord for UTP Cabling NW Lump-sum Lump-
sum
21 Cat-6 Outdoor Cable, Outdoor conduit and Tie Mtrs 23,000
22 Outdoor Armed Shape Pole with erecting Nos 471
23 Servers for Project Components Nos 11
24 Storage 1400TB Nos 2
25 Tape Library Nos 1
26 62 PPM Heavy duty Printer Nos 1
27 Work Station Intel Core i7with Graphics Card Nos 35
28 Commercial Display with min. 55 inch display
screen
Nos 15
29 Video Wall with Controller: Main Display (5x2) Nos. 1 Set
30 Video Wall with Controller: VIP Display (2x2) Nos. 1 Set
31 5.0 Tr PAC for Data Centre Server farm area Nos 2
32 2.5 Tr Comfort AC for Command Control Centre,
NOC and UPS room
Nos 12
33 Project Manager Nos 1
34 Shift Engineer Nos 9
35 Instructor/Trainer for training of Police Staff for on
different components of the project
Nos 1
36 Manpower for FMS and Preventive Maintenance
Activities at field locations
Nos 4
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 66 of 150
S.No Name of Goods or Related Services Unit of
Measurement
Quantity
37 Site preparation for Data Centre with installation of
PAC, FM200 fire suppression system, Access
Control, DC surveillance and DG.
Lump-sum Lump-
sum
38 Site preparation with 30cubicals (with desk &
chair) for Surveillance Control Room
Lump-sum Lump-
sum
39 Additional Items if any to make the bidder
proposed solution completely functional
Note: The above given materials & quantities are minimum. It is bidders’
responsibility to provide the actual quantity and additional material is if required
any to make their proposed solution complete and functional with full capacity.
6.2 Detailed Specifications
S.No Name of Goods or Related
Services
Technical Description, Specifications and
Standards
1 IR IP HD 20X PTZ Camera with all
accessories
Camera Type : PTZ
PAN& Tilt Angle: PAN:360°; Tilt:0°-90°
ONVIF : Profile S Compliant
Signal to Noice Ratio: ≥50db
Certification : CE, UL, FCC
Onboard Storage: Minimum 128GB with class6 or
higher from day one ( during
downtime of the connectivity to
server, captured data should be
stored locally and the same
should automatically upload into
the server after restoring of
connectivity)
Image Sensor : 1/3" Progressive Scan CMOS or
better
Resolution : 1920x1080
Frame rate : 25fps
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 67 of 150
S.No Name of Goods or Related
Services
Technical Description, Specifications and
Standards
Compression : H.264 or superior, MJPEG
WDR : 100db or better
Streaming : Dual Stream
Alarm : 02I/p, 01 relay O/p
Network Port : RJ45 10/100 Base T
Protocol : TCP, HTTP, HTTPS, SMTP,
SNMP, NTP, RTP, RTSP, SSL,
802.1x, QoS, DNS, ICMP, UPNP,
DDNS, IP v4 & v6
Remote Administration: Remote configuration and
status using web based tool
Lens : F1.6; focal length: for 20x Optical
zoom
Focus : Both Auto and Manual
Face Detection
Illumination / Sensitivity: Colour: 0.5 lux; Mono:
0.05 lux.
IR Distance : 100Mtrs or better
Day and Night : YES
Audio Compression : G.711 or better
Two way Audio : Required
Input / Output : 1in and 1out
Protection : Ik10 & IP66 enclosure
Operating Temperature: 0° - 50° C
PoE/PoE+ : Required from day1
2 IR HD Bullet Camera with all
accessories
Camera Type : Fixed box/ Bullet
ONVIF : Profile S Compliant
Certification : CE, UL, FCC
Onboard Storage: Minimum 128GB class6 or
higher from day one (during
downtime of the connectivity to
server, captured data should be
stored locally and the same
should automatically upload into
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 68 of 150
S.No Name of Goods or Related
Services
Technical Description, Specifications and
Standards
the server after restoring of
connectivity)
Image Sensor : 1/3" Progressive Scan CMOS or
better
Resolution : 1920x1080 at 25fps or higher
Compression : H.264 or superior, MJPEG
WDR : 100db or better
Streaming : Dual Stream
Alarm : 01I/p, 01 relay O/p
Network Port : RJ45 10/100 Base T
Protocol : TCP, HTTP, HTTPS, SMTP,
SNMP, NTP, RTP, RTSP, SSL,
802.1x, QoS, DNS, ICMP, UPNP,
DDNS, IP v4 & v6
Remote Administration: Remote configuration and
status using web based tool
Lens : 2-10mm
Focus : Both Auto and Manual
Dynamic Noise Reduction: 3D
Illumination / Sensitivity: Colour: 0.3 lux
IR Distance : 30Mtrs or better
White Balance : Yes
Wide Dynamic Range: 65db or higher
Day and Night : ICR
Audio Compression : G.711 or better
Two way Audio : Required
Input / Output : 1in and 1out
Protection : IP66 enclosure
Operating Temperature: 0° - 50° C
PoE : 12V, 24V IEEE 802.3af Class 3
3 2 MP ANPR Camera, 5-50 mm full
HD License with IP 66 rated outdoor
housing , external IR illuminator of
ONVIF : Profile S Compliant
Certification : CE, UL, FCC
Onboard Storage: Minimum 128GB class6 or
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 69 of 150
S.No Name of Goods or Related
Services
Technical Description, Specifications and
Standards
100 Mtrs. range higher from day one (during
downtime of the connectivity to
server, captured data should be
stored locally and the same
should automatically upload into
the server after restoring of
connectivity)
Image Sensor : 1/3" Progressive Scan
Resolution : 1920x1080
Compression : H.264 or superior, MJPEG
WDR : 100db or better
Alarm : 02I/p, 01 relay O/p
Network Port : RJ45 10/100 Base T
Protocol : TCP, HTTP, HTTPS, SMTP,
SNMP, NTP, RTP, RTSP, SSL,
802.1x, QoS, DNS, ICMP, UPNP,
DDNS, IP v4 & v6
Remote Administration: Remote configuration and
status using web based tool
Lens : 10/16 mm
Focus : Both Auto and Manual
Illumination / Sensitivity: Colour: 0.5 lux; Mono:
0.05 lux.
IR Distance : 30Mtrs or better
Day and Night : Yes
Audio Compression : G.711 or better
Two way Audio : Required
Input / Output : 1in and 1out
Protection : Ik10 & IP66 enclosure
Operating Temperature: 0° - 50° C
PoE : Required
Video Analytics: Motion detection, Tampering
alarm, Intrusion, Crossing line, Object counting,
Object removal, Object desertion
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 70 of 150
S.No Name of Goods or Related
Services
Technical Description, Specifications and
Standards
Image Enhancement: Backlight compensation /
2D+3D DNR / Defog / Exposure control / AGC /
White balance / Privacy masking /Sharpness / EIS
/ Pivot
4 RLVD Camera Standard ONVIF compliant
Minimum 2 MP IP cameras with 5-50 mm
megapixel lens.
Certification : CE, UL, FCC
Onboard Storage: Minimum 128GB class6 or
higher from day one (during downtime
of the connectivity to server, captured
data should be stored locally and the
same should automatically upload into
the server after restoring of
connectivity)
Image Sensor : 1/3" Progressive Scan
Resolution : 1920x1080
Compression : H.264 or superior, MJPEG
The Camera should be able to stream MJPEG
video at 25 fps for 2 MP resolutions.
One camera should cover at least 3.5 meter width
of lane, and capture the license plates of vehicles
which violates the traffic signal and moving at a
speed of 0 to 120 km/hr.
Capture at least 5 snaps showing clearly that the
vehicle is crossing the stop line whenever the
signal is RED.
Should be integrated with traffic signal
30 watt Outdoor IP 66 Speaker required with
digital Amplifier for continues Pre- recorded /Live,
announcement of all location or Selected Location
Microphone for making announcement from
control room
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 71 of 150
S.No Name of Goods or Related
Services
Technical Description, Specifications and
Standards
5 Local Processor at Intersection � The system must run on a Commercial Off the
Shelf Server (COTS). Outdoor IP 66 Quad
core processor based server should be able to
cover at least 8 lanes.
� The system must be based on open platform,
and should run on Linux or Windows
Operating System.
� The System should work with 4fps video per
RLVD camera.
6 VMS Solution with Analytic features
and 5years Software support,
Customization , maintenance
� As detailed in Section - 6
7 Core L3 Switch In Command Centre
on Active -Active mode connection
� Should be modular multilayer switch with
minimum 7 slots
� Should have redundant supervisory
engine/CPU from day one
� Switch should have dual hot swappable power
supplies from day one
� Switch should be loaded with 16 x 10G SFP
SR ports, 4 x 10G SFP LR ports, 48 x
10/100/1000BaseT ports. All ports should be
loaded from day one.
� Switching Capacity 500Gbps
� Throughput 370Mpps
� Should be work in Active - Active Clustering
� Power: 230 V 50Hz
� Operating Temperature: 0° - 50°C
� Certification: EAL / NDPP
8 Access Switch 24Port 10/100/1000
L2 Manageable
� Should have 24 x 10/100/1000 Base-T port
and 2 x SFP port. All ports should be loaded
from day one.
� Switching Capacity 52Gbps
� Throughput: 35Mpps
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 72 of 150
S.No Name of Goods or Related
Services
Technical Description, Specifications and
Standards
� Layer-2 Manageable Switch
� Operating Temperature: 0° - 50°C
� Certification: EAL / NDPP
9 Manageable Layer-2 Industrial
grade Switch 8 Port 10/100 PoE
and 2 SFP Ports for outdoor
locations
� Industrial Grade Switch
� RJ45 10/100Tx PoE ports - 8Nos from day one
� 1G SFP – 2Ports ( ports should be loaded
from day one for BSNL links)
� Console Port: RJ 45 or equivalent
� Mac address table – min 7000
� Switching capacity 5.6Gbps
� Throughput 4Mpps
� IP 30 Metal Case, IP Access security, port
security, DHCP Server, IP Binding per Port,
IEEE 802.1x, VLAN IEEE 802.1Q, GVRP,
Port-based VLAN
� SNMP v1/v2c/v3, Web, Telnet, CLI, Statistic,
MAC Address Table, SNTP, Syslog,
Notification with E-mail Alert, SNMP Trap,
RMON
� IGMP Snooping or Query for multicast, Port
trunking, IEEE 802.1p QoS/ToS/DSCP/CoS/ ,
802.3x flow control, Port Mirroring, LLDP,
Real-time trace, IGMP
� Support Standards: IEEE 802.3, IEEE 802.3u,
IEEE 802.3AB, IEEE 802.3z, IEEE 802.3x,
IEEE 802.3ad, IEEE 802.1d, IEEE 802.1p,
IEEE 802.1Q.
� Operating Temperature: 0° - 65°C
� Power: 230V 50Hz
10 NMS Software Support Upto 1000
Devices (Complete Solution)
� Should have Network Inventory polling
capability for IP Network nodes, and all the
other SNMP capable devices in the network
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 73 of 150
S.No Name of Goods or Related
Services
Technical Description, Specifications and
Standards
� Should have powerful administration control
� Detailed performance monitoring and
management
� Should have extensive fault management
capabilities with Real time Event and Alarm
notifications , System Logs and Audit trials
� Creation and management of security and
QOS policies
� Scheduled Device configuration back-up and
restore functionality
� Automatic Detection of configuration changes
for easy trouble shooting and Isolation
� Should support 3rd party devices and end
points
� Should have the functionality of Group
provisioning / Scheduled configuration roll out
management
� Should have the ability to customize the NMS
dash boards as per the requirements
� Should have the ability to create group of
devices
� Should have extensive Event notification
capability
� Should provide the flexibility to the network
administrator to assign task to an Individual
network engineer and assign ownership / track
the status of the issue resolution
� Should provide device uptime% history report
for desired period
� All the required Hardware / Software licenses
for the NMS solution should be proposed by
the bidder
11 Firewall with min 4 Nos 10G Ports � 2U appliance based security platform / UTM
should be simultaneously capable of providing
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 74 of 150
S.No Name of Goods or Related
Services
Technical Description, Specifications and
Standards
firewall, inline intrusion prevention, IPSec and
SSL VPN Services.
Storage: 500GB
� 4Nos of 10G SFP ports
� Dual hot swappable power supplies
� Should provide high availability support.
� Firewall + IPSEC VPN + SSL VPN
� Performance
� Firewall throughput: 20000 Mbps or
better
� IPS throughput: 4500 Mbps or better
� Minimum Stateful Packet Inspection
Concurrent firewall sessions/
connections: 7 Million or better
� Minimum new firewall
sessions/connections per second:
120000 or more
� Comply/support industry standards,
� Support without detailed Specification
additional external solution, hardware or
modules such as IPSEC VPN, SSL VPN.
