response to pre bid queries - smart city aligarh › edocs › responsep... · response to pre bid...

428
Rersponse to Pre-Bid queries on ICCC and e-Gov Aligarh Smar City 1 Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification Sought Response to query 1. Vol-1, 3.5, TQ_6, Clause- B4, Page No. 51 The Bidder (any member in case of consortium) shall have successfully implemented/ integrated minimum two (02) project related to e- governance which include at least one (01) ULB /e-municipal services (excluding CCTV system) and cumulative value of min INR 5 crores per project during last 5 years. • 08 or more projects:10 Marks • 05-07 Projects: 08 Marks • 03-04 Projects : 06 Marks • 02 Projects: 04 Marks This is very generic and open ended criteria. Implementing eGov solution needs thorough experience in that domain. Current criteria says implementation/ integration - which means any bidder who has merely done some minor integration with eGov software also qualifies. Onboarding bidder with such minimal experience is not advisable. With this background, we propose this criteria to be changed as below: The Bidder (any member in case of consortium) shall have successfully implemented minimum two (02) project related to e- governance which include at least one (01) ULB /e-municipal services from areas listed here: Utility- Water, Property Tax, HRMS, Finance Management, Project Management, Trade & License, Building Permission. Value of each project should be min INR 5 crores per project implemented during last 5 years. • 08 or more projects:10 Marks • 05-07 Projects: 07 Marks • 03-04 Projects : 04 Marks • 02 Projects: 02 Marks Refer Corrigendum No. 5 2. Vol-1 3.5, PQ_7, Page No. 45 f) GIS solution & integration with smart solutions experience (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores) We understand that the eGovernance projects with GIS integration/ implementation would qualify under this criteria. Please confirm Refer Corrigendum No. 5

Upload: others

Post on 26-Jun-2020

6 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 1

Response to Pre bid Queries

#

RFP Reference

Content of the RFP requiring clarification Clarification Sought Response to query

1. Vol-1, 3.5, TQ_6, Clause- B4, Page No. 51

The Bidder (any member in case of consortium) shall have successfully implemented/ integrated minimum two (02) project related to e-governance which include at least one (01) ULB /e-municipal services (excluding CCTV system) and cumulative value of min INR 5 crores per project during last 5 years. • 08 or more projects:10 Marks • 05-07 Projects: 08 Marks • 03-04 Projects : 06 Marks • 02 Projects: 04 Marks

This is very generic and open ended criteria. Implementing eGov solution needs thorough experience in that domain. Current criteria says implementation/ integration - which means any bidder who has merely done some minor integration with eGov software also qualifies. Onboarding bidder with such minimal experience is not advisable. With this background, we propose this criteria to be changed as below: The Bidder (any member in case of consortium) shall have successfully implemented minimum two (02) project related to e-governance which include at least one (01) ULB /e-municipal services from areas listed here: Utility- Water, Property Tax, HRMS, Finance Management, Project Management, Trade & License, Building Permission. Value of each project should be min INR 5 crores per project implemented during last 5 years. • 08 or more projects:10 Marks • 05-07 Projects: 07 Marks • 03-04 Projects : 04 Marks • 02 Projects: 02 Marks

Refer Corrigendum No. 5

2. Vol-1 3.5, PQ_7, Page No. 45

f) GIS solution & integration with smart solutions experience (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores)

We understand that the eGovernance projects with GIS integration/ implementation would qualify under this criteria. Please confirm

Refer Corrigendum No. 5

Page 2: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 2

3. Vol-1 3.6, B6, TQ_8, Page No. 52

The Bidder (any member in case of consortium) shall have demonstrable expertise & project implementation experience of GIS platform and integration with minimum 01 (one) e-governance project .The cumulative value of project should be min five (5) crore • 3 or more project : 5 mark • 2 project: 3 mark • 1 project: 1 mark

We understand that the eGovernance projects with GIS integration/ implementation would qualify under this criteria. Please confirm

Refer Corrigendum No. 5

4. Vol-2 3.1.13 Page No. 198

c) Integration of applications/software implemented by ASCL for various services on the new e-Governance platform

Please share details of existing applications, Functionality, Technology, are these application under support? Will existing vendor extend support for integration? Will APIs be provided to integrate with existing systems by ASCL?

APIs will be provisioned by ASCL. Remaining details will be shared during project implementation

5. Vol-2 3.1.13 Page No. 198

d) Migration of all data from some of the existing applications to the e-Governance platform

Please give details of existing modules. Language and Font in which the data is present Quantum of data in each module

Quantum of Data is expected to be 50 GB. More details will be shared during project implementation

6. Vol-2 3.1.13 Page No. 198

g) Capacity Building and Training We understand that the place, IT and Non-IT infrastructure required for training would be given by ASCL. Pls confirm Please share number of trainees that will have to be trained.

Training will be provided in Batches as mentioned in the RFP. The training infra structure will be provisioned by ASCL

Page 3: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 3

7. Vol-2 3.1.13 Page No. 200

a. Undertake digitization of legacy data which are kept as paper form

Please give details of quantum and size of paper/documents that are to be digitized. Who will bear the cost of consumables?

Approximately 50,00,000 (Fifty Lakhs) A4 size papers

8. Vol-2 3.1.13 Page No. 200

5. Integration of the e-Governance solution with the ICCC and other smart solution (as required)

Request you to please elaborate. This clause talks about the project scope requirement to integrate the eGovernance solution with the ICCC platform.

9. Vol-2 3.1.13 Page No. 200

b. Documentation, training, simulation. Conduct onsite workshops for process stakeholders and highlight the benefits of this new environment

We understand that the place, IT and Non-IT infrastructure required for training would be given by RMC. Pls confirm

Training infrastructure will be facilitated by ASCL

10. Generic Generic Please provide the number of departmental users for E-Governance modules.

Refer corrigendum No.5

11. Vol-3 Part-C, Section-60 Page No. 552

MSI is expected to mobilize project team for commencement of work Commencement of work would mean reporting and availability of MSI’s resources (90% Key Personnel as per the RFP requirement) at ASCL’s office for the project within defined period of 15 days and remaining10% in next 15 days)

Please request to change the mobilization period to at least 2 months from 15 days.

Refer Corrigendum No. 5

12. Vol. II, Page no 33, Point d

Security design should provide for a well-designed identity management system, security of physical and digital assets, data and network security, backup and recovery and disaster recovery system

Security Device protection???? The security devices would be used to implement the overall

Page 4: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 4

security design envisaged for the solution stack

13. Authentication, Authorization & Access Control: 3 factors (User ID & Password, Biometric, and Digital Signature) security mechanisms should be implemented (where ever required) to enable secure login and authorized access to portal information and services

Request you to please elaborate. This clause details the solution capability to have various authentication, authorization & access control capabilities built in the same and can be used as per the need of the project

14. Vol. II, Page no 35, Point aa

All traffic from the sensors in the Smart city to the application servers should be encrypted Secure Socket Layer (SSL) and authenticated prior to sending any information. The data at rest and in transit must be encrypted

Request you to please elaborate. This clause details the project need to have encrypted data communication between the sensors (IoT devices on the ground) and the Smart City Data Centre

15. Vol. II, Point f - Page no 129

The MSI shall carry out Preventive Maintenance (PM) of all hardware and testing for virus/ Worm attacks or any cyber security related attacks if any, and should maintain proper records at each site for such PM. The PM should be carried out at least once in six months for all the components &

Is there any spsecific compnent for cyber security solutions? Refer to the BOM & BOQ of the RFP document for details of the security

Page 5: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 5

solutions commissioned as a part of the project scope.

components envisaged as a project scope

16. Vol. II, Point 16 - Page no 231,

The architecture must adopt an end-to-end security model that protects data and the infrastructure --------

SDP protects all systems, including mobile, cloud and legacy while ensuring every device enforces strong authentication through supported multifactor authentication options and only connects the device to the system if it is not infected

As per RFP

17. Vol. II, Page no 190, Point 11

Must support the ability to allow Video conferencing devices, Clients on Mobile phones, Smart phones and Laptops to join into conference. These Clients can be inside the WAN network or even on the Internet without a VPN

Used SDP a mutual single packet authorization (SPA) and transport layer security (TLS) protocol, making it more secure and lightweight than the traditional VPN. Overall, SDP brings significant long-term cost savings by replacing outdated VPN solutions.

As per RFP

18. Vol. II, Page no 99, Point 32

MSI must ensure that there is access to VMs if there is a requirement to access it using IPSEC/SSL or any other type of VPN.

The InstaSafe Secure Access is a cloud based security access solution based on the principles of Software defined Perimeter (SDP). It is an innovative solution which is hardware free and a better alternative to VPN (point to point connectivity) and saves cost. It allows accessing centrally hosted application using open internet yet in a secured manner.

As per RFP

19. Vol. II, Page no 134, Point 11

Secured IPsec/SSL/TLS based virtual private network (VPN) management

VPN technologies at different places and the coverage of Security requirements is more in the specifications of Next-gen Firewall. However, this exposes the entire system to major risk of - Single point of failure

As per RFP

20. General We request to provide the address for all locations along with contact details for feasibility

Details with address & GPS co-ordinates for all the locations are provided in Annexure A (with all sub

Page 6: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 6

parts ranging from anneure A.1 to Annexure A.7) of Vol 2 of RFP

21. General We request to clarify the handoff interface required Please refer corrigendum No.2 (Annexure B.61. Optical Fiber Cables (OFC) - 24/48 Core

22. Vol – 2,Page 68 3.1.14 NOTE:

The MSI should undertake the process for getting the ROW permission from the concerned authorities for laying down the fiber network in consultation with ASCL. ASCL will facilitate the process of getting the ROW.