� Utilize inbuilt hardware/software VPN
acceleration for IPSEC (DES, 3DES, AES)
encryption/decryption and SSL
encryption/decryption.
12 IP 55 Enclosure/Rack with
Accessories
� Should be IP 55 Rated Floor Mount and
Vandal Proof Design Device.
� Should be constructed based on nine fold
CRCA metal profile with a front sheet steel
door with 3point locking system to ensure the
security of the cabinet. Side and wall panels
should be double wall constructed with fixed
bolts internal to the cabinet.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 75 of 150
S.No Name of Goods or Related
Services
Technical Description, Specifications and
Standards
� Should have integrated Splice tray to manage
the different Security device connectivity and
cable manager.
� Base/Plinth including two screw-fastened
gland plates for cable entry will be inherent in
the overall cabinet design.
� Cabinet should have minimum 2 fans with
Front door have Air inlet.
� Painting: Electro-phoretic dip coat priming to
20 Microns and then powder coated to RAL
7035 textured pure polyester (PP) to 80 to 120
Microns.
� Bidder has to provide suitable size metallic
Junction box for all the sites (where cameras
will be installed) for UPS , battery switch and
any other peripherals for operations of
cameras
� All the in&out cables must be concealed and
laid underground as applicable.
� Should be ROHS compliant.
13 42U Rack with IP KVM Switch,
KVM Console and all Accessories
� 42U in Height.
� Racks manufactured out of steel sheet
punched, formed, welded and Powder coated
� Standard for Racks configuration will be
welded frame with Vented side panel and top
cover
� Should have Front Glass Door and Metal door
at Rear.
� Provision to mount racks on Floor
� Dimensions: 800MM Wide & 1000MM Deep
with required 19" adaptor Kit.
� Should have Numbered U positions,
� Powder coated finish
� Should have Proper Grounding & Bonding
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 76 of 150
S.No Name of Goods or Related
Services
Technical Description, Specifications and
Standards
� KVM tray with 1U foldable & retractable
display unit with complete KVM switch set.
� Should have Fan module Mount Provision on
top Cover with 4 Fan Housing unit
� PDU: 2 Nos. 1Ph, 230V, 32A, Zero U standard
Vertical rack mount power distribution unit with
12 X Indian Round Pin 5/15A, 16A MCB X 2
Circuits- PDU Rating 7.3KVA
� Should have minimum 2 Nos. Horizontal Cable
Organizer with Plastic Loops.
� Should have provision for cable entry Exit from
Both top & Bottom.
� Should provide all accessories with complete
set of mounting hardware.
14 30KVA Online UPS with 48000VAH
Battery bank.
� 30KVA/27KW(with 0.9pf) ,True Online Double
conversion
� Both Rectifier and Inverter shall be IGBT
Based
� Must have inbuilt isolation transformer at the
output side
� Input: 415V, 3Phase, 4Wire
� Permissible Input Voltage Range: 300 -
480VAC
� Output: 230V AC +/-1%
� O/P Waveform: Pure Sine wave
� Protections Required: Input Under & Over
Voltage, DC Under & Over Voltage, Input
current limit, Battery Under voltage, Battery
deep discharge.
� Battery Bank: 48000VAH with SMF/VRLA
Batteries to provide 1hr backup with full load
15 20KVA Online UPS with 32000VAH
Battery bank
� 20KVA/18KW(with 0.9pf) ,True Online Double
conversion
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 77 of 150
S.No Name of Goods or Related
Services
Technical Description, Specifications and
Standards
� Both Rectifier and Inverter shall be IGBT
Based
� Must have inbuilt isolation transformer at the
output side
� Input: 415V, 3Phase, 4Wire
� Permissible Input Voltage Range: 300 -
480VAC
� Output: 230V AC +/-1%
� O/P Waveform: Pure Sine wave
� Protections Required: Input Under & Over
Voltage, DC Under & Over Voltage, Input
current limit, Battery Under voltage, Battery
deep discharge.
� Battery Bank: 32000VAH with SMF/VRLA
Batteries for 1hr backup time with full load.
16 1KVA On line UPS for Outdoor
Junction with 3200VAH Battery
bank with Surge protection
� 1KVA/900W(with 0.9pf) True Online Double
conversion UPS system with IGBT based
rectifier
� Must have inbuilt isolation transformer at the
output side
� Input: 230VAC
� Permissible Input Voltage Range: 190 -
250VAC
� Output: 230V AC +/-1%
� O/P Waveform: Pure Sine wave
� Protections Required: Input Under & Over
Voltage, DC Under & Over Voltage, Input
current limit, Battery Under voltage, Battery
deep discharge.
� Battery Bank capacity: 3200VAH with
SMF/VRLA Batteries
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 78 of 150
S.No Name of Goods or Related
Services
Technical Description, Specifications and
Standards
17 Silent DG- 120 KVA with AMF
Control Panel
� 120 KVA Auto Starting Silent DG Set mounted
on a common base frame with AVM (Anti-
Vibration) pads, residential silencer with
exhaust piping, complete conforming to ISO
8528 specifications and CPCB certified for
emissions.
� Engine: Radiator cooled, multi cylinder, 1500
RPM diesel engine, with electronic/manual
governor and electrical starting arrangement
complete with battery.
� Alternator: Self-exciting, self-regulating type
alternator rated at 0.8 PF or better, 415 Volts,
3 Phase, 4 wires, 50 cycles/sec, 1500 RPM,
Windings of 100% Copper, class H insulation,
Protection as per IP 23.
� AMF Panel should be fitted inside the
enclosure, with the following meters/
Indicators/ Essentials:
- Incoming and outgoing voltage
- Current in all phases
- Frequency
- KVA and power factor
- Time indication for hours/minutes of
operation
- Fuel Level in fuel tank, low fuel indication
- Emergency Stop button
- Auto/Manual/Test selector switch
- MCCB/Circuit breaker for short-circuit and
overload protection
- Control Fuses, Earth Terminal
- Any other switch, instrument, relay etc.
essential for Automatic functioning of DG
set with AMF panel
� The DG set shall be provided with acoustic
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 79 of 150
S.No Name of Goods or Related
Services
Technical Description, Specifications and
Standards
enclosure / canopy to reduce the sound level
and to house the entire DG set (Engine &
Alternator set) assembly outside (open-air).
� The enclosure must be weather resistant
powder coated, with insulation designed to
meet latest MOEF/CPCB norms for DG sets,
capable to withstand Ranchi climate.
� The enclosure must have ventilation system,
doors for easy access for maintenance, secure
locking arrangement.
� It should be sufficient and suitable for
containing fuel for minimum 12 hours
continuous operation, Complete with level
indicator, fuel inlet and outlet, air vent, drain
plug, inlet arrangement for direct filling and set
of fuel hoses for inlet and return.
� Fuel should be provided and maintained by SI
and the cost of fuel will be reimbursed by
Jharkhand Police upon submission of bills.
18 SM 6 Core Indoor Unitube, Gel
filled cable
� 6 Core, Single Mode, Indoor Unitube, Gel filled
Cable
� Attenuation: @ 1310nm - 0.45 db/KM;
@1500nm - 0.4 dB/KM
� Tensile rating: 1200N
� Maximum Crush resistance: 3000N
� Operating Temperature: -40 Degree C to +60
Degree C
19 LiU 24 Ports with loaded LC
Connectors and all accessories
(including rack mounting kit,
Pigtails, 3mtr patch cords for all
ports)
� 19-inch, Rack mounted Fiber optic LiU/patch
panel
� Height: 2 U
� No. of fibers: 48
� Grounding: 2 Nos. of earthing lugs, pre-loaded
� Cable Management rings: Front and rear cable
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 80 of 150
S.No Name of Goods or Related
Services
Technical Description, Specifications and
Standards
management rings, pre-loaded
� 24-port adapter plates: 4 / 4 Max.
� Fiber Optic adapter plate: 24-port, SC-Style,
SM & MM
� Attenuation Max of 0.75 dB per mated
pair
20 Patch Panel, Patch Cord for UTP
Cabling NW
� PCB based, Unshielded Twisted Pair, TIA /
EIA 568-B.2
� Ports: 24
� Port arrangement: Modules of 6-ports each,
arranged 1port x 6.
� Category: Category 6
� Circuit Identification Scheme Icons on
each of 24-ports
� Port Identification 9mm or 12mm
Labels on each of 24-ports (to be included in
supply)
� Height: 1 U (1.75 inches)
� Durability: Should be durable for at least 5
years
� Modular Jack: 750 mating cycles
� Wire terminal (110 block): 200 termination
cycles
� Accessories: Strain relief and bend limiting
boot for cable
� Materials : Housing Poly phenylene
oxide, 94V-0 rated
� Wiring blocks: Polycarbonate, 94V-0 rated
� Jack contacts: Phosphorous bronze, plated
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 81 of 150
S.No Name of Goods or Related
Services
Technical Description, Specifications and
Standards
with 1.27micro-meter thick gold
� Panel: Black, powder coated steel
� Up gradable to intelligent System: Panel
Should be up gradable to intelligent system
without changing the panel using Retrofit
Solution
� Performance Characteristics to be provided
along with bid Attenuation, NEXT, PS
NEXT, FEXT and Return Loss
21 Cat-6 Outdoor Cable, Outdoor
conduit and Tie
� Applicable Standard: Outdoor Purpose with
HDPE Outer Jacket with Steel Tape for
ruggedized purpose
� Cable Shielding: Cat 6 Cable should be
protected by Steel Tape Armour and shall be
use for direct burial application.
� All cables at field locations/signal points must
be concealed (i.e. inside the pole or
underground laying shall be done by SI)
� Should have Double HDPE Sheath for Higher
strength.
� Bend Radius: <1" around 24 mm
� Application: Direct burial & anti rodent cable
for Outdoor Camera Installation.
22 Outdoor Armed Shape Pole � Type: Hot dip golvanised after fabrication with
silver coating of 86 micron
� Height: 6 meters or higher, as per
requirements for different types of cameras &
site conditions
� Diameter: Minimum 100mm diameter pole
(bidders to choose larger diameter for higher
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 82 of 150
S.No Name of Goods or Related
Services
Technical Description, Specifications and
Standards
height).
� Bottom base plate: minimum base plate of
size: 300mm x 300mm x 15mm
� Foundation: Casting of civil foundation with
foundation bolts (J Bolt), to ensure vibration
free erection (basic aim is to ensure that
video feed quality is not impacted due to
winds in different climatic conditions and also
from vibration caused due to heavy vehicles
on road).
� Successful bidder is to take prior approval
from Jharkhand police for foundation drawing.
� Supply and fixing of 40mm dia, 2/3mtrs Long
single arm bracket with suitable pole sleeves
suitable for fixing of cameras including S /F of
suitable nuts, bolts, washers etc. as required
for camera installation.
� Protection: Lightning arrestors with proper
grounding.
� Sign-Board and Number Plate.
� The length / design / cantilever of the Pole
will be as per location and site requirement
23 Server for project components � Type of Server: 2U Rack server with all
accessories including kits & cables.
� Type of Processor:- x86
� 2 X 2.6GHz Octa core; 20 M Cache
� Memory:- 32GB DDR4
� Hard Disk:- 3x600GB 10k Hot Pluggable SAS
drives or higher
� RAID: 0,1,3,5
� Networking:- 10G FC Dual Ports
� CD/DVD:- DVD ROM (it is required at chases
level internal/external)
� Diagnostics: - Displays specific failed
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 83 of 150
S.No Name of Goods or Related
Services
Technical Description, Specifications and
Standards
component
� Should be compatible to Windows and Linux
operating systems
� Bidder can use open source or licensed
software for all the components of the project
� In case of bidder proposing license based
software solution, Bidder has to supply all the
required licences and its cost should be
bundled in bidder’s commercial proposal. All
the licenses should be issued in the name of
Jharkhand police.
� Pre-Installed OS
� Server management software should be
provided. Management software should
support integration with popular virtualization
platform management software like vCenter,
SCVMM and RedHat RHEV
� In case of licensed software bidder has to
provide .The license for the software will be in
the name of Jharkhand police
24 Storage 1400TB � The Storage System should have a dual
controller configuration running in an active-
active mode with automatic failover
capabilities in case of one controller failure.
� It should support NAS and SAN
Simultaneously without NAS Gateway.
� Should be provided with 96 GB cache across
the two controllers (48 GB per controller).
� It should have the ability to protect data on
cache. Cache should be mirrored and battery
/ Super capacitors backed. Cache backup
should be at least 72 hours.