A dedicated Fiber Network would be created for connecting various ground level assets with the ICCC for smooth functioning & management of the Smart City Solution

Refer Corrigendum No. 5

23. Vol- 2, Page 23 Point 14

A dedicated Fibre Network would be created for connecting various ground level assets with the ICCC for smooth functioning & management of the Smart City Solution

We request to modify this clause A dedicated Fiber Network / MPLS VPN network of desired capacity would be created for connecting various ground level assets with the ICCC for smooth functioning & management of the Smart City Solution

As per RFP

24. Volume I/4.14 Quality standards and pre-eligibility OEM criteria/69

All quoted OEM should have quality standard certifications like ISO 9001-2008, ISO 14001, ISO 27001, CMMI 3 certification wherever applicable to ensure only quality OEM participation, as on date of RFP release.

All certifications asked are not applicable for all the OEMs. We request authority to amend the clause as below: All quoted OEM should have quality standard certifications like ISO 9001-2008 or ISO14001 or ISO 27001 or CMMI 3 certification wherever applicable to ensure only quality OEM participation, as on date of RFP release.

Refer Corrigendum No. 5

25. Volume I/4.14 Quality standards and pre-eligibility

OEM for Command Control Software should have deployed at least one Smart City solution in India or globally.

This clause is single OEM oriented as all such projects are under implementation stages at present, hence we request to delete this clause to allow open competition.

Refer Corrigendum No. 5

Page 7: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 7

OEM criteria/69

26. Volume I/Annexure 2.14.1. Proposed Bill of material for CAPEX/100

Face Recognition software with required licenses (Online & Offline both)

Please quantify the No. of Facial recognition Cameras as Facial recognition software is designed accordingly.

The number of cameras for facial recognition is 10. Refer Annexure 2.14.1 Vol I of RFP document for details

27. Volume I/Annexure 2.14.1. Proposed Bill of material for CAPEX/102

Certified Radar for Instant Speed Detection with complete accessories

With advanced technology now a days Speed detection can be done with Cameras and analytics only. Hence we would suggest to allow Radar/ any other technology for seed detection as per bidder's design solution.

As per RFP

28. Volume II/Annexure 2.14.1. Proposed Bill of material for CAPEX/23

ASCL fibre network We assume bidder needs to provide connectivity between field peripherals and control room by any means (wireless/wired). Fibre is also not part of BOM in RFP. Please confirm if bidder shall lay OFC network for connectivity between field and cotrol room as a part of SOW in this project.

The connectivity is to be provided as wired fibre network only. The MSI should install & commission a dedicated wired fibre network connecting all the ground level assets with the ICCC (as defined in the project scope)

Page 8: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 8

29. Volume II/2.3. Survey, Design Consideration for finalization of detailed technical architecture and project plan/32

9. Electrical power provisioning As per prevalent practice across all smart City projects, recurring charges for electricity are borne by respective smart city authority. We believe inline with this, recurring electricity charges shall be borne by ASCL in this project. Please confirm.

All electrical charges will be borne by MSI only and such any charges are not re-imbursible

30. Volume II/Automatic Call Distribution (ACD):/193

9. The call centre solution should have been implemented in minimum 2 projects of Emergency handling over 50,000 calls per day in India. Documentation proof should be submitted as part of the tender submission

This clause is single OEM oriented. Please remove this clause to allow to bring in new and advance technology for this project.

Refer Corrigendum No. 5

31. Volume II/Annexure B.32. Speed Violation Detection System/239

Speed should be measured use advanced forward firing radar technology (a) -Speed should be measured using 3D advanced radar i. Frequency band should be 24.0 to 24.25 GHz or 77 GHz ii. Max. Transmit Power (EIRP)- 20 dBm iii. Operating temp -40 °C ÷ 85 °C (b) Speed: 30 to 320 km/h (c) Range Accuracy typ. <+/-2,5% or +/-0,25m (bigger of) (d) Speed Accuracy: typ. <+/-1% or <+/-0,28m/sec (bigger of) (e) Tracking radar with possibility to take control image (f) Cycle Time. -50 Msec (g) Vibration; 14g rms (h) Power Consumption: 7V ÷ 32V (i) Lanes: Multilane (j) Number of tracked objects: 64

With the latest technology it is possible to measure speed with Cameras only. This is very cost effective solution for speed detection. Hence we request authority to allow Video based speed detection system.

As per RFP

Page 9: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 9

32. General Query As RLVD,ATCS,ANPR,Speed, E-challan Variable Message Signboards and ECB are interconnected and an integral part of ITMS system, hence it is very important that each of these system shall come from same OEM in order to achieve seamless synchronization and ease of operation. We request authority to add this clause as below. RLVD,ATCS,ANPR,Speed, E-challan, Variable Message Signboards and ECB system shall be from same OEM.

As per RFP

33. Volume II/Annexure B.36. Environmental sensor/247

Environmental Sensor will be connected on Smart Poles and location of ES would be Smart Pole locations.

We believe Smart pole is not in scope of this project aat present and this would be installed in future. Please confirm if Environmental system shall be installed only after installation of Smart poles in future.

Refer Corrigendum No. 5

34. Volume II/Annexure B.38. Adaptive Traffic Control System/252

Thermal camera shall be used for vehicle detection

Thermal cameras detect heat generated from living objects and very expensive. Hence we request to allow Video based camera detection prevalent in the industry for vehicle detection.

As per RFP

35. General Query Please confirm if bidder can opt not to quote any item/items as per BOM given in RFP if this is not required as per bidder's design.

where the number of units of a particular component is mentioned the bidder has to propose the same as per the BOM/BOQ However , where number of quantity is mentioned as "As per solution

Page 10: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 10

requirements", the bidder is free to propose the number as per their solution requirements.

36. General Query We believe ROW charges for connectivity and installation shall be facilitated and borne by ASCL as per prevalent norms in smart cities. Please confirm.

Refer corrigendum No.5

37. RFP Volume 1, Prequalification criteria , 43 , point 7 Document proof

Documentary evidence (Copy of completion/ Ongoing client certificate and Work Order/ Contract) Note: Details on the supporting document is provided below as point 1

Kindly ammend this clause as "Documentary evidence (Copy of completion/ Ongoing client certificate and Work Order/ Contract/ Self certicate and work order) Note: Details on the supporting document is provided below as point 1

As per RFP

38. RFP Volume 1, Technical criteria , 48 , point B1,

The Bidder (any member in case of consortium) shall have successfully executed projects in last five (5) years (excluding civil work):

Kndly ammend this clause as "The Bidder (any member in case of consortium) shall have successfully executed projects in last seven (7) years (excluding civil work):

Refer Corrigendum No. 5

39. RFP Volume 1, Technical criteria , 48 , point B2,

"The Bidder (any member in case of consortium) shall have successfully executedprojects in last five (5) years. Each project should include any of the three(03) components from below list- 1. Variable Message Sign Board 2. ITMS including ANPR, RLVD/SVD 3. Emergency Call Box and PA System, Mobile App/Desktop Portal for Citizen Services, and Kiosk based government/citizen services 4. Adaptive Traffic Control System Number of projects implemented. Marks will beallotted as follows: · No. of successfully executed projects 4 or more = 5 marks · No. of Successfully executed projects 3 = 3 Marks

Kindly ammend this clause as "Documentary evidence ("The Bidder (any member in case of consortium) shall have successfully executed projects in last seven (7) years. Each project should include any of the three(03) components from below list- 1. Variable Message Sign Board 2. ITMS including ANPR, RLVD/SVD 3. Emergency Call Box 4. PA System, 5. Mobile App/Desktop Portal for Citizen Services, and Kiosk based government/citizen services 6. Adaptive Traffic Control System Number of projects implemented. Marks will be allotted as follows: · No. of successfully executed projects 4 or more = 5 marks · No. of Successfully executed projects 3 = 3 Marks · No. of Successfully executed projects 2 = 1 Marks

Refer Corrigendum No. 5

Page 11: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 11

· No. of Successfully executed projects 2 = 1 Marks The cumulative value of project should not be less than INR 60 Cr and each project should be at least 10 Cr.

The cumulative value of project should not be less than INR 60 Cr and each project should be at least 10 Cr.

40. RFP Volume 1, Technical criteria , 50 , point B5,

The Bidder (any member in case of consortium) shall have demonstrable expertise & project implementation experience in integration of following smart features with a centralized system: GIS system/ smart parking/ Smart Street lighting/ environmental sensors/ ERP/ traffic enforcement system/ SCADA/ e-Challan/ Solid Waste Management/ Water Grid / smart education/Smart Classroom/ Digital library/solar/sewerage management/ Smart Health/smart pole/asset management during last five (5) years Marking: · Integration of 10 or more smart features: 5 marks · Integration of 07 to 09 smart features: 3 marks · Integration of 04 to 06 smart features: 1 mark

Kindly ammend this clause as "The Bidder (any member in case of consortium) shall have demonstrable expertise & project implementation experience in integration of following smart features with a centralized system: GIS system/ smart parking/ Smart Street lighting/ environmental sensors/ ERP/RLVD/e governance/cctv/Adaptive traffic control/ANPR/ SCADA/ e-Challan/ Solid Waste Management/ Water Grid / smart education/Smart Classroom/ Digital library/solar/sewerage management/ Smart Health/smart pole/asset management during last Seven (7) years Marking: · Integration of 10 or more smart features: 5 marks · Integration of 07 to 09 smart features: 3 marks · Integration of 04 to 06 smart features: 1 mark

Refer Corrigendum No. 5

41. Vol I Section 3.5 Pre-Qualification criteria page 43 Point 2

Company Financial Profile The Bidder/Consortium shall have an average annual turnover of INR 500 Crores over the last three (3) consecutive Financial Years and this is to be derived only from ICT/IT Infrastructure/System, Integration Services/ IT, ITES, e Governance services projects. If the bidder has different divisions then the turnover only should be derived from ICT/IT Infrastructure/System, Integration Services/ IT, ITES, e Governance services division. In case of Consortium, at least 60% of the turnover criteria shall be met by the Lead Bidder and the remaining may be fulfilled by

We request the depatment to relax the annual turnover point to "The Bidder/Consortium shall have an average annual turnover of INR 200 Crores over the last three (3) consecutive Financial Years and this is to be derived only from ICT/IT Infrastructure/System, Integration Services/ IT, ITES, e Governance services projects. If the bidder has different divisions then the turnover only should be derived from ICT/IT Infrastructure/System, Integration Services/ IT, ITES, e Governance services division. In case of Consortium, at least 60% of the turnover criteria shall be met by the Lead Bidder and the remaining may be fulfilled by the other Consortium partners"

Refer Corrigendum No. 5

Page 12: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 12

the other Consortium partners.