� It should support RAID Levels 0, 1, 5, 50, 6,
10.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 84 of 150
S.No Name of Goods or Related
Services
Technical Description, Specifications and
Standards
� It should support FC, iSCSI, FCoE, NFS &
CIFS Protocols
� The Storage system should be provided with
8 x 10 Gbps (with fibre transceiver modules)
unified host ports across the controllers
� The storage system should support 2.5" &
3.5" SAS, SATA HDD & SSD. The storage
system should have support for 12 Gbit/s
SAS drives.
� The storage system should be scalable to
300 drives or higher.
� The storage system should be offered with
180 x 8 TB 7.2K rpm SAS/SATA/SSD/NL-
SAS HDD with additional 10% drives as
global / dedicated hot-spares
� Proposed storage should integrated with
Domain Controller and LDAP
� Proposed storage should support Quota
Management based on users
� GUI based and web enabled administration
interface for configuration, storage
management.
� Storage should be provided with System
management tools Web GUI, CLI, SNMP,
SMI-S, IPV6, Email notification, wake on LAN
� Should offer real time performance
monitoring tools giving information on CPU
utilization, volume throughput, I/O rate and
latency.
� Storage management software must be able
to manage access controls, user accounts
and permission roles
� Should Support for industry-leading operating
system platforms including: HP-UX, IBM-AIX,
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 85 of 150
S.No Name of Goods or Related
Services
Technical Description, Specifications and
Standards
Microsoft Windows, LINUX, SUN Solaris,
Vmware.
� The System shall support fully Redundant &
Hot Swappable Fans & Power Supplies.
There shall be support for Non Disruptive
Microcode Update & Non Disruptive Parts
Replacement.
� Compliances: CE, FCC, CSA, RoHS, WEEE
� Power: 100-240 V AC, 50-60 Hz
� Rack Mountable: 15U Rack form factor with
rail kits for 19" rack mount
25 Tape Library � The Tape Library shall come along with
Ultrium 6 Drive. Minimum 24 Cartridge slots
� 160MBPS Native through put.
� Minimum 20 TB of Native Data Capacity and
40.0 TB of Compressed Capacity.
� Interface: 8Gb Fibre Channel Interface
� Should provide with necessary backup
software to take online back up from all
storage, Unix Servers and Windows servers.
26 62 PPM Heavy Duty Printer � Print speed: Up to 62 PPM
� Print quality: Up to 1200 x 1200 dpi
� Duty cycle: Up to 2,00,000 pages (monthly,
A4)
� Print technology: Laser
� Connectivity: 1 Hi-Speed USB 2.0, 1 Gigabit
Ethernet
� Memory 512 MB
� Paper handling input: 100-sheet multipurpose
tray 1; 500-sheet input tray 2
� Paper handling output: 500-sheet output bin;
100-sheet rear output bin
27 Work Station Intel Core i7with Processor: Equivalent or better of Intel i7 E6300 –
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 86 of 150
S.No Name of Goods or Related
Services
Technical Description, Specifications and
Standards
Graphics Card 3.10GHz, 8-MB Cache
Memory: 4GB DDR3 @ 1333MHz
Hard Disk: 500 GB SATA
Display: 24” Display
Network: Integrated 10/100/1000 Mbps Ethernet
OS: Pre installed Microsoft Windows 7 with
Restore / Recovery s/w ,OS CD and
documentation CD with each PC (in absence of
OS CD, OEM pack of OS to be supplied),
Integrated (on board) High Definition Audio
controller with internal speaker
Others: Min 52x SATA CD ROM (OEM make)
28 Commercial Display with min. 55
inch display screen
� Diagonal Size: 55"
� Light Source: LED
� Resolution: 1920*1080
� Display Colours: 8 bit - 16.7M
� Input Terminals: 1x Digital DVI-I ( include
Analog RGB ) , 1x Digital HDMI , 1x BNC
CVBS video, 1x RS232C Dsub-9, 1x RS422
RJ45, 1x Ethernet RJ45
� Output Terminals: 1x Digital DVI-D, 1xRS422,
RJ-45
� Power Supply: AC 100 - 240 V, 50Hz
� All accessories including cables and wall
mount kit
29 Video Wall with controller: Main
Display (5x2)
Video Wall:
� Cubes of 72" in a 5x2 configuration complete
with covered base stand.
� 1920 x 1200 native resolution
� IP based control to be provided and IR remote
control also should be provided for quick
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 87 of 150
S.No Name of Goods or Related
Services
Technical Description, Specifications and
Standards
access.
� Screen to Screen Gap shall be ≤2 mm
� Screen should have an anti reflective glass
backing to prevent bulging
� Control BD Input terminal:
o Input: Digital DVI, HDMI, Analog RGBHV
or YPbPr, and Analog Dsub-15
o Output: Digital DVI
� Video wall should be equipped with a cube
control & monitoring system
� System should have web browser architecture
� Should be able to control & monitor individual
cube , multiple cubes and multiple video walls
� Provide video wall status including Source ,
light source ,temperature, fan and power
information
� Should provide a virtual remote on the screen
to control the video wall
� Input sources can be scheduled in " daily",
"periodically" or "sequentially" mode per user
convenience
� System should have a quick monitor area to
access critical functions of the video wall
� User should be able to add or delete critical
functions from quick monitor area
� Automatically launch alerts, warnings, error
popup windows in case there is an error in the
system
� Automatically notify the error to the
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 88 of 150
S.No Name of Goods or Related
Services
Technical Description, Specifications and
Standards
administrator or user through a pop up window
� Should be able to provide an error message in
three sections: a) Problem area b) Error
Module Location c) Error Module Image
� Status log file should be downloadable in CSV
format as per user convenience
� Power: 100-240V @ 50/60 Hz
Display Controller:
� Controller to control 14 displays with 14
outputs ,4 Universal input and 8 Video in along
with necessary software’s
� Shall display multiple source windows in any
size, anywhere on the wall
� 19” industrial Rack mount with Lockable front
door to protect drives
� Embedded Dual-port Gigabit Ethernet
� Power: 100-240V @ 50/60 Hz
Wall Management Software:
� Software should enable the user to display
multiple sources in any size and anywhere on
the display wall.
� It should support for auto source detection
� Should support for Video, RGB, DVI, Desktop
Application and Remote Desktop Monitoring
Layouts
� Should able to Save and Load desktop layouts
from Local or remote machines
� All the Layouts should be scheduled as per
user convenience
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 89 of 150
S.No Name of Goods or Related
Services
Technical Description, Specifications and
Standards
� Should support auto launch of Layouts
according to specified time or event by user
and shall support layout preview option
� Software should provide live preview of video
wall
� Work space allocation: System should provide
functionality to the administrator to define and
allocate work space for a particular operator or
a group of operators when working on a Video
wall
� System should support SNTP function
30 Video Wall with controller: VIP
Display (2x2)
Video Wall:
� Cubes of 72" in a 2x2 configuration complete
with covered base stand.
� 1920 x 1200 native resolution
� Cube should be equipped with a built in dual
redundant power supply
� The inbuilt power supply should be hot
swappable
� IP based control to be provided and IR remote
control also should be provided for quick
access.
� Screen to Screen Gap shall be ≤2 mm
� Screen should have an anti reflective glass
backing to prevent bulging
� Control BD Input terminal:
o Input: Digital DVI, HDMI, Analog RGBHV
or YPbPr, and Analog Dsub-15
o Output: Digital DVI
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 90 of 150
S.No Name of Goods or Related
Services
Technical Description, Specifications and
Standards
� Video wall should be equipped with a cube
control & monitoring system
� System should have web browser architecture
� Should be able to control & monitor individual
cube , multiple cubes and multiple video walls
� Provide video wall status including Source ,
light source ,temperature, fan and power
information
� Should provide a virtual remote on the screen
to control the video wall
� Input sources can be scheduled in " daily",
"periodically" or "sequentially" mode per user
convenience
� System should have a quick monitor area to
access critical functions of the video wall
� User should be able to add or delete critical
functions from quick monitor area
� Automatically launch alerts, warnings, error
popup windows in case there is an error in the
system
� Automatically notify the error to the
administrator or user through a pop up window
� Should be able to provide an error message in
three sections: a) Problem area b) Error
Module Location c) Error Module Image
� Status log file should be downloadable in CSV
format as per user convenience
� Power: 100-240V @ 50/60 Hz
Display Controller:
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 91 of 150
S.No Name of Goods or Related
Services
Technical Description, Specifications and
Standards
� Controller to control 14 displays with 14
outputs ,4 Universal input and 8 Video in along
with necessary software’s
� Shall display multiple source windows in any
size, anywhere on the wall
� 19” industrial Rack mount with Lockable front
door to protect drives
� Embedded Dual-port Gigabit Ethernet
� Power: 100-240V @ 50/60 Hz
Wall Management Software:
� Software should enable the user to display
multiple sources in any size and anywhere on
the display wall.
� It should support for auto source detection
� Should support for Video, RGB, DVI, Desktop
Application and Remote Desktop Monitoring
Layouts
� Should able to Save and Load desktop layouts
from Local or remote machines
� All the Layouts should be scheduled as per
user convenience
� Should support auto launch of Layouts
according to specified time or event by user
and shall support layout preview option
� Software should provide live preview of video
wall
� Work space allocation: System should provide
functionality to the administrator to define and
allocate work space for a particular operator or
a group of operators when working on a Video
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 92 of 150
S.No Name of Goods or Related
Services
Technical Description, Specifications and
Standards
wall
� System should support SNTP function
31 5 Tr PAC for Data Centre Server
farm area
� Capacity: 5Tr
� Temperature Requirements: 20 ± 2 Degree
Centigrade
� Relative Humidity (RH) requirements: Ambient
RH levels shall need to be maintained at 50%
± 5 non-condensing.
� Temperature & Relative Humidity Recorders:
Records of events for about past 7 days shall
be recorded and presentable whenever
required by Police Department
32 2.5 Tr Comfort AC for Command
Control Centre, NOC and UPS room
� Capacity: minimum 2.5 Tons
� Cooling Capacity: minimum 30000 BTU / Hr
� Noise Level: < 50 dB
� Operation: Remote Control
� Power: 230VAC , 50Hz
6.3 SLA Requirement
Service Level Agreement (SLA) is the agreement between Jharkhand Police and the
successful/selected bidder for the project. Jharkhand Police would monitor the
compliance of the SLA at every review meeting. SLA defines the responsibility of the
vendor in ensuring the project performance based on the agreed Performance
Indicators as detailed in the Agreement. This section defines various Service Level
Indicators for Ranchi City Surveillance Project.
The table below summarizes the indicative Performance Indicators for the services to
be offered by the implementation agency / SI. The equipment and services availability
should be recorded electronically (through NMS including uptime %) and physically by
the SI / Operator.
S. No. Indicative SLA Parameter SLA Target
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 93 of 150
1
Round the clock availability of all Surveillance Cameras
(including RLVD and ANPR Cameras) in a Quarter of year
i.e. three months for QGR calculation.
99%
2 Round the clock availability of “Outdoor Switches, Control
Room Switches, Firewall, NMS Software” during a Quarter of
year for QGR calculation.
99%
3 Round the clock availability of “Servers (VMS, VA, RLVD,
ANPR, Backup, NMS, NAS, & Other), Workstation, Display”
during a Quarter of year for QGR calculation.
99%
4 Round the clock availability of “Control Room (CCC) UPS
and DG Power” during a Quarter of year for QGR calculation. 100%
5 Round the clock availability of “Outdoor UPS Power” during a
Quarter of year for QGR calculation. 99%
6 Availability of tech. personnel for (8hrsX365days) logging
calls and problem rectification 98%
11.3.1 Network Operations Management
The operator is required to provide a contact number and this number shall
act as a SPOC (Single Point of Contact) for all the equipments, software and
services related issues reported by the staff or any other related
stakeholders of this surveillance project.
S.No Severity Issue Resolution Time
1 Level 1 Within 4 hours of occurrence
2 Level 2 Within 8 hours of occurrence
3 Level 3 Within 24 hours of occurrence
11.3.2 Severity Level Definition
Level 1:
The service / network outage, security or performance related issues
impacting the services availability/performance and leading to
unavailability of whole system.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 94 of 150
Level 2:
The service / network outage, security or performance related issues
impacting the services availability/performance and leading to
unavailability of the services at one or more locations
Level 3:
The network outage, security or performance related issues
impacting the network availability/performance and leading to
unavailability of the services from one or more cameras.
Note: Failing in restoring the affected services within stipulated time will
attracts penalty of Rs.1,000/- per instance per day and this will be
additional to the penalties mentioned in clause 6.5.
11.3.3 Measurement of SLA
The monitoring & measurement of SLA and audit shall be performed by the
Jharkhand Police identified third party agency and independent of the Project
Service Provider.