42. Vol I Section 3.5 Pre-Qualification criteria page 43 Point 7

ICT components "The Bidder (any member in case of consortium) shall have successfully executed below mentioned projects with cumulative value of INR 150 crore in last five (5) years (excluding civil work): a) Data Center including Servers- Storage Infrastructure establishment (Min cut- off value of successfully executed cumulative projects in this segment is INR 10 Crores) b) Experience in installation of min. 500 outdoor cameras (with 300 outdoor camera in a single project) (Min cut- off value of successfully executed cumulative projects in this segment is INR 20 Crores) c) ICCC/Command and control center (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores) d) Intelligent traffic management (Min cut- off value of successfully executed and cumulative value projects in this segment is INR 10 Crores) e) e-Municipality/ e-Governance project (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores) f) GIS solution & integration with smart solutions experience (Min cutoff value of successfully executed cumulative projects in this segment is INR 5 Crores)

we request the depatment to relax the ICT components "The Bidder (any member in case of consortium) shall have successfully executed below mentioned projects with cumulative value of INR 100 crore in last five (5) years (excluding civil work): a) Data Center including Servers- Storage Infrastructure establishment (Min cut- off value of successfully executed cumulative projects in this segment is INR 8 Crores) b) Experience in installation of min. 500 outdoor cameras (with 300 outdoor camera in a single project) (Min cut- off value of successfully executed cumulative projects in this segment is INR 20 Crores) c) ICCC/Command and control center (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores) d) Intelligent traffic management (Min cut- off value of successfully executed and cumulative value projects in this segment is INR 10 Crores) e) e-Municipality/ e-Governance project (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores) f) GIS solution & integration with smart solutions experience (Min cutoff value of successfully executed cumulative projects in this segment is INR 5 Crores)

Refer Corrigendum No. 5

43. Vol II, Next Generation Firewall, page 179/664

The Firewall appliance should be a purpose built appliance based solution with integrated functions like Firewall, VPN and User awareness. The product licensing should be device based and not user/IP based (should support unlimited

The Firewall appliance should be a purpose built appliance based solution with integrated functions like Firewall, VPN and User awareness. The product licensing should be device based and not user/IP based (should support unlimited users except for VPN). The Firewall & IPSEC

Refer Corrigendum No. 5

Page 13: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 13

users except for VPN). The Firewall & IPSEC module should be ICSA labs certified. The hardware platform & Firewall with integrated SSL/IPsec VPN application has to be from the same OEM. The quoted NGFW OEM must have NSS Lab’s Recommended rating as per latest NSS Labs NGFW Methodology testing with a minimum exploit blocking rate of 95%.

module should be ICSA labs certified. The hardware platform & Firewall with integrated SSL/IPsec VPN application has to be from the same OEM. The quoted NGFW OEM must have NSS Lab’s Recommended rating as per latest NSS Labs NGFW Methodology testing with a minimum exploit blocking rate of more than 99%.

44. Vol II, Next Generation Firewall, page 179/664

Throughput capacity of firewall under test conditions should not be less than 50Gbps for IPV4 & IPV6. Threat Prevention throughput (Includes Firewall, Application Control, IPS, Antivirus, Antimalware etc.) capacity of 10 Gbps. Appliance should support Max 50,000,000 concurrent sessions. Appliance should support at least 200,000 connections per second. Solution should be based on multi core processors, Should have adequate memory on day 1 to handle concurrent connections asked

Throughput capacity of firewall under test conditions should not be less than 50Gbps for IPV4 & IPV6 . Threat Prevention throughput (Includes Firewall, Application Control, IPS, Antivirus, Antimalware etc.) capacity of 10 Gbps and must be scalable up to 13 Gbps from day one. Appliance should support Max 50,000,000 concurrent sessions and must have option to upgrade to 25 Millions in when required. Appliance should support at least 200,000 connections per second. Solution should be based on multi core processors, Should have adequate memory on day 1 to handle concurrent connections asked

Refer Corrigendum No. 5

45. Vol II, Next Generation Firewall, page 179/664

Solution should have following deployment modes mandatory: a) L3 Mode, b) L2/Transparent Mode. The solution should be deployed in High Availability. NGFW appliance should have inbuilt storage of min. 400 GB SSD / HDD.

Solution should have following deployment modes mandatory: a) L3 Mode, b) L2/Transparent Mode. The solution should be deployed in High Availability. NGFW appliance should have inbuilt storage of min. 1000 GB SSD / HDD in RAID 1.

As per RFP

46. Vol II, Next Generation Firewall, page 179/664

Scalability to meet the future performance requirements - new suggestion for storage and SSL acceleration card

local storage 2x 1TB HDD and acceleration of SSL traffic with dedicated hardware based acceleration card. SSL acceleration has to be provided either with dedicated SSL hardware card/module (not software based) or with SSL offloaded devices.

As per RFP

47. Vol -II, Anti-APT Solution, Page number 182/366

The quoted APT OEM must have NSS Lab’s Recommended rating as per breach detection & prevention system report.

The quoted APT OEM must have NSS Lab’s Recommended rating as per breach prevention system report of December 2017 with more than 99% security effectiveness

As per RFP

Page 14: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 14

48. Volume-II, Annexure B.11. Server Load Balancer, Page no. 176, Clause no. 1

The proposed appliance should be multi-tenanted appliance and have capabilities to support multiple 3rd parties and open source independent virtual instance of Network functions with dedicated Hardware resources for future requirements and scalability.

We understand that the clause requires that the same appliance has the capability to install and run open source and third party softwares, However, The clause does not clearly specify the same and may lead to assumptions. We request you to change the clause to "The proposed appliance should be multi-tenanted appliance and have capability to install and run third-party and open source independent virtual instance of Network functions on the same appliance with dedicated Hardware resources for future requirements and scalability."

Refer Corrigendum No. 5

49. Volume-II, Annexure B.11. Server Load Balancer, Page no. 176, Clause no. 2

The appliance should have minimum 8 x10G SFP+ interfaces from day one. Should have min. 32 GB RAM, 2 TB Hard disk and capability to create up to 16 virtual Network functions from Day 1. Device to provide 20 Gbps throughput.

The SLB should at least support the same throughput as the NGFW as mentioned in the Specifications. Ideally, for hosting 16 Virtual Network functions, a recommended 4 TB storage is needed. Also, The RAM asked is 32 GB and the number of instances supported is 16 which results in only 2 GB RAM per Instance. For majority of major network functions, 4 GB RAM is the minimum criteria. Also, since majority of the SSL traffic is terminated on the Server Load Balancer, sizing the device according to the SSL and ECC TPS is critical. Hence, we request to modify the clause to "The appliance should have minimum 8 x10G SFP+ and 2x40GE QSFP+ interfaces from day one. Should have min. 64 GB RAM, 4 TB Hard disk and capability to create up to 16 virtual Network functions from Day 1. Device to provide minimum 50 Gbps throughput from Day 1 scalable to 80 Gbps (on the same hardware). The appliance should support a minimum SSL TPS (RSA 2K) of 50,000 and ECC TPS (ECDSA P256) of 35,000 from Day 1"

Refer Corrigendum No. 5

50. Volume-II, Annexure B.11. Server Load Balancer, Page no. 176, Clause no. 3

The appliance should provide application delivery controllers with features like round robin, weighted round robin, least connection, Persistent IP, Hash IP, Hash Cookie, consistent hash IP, shortest response, proximity, SNMP, SIP session ID, hash header etc. and support for policy nesting at layer7 and layer4, should also have Script based functions support for content inspection, traffic matching and monitoring of HTTP, SOAP, XML, diameter, generic TCP, TCPS. Load balancer should support policies to customize new features in addition to existing feature/functions of load balancer

In addition to the mentioned functionalities, Caching and Webagent functionalities are important to have in a next-generation ADC appliance. Hence, we recommend to change the clause to "The appliance should provide application delivery controllers with features like round robin, weighted round robin, least connection, Persistent IP, Hash IP, Hash Cookie, consistent hash IP, shortest response, proximity, SNMP, SIP session ID, hash header etc. and support for policy nesting at layer7 and layer4, should also have Script based functions support for content inspection, traffic matching and monitoring of HTTP, SOAP, XML, diameter, generic TCP, TCPS. Load balancer should support policies to customize new features in addition to existing feature/functions of load balancer. The

As per RFP

Page 15: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 15

Appliance should also support acting as a Webagent service to implement explicit Forward proxy mode and to perform DNS Caching"

51. Volume-II, Annexure B.11. Server Load Balancer, Page no. 176, Clause no. 6

Should provide comprehensive and reliable support for high availability with Active- active & active standby unit redundancy mode. Should support both device level and VA level High availability for individual Network Function.

Along with the mentioned requirements, it should be ensured that the High Availability uses Industry standard protocol to ease troubleshooting and simplify the deployment process. Hence, we recommend to change the clause to "Should provide comprehensive and reliable support for high availability with Active- active & active standby unit redundancy mode. The HA/Clustering should be done using Standard VRRP (RFC 2338) and Should support both device level and VA level High availability for individual Network Function. The solution should also support N+1 model of High availability with support for up to 32 Nodes in a single cluster"

The bidder is free to propose any product with better or higher specifications as mentioned in the minimum technical specifications of Vol 2 of RFP.

52. Volume-II, Annexure B.12. Link Load Balancer, Page no. 177, Clause no. 3

Appliance should Support for multiple internet links in Active-Active traffic balancing and active-standby failover mode for both inbound and outbound traffic using algorithms like round robin, Weighted round robin, target proximity and dynamic detect. Appliance should also support WAN optimization with features of Network de-duplication, TCP optimization with SSL based secure WAN to avoid the repeated content across the WAN and to ensure efficient utilization WAN bandwidth.

In addition to the mentioned functionalities, Webagent functionality is important to have in a next-generation ADC appliance. Also, WAN optimization uses multiple techniques including Data De-Duplication whereas the clause asks for Network de-duplication which we understand points to the same feature. Hence, we recommend to change the clause to "Appliance should Support for multiple internet links in Active-Active traffic balancing and active-standby failover mode for both inbound and outbound traffic using algorithms like round robin, Weighted round robin, target proximity and dynamic detect. Appliance should also support WAN optimization with features of Data de-duplication, TCP optimization with SSL based secure WAN to avoid the repeated content across the WAN and to ensure efficient utilization WAN bandwidth. The Appliance should also support acting as a Webagent service to implement explicit Forward proxy mode and to perform DNS Caching"

As per RFP

53. Volume-II, Annexure B.12. Link Load Balancer, Page no.

Should have IPV6 support with IPv6 to IP4 and IPv4 to IPv6 translation and full IPv6 support. Also should have IPV6 support with DNS 6 to DNS 4 & DNS 4 to DNS 6 translation based health check for intelligent traffic routing and failover.

To ensure IPv6 compliance and support, the benchmark certification is IPv6 Gold Certified. Also, for the inbound load balancing to work as desired, the Link Load Balancer should support advanced DNS Functions such as hosting critical DNS records. We recommend to change the clause to "The solution should provide full ipv6 support and OEM should be IPv6 gold-certified. OEM should be listed vendor

As per RFP

Page 16: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 16

177, Clause no. 6

for ipv6 phase-2 certification. Also should have IPV6 support with DNS 6 to DNS 4 & DNS 4 to DNS 6 translation based health check for intelligent traffic routing and failover. It should support advance functions Authoritative name sever, DNS proxy/DNS NAT, full DNS server with DNSEC, DNS DDOS, application load balancing from day one. It should be capable of handling complete Full DNS bind records including A,MX, AAAA, CNAME, PTR, SOA etc."

54. Volume-II, Annexure B.12. Link Load Balancer, Page no. 177, Clause no. 7

Should provide comprehensive and reliable support for high availability with Active- active & active standby unit redundancy mode. Should support both device level and VA level High availability of individual virtual network function.

Along with the mentioned requirements, it should be ensured that the High Availability uses Industry standard protocol to ease troubleshooting and simplify the deployment process. Hence, we recommend to change the clause to "Should provide comprehensive and reliable support for high availability with Active- active & active standby unit redundancy mode. The HA/Clustering should be done using Standard VRRP (RFC 2338) and Should support both device level and VA level High availability for individual Network Function. The solution should also support N+1 model of High availability with support for up to 32 Nodes in a single cluster"

The bidder is free to propose any product with better or higher specifications as mentioned in the minimum technical specifications of Vol 2 of RFP.

55. Volume-II, Annexure B.13. DDoS Solution, Page no. 178, Clause no. 7

The DDoS solution should be a dedicated hardware with 8 X 10GE SFP+ ports and dual power supply.

The Anti-DDoS Appliance and the Link Load Balancer are both perimeter devices and both should be able to interoperate and integrate smoothly. The Anti-DDoS Solution should also be SSL and ECC ready. Also, considering future scalability, a provision of 40Gbps ports should be made. Since both of the mentioned devices are critical to a Network operation point of view, it is strongly recommended that the Anti-DDoS and LLB Appliance are from the same OEM. We recommend to change the clause to "The DDoS solution should be a dedicated hardware with 8 X 10GE SFP+ and 2 X 40GE QSFP+ ports and dual power supply. The Anti-DDoS Appliance and the Link Load Balancer Appliance should be from the same OEM for seamless interoperability. The Anti-DDoS Appliance should support a minimum SSL TPS (RSA 2K) of 50,000 and ECC TPS (ECDSA P256) of 35,000 from Day 1."

As per RFP

56. Volume-II, Annexure B.16. Web

Proposed solution shall prevent the following attacks (but not limited to): Brute force, Access to predictable resource locations,

It is important to include certain new threats which pose a huge danger to an organization's Application Infrastructure and we recommend to change the clause to include them as follows:

Refer Corrigendum No.5

Page 17: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 17

Application Firewall, Page no. 183, Clause no. 2

Unauthorized navigation, HTTP request format and limitation violations (size, unknown method, etc.) and File upload violations

"Proposed solution shall prevent the following attacks (but not limited to): Brute force, Access to predictable resource locations, Leech Protection, Page Prefetch Management, Server Offline Takeover, Unauthorized navigation, HTTP request format and limitation violations (size, unknown method, etc.) and File upload and download violations"

57. Volume-II, Annexure B.16. Web Application Firewall, Page no. 183, Clause no. 5

Proposed WAF module should be from different OEM than Firewall for better security.

Along with the different OEM from Firewall, It is recommended that the WAF module is also not from the Server Load Balancer OEM to further strengthen the security. We recommend to change the clause to "Proposed WAF module should be from different OEM than Firewall and Server Load Balancer for better security."

Refer Corrigendum No. 5

58. Volume-II, Annexure B.16. Web Application Firewall, Page no. 183, Clause no. 6

Should have positive security model with machine learning capabilities to detect and prevent anomaly in application traffic and unknown attacks. Machine learning should be based on true ML algorithms, and not just automation of dynamically learnt rules.

Machine learning helps identify unknown threats but the second critical part is to patch the vulnerability from exposure at the earliest. We recommend having a Web Vulnerability Scanner System from the same OEM as the WAF module to identify and patch vulnerabilities on the go. Request you to change the clause to "Should have positive security model with machine learning capabilities to detect and prevent anomaly in application traffic and unknown attacks including Anti-Web Defacement. Machine learning should be based on true ML algorithms, and not just automation of dynamically learnt rules. The WAF module vendor should have their own Cloud based web vulnerability scanning system to integrate with WAF for smart patch. The WAF module should have and integrate with Ip reputation feed provided by WAF module's OEM own Threat Intelligence and not third party Threat Intelligence."

As per RFP

59. Volume-II, Annexure B.16. Web Application Firewall, Page no. 183, Clause no. 7

Should have 4-10Gig ports and storage capability of 2 TB. Proposed solution should have integrated Redundant power supply.

Similar to the Server load balancer and Link Load balancer, to qualify for a true next-generation Security appliance, the WAF appliance should support multi-tenancy, and third-party, Open source solution support. WAF appliance should also support hardware-based SSL and ECC decryption/encryption along with the support of 40Gbps interfaces to be future-ready. Request to change the clause to "The WAF appliance should be a multi-tenant hardware capable of hosting up to 16 Virtual Instances with the capability to install and run Open Source and Third-party software solutions from Day 1. The Appliance

As per RFP

Page 18: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 18

should have 8X10G SFP+ and 2X40G QSFP+ ports and storage capacity of 4 TB with 64 GB RAM to be able to run 16 Virtual Instances smoothly. Proposed solution should have integrated Redundant power supply and a license upgrade feature on same appliance to support machine authentication based on combination of HDD ID, CPU info and OS related parameters i.e. mac address to provide secure access /authentication to critical resources. "

60. Volume-II, Annexure B.16. Web Application Firewall, Page no. 183, Clause no. 1

Solution should be deployed in HA (High Availability) mode and protect the web applications from attacks. WAF solution should filter the HTTP/S traffic based on the rules set defined. Proposed WAF should be able to address top 10 OWASP vulnerabilities.

Along with OWASP Top 10 Protection, there should be additional benchmarks to ensure that the City gets the latest and most secure WAF for threat protection. Hence, we recommend to change the clause to "Solution should be deployed in HA (High Availability) mode and protect the web applications from attacks. WAF solution should filter the HTTP/S traffic based on the rules set defined. Proposed WAF should be able to address top 10 OWASP vulnerabilities. The WAF module should be ICSA and Veracode LV4 Certified which ensures that the software is developed using safe development practices. Web application firewall module should be ipv6ready logo phase 2 certified "

As per RFP

61. Volume-II, Section 4.14 Quality Standards and pre-eligibility OEM Criteria, Page no. 69, Clause no. "a)"

All quoted OEM should have quality standard certifications like ISO 9001-2008, ISO 14001, ISO 27001, CMMI 3 certification wherever applicable to ensure only quality OEM participation, as on date of RFP release.

All of the certifications do not apply to each of the product required to be proposed in the RFP and this clause restricts almost all the OEMs to participate. Hence, to ensure wider participation, we request to relax the clause to "All quoted OEM should have quality standard certifications like ISO 9001-2008/ISO 14001/ISO 27001/CMMI 3 certification wherever applicable to ensure only quality OEM participation, as on date of RFP release."