The successful bidder shall establish a Network Management System (NMS)
for monitoring and measurement of the SLA parameters identified for the
project. The NMS implemented for the project shall conform to the open
network management standards such as Simple Network Management
Protocol (SNMP) and Remote Monitoring (RMON) features.
The successful bidder cum service provider shall provide the NMS logs from
time to time for monitoring and audit the SLA parameters identified for the
surveillance project operations. The Jharkhand Police reserves the right to
periodically change the measurement points and methodologies it uses
without notice to the Service provider of the project.
6.4 Penalties
The implementation agency / successful bidder shall be paid QGR as per the
services (i.e. availability) provided to Jharkhand Police
Description Availability Penalty
Round the clock availability of all
Surveillance Cameras (including RLVD
and ANPR Cameras) and Outdoor
Within SLA Nil
Between 98% to <99% 5% of the
components QGR
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 95 of 150
switches in a Quarter of year i.e. three
months for QGR calculation.
Between 97% to <98% 10% of the
components QGR
Between 96% to <97% 20% of the
components QGR
Between 95% to <96% 25% of the
components QGR
Less than 95% No payment
Round the clock availability of “Control
Room Switches, Firewall, NMS Software”
during a Quarter of year for QGR
calculation.
Within SLA Nil
Between 98% to <99% 5% of the total
QGR
Between 97% to <98% 10% of the total
QGR
Between 96% to <97% 20% of the total
QGR
Between 95% to <96% 25% of the total
QGR
Less than 95% No payment
Round the clock availability of “Servers
(VMS, VA, RLVD, ANPR, Backup, NMS,
NAS, & Other), Workstation, Display”
during a Quarter of year for QGR
calculation.
Within SLA Nil
Between 98% to <99% 5% of the total
QGR
Between 97% to <98% 10% of the total
QGR
Between 96% to <97% 20% of the total
QGR
Between 95% to <96% 25% of the total
QGR
Less than 95% No payment
Round the clock availability of “Control
Room (CCC) UPS and DG Power” during
a Quarter of year for QGR calculation.
Within SLA Nil
Between 99% to <100% 5% of the total
QGR
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 96 of 150
Between 98% to <99% 10% of the total
QGR
Between 97% to <98% 20% of the total
QGR
Between 96% to <97% 25% of the total
QGR
Less than 96% No payment
Round the clock availability of “Outdoor
UPS Power” during a Quarter of year for
QGR calculation.
Within SLA Nil
Between 98% to <99% 5% of the
components QGR
Between 97% to <98% 10% of the
components QGR
Between 96% to <97% 20% of the
components QGR
Between 95% to <96% 25% of the
components QGR
Less than 95% No payment
Availability of tech. personnel for
(8hrsX6days per week) logging calls and
problem rectification
Within SLA Nil
Between 97% to <98% 5% of the total
QGR
Between 96% to <97% 10% of the total
QGR
Between 95% to <96% 20% of the total
QGR
Between 94% to <95% 25% of the total
QGR
Less than 94% No payment
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 97 of 150
6.4.1 Operational Penalties
In the event the Service provider is unable to meet any one of the SLA
parameters defined in this RFP & corrigendum for 10% or more of the
operational Ranchi City Surveillance project during two quarters in a year or
four quarters during the five years of the contract, Jharkhand Police reserves
the right to terminate the contract.
Note:-
• If the original equipments are replaced by a temporary substitute
equipment/s within resolution period, the penalty will not be charged for
one week from the date of substitution /replacement. If the same is not
repaired/ replaced within one week, the penalty at the above rate will be
charged thereafter for one week and the same shall be 2 (two) times
thereafter. If Penalty amount is more than payable of the QGR, then
balance will be recovered from QGR/PBG.
• If the total penalty reaches an amount equal to or more than 10% of the
order value, the same shall invoke from the PBG and the process of
termination of service as defined in the RFP may be initiated by
Jharkhand Police.
6.4.2 Penalties for misuse
In case of misuse of data / network / equipment at the instance of Bidder, the
penalty imposed on the Bidder, without prejudice to GoJ other remedies
under the Agreement shall be 200% of the final bid amount under the
Agreement and also GoJ may terminate the Agreement.
7 Special Conditions of Contract
7.1 Responsibility Matrix
S.No Activity JH Designated
Agency SI
1 Preparation of RFP for the Selection of Agency. √
2 Tender Process for the Selection of Agency √
3 Site Identification √
4 Site Handover √ √
5 Site Survey and Preparation √
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 98 of 150
S.No Activity JH Designated
Agency SI
6 Delivery, and Installation of the CCC and Field
equipments/spares √
7 Monitoring the Installation and Commissioning of
the CCC equipment and field equipment √ √
8 Acceptance Tests (Partial & Final Acceptance) √ √
9 Onsite Inspection and Verification of Acceptance
Tests √ √ √
10 Issue of Final Acceptance Test Certificate √
11 Using of the Commissioned Surveillance System √
12
Management and Maintenance of all the
commissioned project equipment including
software
√
13 Centralized Monitoring
from CCC √
14 Periodical Generation Of CCC operations log,
NMS report and storing √
7.2 Acceptance Test
The acceptance of the CCC and field equipment (camera, switch, UPS, Poles, civil
work, etc.,) in accordance with the requirements in this RFP shall be conducted.
After successful testing by any party as authorised by Jharkhand Police, a Final
Acceptance Test Certificate shall be issued by Jharkhand Police to the Bidder. The
date on which Final Acceptance certificate is issued shall be deemed to be the date
of successful commissioning of Command & Control Centre (CCC) and all the field
sites.
The test shall include the following:
1) All Civil, electrical, UTP, etc., are completed as per the industry standard and
minimum specifications.
2) All hardware and software items must be installed at particular site as per the
specifications.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 99 of 150
3) Availability of all the defined services shall be verified. The SI shall be
required to demonstrate all the features/facilities/functionalities as mentioned
in the RFP and the proposed solution.
4) The SI will arrange the test equipment required for performance verification
and shall also provide documented test results. (Eg. Bidder should arrange
Variac at site for testing UPS I/p range and O/p variations)
5) Bidder shall be required to demonstrate all the
features/facilities/functionalities as mentioned in the RFP and technical
proposal.
Bidder can request to initiate the acceptance test process for a lot of minimum 50
sites at a time. The final acceptance certificate will be released after acceptance of
all the components of the project.
Any delay by the Bidder in the Final Acceptance Testing shall render the Bidder
liable to the imposition of appropriate Penalties.
7.3 Performance Security for Operations
Bidder shall furnish Performance Guarantee to Jharkhand Police for an amount
equal to 10% of the arithmetic sum of the bid amount for five years according to the
agreement, within 15 days after releasing of LOI as per the format enclosed in the
RFP for Performance Bank Guarantee
The Performance Guarantee shall be valid for a period of five year and six months
and the Jharkhand Police may forfeit this Performance Guarantee for any failure on
part of Bidder to complete its obligations under the agreement.
The Performance Guarantee shall be denominated in Indian Rupees and shall be
in the form of a Bank Guarantee issued by a scheduled bank located in India with
at least one branch office in Ranchi in the format provided by the tenderer.
The Performance Guarantee shall be returned to the Bidder within 30 days of the
date of successful discharge of all contractual obligations at the end of the period
of the Agreement by Jharkhand Police. In the event of any amendments to
Agreement, the Bidder shall within 15 days of receipt of such amendment furnish
the amendment to the Performance Guarantee as required.
7.4 Force Majeure
Neither party shall be responsible to the other for any delay or failure in
performance of its obligations due to any occurrence commonly known as Force
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 100 of 150
Majeure which is beyond the control of any of the parties, including, but without
limited to, fire, flood, explosion, acts of God or any Governmental body, public
disorder, riots, embargoes, or strikes, acts of military authority, epidemics, strikes,
lockouts or other labour disputes, insurrections, civil commotion, war, enemy
actions. If a Force Majeure arises, the Bidder shall promptly notify Tenderer in
writing of such condition and the cause thereof. Unless otherwise directed by
Tenderer, the successful bidder shall continue to perform his obligations under the
contract as far as is reasonably practical, and shall seek all reasonable alternative
means for performance not prevented by the Force Majeure event. The successful
bidder shall be excused from performance of their obligations in whole or part as
long as such causes, circumstances or events shall continue to prevent or delay
such performance.
7.5 Implementation Timelines
S.No Activity Time Frame Total Time Frame
1 LOI (Letter of Intent) issuance by
Jharkhand Police.
T0
2 Submission of PBG by Successful
bidder
T0 + 2Weeks = T1 T0 + 14Days
3 Issuance of Purchase Order by
Jharkhand Police
T1 + 1week = T2 T0 + 21Days
4 Agreement Signing by Jharkhand
Police & Bidder
T2 + 2weeks = T3 T0 + 35Days
5
Site Survey (for CCC & Camera
Sites/ Locations) and Submission
of Report
T2 + 2weeks T0 + 35Days
6
Site preparation with completion of
civil works and Non-IT
Equipments commissioning
T3 + 5weeks T0 + 70 Days
7 Hardware procurement and
delivery at respective sites
T3 + 8weeks = T4 T0 + 91 Days
8 Completion of entire Surveillance
System Commissioning
T4 + 4Weeks = T5 T0 + 119 Days
9 Acceptance Test T5 + 2Weeks T0 + 133 Days
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 101 of 150
S.No Activity Time Frame Total Time Frame
10 Training to Police Personnel T6 + 1 Week T0 + 140 Days
11 Onsite warranty for Hardware &
Software
5 Years from the
date of Acceptance
Certificate issued
by Jharkhand
Police
12 Operational support and
maintenance
7.6 Liquidated Damages
Subject to clause for Force Majeure, if the bidder fails to complete the project
deliverables within scheduled timelines or the extended date or if any.
1) Vendor repudiates the contract before completion of the work, the
Jharkhand Police at its discretion may without prejudice to any other
right or available remedy, may recover 1% per week subject to a
maximum of 6% (Six percent) of the total project cost from the Vendor
as Liquidated Damages (LD). If the delay continues further (i.e. beyond
6weeks) Jharkhand Police may terminate the contract.
2) In the case it leads to termination, the Jharkhand Police shall give 30
days’ notice to the vendor of its intention to terminate the contract and
shall so terminate the contract unless during the 30 days notice period
the vendor initiates remedial action acceptable to the Jharkhand Police.
The Jharkhand Police may without prejudice to its right to affect recovery by any
other method deduct the amount of liquidated damages from any money belonging
to the vendor in its hands (which includes the Jharkhand Police right to claim such
amount against vendor’s Performance Bank Guarantee) or which may become due
to the vendor. Any such recovery or liquidated damages shall not in any way relieve
the vendor from any of its obligations to complete the works or from any other
obligations and liabilities under the Contract.
7.7 Taxes and Duties
a) All the taxes, duties, levy and all other charges applicable and shall be
valid for delivery on for basis to the designated delivery points. All
payments will be subjected to tax deduction at source as
applicable/required at the prevailing tax rates.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 102 of 150
b) Jharkhand Police shall not pay any increase in duties, taxes and
surcharges and other charges on account of any revision, enactment
during the period of validity of the Bids and also during the contract period.
The decision of Jharkhand Police in this regard will be final and binding
and no disputes in this regard will be entertained.
7.8 Payment Terms
No advance payments shall be done by Jharkhand Police under any circumstance.
The selected Bidder shall be paid only on completion of milestones at the rates
specified by the bidder and agreed upon.
Jharkhand Police shall make payment after the successful
implementation/completion of every milestone of any given phase when the bidder
claims for payment with the following supporting document:
1. Acceptance certificate by Jharkhand Police
2. SLA compliance report as prepared by the vendor and approved by
consultant
3. All supporting documents like the delivery challans, bills, invoices etc.
4. Submission of the CCC and Field equipment operations log and NMS
report
5. Biometric Attendance report duly certified by competent authority of
FMS/ support staff
The following table represents the milestones and payment component laid down
for the following project:
Phase Milestone Payment
Implementation
(i.e. Supply,
Installation and
Commissioning)
Delivery, installation and commission of entire
Hardware, software and active and passive
Networking Components (at CCC and all
Camera sites) and Jharkhand Police acceptance
certificate (AT) issuance.
50% of the
total
Project
Cost
Operations and
Maintenance
Technical manpower deployment and providing
FM Services for a period of 5 years from the
date of Jharkhand Police AT certificate
issuance.
50% of the
total
project
cost in 20
QGRs as Comprehensive onsite warranty and AMC for a
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 103 of 150
Phase Milestone Payment
period of 5 years per SLA
report
7.9 Intellectual Property Rights
All intellectual property rights for the work performed under this RFP as far as data
is concerned shall lie with Jharkhand Polices. This clause is applicable to all data in
any form or format designed and developed for Jharkhand Police under this RFP
by the Bidder. The Bidder shall not use such data for any other purpose during and
after the term of contract.