Refer Corrigendum No. 5

62. Volume-II, Annexure B.17. DLP (Data Leakage Prevention), Page no.

DLP for Endpoints – Proposed solution should address the risks associated with the storage and use of confidential /sensitive data on laptops and desktops across organization. It should prevent confidential/sensitive files from downloading, copying to and from any kind of portable storage device & removable media. Proposed solution should monitor data

Along with the functional specifications for the DLP, it is critical to specify the kind of hardware the department needs for running the DLP Function. As mentioned in some other solutions, we would recommend the department to specify DLP as a network function running on a next-generation, multi-tenant platform. Please change the clause to "DLP for Endpoints – Proposed solution should address the risks associated with the storage and use of confidential /sensitive data on laptops and desktops across organization. It

As per RFP

Page 19: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 19

184, Clause no. 1

being copied and pasted from the clipboard to prevent confidential/sensitive data from being pasted to specific application.

should prevent confidential/sensitive files from downloading, copying to and from any kind of portable storage device & removable media. Proposed solution should monitor data being copied and pasted from the clipboard to prevent confidential/sensitive data from being pasted to specific application. The solution should be appliance based with high performance purpose built next generation multi-tenant hardware to run DLP as module. It should have should 8x10GbE SFP+ ports and have multicore CPU, 64GB RAM, 4TB HDD and dual power supply."

63. Volume-II, Annexure B.17. DLP (Data Leakage Prevention), Page no. 184, Clause no. 3

DLP for Network – Proposed solution must passively inspect network traffic for confidential data that is being sent in violation of security policy.

To add on to the clause and the effective security parameters that the solution supports, we strongly recommend that the product should also support access rights, sensitive data authority etc. Please change the clause to "DLP for Network – Proposed solution must passively inspect network traffic for confidential data that is being sent in violation of security policy. The solution should have rule or policy-based capabilities such as assigning access rights, restricting where users can store sensitive data, and so forth"

As per RFP

64. Volume-II, Annexure B.17. DLP (Data Leakage Prevention), Page no. 184, Clause no. 5

The Solution should not use any third party proxy Server to provide DLP functionality

To segregate functionality and increase the overall security posture of the city, we recommend that the DLP solution should have a central management to ease out administration and the DLP should not be a part of the proxy solution to isolate the decisions made by the DLP to its own threat intelligence. Please change the clause to "The Solution should not use any third party proxy Server to provide DLP functionality. DLP should support centralized administration. Ability to support network, storage and endpoint DLP from single console, The End point should support windows OS, MAC, Linux, iOS, Android and the DLP should be from different than proxy solution."

As per RFP

65. Volume-II, Annexure B.17. DLP (Data Leakage Prevention), Page no. 184, Clause no. 6

The solution must have identity and role based policy capability.

Along with having identity and role-based policies, the solution should be able to inspect data leaks and keep a track of the same. It is strongly advised to change the clause to "The solution must have identity and role based policy capability. The end point solution should inspect data leaks from all portable storage and to keep track of what data users are taking from and to their work computers on any kind of portable storage device means what data is copied from USB storage devices"

As per RFP

Page 20: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 20

66. Vol II, Annexure B.56, Pg- 314

SIEM and Forensics Platform is required for complete visibility to identify and investigate attacks, the ability to detect and analyze even the most advanced of attacks before they can impact critical data, and the tools to take targeted action on the most important incidents. Complete visibility across logs, packets and end point is critical. Appliance based solution for better performance is required. The solution should collect, analyze, and archive massive volumes of data at very high speed using multiple modes of analysis. The platform should also be able to ingest threat intelligence about the latest tools, techniques and procedures in use by the attacker community to alert government on potential threats that are active.

We request SIEM and investigate as they are part of SIEM solution. End point has been asked separately along with Antivirus and Packet is part of NBAD, why duplicacy is required. SIEM and investigate platform must integrate with specialised EDR and NBAD solutions asked for in tender rather then asking as part of SIEM with limited functionalities. SIEM must focus on real time correlation and investigation. It must have integrated big data platform to provide predictive analytics. SI must be allowed to give as appliance or HW form factor to give best results

As per RFP

67. Vol II, Annexure B.46, Pg-277,General

The solution must be able to protect data-at-rest against root/system privileged user account access. It should also protect file level encryption. The DSM should be a hardware device with FIPS level 3 HSM. The solution should be able to support file level encryption in transparent manner. No downtime is expected while data is transformed into encrypted data

we request to open this Specifications more to allow new generation technologies which are platform to protect end to end data weather in use, rest or motion using latest generation Format preserving encryption which are stateless in nature, requires no HSM/ Key manager are not dependent on database and application, works on all. Are NIST compliant and uses breach proof technology FF1.

As per RFP

68. Vol II, Annexure B.46, Pg-277,Data Encryption capabilities & token managemen

The proposed data protection and encryption solution must support transparent data protection on all major operating system include: • Microsoft: Windows Server, 2008, 2012 • Linux: Red Hat Enterprise Linux (RHEL), SuSE Linux Enterprise Server, Oracle RedHat Compatible Kernel and Ubuntu • UNIX: IBM AIX, HP-UX, and SolarisDatabase

we request to open this Specifications more to allow new generation technologies which are platform to protect end to end data weather in use, rest or motion using latest generation Format preserving encryption which are stateless in nature, requires no HSM/ Key maanger.Are not dependednt on database and application, works on all. Are NIST compliant and uses breachproof technology FF1.

As per RFP

69. Vol II, Annexure B.46, Pg-278,Data

The proposed platform should support vault based tokenization

Why vault is required, which is old technology, it must be only vaultless

As per RFP

Page 21: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 21

Encryption capabilities & token managemen

70. Vol II, Annexure B.46, Pg-279,Key management

Support industry proven cryptograph security standard:3DES, AES128, AES256, ARIA128, and ARIA256 and asymmetric key RSA-4096/2048, SHA-256 algorithm

Must be as per requirement of customer As per RFP

71. Vol II, Annexure B.46, Pg-279,Key management

The Key management repository must provide virtualization option, with OVF image for deployment option - Hardened Operating System, root account must be disabled, all unnecessary software packages must be removed. A firewall in place that only opens a limited set of required ports.

Valid for old technologies which requires key management, stateless technologies do not require

As per RFP

72. Vol II, Annexure B.46, Pg-279, Hardware Capabilities

Should be a FIPS 140-2 level 3 and Common Criteria Certified

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

73. Vol II, Annexure B.46, Pg-279, Hardware Capabilities

Should have support for column level encryption This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

74. Vol II, Annexure B.46, Pg-279,

Should support RSA 1024, RSA 2048, RSA 4096, AES

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

Page 22: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 22

Hardware Capabilities

75. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

128, AES 256, 3DES, ARIA 128, ARIA 256 This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

76. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

Should support Clustering for high availability This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

77. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

Should support multi tenancy This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

78. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

Should have Secure Web-based GUI, secure shell (SSH), and console

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

79. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

Should be able to encrypt of all databases This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

80. Vol II, Annexure B.46, Pg-280,

Should be scalable upto 10000 connectors This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

Page 23: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 23

Hardware Capabilities

81. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

Should have File servers support on Windows, Linux etc.

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

82. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

Should be a TCP/IP based FIPS certified appliance This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

83. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

Should Support delegated admin, “M of N” keys. Capable of storing one million keys in hardware.

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

84. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

Should have support for standard libraries and protocols - PKCS#11, KMIP, REST

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

85. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

Should support live data transformation (encrypting existing data without downtime)

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

86. Vol II, Annexure B.46, Pg-280,

Should allow Key Caching, Key rotation, key Versioning, Schedule Key Rotation

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

Page 24: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 24

Hardware Capabilities

87. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

Should support web Service architecture for easy integration with different application

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

88. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

Should be supplied with redundant power supply This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

89. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

Should support operating temperature 10° to 35° C (50° to 95° F)

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

90. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

Should support humidity 8% to 90% (non- condensing)

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

91. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

Should support FCC, UL, BIS or equivalent certifications

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

92. Vol II, Annexure B.46, Pg-280,

Should support SNMP, NTP, Syslog-TCP This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

Page 25: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 25

Hardware Capabilities

93. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

Should support syslog formats CEF, LEEF, RFC 5424 or equivalent

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

94. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

The proposed data protection solution must support hardware cryptographic acceleration including • Intel and AMD AES-NI • SPARC encryption • IBM P8 cryptographic coprocessor

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

95. Vol II, Annexure B.46, Pg-281, Hardware Capabilities

The proposed data protection solution must provide fine-grained auditing records that show system accounts and processes accessing data based on security policy.

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

96. Vol II, Annexure B.46, Pg-281, Hardware Capabilities

The proposed data protection solution must support integration with SIEM solution and deliver centralized access audit and monitoring report

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

97. Vol II, Annexure B.46, Pg-281, Hardware Capabilities

The encryption key manager must be Common Criteria (ESM PP PM V2.1) certified

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

98. Vol II, Annexure B.46, Pg-281,

The encryption key manager should have option with FIPS 140-2 Level 3 HSM in the box.

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key management and are stateless.

As per RFP

Page 26: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 26

Hardware Capabilities

99. Vol II, Annexure B.56, Pg- 314

Next generation platform should encompass log, packet and end point data with added context and threat Intelligence. Should provide complete network visibility through deep packet inspection high speed packet capture and analysis.

Packet and end point are seprate solution and has been asked . SIEM must provide Logs capability and real time correlation and analytics

As per RFP

100. Vol II, Annexure B.56, Pg- 314

SIEM for Logs and deep packet inspection should be from Single OEM.

SIEM must be from specialised SIEM vendor and packet must be part of NBAD solution, not required as part of SIEM with limited functionality. SIEM must focus on log , real time correlation and predictive analytics using big data platform integrated.

Refer Corrigendum No.5

101. Vol II, Annexure B.56, Pg- 314

The SIEM & Log Monitoring solution should be from a different OEM than the Prevention Security solutions like F/W, IPS, HIPS, AV, DLP, and Encryption.

There is no relation between Encryption, DLP here, why same cant be from same OEM

Refer Corrigendum No.5

102. Vol II, Annexure B.56, Pg- 314

The solution should provide an integrated SOC dashboard and Incident analysis system that could provide a single view into all the analysis performed across all the different data sources including but not limited to logs and packets. The Tool should have role based access control mechanism and handle the entire security incident lifecycle.