7.10 Indemnity
Successful bidder/SI shall indemnify, protect and save Jharkhand Police against all
claims, proceeding, liabilities, losses, costs (including legal costs), damages,
expenses and action suits, resulting from infringement of any patent, trademarks,
copyrights, any other statutory infringements in respect of all the hardware /
software supplied by them or expenses whatsoever arising out of or resulting from
any loss or damage to the property or personnel of Jharkhand Police, relating to
the performance of the Project whether or not such loss or damage is caused or
contributed to by negligence or other default of SI / vendors or their Authorized
User.
7.11 Validity of Licenses
Bidders should guarantee that any software supplied to Jharkhand Police and to
any other location as part of the contract mentioned in this RFP are licensed and
legally obtained. Licenses supplied for all components including all hardware and
software should be “Permanent, Perpetual and Lifetime Licenses”, which should
enable the department to use the same without any restrictions during the project
as well as after the contract with the selected Bidder is over.
7.12 The Insurance Coverage
The responsibility to maintain adequate insurance coverage on comprehensive all
risk basis at all times during the project period in all respects shall be that of the
bidder alone.
Goods supplied under the contract shall be also fully insured on all risks including
fire, theft, flood, earth quake and other natural calamities at bidder own cost basis
during inland transit up to destination defined in the purchaser’s country. The
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 104 of 150
supplier must insure the goods in an amount equal to 110% of CIF/EXW price of
goods.
7.13 Approval / Clearances
Necessary approvals/ clearances from concerned authorities (like District
Administration, Municipalities, Public Works Department (PWD), Department of
Building Construction, State Electricity Board etc.), as required, shall be obtained
by bidder although Jharkhand Police will facilitate bidder for the same, and the cost
involved in the same must be included in bid.
7.14 Arbitration
i. All disputes, differences, claims and demands arising under the contract
shall be referred to arbitration of a sole arbitrator to be appointed by the
mutual consent of both Parties. All arbitration will be held in Ranchi.
ii. If the parties cannot agree on the appointment of the Arbitrator within a
period of one month from the notification by one party to the other of
existence of such dispute, then the Arbitrator shall be nominated by the GoJ
(Govt. of Jharkhand). The provisions of the Arbitration and Conciliation Act,
1996 will be applicable and the award made there under shall be final and
binding upon the parties hereto, subject to legal remedies available under the
law. Such differences shall be deemed to be a submission to arbitration
under the Indian Arbitration and Conciliation Act, 1996, or of any
modifications, Rules or re-enactments thereof.
7.14.1. Governing Laws
i. This Agreement shall be covered and construed in accordance with Laws
of India including without limitation, the relevant Central and State Acts
and Rules, Regulations and Notifications issued and amended there
under from time to time.
ii. Courts at Ranchi shall have the jurisdiction in case of litigation between
the parties.
7.15 Guarantee
The goods/equipments ordered for supply / delivery must be new and should be
from the manufacturer's current product line. The vendor should guarantee that the
Goods supplied are new, unused and conform to technical specifications of design,
materials and workmanship mentioned in the quotation. The Supplier should also
guarantee that the Goods supplied should perform satisfactorily as per
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 105 of 150
requirements mentioned in the specification during implementation and operation &
maintenance period. All hardware and software must be supplied with their
originals along with complete original printed documentation and licenses
7.16 Exit Management
1. Upon completion of the contract period or upon termination of the agreement
for any reasons, the successful bidder shall comply with the following:
a) Notify to Jharkhand Police forthwith the particulars of all Project Assets;
b) Deliver forthwith actual and constructive ownership and possession of
the assets free and clear of all Encumbrances and execute such
deeds, writings and documents as may be required by Jharkhand
Police for fully and effectively divesting the successful bidder of all of
the rights, title and interest of the successful bidder in the project;
c) Comply with the divestment requirements set out in this RFP in case if
termination of this agreement is due to Jharkhand Police event of
default, Indirect Political Event or Political Event the Successful bidder
shall have implemented the maintenance schedule as well as any
repairs pointed out by the Independent Consultant in its Operations &
Maintenance Inspection Report prior to date of Termination Notice. In
case of Termination due to Non-Political Force Majeure Event, the
Divestment Requirements shall be agreed between Jharkhand Police
and the Successful bidder; and
d) Pay all transfer costs and stamp duty applicable on handing back of
project assets except in case the Project is being transferred due to
Jharkhand Police of Default, Indirect Political Event, Political Event or
expiry of Concession period, where Jharkhand Police shall be
responsible for transfer costs and stamp duty, if any. For clarification of
doubt, transfer costs in this Clause relate to taxes and duties
applicable at transfer of the Project, if any.
2. Subject to clauses of exit management, upon completion of the contract period
or upon termination of the agreement, the successful bidder shall comply and
conform to the following Divestment Requirements in respect of the Project:
a) All Project Assets including the hardware, software, documentation and
any other infrastructure shall have been renewed and cured of all
defects and deficiencies as necessary so that the Project is compliant
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 106 of 150
with the Specifications and Standards set forth in the RFP, Agreement
and any other amendments made during the contract period;
b) The Successful bidder delivers relevant records and reports pertaining
to the Project and its design, engineering, operation, and maintenance
including all operation and maintenance records and manuals
pertaining thereto and complete as on the Divestment Date;
c) The Successful bidder executes such deeds of conveyance, documents
and other writings as the Jharkhand Police may reasonably require to
convey, divest and assign all the rights, title and interest of the
Successful bidder in the Project free from all Encumbrances absolutely
and free of any charge or tax unto the Jharkhand Police or its
Nominee; and
d) The Successful bidder complies with all other requirements as may be
prescribed under Applicable Laws to complete the divestment and
assignment of all the rights, title and interest of the project, free from all
Encumbrances absolutely and free of any charge or tax to Jharkhand
Police or its nominee.
3. Not earlier than 3 (three) months before the expiry of the contract Period but
not later than 30 (thirty) days before such expiry, or in the event of earlier
Termination of the contract, immediately upon but not later than 15 (fifteen)
days from the date of issue of Termination Notice, the Independent Consultant
as nominated by Jharkhand Police shall verify, in the presence of a
representative of the Successful bidder, compliance by the Successful bidder
with the Divestment Requirements set forth in the RFP in relation to the
Project and, if required, cause appropriate tests to be carried out at the
successful bidder’s cost for determining the compliance therewith. If either
Party finds any shortcomings in the Divestment Requirements, it shall notify
the other of the same and the Successful bidder shall rectify the same at its
cost.
4. Upon the Successful bidder conforming to all Divestment Requirements and
handing over actual or constructive possession of the Project to Jharkhand
Police or a person nominated by Jharkhand Police in this regard, Jharkhand
Police shall issue a certificate substantially in the form set forth in RFP, which
will have the effect of constituting evidence of divestment of all rights, title and
lien in the Project by the Successful bidder and their vesting in Project
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 107 of 150
pursuant hereto. State Government shall not unreasonably withhold issue of
such certificate. The divestment of all rights, title and lien in the Project shall
be deemed to be complete on the date when all the Divestment Requirements
have been fulfilled or the Certificate has been issued, whichever is earlier, it
being expressly agreed that any defect or deficiency in any Divestment
Requirement shall not in any manner be construed or interpreted as restricting
the exercise of any rights by State Government or its nominee on or in respect
of the Project on the footing as if all Divestment Requirements have been
complied with by the Concessionaire.
7.17 Termination of Service
7.17.2. Termination by Client
The Client reserves the right to suspend any of the Services and/or
terminate this Agreement in the following circumstances by giving 30 days
notice in writing:
i. In case bidder becomes the subject of bankruptcy, insolvency,
winding up, receivership proceedings; or
ii. In case client finds illegal use of connections, hardware, software
tools that are dedicated to the Client only.
iii. In case the bidder falls in the last category of SLA (i.e. imposed
penalty is >/= 25% of QGR amount) parameter in any Two
consecutive quarters or three quarters in five years.
7.17.3. Termination for Default
(i). The client may, without prejudice, to any other remedy for breach of
contract (including forfeiture of Performance Security), by written
notice of default sent to the bidder, terminate the contract in whole
or in part if:
• The bidder fails to deliver any or all of the obligations within
the time period(s) specified in the contract, of any extension
thereof granted by the client, or
• The bidder fails to perform any other obligation(s) under the
contract.
(ii). In the event the Client terminates the Contract in whole or in part,
they may procure, upon such terms in such manner, as it deems
appropriate, goods similar to those undelivered, and the bidder shall
be liable to pay excess cost of such similar goods to the client. This
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 108 of 150
liability will be in addition to forfeiture of performance guarantee and
any other legal proceedings, which the Client may initiate.
7.18 Bankruptcy and Insolvency
Jharkhand Police can terminate the contract if the bidder becomes bankrupt and/or
losses the desired state of insolvency with a notice of 15 days. The Jharkhand
Police, in such cases of termination, will not be responsible for any loss or financial
damage to the service provider resulted due to the termination. The Jharkhand
Police will also, in such cases have the right to recover any pending dues by
invoking the performance bank guarantee or any such instrument available with the
department.
7.19 Maintenance of Equipment
The selected Bidder shall ensure that services of a professionally qualified
personnel is available for providing comprehensive on-site maintenance and
administration (on 24 X 7 basis) of hardware and software for a period of five years
(hardware and system software).
In the event of network break down or failures at any stage, protection available,
which would include the following, shall be specified.
i. Diagnostics for identification of hardware failures
ii. Recovery/restart network
The Bidder should maintain stock of critical components to meet SLA. The
comprehensive maintenance would be inclusive of all spares need to be replaced.
The Bidder shall guarantee the availability of spares for a period of at least five
years in respect of all the hardware and software.
7.20 Handing over
At the end of the operation and maintenance services period, Jharkhand Police
may exercise its option to renew the AMC and FMS with the existing vendor or may
invite fresh bids for subsequent AMC and FMS.
If handover is required to any other System Integrator other than the vendor, at the
end of the existing contract period or otherwise, the vendor would be responsible
for handing over the complete hardware including know-how documentation
records and all such relevant items that may be necessary for the transition
process.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 109 of 150
Jharkhand Police reserves the right to quarterly extend the contract period after
completion of the agreement period; and Jharkhand Police will pay for such
extended period on prorata basis.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 111 of 150
Annexure – A: Camera Sites/ Locations
S.No Location Name Junction
Type
Approx.
Road
width
Fix
cameras
PTZ
Cameras RLVD ANPR
1 Radiun (Kachahari)
Chowk Round 30 feet 4 1 8 8
2 Jail Chowk Round 30 feet 4 1 8 8
3 Ranchi women sainik
college Straight 20 feet 1 0 0 0
4 East jail More T 20 feet 1 0 0 0
5 Ranchi women
college Arts Block Straight 20 feet 1 0 0 0
6 Hariom Tower Straight 20 feet 2 0 0 0
7 Lalpur Chowk/
Agrasen Chowk Round 30 feet 4 1 8 8
8 Dagradoli Chowk Round 30 feet 3 1 0 0
9 Kantatoli Round 30 feet 4 1 4 4
10 Bahu Bazar Chowk Round 30 feet 3 0 0 0
11 Chutia Thana Straight 40 feet 2 0 0 0
12 Railway Station Triangle 40 feet 4 1 0 0
13 Khadgarha Bus
Station (Entry point) T 40 feet 1 0 0 0
14 Petrol Pump
Khardgarha Exit Point Straight 40 feet 1 0 0 0
15 Sirum toli chowk Round 40 feet 4 1 6 6
16 Munda Chowk Triangle 40 feet 3 0 0 0
17 Govt. Bus Stand T 20 feet 1 0 0 0
18 Big Bazar Straight 40 feet 2 0 0 0
19 Sujata Chowk / Lala Round 30 feet 4 1 2 2
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 112 of 150
S.No Location Name Junction
Type
Approx.
Road
width
Fix
cameras
PTZ
Cameras RLVD ANPR
lajpat rai chowk
20 P.P. Compound Road Straight 30 feet 1 0 0 0
21 Church Complex Straight 30 feet 2 0 0 0
22 Sainik market Straight 30 feet 2 0 0 0
23 Ratan P.P. Chowk Round 30 feet 4 0 0 0
24 Malha Toli T 30 feet 1 0 0 0
25 Public Urdu Library T 30 feet 1 0 0 0
26 Daily Market Thana Straight 30 feet 2 0 0 0
27 Lake Road Bangla
School T 20 feet 1 0 0 0
28 Firayalal Chowk /
Albert Akka Chowk Round/5 40 feet 5 1 0 0
29 Saheed Chowk Triangle 30 feet 3 1 0 0
30 Mahila Thana Straight 20 feet 1 0 0 0
31 Kotwali Thana Straight 20 feet 1 0 0 0
32 Xavier College Straight 20 feet 1 0 0 0
33 Misson Chowk Round 20 feet 0 1 0 0
34 St. Jhon's
Intermediate college Straight 40 feet 2 0 0 0
35 Karbala Chowk Round 30 feet 4 0 0 0
36 Plaza Chowk Round 20 feet 4 0 0 0
37 Karamtoli Chowk Round 40 feet 4 1 8 8
38 Morabadi Road near
SSP Awas T 20 feet 1 0 0 0
39 SSP Awas Chowk Round 30 feet 4 1 0 0
40 Sajahanand Chowk Round 40 feet 4 1 8 8
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 113 of 150
S.No Location Name Junction
Type
Approx.
Road
width
Fix
cameras
PTZ
Cameras RLVD ANPR
41 Ratu Road / New
market Chowk Round 40 feet 4 1 8 8
42 Gonda Thana Straight 40 feet 2 0 0 0
43
Reliance
Fresh/Rliance Mart
Kake Road
Straight 40 feet 2 0 0 0
44 Premson's Road
Mandir chowk Triangle 40 feet 3 0 2 2
45 Gandhi Nagar more T 40 feet 2 0 0 0
46 Chandi chowk Straight 40 feet 2 0 2 2
47 Kanke Thana Straight/T 20 feet 1 0 0 0
48 Hot Lips Chowk Round 40 feet 4 1 0 0
49 ATI More Round 30 feet 4 1 0 0
50 Raj Bhawan More Triangle 30 feet 1 0 0 0
51 Raj Bhwan Gate 1 Straight 30 feet 1 0 0 0
52 Javir Hussain Park Triangle 30 feet 2 1 0 0
53 Nagababa Khatal Triangle 30 + 20
feet 4 1 0 0
54 DC Awas near
morabadi Triangle 30 feet 3 0 0 0
55 State guest house Triangle 40 feet 3 0 0 0
56 RIMS Gate 2,
Bariyatu Straight 40 feet 2 0 0 0
57 RIMS gate 1 Straight 40 feet 2 0 0 0
58 Briyatu Thana Straight 40 feet 1 0 0 0
59 Booti More Round 40 feet 4 1 4 4
60 Khelgaon More Triangle 40 feet 3 0 0 0
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 114 of 150
S.No Location Name Junction
Type
Approx.
Road
width
Fix
cameras
PTZ
Cameras RLVD ANPR
61 Khelgaon Thana Straight 40 feet 1 0 0 0
62 Kokar Chowk Triangle 20 feet 3 0 0 0
63 Sadar Thana Straight 20 feet 1 0 0 0
64 Lowadih Chowk Straight 30 feet 2 0 0 0
65 Durga Soren Chowk Round 60 feet 4 1 0 0
66 Namkum Thana Straight 40 feet 2 0 0 0
67 Sadabahar Chowk Triangle 30 feet 3 0 0 0
68 Nepal House Straight 30 feet 3 0 0 0
69 Rajendra Chowk Round 40 feet 3 1 0 0
70 Mecon Circle Triangle 30 feet 3 1 0 0
71 Highcourt Circle Triangle 30 feet 3 1 0 0
72 Chhanda Chowk Triangle 20 feet 3 0 0 0
73 Doranda Thana Straight 20 feet 1 0 0 0
74 A.g More Triangle 40 feet 3 0 4 4
75 Nirmala College Straight 20 feet 1 0 0 0
76 Hinoo Chowk Triangle 20 + 20
feet 3 1 6 6
77 Birsa Chowk Triangle 40 feet 3 1 6 6
78 HEC Gate Triangle 40 feet 3 1 6 6
79 Jagarnath pur Thana Straight 40 feet 1 0 0 0
80 Dhurba Glochakkar Round 40 feet 4 1 0 0
81 Dhurba Thana Straight 30 feet 1 0 0 0
82 Private Bus Stand Round 30 feet 4 1 0 0
83 Project Building Straight 40 feet 1 0 0 0
84 DGP Office Straight 40 feet 2 0 0 0
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 115 of 150
S.No Location Name Junction
Type
Approx.
Road
width
Fix
cameras
PTZ
Cameras RLVD ANPR
85 Chandni Chowk near
DGP office Round 40 feet 0 1 0 0
86 TUPUDANA Round 40 feet 4 1 0 0
87 JAP1 Straight 30 feet 1 0 0 0
88 Kadru Over Bridge Straight 20 feet 2 0 0 0
89 Argora Thana Straight 15 feet 2 0 0 0
90 Argora Chowk Round 40 feet 4 1 4 4
91 Kathal More Round 20 feet 4 0 0 0
92 Kantitar More Round 20 feet 4 0 0 0
93 Nagri Thana Straight 20 feet 1 0 0 0
94 ITI Bus Stand Straight 30 feet 2 0 0 0
95 Pisca More Triangle 20 feet 3 0 0 0
96 Ram vilash petrol
pump Straight 20 feet 1 0 0 0
97 Sukhadev Nagar
Thana Straight 20 feet 1 0 0 0
98 Lalpur Thana Straight 20 feet 1 0 0 0
99 Kishore Yadav Chowk Round 20 feet 4 1 0 0
100 Antu Straight 20 feet 3 1 0 0
101 Command & control
room
Straight/c
ampus 40 feet 2 1 0 0
102 Rock Garden Straight 60 feet 1 1 0 0
103 Jagarnath Temple Round/Fi
eld 20 feet 2 2 0 0
104 Mausiwadi (Jagarnath
Temple) Straight 20 feet 1 1 0 0
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 116 of 150
S.No Location Name Junction
Type
Approx.
Road
width
Fix
cameras
PTZ
Cameras RLVD ANPR
105 Jagarnathpur temple
Chowk Triangle 40 feet 2 1 0 0
106 Airport Straight 40 feet 2 0 0 0
107 Satellite Chowk Round 40 feet 4 1 0 0
108 Harmoo Chowk Round 40 feet 4 0 0 0
109 Muktidham Triangle 40 feet 2 0 0 0
110 Kishoreganj Two
roads 40 feet 2 0 0 0
111 Pharimandir 40 feet 4 0 0 0
112 Pharimadir Ratu road
side Straight 20 feet 3 0 0 0
113 Sidhu kanu More Triangle 30 feet 3 0 0 0
114 Mohrawadi Chowk Round 30 feet 4 1 0 0
115 Marwari College Straight 20 feet 1 0 0 0
TOTAL 279 42 94 94
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 117 of 150
Annexure – A: ContdF
S.No Location Name Junction
Type
Approx. Road
width in
Meter
No. of Fix
cameras
1 Patel Chowk Triangle 20 3
2 Divyani Chowk T 20 3
3 Bariyatu More (Mohrawadi
Side) T 20 3
4 Bariyatu Mid Way Straight 15 2
5 Bariyatu More
(RIMS Side) T 20 3
6 Cheshyer Home Rd. T 40 3
7 Rani Bagan T 20 3
8 Khelgaon L 40 3
9 Jail More T 40 3
10 Ranchi Central Jail Straight 30 3
11 Jora Talab-1 L 20 3
12 Jora Talab-2 L 20 3
13 Hill View Hotel More Cross 40 4
14 Pahari Mandir West T 20 3
15 Amar Veer Budhu Chowk Triangle 15 3
16 Choona Bhatta Cross 10 4
17 Shastri Chowk Cross 20 4
18
BSNL More (Marwari
College) Cross 10 4
19 Bara Talab T 15 3
20 Marwari College (Boys) Straight 15 2
21 Bara Talab Himpidhi T 15 3
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 118 of 150
S.No Location Name Junction
Type
Approx. Road
width in
Meter
No. of Fix
cameras
22 Mukti Gas Agency T 15 3
23 Goshala Straight 40 2
24 Mukti Dham Setu Straight 40 2
25 Kartik Uraon Chowk Straight 40 2
26
Mid of Sahjanad Harmu
Chowk Straight 40 2
27 Din Dayal Chowk Triangle 40 3
28 JVM Office More T 40 3
29 Dibdih Briedge-1 Straight 40 3
30 Dibdih Briedge-2 Straight 40 3
31 Alkapuri Straight 40 2
32 Nirwachan Aayog Straight 40 3
33 Hawai Nagar Rd. No. 3 Straight 30 2
34 Hawai Nagar
(Dolphinose Resturant) Straight 30 2
35 Hawai Nagar Rd. No. 15 Straight 30 2
36
Hatiya Rly. Station More
(Hawainagar Side) Traingle 40 3
37 Hatiya Rly. Station -1 T 40 3
38 Hatiya Rly. Station -2 T 40 3
39 Singh More T 40 3
40 Swarnrekha Briedge Straight 40 2
41 Bari Ghaghara Straight 40 2
42 Shanti Rani School
Ghaghra Straight 40 2
43 Kusai Colony (SBI) Straight 40 2
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 119 of 150
S.No Location Name Junction
Type
Approx. Road
width in
Meter
No. of Fix
cameras
44 Jharkhand Elec. Board Straight 40 2
45 Police Association Office Triangle 40 3
46 HEC Plant Gate Round 30 3
47 JEDCL, HEC T 40 3
48 Shopping Complex, HEC Straight 40 2
49 JSCA Stadium More T 40 3
50 Kendriya Vidhyalaya T 40 3
51 Vidhanshabha T 40 3
52 Hotel Green Acere L 30 2
53 Meteorological Centre Straight 40 2
54 Premsons True Value Straight 40 2
55 Kadru Over Briedge
underpass T 15 3
TOTAL 150
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 120 of 150
Annexure – B: Template for Pre-Bid Conference Queries
RFP purchase receipt no:
Date:
Name of the Bidder:
Address:
Telephone Nos:
Fax No:
Mobile No:
Email ID:
Sl
No:
Page
No. in
the RFP
Section
No:
Clause No: Particulars of the
query / clarification
Remarks
1
2
3
4
Authorized Signatory
Designation
(If the queries / clarifications are submitted through e-mail, the bidder should send the queries
/ clarifications through official e-mail IDs only.)
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 121 of 150
Annexure – C : Site Not Ready (SNR) Certificate Template
1. Agency / Vendor Name
2. Project Name
3. Purchase Order No. & date
4. Equipment Name
5. Date of delivery
6. Date of 1st Visit for installation
7. Site not ready reason
8. Tentative date of site being ready for
installation
9. Contact detail of vendor for getting
equipment installed, if site get ready.
10. Certificate There is no delay on the part of vendor in
getting the equipment installed
11.
Name of User/ Department Official site in charge:
Designation:
Signature:
(with official seal)
Date:
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 122 of 150
Annexure – D: Installation Certificate
1. Agency/ Vendor Name
2. Project Name
3. Purchase Order No. & date
4. Equipment Name & Description
5. Equipment Serial No. 1)
2)
3)
6. Date of delivery
7. Date of intimation of call for installation /
site readiness information
(in case of SNR)
8. Installation Date
9. Certificate Equipment (As per ordered configuration)
has been installed successfully
10. Name of User/ Department Official site in charge:
Designation :
Signature:
(with official seal)
Date:
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 123 of 150
Annexure – E : Bid Letter (Prequalification cum Technical) Template
Date: dd/mm/yyyy
To,
<< Address>>
Reference: Tender Number ]]. Dated ]]
Sir,
We hereby declare:
i. We are the authorized agents of the manufacturers / developer of the hardware /
networking equipment and system software proposed in our solution.
ii. That we are equipped with adequate maintenance and service facilities within India
for supporting the offered equipment and software. Our maintenance and service
facilities are open for inspection by representatives of Jharkhand Police.
We hereby offer to supply the equipment / system software and provide the services at the
prices and rates mentioned in the attached commercial bid.
In the event of acceptance of our bid, we do hereby undertake:
i. To supply the equipment / system software and commence services as stipulated
in the schedule of delivery forming a part of the attached technical bid.
ii. We affirm that the prices quoted are inclusive of delivery, installation, and
commissioning charges and all taxes.
We enclose herewith the complete Technical Bid as required by you. This includes:
1. Bid particulars
2. This bid letter
3. Proposed Surveillance system architecture, detailed technical solution, details of
equipment and services offered
4. Proposed Project Plan and Implementation Schedule
5. Statement of deviation from requirement specifications
6. Statement of deviation from tender terms and conditions
7. Schedule of delivery
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 124 of 150
8. Warranty for the period of 5 years for all the equipments / system software supplied
through this RFP
9. Manufacturer’s authorization form(s)
We agree to abide by our offer for a period of 180 days from the last date of submission of
commercial bid prescribed by Jharkhand Police and that we shall remain bound by a
communication of acceptance within that time.