Packet must be from different OEM as part of complete NBAD solution As per RFP

103. Vol II, Annexure B.56, Pg- 314

Correlation Engine appliance should be consolidated in a purpose build appliance and should handle 50,000 EPS.

Above point has given sizing, why OEM specific appliance needs to be asked for. 20,000 EPS solution has been asked for as right sizing. This is specific to OEM, who is trying to push department to spend for its specific sized Appliance.

As per RFP

104. Vol II, Annexure B.56, Pg- 315

The solution should incorporate and correlate information that enables the Information Security Team to quickly prioritize it’s response to help ensure effective incident handling.

Response to be removed as response tools are separate of part of SOP's

Refer Corrigendum No. 5

105. Vol II, Annexure B.56, Pg- 315

The solution should be storing both raw logs as well as normalized logs. The same should be made available for analysis and reporting. The proposed solution should be sized to provide

please clarify 20TB storage To be used for storing & processing logs

Page 27: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 27

both raw logs and normalized logs with minimum 20 TB of storage.

106. Vol II, Annexure B.56, Pg- 315

Should be able to provide complete packet-by-packet details pertaining to one or more session of interest including Session replay, page reconstruction, image views, artefact & raw packet and object extractions.

Packet must be from different OEM as part of complete NBAD solution As per RFP

107. Vol II, Annexure B.56, Pg- 315

Should be able to filter the captured packets based on layer-2 to layer-7 header information.

Packet must be from different OEM as part of complete NBAD solution As per RFP

108. Vol II, Annexure B.56, Pg- 315

Should provide comprehensive deep packet inspection (DPI) to classify protocols & application.

Packet must be from different OEM as part of complete NBAD solution As per RFP

109. Vol II, Annexure B.56, Pg- 315

The proposed solution must be able to provide the complete platform to perform Network forensics solution

Packet must be from different OEM as part of complete NBAD solution As per RFP

110. Vol II, Annexure B.56, Pg- 315

The solution must have the ability to capture network traffic and import PCAP files using the same infrastructure.

Packet must be from different OEM as part of complete NBAD solution As per RFP

111. 4.14 Quality standards and pre-eligibility OEM criteria Page:69, point- (a)

a) All quoted OEM should have quality standard certifications like ISO 9001-2008, ISO 14001, ISO 27001, CMMI 3 certification wherever applicable to ensure only quality OEM participation, as on date of RFP release.

Kindly remove CMMI 3 clause. Refer Corrigendum No. 5

112. 4.14 Quality standards and pre-eligibility OEM

c) OEM for Command Control Software should have deployed at least one Smart City solution in India or globally.

Kindly remove this clause or change to any one reference for command and Control software. Command and control is a software that provides integration with multiple devices or systems, so city or smart city reference may not be required. Moreover according to

Refer Corrigendum No. 5

Page 28: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 28

criteria Page:69, point- (c)

attached PMA guidelines no such restrictive conditions should be added for Indian OEMs.

113. Automatic Number Plate Detection System Page:234, Point-9

OEM Experience : OEM should have experience with ANPR projects in India and should have at least done 3 such projects. Proper documents should be submitted to prove.

Please change it to: OEM should have experience with atleast 1 ANPR projects in India and should have end customer satisfactory certificate/user certificate along with copy of work order. Moreover according to attached PMA guidelines not such restrictive conditions should be added for Indian Manaufacturers.

As per RFP

114. Speed Violation Detection System: Page:240, Point-18

Certification should be provided for the system (and not for the sensor only) and Road test reports should be tested for speed tests.

Kindly remove this clause. As per RFP

115. RFP Volume I, 3.5 Pre-Qualification criteria, Page No- 42

Company Financial Profile The Bidder/Consortium shall have an average annual turnover of INR 500 Crores over the last three (3) consecutive Financial Years and this is to be derived only from ICT/IT Infrastructure/System, Integration Services/ IT, ITES, e Governance services projects. If the bidder has different divisions then the turnover only should be derived from ICT/IT Infrastructure/System, Integration Services/ IT, ITES, e Governance services division. In case of Consortium, at least 60% of the turnover criteria shall be met by the Lead Bidder and the remaining may be fulfilled by the other Consortium partners.

In recent similar tenders, the bidders were allowed to submit their foreign/Indian parent company credentials to meet technical & financial criterias, if and only if the bidder is a wholly owned/ 99.99% subsidiary of their foreign/Indian parent company from the same domain. 1) Hence we kindly request the authority to allow the bidders who are wholly owned/ 99.99% subsidiaries to use their parent company credentials for qualification. 2) Inorder to increase the participation of more competitive bidders, we request to decrease the turnover requirement of the bidder/ consortium to INR 300 Crores over last three FY for a competitive bidding. 3) Also request to allow bidder to use the financials of their preceding last three years ie (2014-15,2015-16 & 2016-17), if their current financial year auditing is under process and submit a declaration for non submission of financials for the said year.

Refer Corrigendum No. 5

116. RFP Volume I, 3.5 Pre-Qualificatio

Key Certifications The Bidder (any member of consortium) shall have any one of the following three (3) Certifications valid at the time of Bidding along with CMMi level 3 or better:

Since ISO 9001:2008 is an old version of ISO 9001:2015, requesting authority to modify this clause as below: "The Bidder (any member of consortium) shall have any one of the following three (3) Certifications valid at the time of Bidding along with CMMi level 3 or better:

Refer Corrigendum No. 5

Page 29: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 29

n criteria, Page No- 43

ISO 9001:2008 ISO 20000:2011 for IT Service Management or equivalent certification ISO 27001:2013 for Information Security Management System or equivalent certification AND CMMI level 3 or above

ISO 9001:2008/9001:2015 ISO 20000:2011 for IT Service Management or equivalent certification ISO 27001:2013 for Information Security Management System or equivalent certification AND CMMI level 3 or above"

117. RFP Volume I, 3.5 Pre-Qualification criteria, Page No- 43

ICT components "The Bidder (any member in case of consortium) shall have successfully executed below mentioned projects with cumulative value of INR 150 crore in last five (5) years (excluding civil work): a) Data Center including Servers- Storage Infrastructure establishment (Min cut- off value of successfully executed cumulative projects in this segment is INR 10 Crores) b) Experience in installation of min. 500 outdoor cameras (with 300 outdoor camera in a single project) (Min cut- off value of successfully executed cumulative projects in this segment is INR 20 Crores) c) ICCC/Command and control center (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores) d) Intelligent traffic management (Min cut- off value of successfully executed and cumulative value projects in this segment is INR 10 Crores) e) e-Municipality/e-Governance project (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores) f) GIS solution & integration with smart solutions experience (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores)

Inorder to evaluate bidder's operational experience in each segment, we request the authority to consider projects which were implemented over a period of last ten (10) years.

Refer Corrigendum No. 5

Page 30: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 30

118. RFP Volume I, 3.6.1. Technical Bid Evaluation Criteria, Page No - 46

Annual Turnover Average annual turnover from “Specific Business Areas” as mentioned below in Note under column “Required Supporting documents” for Sole bidder or Lead bidder (in case of consortium) and consortium partners over the last three (3) Financial years.Out of total value of turnover; at least 60% should be from the lead bidder In case of sole bidder 100% turnover to be from sole bidder. Marks shall be allotted as given below: More than RS. 901 Cr. = 06 marks More than RS. 701 Cr. – RS. 900 Cr.= 04 marks More than RS. 500 Cr. – RS. 700 Cr.=02 marks Less than 500 cr. Not eligible to bid

We request the authority to reduce the turnover to help competitve bidder's with field expertise to achieve more score and become qualified bidder's. So we request to modify the turnover criteria as shown below. More than RS. 401 Cr. = 06 marks More than RS. 200 Cr. – RS. 400 Cr.= 04 marks More than RS. 100 Cr. – RS. 200 Cr.=03 marks Less than 100 cr. Not eligible to bid

Refer Corrigendum No. 5

119. RFP Volume I, 3.6.1. Technical Bid Evaluation Criteria, Page No - 47

Certifications The Bidder (any member of consortium) shall have to submit following Certifications valid at the time of Bidding: •ISO 9001:2008 •ISO 20000:2011for IT Service Management or equivalent certification •ISO 27001:2013 for Information Security Management System or equivalent certification Any 1 certificate = 1 mark Any 2 certificate = 2 marks All above three (3) certificates = 2.5 marks For CMMI certification: CMMI level 3 = 1 mark CMMI level 5 = 1.5 marks

We request the authority to remove this criteria as the quality standards along with CMMI Level of the bidder is already evaluated under Pre Qualification under clause no 5. Key Certifications

Refer Corrigendum No. 5

120. RFP Volume I, 3.6.1. Technical Bid Evaluation

Experience in establishment and management of ICCC (Integrated command and control center) The Bidder (any member in case of consortium) shall have successfully executed projects in last five (5) years (excluding civil work): Each project should include any three (03) of

Requesting authority to consider projects executed over last ten (10) years to showcase bidder's vast experience and expertise over the execution and operation of Data Centres and Command Centres. Requesting to evaluate fibre network connectivity experience based on the area covered rather than location count/ distance. Please revise the clause as below:

Refer Corrigendum No. 5

Page 31: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 31

Criteria, Page No - 48

following components from below list- 1) Data Center/ Data Recovery 2) Network/LAN/WAN with more than 50 locations 3) Command and control center and Security Operations Centre/Network Operation Centre 4) Laying of fiber network for min. 100 KMs. Marks shall be allotted as below: Number of Projects 4 or more = 10 marks Number of Projects 3 = 8 marks Number of Projects 2 = 5 marks The cumulative value of project should not be less than 100 Cr.