We have carefully read and understood the terms and conditions of the tender and the
conditions of the contract applicable to the tender. We do hereby undertake to provision as per
these terms and conditions. Apart from that agree to abide by the following:
a. We shall give benefit of any price reduction found by the time of placing the supply
order.
b. We agree to accept partial order if it is placed.
c. We have quoted rates of items for Five (5) years comprehensive on-site (COS)
warranty, with spares and labor charge.
d. In case the item quoted is imported, direct shipment of the entire machine/item
including add-ons from OEM, is ensured & would be provided. It is undertaken that no
item supplied is used/reprocessed or refurbished in any manner either in part or
otherwise.
e. The above document is executed on ___/__/yyyy at (place) _______ and we accept
that if anything out of the above information is found wrong, our tender shall be liable
for rejection.
f. We hereby undertake that all the components/parts/assembly are original and no
duplicate parts are used in the entire manufacturing process.
There are no deviations from the RFP document of the tender.
We hereby certify that the Bidder is a Directorate and the person signing the tender is the
constituted attorney.
Bid Security in the form of a Demand Draft / Bank Guarantee issued by ______________
(bank), valid till ___/___/_____ (dd/mm/yyyy), for an amount of Rupees 1.00 Crore (One
Crore) is enclosed in the cover containing pre-qualifying requirements.
We do hereby undertake, that, until a formal contract is prepared and executed, this bid,
together with your written acceptance thereof and notification of award of contract, shall
constitute a binding contract between us.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 125 of 150
Signature of Bidder (with official seal)
Date
Name
Designation
Address
Telephone
Fax
E-mail address
Details of Enclosures: Index Page Nos
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 126 of 150
Annexure – F: Template for Undertaking of Authenticity
Date: dd/mm/yyyy
To,
I.G. Police (Provision),
office of the D.G. & I.G.,
DPRD Building,
Dhurwa, Ranchi -834004
Subject: Supply, Installation, Commissioning & Maintenance of Ranchi City Surveillance
Project.
Ref: 1. Your LOI No ]]]]]]]].dated]]].....
With reference to Ranchi City Surveillance Project being implemented/ quoted to you
vide our invoice no. / Quotation no. /order no. cited above.
We hereby undertake that all equipments and other items shall be original new
components/parts/assembly only, from respective OEMs of the products and that no
refurbished/duplicate/second hand Hardware equipments and other items are being used or
shall be used.
In case of default and we are unable to comply with above at the time of delivery or
during installation, we agree to take back the items without demur, if already supplied and
return the money if any paid to us by your in this regard.
We (IT Company/ Integrators name) also take full responsibility of both Parts & Service
SLA as per the content even if there is any defect by our authorized Service
Centre/Reseller/Sl. etc.
Authorized Signatory:
Name:
Designation:
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 127 of 150
Annexure – G: Bidder profile
Sr. No Details
1 Name of the Firm
2 Registered Office address
Telephone Number
Fax Number
3 Correspondence/ contact address
4 Details of Contact person
(Name, designation, address etc.)
Telephone Number
Fax Number
5 Is the firm a registered company? If yes, submit
documentary proof.
Year and Place of the establishment of the
Company
6 Former name of the company, if any.
7 Is the firm
� Government/ Public Sector Undertaking
propriety firm
� partnership firm (if yes, give partnership
deed)
� limited company or limited corporation
� member of a group of companies (if yes,
give name and address, and description of
other companies)
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 128 of 150
� subsidiary of a large corporation (if yes give
the name and address of the parent
organisation) If the company is subsidiary,
state what involvement if any, will the parent
company have in the project.
8 Is the firm registered with sales tax department? If
yes, submit valid sales tax registration certificate.
9 Is the firm registered for service tax with Central
Excise Department (Service Tax Cell)? If yes,
Submit valid service tax registration certificate.
10 Is the firm registered under Labour Laws Contract
Act? If yes, submit valid registration certificate.
11 Attach the organizational chart showing the
structure of the organization including the names of
the directors and the position of the officers.
Total number of employees
12 Number of years of experience:
13 Are you registered with any Government/
Department/ Public Sector Undertaking (if yes, give
details)
14 How many years has your organization been in
business under your present name? What were
your fields when you established your organization?
When did you add new fields (if any)?
15 What type best describes your firm? (documentary
proof to be submitted)
· Manufacturer
· Supplier
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 129 of 150
· System Integrator
· Consultant
· Service Provider (pl. specify details)
· Software Development
· Total solution provider (Design, Supply,
Integration, O&M)
· IT Company
16 Number of Offices / Project Locations
17 Do you have a local representation /office in
Jharkhand? If so, please give the address and the
details of staff, infrastructure etc in the office and
no. of years of operation of the local office
18 Please give details of Key Technical and
Administrative staff who will be involved in this
project, their role in the project, their Qualifications
& experience and the certification attained from
network product vendor. (documentary proof to be
submitted)
19 Is your organization has SEI –CMM / ISO 9000
certificates? If so, attach copies of the certificates.
State details, if certified by bodies, other than that
stated.
20 List the major clients with whom your organization
has been/ is currently associated.
21 Were you ever required to suspend a project for a
period of more than three months continuously after
you started? If so, give the names of project and
reasons for the same.
22 Have you in any capacity not completed any work
awarded to you? (If so, give the name of project and
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 130 of 150
reason for not completing the work)
23 In how many projects you were imposed penalties
for delay? Please give details.
24 The bidder shall disclose details pertaining to all
contingent liabilities, claims, disputes, matters in
appeal & in court and any pending litigation against
the bidder. If nil, an undertaking from the bidder/
prime member of the consortium mentioning the
same.
25 Whether your organisation has Bank’s certificate of
solvency. If yes, submit documentary proof.
26 Have you ever been denied tendering facilities by
any Government/ Department/ Public sector
Undertaking? (Give details)
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 131 of 150
Annexure – H: Manufacturer’s / Developer of System Software Authorisation Form
Date: dd/mm/yyyy
To,
Reference:
Sir,
We _______________________, (name and address of the manufacturer / developer) who
are established and reputed manufacturers / developer of __________________ having
factories / developed centers at __________________ (addresses of manufacturing /
development centers locations) do hereby authorize M/s _______________________ (name
and address of the bidder) to bid, negotiate and conclude the contract with you against the
above mentioned tender for the above equipment manufactured / system software developed
by us.
Yours faithfully,
For and on behalf of M/s __________________________(Name of the
manufacturer/ developer of system software)
Signature
Name
Designation
Address
Date
Directorate Seal
Note: This letter of authority should be on the letterhead of the concerned manufacturer /
system software developer and should be signed by a person competent and having the
power of attorney to bind the manufacturer / developer.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 132 of 150
Annexure – I: Firm Experience template
Assignment Name:
Location within Country: Professional Staff Provided by Your
Firm
Name of Client: No. of Staff:
Address: No. of Staff-Months; duration of
assignment
Start Date (Month/Year): Completion Date
(Month/Year):
Approx. Value of Services :
Name of Associated Consultants, if any:
No. of Months of Professional Staff,
provided by Associated Consultants:
Name of Senior Staff (Project Director/Coordinator, Team Leader) involved and functions
performed:
Narrative Description of Project:
Description of Actual Services Provided by Your consultant :
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 133 of 150
Annexure – J: Team Composition and Task Assignment
Name Qualifications Year of Experience Area of Expertise Task & Position
Assigned
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 134 of 150
Annexure – K: Curriculum Vitae for Proposed Staff
1. Proposed Position [only one candidate shall be nominated for each position]:
2. Name of Firm [Insert name of firm proposing the staff]:
3. Name of Staff [Insert full name]:
4. Date of Birth: Nationality:
5. Education [Indicate college/university and other specialized education of staff
member, giving names of institutions, degrees obtained, and dates of obtainment]:
6. Membership of Professional Associations:
7. Other Training [Indicate significant training since degrees under 5 - Education were
obtained]:
8. Countries of Work Experience: [List countries where staff has worked in the last ten
years]:
9. Languages [For each language indicate proficiency: good, fair, or poor in speaking,
reading, and writing]:
10. Employment Record [Starting with present position, list in reverse order every
employment held by staff member since graduation, giving for each employment (see
format here below): dates of employment, name of employing organization, positions
held.]:
From [Year]: To [Year]:
Employer: Positions held:
Detailed Tasks Assigned
[List all tasks to be performed under this
assignment]
Work Undertaken that Best Illustrates
Capability to Handle the Tasks Assigned
[Among the assignments in which the staff
has been involved, indicate the following
information for those assignments that best
illustrate staff capability to handle the tasks
listed under point 11.]
Name of assignment or project:
Year:
Location:
Client:
Main project features:
Positions held:
Activities performed:
Certification:
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly
describes myself, my qualifications, and my experience. I understand that any wilful
misstatement described herein may lead to my disqualification or dismissal, if engaged.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 135 of 150
Date:
[Signature of staff member or authorized representative of the staff] Day/Month/Year
Full name of authorized representative:
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 136 of 150
Annexure – L: Bank Guarantee Format for EMD
To,
I.G. Police (Provision),
office of the D.G. & I.G.,
DPRD Building,
Dhurwa, Ranchi -834004
Whereas........................... (Hereinafter called “the Bidder”) has submitted its Bid
dated...................... (Date of submission of Bid) for “Supply, Implementation, Commissioning
& Maintenance of Ranchi City Surveillance Project of the Tender NIT No: ________/17 dated:
_____/_____/2017 issued by I.G. Police (Provision) Office of the D.G. & I.G., DPRD Building,
Dhurwa, Ranchi-834004, (hereinafter called “the Bid”).
Whereas as per Clauses of the Bid, the Bidder is required to furnish a bank guarantee
as Earnest Money Deposit from a scheduled commercial bank (Bank Guarantee)
In consideration of the fact that the Bidder is our valued customer and the fact that the
bidder has submitted the Bid, we, (name and address of the bank), (hereinafter called “the
Guarantor Bank”), has agreed to bind ourselves, our successors, and assigns to irrevocably
issue this Bank Guarantee and guarantee as under
NOW THIS GUARANTEE WITNESSETH: -
1. If the Bidder
(a) Withdraws its Bid proposal during the period of Bid validity specified by the Bidder
on the Technical Proposal Cover Letter; or
(b) Having been notified of the acceptance of its Bid I.G. Police (Provision), Ranchi,
Jharkhand during the period of Bid Proposal validity.
i. Fails or refuses to enter into the Contract; or
ii. Fails or refuses to furnish the performance guarantee, in accordance with the
Terms of Reference of the Tender document issued to the Bidder.
The Guarantor Bank shall immediately on demand pay I.G. Police (Provision), office
of the D.G. & I.G., DPRD Building, Dhurwa, Ranchi -834004 without any demur and
without pay I.G. Police (Provision), Ranchi, Jharkhand having to substantiate such
demand a sum of Rs ______________(Guaranteed Amount).
2. The Guarantor Bank will make the payment of the Guaranteed Amount forthwith on the
demand made by I.G. Police (Provision), office of the D.G. & I.G., DPRD Building,
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 137 of 150
Dhurwa, Ranchi -834004, notwithstanding any objection or dispute that may exist or arise
between the I.G. Police (Provision), office of the D.G. & I.G., DPRD Building, Dhurwa,
Ranchi -834004 and the Bidder or any other person.
3. The demand of I.G. Police (Provision), office of the D.G. & I.G., DPRD Building, Dhurwa,
Ranchi -834004 on the Guarantor Bank for the payment of the Guaranteed Amount, shall
be deemed as the final proof of fulfillment of the conditions stipulated in (1) above.
4. This Guarantee shall be irrevocable and shall not be discharged except by payment of
the above amount by us to I.G. Police (Provision), office of the D.G. & I.G., DPRD
Building, Dhurwa, Ranchi -834004 and our liability under this Guarantee shall be
restricted to the Guaranteed Amount being Rs_____________).
5. If it is necessary to extend this Guarantee on account of any reason whatsoever, we
undertake to extend the period of this Guarantee on the request of the Bidder under
intimation to I.G. Police (Provision), office of the D.G. & I.G., DPRD Building, Dhurwa,
Ranchi -834004.
6. To give full effect to the Guarantee contained herein, I.G. Police (Provision), office of the
D.G. & I.G., DPRD Building, Dhurwa, Ranchi -834004 shall be entitled to act as if the
Guarantor Bank is the principal debtor in respect of claims against the Bidder and the
Guarantor Bank hereby expressly waives all its rights of surety-ship and other rights, if
any, which are in any way inconsistent with any of the provisions of this Guarantee.