"The Bidder (any member in case of consortium) shall have successfully executed projects in last ten (10) years (excluding civil work): Each project should include any three (03) of following components from below list- 1) Data Center/ Data Recovery 2) Network/LAN/WAN with more than 500 Sq.Kms 3) Command and control center OR Security Operations Centre/Network Operation Centre 4) Laying of fiber network for min. 500 Sq. Kms Marks shall be allotted as below: Number of Projects 4 or more = 10 marks Number of Projects 3 = 8 marks Number of Projects 2 = 5 marks The cumulative value of project should not be less than 100 Cr."

121. RFP Volume I, 3.6.1. Technical Bid Evaluation Criteria, Page No - 48

Experience in implementation of ITMS (Intelligent traffic management system) "The Bidder (any member in case of consortium) shall have successfully executed projects in last five (5) years. 1. Variable Message Sign Board 2. ITMS including ANPR, RLVD/SVD 3. Emergency Call Box and PA System, Mobile App/Desktop Portal for Citizen Services, and Kiosk based government/citizen services 4. Adaptive Traffic Control System Number of projects implemented. Marks will be allotted as follows: No. of successfully executed projects 4 or more = 5 marks No. of Successfully executed projects 3 = 3 Marks No. of Successfully executed projects 2 = 1 Marks The cumulative value of project should not be

As the execution of an ITMS project with all the three components mentioned here is not so common, we request the authority to allow bidder's to use projects that include any of the two components mentioned below. Also we request to split the multiple components mentioned under clause 3 and also add other components under ITMS like Traffic counter and classifier, Echallan system & Surveillance system along with the mentioned list Hence we request to modify the clause as mentioned below Each project should include any of the two (02) components from below list- 1. Implementation/Integration of Variable Message Sign Board 2. Implementation /Integration of Echallan System 3. ITMS including ANPR, RLVD/SVD/Surveillance 4. Emergency Call Box and PA System, 5. Mobile App/Desktop Portal for Citizen Services, and Kiosk based government/citizen services 4. Adaptive Traffic Control System 5. Traffic Counter and Classifier Inorder to evaluate bidder's operational experience, we request the

Refer Corrigendum No. 5

Page 32: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 32

less than INR 60 Cr and each project should be at least 10 Cr.

authority to consider projects which were implemented over a period of last ten (10) years.

122. RFP Volume I, 3.6.1. Technical Bid Evaluation Criteria, Page No - 49

CCTV surveillance system The Bidder (any member in case of consortium) shall have successfully executed minimum 500 outdoor CCTV surveillance systems or ANPR solution (with one project having minimum 300 outdoor cameras) during last five (5) years. Markings Number of cameras implemented 901 & above = 5 marks Number of cameras implemented 801 to 900 = 4 marks Number of cameras implemented 701 to 800 = 3 marks Number of cameras implemented 601 to 700 = 2 marks Number of cameras implemented 500 to 600 = 1 marks

Requesting authority to modify the marking as below: Number of cameras implemented 900 & above = 5 marks Number of cameras implemented 800 to 899 = 4 marks Number of cameras implemented 700 to 799 = 3 marks Number of cameras implemented 600 to 699 = 2 marks Number of cameras implemented 500 to 599 = 1 marks

Refer Corrigendum No. 5

123. RFP Volume I, 3.6.1. Technical Bid Evaluation Criteria, Page No - 50

Smart Solution Integration The Bidder (any member in case of consortium) shall have demonstrable expertise & project implementation experience in integration of following smart features with a centralized system: GIS system/ smart parking/ Smart Street lighting/ environmental sensors/ ERP/ traffic enforcement system/ SCADA/ e-Challan/ Solid Waste Management/ Water Grid / smart education/Smart Classroom/ Digital library/solar/sewerage management/ Smart Health/smart pole/asset management during last five (5) years Marking: Integration of 10 or more smart features: 5 marks

Requesting the authority to add additional components as mentioned below , which are also considered as smart features in an ITMS project. Please modify the clause as mentioned below GIS system/mobile app/ smart parking/ Smart Street lighting/ environmental sensors/variable message sign boards/ ERP/ traffic enforcement system/CCTV Surveillance/ adaptive traffic control system/ traffic count & classifier/ SCADA/ e-Challan/ Solid Waste Management/ Water Grid / smart education/Smart Classroom/ Digital library/solar/sewerage management/ Smart Health/smart pole/asset management Inorder to evaluate bidder's operational experience, we request the authority to consider projects which were implemented over a period of last ten (10) years.

Refer Corrigendum No. 5

Page 33: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 33

Integration of 07 to 09 smart features: 3 marks Integration of 04 to 06 smart features: 1 mark

124. RFP Volume II, 3.1.3. Speed Violation Detection System (SVD), Page No- 51

The SVD system should use radar & camera based speed violation detection system that can be produced in the court of law in case of any litigation.

We hope bidder can use either radar or camera based detection system. Please confirm.

Refer Corrigendum No.5

125. RFP Volume II, Annexure A.2. Page No- 152

Locations for ITMS (ATCS, RLVD & supporting ANPR) assets

Please provide the lane count of the locations for ANPR, RLVD and SVD

Refer Corrigendum No. 5

126. RFP Volume II, Annexure A.3. Page No- 153

Locations for SVD assets (with supporting ANPR assets)

Refer Corrigendum No. 5

127. Volume 1, Section: 4.14 Quality standards and pre-eligibility OEM criteria, Page No.: 69

a) All quoted OEM should have quality standard certifications like ISO 9001-2008, ISO 14001, ISO 27001, CMMI 3 certification wherever applicable to ensure only quality OEM participation, as on date of RFP release.

The requirement of CMMi3 Certficate for OEMs of ICCC, VMS, VA, ANPR, RLVD & other sub-system applications (Environmental Sensors, ATMS, Variable Message Signboards, ECBs, etc) is restrictive in nature and such requirments have not been prescribed in any of the Smart City RFPs published & awarded so far to the best of our understanding. CMMi requirements are generally applicable for vendors of applications like ERPs, eGovernance, bespoke development etc. It is therefore requested to remove the requirements of CMMI 3 Certifcate for such Application OEMs for a level playing field and for a healthy competition especially keeping in mind Make in India / Indian OEMs.

Refer Corrigendum No. 5

128. Vol.I,3.5 Pre-Qualification

Maximum of two (2) numbers of consortium members excluding the Prime Bidder will be considered (Lead member + 2 Consortium Partners)

Request the Smart City council to consider relaxing the number of Consortium partners and allow for a total of 3 +1 which is Lead member + 3 consortium partners). The Prime bidder and the consortium members can be jointly and severally held responsible for

Refer Corrigendum No. 5

Page 34: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 34

criteria,Page-41

the completion of the projects. This is requested considering the scope of work as mentioned in the RFP.

129. Volume I: Instructions to bidder, 3.6.1. Technical Bid Evaluation Criteria, B1, Page - 47

Experience in establishment and management of ICCC (Integrated command and control center):- The Bidder (any member in case of consortium) shall have successfully executed projects in last five (5) years (excluding civil work): Each project should include any three(03) of following components from below list- 1) Data Center/ Data Recovery 2) Network/LAN/WAN with more than 50 locations 3) Command and control center and Security Operations Centre / Network Operation Centre. 4) Laying of fiber network for min. 100 KMs. Marks shall be allotted as below: · Number of Projects 4 or more = 10 marks · Number of Projects 3 = 8 marks · Number of Projects 2 = 5 marks The cumulative value of project should not be less than 100 Cr.

Experience in establishment and management of ICCC (Integrated command and control center):- The Bidder (any member in case of consortium) shall have successfully executed projects in last five (5) years (excluding civil work): Each project should include any three(03) of following components from below list- 1) Data Center/ Data Recovery 2) Network/LAN/WAN with more than 50 locations 3) Command and control center / and Security Operations Centre / Network Operation Centre. 4) Laying of fiber network for min. 100 KMs. Marks shall be allotted as below: · Number of Projects 4 or more = 10 marks · Number of Projects 3 = 8 marks · Number of Projects 2 = 5 marks The cumulative value of project should not be less than 100 Cr.

Refer Corrigendum No. 5

130. Volume I: Instructions to bidder, 3.6.1. Technical Bid Evaluation Criteria, B2, Page - 48

Experience in implementation of ITMS (Intelligent traffic management system):- "The Bidder (any member in case of consortium) shall have successfully executed projects in last five (5) years. Each project should include any of the three(03) components from below list- 1. Variable Message Sign Board 2. ITMS including ANPR, RLVD/SVD 3. Emergency Call Box and PA System, Mobile App/Desktop Portal for Citizen Services, and Kiosk based government/citizen services 4. Adaptive Traffic Control System

Experience in implementation of ITMS (Intelligent traffic management system):- "The Bidder (any member in case of consortium) shall have successfully executed projects in last five (5) years. Each project should include any of the three(03) components from below list- 1. Variable Message Sign Board 2. ITMS including ANPR, RLVD/SVD 3. Emergency Call Box and PA System, Mobile App/Desktop Portal for Citizen Services, and Kiosk based government/citizen services 4. Adaptive Traffic Control System 5. GIS Number of projects implemented. Marks will be allotted as follows:

Refer Corrigendum No. 5

Page 35: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 35

Number of projects implemented. Marks will be allotted as follows: · No. of successfully executed projects 4 or more = 5 marks · No. of Successfully executed projects 3 = 3 Marks · No. of Successfully executed projects 2 = 1 Marks The cumulative value of project should not be less than INR 60 Cr and each project should be at least 10 Cr.

· No. of successfully executed projects 4 or more = 5 marks · No. of Successfully executed projects 3 = 3 Marks · No. of Successfully executed projects 2 = 1 Marks The cumulative value of project should not be less than INR 60 Cr and each project should be at least 10 Cr.