7. Any notice by way of demand or otherwise may be sent by special courier, telex, fax,
registered post or other electronic media to our address as afore-said and if sent by post,
shall be deemed to have been given to us after expiry of 48 hours when the same has
been posted.
8. Our liability under this Guarantee will continue to exist until a demand is made by I.G.
Police (Provision), office of the D.G. & I.G., DPRD Building, Dhurwa, Ranchi -834004 in
writing or up to and including One Hundred and Eighty (180) days after the period of the
Bid Proposal validity, i.e. up to ________yyyy, and any demand in respect thereof should
reach the Bank not later than the above date.
Dated ]]]]]]]]. this ]]]]]].. Day ]]]..yyyy
Yours faithfully,
For and on behalf of the ]]]]. Guarantor Bank,
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 138 of 150
Annexure – M: Template for Un-prised Detailed Bill of Material
S.No Item Make Model Part No. Description of the line
Item
Line
Item Qty
Total
Qty
Remarks
1
2
3
4
5
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 139 of 150
Annexure – N: Bid letter – Commercial
Date: dd/mm/yyyy
To,
Reference:
Sir,
We hereby declare:
i. We are the authorized agents of the manufacturers / developer of system software
of all the equipment / system software proposed in our solution.
ii. That we / our principals (manufacturer / developers) are equipped with adequate
maintenance and service facilities within India for supporting the offered equipment
/ system software. Our maintenance and service facilities are open for inspection
by representatives of Jharkhand Police.
We do hereby undertake that, in the event of acceptance of our bid, the supply of equipment /
system software and commencement of services shall be made as stipulated in the schedule
of delivery forming a part of the attached technical bid.
In the event of acceptance of our bid, we do hereby undertake that:
iii. To supply the equipment / system software and commence services as stipulated
in the schedule of delivery forming a part of the attached technical bid.
iv. We affirm that the prices quoted are inclusive of delivery, installation, and
commissioning charges and all taxes.
We enclose herewith the complete Commercial Bid as required by you. This includes:
1. This bid letter
2. Bid particulars
3. Commercial quote
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 140 of 150
We agree to abide by our offer for a period of 180 days from the last date of submission of
commercial bid prescribed by Jharkhand Police and that we shall remain bound by a
communication of acceptance within that time.
We have carefully read and understood the terms and conditions of the tender and the
conditions of the contract applicable to the tender. We do hereby undertake to provision as per
these terms and conditions.
a) There are no commercial deviations.
b) There are no deviations from the terms and conditions of the tender.
We hereby certify that the Bidder is a Directorate and the person signing the tender is the
constituted attorney.
Bid Security in the form of a Demand Draft / Bank Guarantee issued by ______________
(bank), valid till ___/___/_____ (dd/mm/yyyy), for an amount of Rupees One Crore is enclosed
in the cover containing pre-qualifying requirements.
We do hereby undertake, that, until a formal contract is prepared and executed, this bid,
together with your written acceptance thereof and notification of award of contract, shall
constitute a binding contract between us.
Signature of Bidder (with official seal)
Date
Name
Designation
Address
Telephone
Fax
E-mail address
Details of Enclosures: Index Page Nos
1.
2.
3.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 141 of 150
Annexure – O: Commercial Quote
S.No Name of Goods or Related Services
Unit of Measurement
Qty. (A)
Unit Rate in INR
Inclusive 5yrs AMC
(B)
Taxes (C)
Unit Rate Inclusive all Taxes (D=B+C)
Total Cost for
5yrs (E=DxA)
1 IR IP HD 20X PTZ
Camera with all
accessories
Nos 42
2 IR HD Bullet Camera
with all accessories
Nos 476
3 2 MP ANPR Camera,
5-50 mm full HD
License with IP 66
rated outdoor housing ,
external IR illuminator
of 100 Mtrs. range
Nos 94
4 RLVD Camera with
IP66 rated outdoor
housing
Nos 94
5 Local Processor at
Intersection
Nos 23
6 VMS Solution with
Analytic features and
5years Software
support, Customization
, maintenance
Nos 1
7 Core L3 Switch In
Command Centre on
Active -Active mode
connection
Nos 2
8 Access Switch 24Port
10/100/1000 L2
Nos 3
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 142 of 150
S.No Name of Goods or Related Services
Unit of Measurement
Qty. (A)
Unit Rate in INR
Inclusive 5yrs AMC
(B)
Taxes (C)
Unit Rate Inclusive all Taxes (D=B+C)
Total Cost for
5yrs (E=DxA)
Manageable
9 Manageable Layer-2
Industrial grade Switch
8 Port 10/100 PoE and
2 SFP Ports for outdoor
locations
Nos 195
10 NMS Software Support
Upto 1000 Devices
(Complete Solution)
Nos 1 set
11 Firewall with min 4 Nos
10G Ports
Nos 2
12 IP 55 Enclosure/Rack
with Accessories
Nos 170
13 42U Rack with IP KVM
Switch, KVM Console
and all Accessories
Nos 3
14 30KVA Online UPS
with 48000VAH Battery
bank
Nos 2
15 20KVA Online UPS
with 32000VAH Battery
Bank
Nos 1
16 1KVA On line UPS for
Outdoor Junction with
3200VAH Battery bank
with Surge protection
Nos 170
17 Silent DG- 120 KVA
with AMF Control Panel
Nos 2
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 143 of 150
S.No Name of Goods or Related Services
Unit of Measurement
Qty. (A)
Unit Rate in INR
Inclusive 5yrs AMC
(B)
Taxes (C)
Unit Rate Inclusive all Taxes (D=B+C)
Total Cost for
5yrs (E=DxA)
18 SM 6 Core Indoor
Unitube, Gel filled cable
Mtrs 500
19 LiU 24 Ports with
loaded LC Connectors
and all accessories
(including rack
mounting kit, Pigtails,
3mtr patch cords for all
ports)
Nos 4
20 Patch Panel, Patch
Cord for UTP Cabling
NW
Lump-sum
Lump-sum
21 Cat-6 Outdoor Cable,
Outdoor conduit and
Tie
Mtrs 23,000
22 Outdoor Armed Shape
Pole with erecting
Nos 471
23 Servers for Project
Components
Nos 11
24 Storage 1400TB
Nos 2
25 Tape Library
Nos 1
26 62 PPM Heavy duty
Printer
Nos 1
27 Work Station Intel Core
i7with Graphics Card
Nos 35
28 Commercial Display
with min. 55 inch
display screen
Nos 15
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 144 of 150
S.No Name of Goods or Related Services
Unit of Measurement
Qty. (A)
Unit Rate in INR
Inclusive 5yrs AMC
(B)
Taxes (C)
Unit Rate Inclusive all Taxes (D=B+C)
Total Cost for
5yrs (E=DxA)
29 Video Wall with
Controller: Main Display
(5x2)
Nos. 1 Set
30 Video Wall with
Controller: VIP Display
(2x2)
Nos. 1 Set
31 5.0 Tr PAC for Data
Centre Server farm
area
Nos 2
32 2.5 Tr Comfort AC for
Command Control
Centre, NOC and UPS
room
Nos 12
33 Project Manager
Nos 1
34 Shift Engineer
Nos 9
35 Instructor/Trainer for
training of Police Staff
on different
components of the
project
Nos 1
36 Manpower for FMS and
Preventive
Maintenance Activities
at field locations
Nos 4
37 Site preparation for
Data Centre with
installation of PAC,
FM200 fire suppression
system, Access
Lump-sum
Lump-sum
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 145 of 150
S.No Name of Goods or Related Services
Unit of Measurement
Qty. (A)
Unit Rate in INR
Inclusive 5yrs AMC
(B)
Taxes (C)
Unit Rate Inclusive all Taxes (D=B+C)
Total Cost for
5yrs (E=DxA)
Control, DC
surveillance and DG.
38 Site preparation with
30cubicals (with desk &
chair) for Command
Control Centre
Lump-sum
Lump-sum
39 Additional Items if any
to make the bidder
proposed solution
completely functional
Total Project Cost for 5Years (Inclusive of all taxes)
Amount in words:
50% of the Total Project cost
50% of the Total Project cost
Amount per QGR
Terms of Payment:
1. 10% of Total bid amount as Performance Bank Guarantee should be discharged by the
bidder in response to LOI issuance by Jharkhand Police.
2. 50% of the bid amount will be paid to the bidder after the commissioning of the all
equipment and facilities at all locations and Acceptance Certificate issued Jharkhand
Police. (“Commissioning” means physical and technology infrastructure both to be
commissioned and systems should be ready for production environment).
3. Quarterly payment (i.e. 50% of the bid amount in 20 QGRs) will be paid to the bidder in
arrears after adjusting the SLA parameters.
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 146 of 150
4. The amounts indicated should be final after all taxes, cess, levy, duties, insurance till
the time of commissioning, transport, cartage, installation, and commissioning.
5. Conditional bids will be not accepted and will be summarily rejected.
Witness Bidder
Signature Signature
Name Name
Designation Designation
Address Address
Directorate Directorate
Date Date
Directorate Seal
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 147 of 150
Annexure – P: Performance Bank Guarantee Format (PBG)
To,
______________________
______________________
______________________
Whereas ...........................(hereinafter called “the Bidder”) has submitted its Bid dated
...................... (date of submission of Bid) for execution of Ranchi City Surveillance Project for
Jharkhand Police in terms of the Tender dated ]]]]. issued by IG Police (Provision),
Office of DG & IG of Police Jharkhand, DPRD Building, Dhurwa, Ranchi – 834004,
(hereinafter called “the Bid”).
Whereas as per Section * Clause * of the Bid, the Bidder is required to furnish a bank
guarantee as Performance Guarantee from a scheduled nationalised bank (Bank Guarantee)
In consideration of the fact that the Bidder is our valued customer and the fact that they have
submitted the Bid, we, (name and address of the bank), (hereinafter called “the Guarantor
Bank”), has agreed to bind ourselves, our successors, and assigns to irrevocably issue this
Bank Guarantee and guarantee as under
NOW THIS GUARANTEE WITNESSETH: -
1. If the Bidder
(a) Having been notified of the acceptance of its Bid by the IG Police (Provision),
Ranchi, during the period of Bid Proposal validity:
(i) Fails to perform as per the contract obligations.
(ii) On invoking of Section * Clause *** “Termination for Default”; and /or on
invoking of Section * Clause * “Exit Management Schedule”.
The Guarantor Bank shall immediately on demand pay the IG Police (Provision),
Ranchi, without any demur and without the IG Police (Provision), Ranchi, having to
substantiate such demand a sum of Rs ____ Lakhs (________ Lakhs) (Guaranteed
Amount).
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 148 of 150
2. The Guarantor Bank will make the payment of the Guaranteed Amount forthwith on the
demand made by the IG Police (Provision), Ranchi, notwithstanding any objection or
dispute that may exist or arise between the IG Police (Provision), Ranchi,, and the Bidder
or any other person.
3. The demand of the IG Police (Provision), Ranchi, on the Guarantor Bank for the payment
of the Guaranteed Amount, shall be deemed as the final proof of fulfillment of the
conditions stipulated in (1) above.
4. This Guarantee shall be irrevocable and shall not be discharged except by payment of the
above amount by us to the IG Police (Provision), Ranchi, and our liability under this
Guarantee shall be restricted to the Guaranteed Amount being Rs ___ Lakhs (________
Lakhs).
5. If it is necessary to extend this Guarantee on account of any reason whatsoever, we
undertake to extend the period of this Guarantee on the request of the Bidder under
intimation to the IG Police (Provision), Ranchi.
6. To give full effect to the Guarantee contained herein, the IG Police (Provision), Ranchi,
shall be entitled to act as if the Guarantor Bank is the principal debtor in respect of claims
against the Bidder and the Guarantor Bank hereby expressly waives all its rights of surety-
ship and other rights, if any, which are in any way inconsistent with any of the provisions of
this Guarantee.
7. Any notice by way of demand or otherwise may be sent by special courier, telex, fax,
registered post or other electronic media to our address as afore-said and if sent by post,
shall be deemed to have been given to us after expiry of 48 hours when the same has
been posted.
8. Our liability under this Guarantee will continue to exist until a demand is made by the IG
Police (Provision), Ranchi, in writing or up to and including 5 year 6months from the date
of signing of contract, i.e. up to ________yyyy, and any demand in respect thereof should
reach the Bank not later than the above date.
Dated ]]]]]]]]. this ]]]]]].. day ]]]]..yyyy.
Yours faithfully,
For and on behalf of the ]. Guarantor Bank,
(Signature)
Designation
NIT No:07/2017-18 RFP for Ranchi City Surveillance Project
Page 149 of 150
(Address and Common Seal of the bank
Note: To be executed at the time of Signing of Contract by the Selected Vendor