131. Volume I: Instructions to bidder, 3.6.1. Technical Bid Evaluation Criteria, B4, Page - 50

e- Governance / e-Municipal services: - The Bidder (any member in case of consortium) shall have successfully implemented/ integrated minimum two (02) project related to e-governance which include at least one (01) ULB / e-municipal services (excluding CCTV system) and cumulative value of min INR 5 crores per project during last 5 years. · 08 or more projects:10 Marks · 05-07 Projects: 08 Marks · 03-04 Projects : 06 Marks · 02 Projects: 04 Marks

e- Governance / e-Municipal services: - The Bidder (any member in case of consortium) shall have successfully implemented/ integrated minimum two (02) project related to e-governance which include at least one (01) ULB / e-municipal services (excluding CCTV system) and cumulative value of min INR 5 crores per project during last 5 years. 1) 5 or more Projects : 10 Marks 2) 3 Projects : 8 Marks 3) 2 Projects : 6 Marks

Refer Corrigendum No. 5

132. Volume I: Instructions to bidder, 3.6.1. Technical Bid Evaluation Criteria, B4, Page - 50

Smart Solution Integration:- The Bidder (any member in case of consortium) shall have demonstrable expertise & project implementation experience in integration of following smart features with a centralized system: GIS system/ smart parking/ Smart Street lighting/ environmental sensors/ ERP/ traffic enforcement

Smart Solution Integration:- The Bidder (any member in case of consortium) shall have demonstrable expertise & project implementation experience in integration of following smart features with a centralized system: GIS system/ smart parking/ Smart Street lighting/ environmental sensors/ ERP/ traffic enforcement system/ SCADA/ e-Challan/ ANPR system/ Wi-Fi/ Variable messaging system/Public address system/ Mobile App/Emergency Call Box/ Solid Waste Management/ Water

Refer Corrigendum No. 5

Page 36: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 36

system/ SCADA/ e-Challan/ Solid Waste Management/ Water Grid / smart education/Smart Classroom/ Digital library/solar/sewerage management/ Smart Health/smart pole/asset management during last five (5) years. Marking: · Integration of 10 or more smart features: 5 marks · Integration of 07 to 09 smart features: 3 marks · Integration of 04 to 06 smart features: 1 mark

Grid / smart education/Smart Classroom/ Digital library/solar/sewerage management/ Smart Health/smart pole/asset management/ during last five (5) years. Marking: · Integration of 5 or more smart features: 5 marks · Integration of 03 to 05 smart features: 3 marks

133. 3.1.14. Fibre Network vol- 2 page 67

The MSI should undertake the process for getting the ROW permission from the concerned authorities for laying down the fibre network in consultation with ASCL. ASCL process of getting the ROW ASCL will facilitate the process of getting the ROW

facilitating the ROW permission is ok, but who will pay for the same? Refer Corrigendum No.5

134. VOL-1 Page 109 Annexure 2.14.2. Proposed Bill of material for OPEX

SMS Gateway Hope need to consider only the one time setup cost for SMS gateway and the monthly SMS costs on actuals would be paid by the customer. Pls clarify

Both one time & monthly charges needs to be undertaken by the bidder and the same would be part of the over all bid value

135. VOL-1 Page 109 Annexure 2.14.2. Proposed Bill of material for OPEX

PRI Line. Hope need to consider only the one time setup cost for PRI and the recurring monthly costs on actuals would be paid by the customer. Pls clarify

Both one time & monthly charges needs to be undertaken by the bidder and the same would be part

Page 37: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 37

of the over all bid value

136. Volume-3-15-3,3, Scope of work

3.3 - In the event that any of the conditions set forth in Clause 3.1 hereinabove are not fulfilled within 1(one) month from the date of the Contract, or such later date as may be mutually agreed upon by the Parties, the Authority may terminate the Contract and upon such termination, MSI shall have no right to claim any damages from the Authority on such account. 3.13 Furnishing by MSI, the notarized copies of any/all contract(s) duly executed by MSI and its OEMs existing at the time of signing of the Contract in relation to the Project. Failure to do so within stipulated time of signing of Contract would attract penalty.

Please include :-In the event of termination Customer shall pay MSI for goods delivered and services rendered till the date of termination.The maximum penalty capping should be 10% of annual contract value.

As per RFP

137. Volume-3-15-3,3, Scope of work

In addition to the above scope of work mentioned in Clause 4.1 of this RFP, Authority may require MSI to provide such Goods, Products, Services and support as the Authority may deem fit and proper and necessary, during the Term of the Contract, and may include all such processes and activities which are consistent with the proposals set forth in the Bid, the Tender and the Contract and are deemed necessary by the Authority, in order to meet its business requirements related to the Project.

In addition to the above scope of work mentioned in Clause 4.1 of this RFP, Authority may require MSI to provide such Goods, Products, Services and support as the Authority may deem fit and proper and necessary, during the Term of the Contract, and may include all such processes and activities which are consistent with the proposals set forth in the Bid, the Tender and the Contract and are deemed necessary by the Authority, in order to meet its business requirements related to the Project upto +/-10% of the existing scope.

As per RFP

138. Volume-1-page 25-2.3 (ii), Consortium

The Lead bidder and consortium partners shall be jointly and severally responsible for complete scope and ensuring the delivery of products and services mentioned in all volumes/Parts of this RFP.

Bidder requests modification: - The Lead bidder and consortium partners shall be solely and individually liable to the extent of their scope of work jointly and severally responsible for complete scope and ensuring the delivery of products and services mentioned in all volumes/Parts of this RFP.

Refer Corrigendum No. 5

Page 38: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 38

139. Volume-1-page 25-2.3 (ii), Consortium

Roles and responsibilities of each consortium partner, the identification of the lead partner, and providing for joint and several liability for each partner.Each member of the Consortium shall be jointly and severally liable for the due implementation, operation and maintenance of the Project.The final contract between the consortium members (The Consortium Contract) would be available for legal vetting and open to suggestions by the ASCL. ASCL will suggest binding corrections if it finds that such contract does not meet its requirements and interests as per the RFP in letter and spirit.

Bidder requests modification: - Roles and responsibilities of each consortium partner, the identification of the lead partner, and providing for joint and several liability for each partner.Each member of the Consortium shall be solely and indivually liable to the extent of their scope of work jointly and severally liable for the due implementation, operation and maintenance of the Project.The final contract between the consortium members (The Consortium Contract) would be shared with available for legal vetting and open to suggestions by the ASCL. ASCL will suggest binding corrections if it finds that such contract does not meet its requirements and interests as per the RFP in letter and spirit.

Refer Corrigendum No. 5

140. Volume-1-page 26-28, Payments

28.1. Authority shall make payments to MSI at the times and in the manner set out in the Payment schedule as specified under Payment Milestones in RFP Volume II subject to the penalties as mentioned under Clause 42 of Section C- Service Levels of Volume III. Authority shall make all efforts to make payments to MSI within 45 (forty-five) days of receipt of invoice(s) and all necessary supporting documents.

28.1. Authority shall make payments to MSI at the times and in the manner set out in the Payment schedule as specified under Payment Milestones in RFP Volume II subject to the penalties as mentioned under Clause 42 of Section C- Service Levels of Volume III. Authority shall make all efforts to make payments to MSI within 45 (forty-five) 30 days of receipt of invoice(s) and all necessary supporting documents.

As per RFP

141. 27-2.8, Payments-Right to amendment of the project scope

ASCL retains the right amend the scope of work or amend the program for service delivery at any time and without assigning any reason. ASCL makes no commitments, express or implied, that the full scope of work as described in this RFP will be commissioned.

At any time prior to the last date for submission of the bids, ASCL retains the right amend the scope of work or amend the program for service delivery upto +/- 10% of the scope at any time and without assigning any reason. ASCL makes no commitments, express or implied, that the full scope of work as described in this RFP will be commissioned.

As per RFP

142. 35-39, Insurance

As per RFP Lead Bidder is liable for all the Insurance related to project/contract. Refer Corrigendum No. 5

143. 36-41, Exit Management Plan

As per RFP In the event of termination Customer shall pay MSI for goods delivered and services rendered till the date of termination.

As Per RFP

Page 39: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 39

144. 39-44.3, Payments-

This limitation of liability shall not be applicable or restrict MSI’s liability in any manner for injury, loss of life caused to any person or damage to third party's property or infringement of any Intellectual Property Rights caused by MSI or any Person (including MSI's Subcontractor) acting on behalf of MSI in carrying out the Services.

This limitation of liability shall not be applicable or restrict MSI’s liability in any manner for injury, loss of life caused to any person or damage to third party's tangible property or infringement of any Intellectual Property Rights caused by MSI or any Person (including MSI's Subcontractor) acting on behalf of MSI in carrying out the Services.Notwithstanding anything contained to the contrary elsewhere,The maximum aggregate liability of MSI for all claims under or in relation to this Agreement, shall be, regardless of the form of claim(s), including indemnification claims under this Agreement.

As Per RFP

145. 40-46.6, Payments-

MSI shall, upon termination of the Contract for any reason, or upon demand by Authority, whichever is earlier, return any and all information provided to MSI by Authority, which would include any Confidential information or any proprietary information including any copies or reproductions, both hardcopy and electronic of such information.

In the event of termination Customer shall pay MSI for goods delivered and services rendered till the date of termination.

As Per RFP

146. 42-51, Termination

50.1. The Authority may, terminate the Contract in whole or in part by giving MSI a prior written notice indicating its intention to terminate the Contract under the following circumstances:

50.1. The Authority may, terminate the Contract in whole or in part by giving MSI a prior written notice of 90 days indicating its intention to terminate the Contract under the following circumstances: In the event of termination by customer, the Bidder shall be paid for the: 1. goods delivered 2. services rendered 3. work in progress 4. unpaid AMCs 5. third party orders in pipeline which cannot be cancelled despite Bidder's best efforts 6. unrecovered investments shall be paid by customer as per termination schedule till the date of termination.

As Per RFP

147. 46-54, Change

As per RFP It should be restricted to +/-10% maximum of the quantity quoted as per RFP.

As per RFP

Page 40: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 40

Control Note (CCN)

148. 51-, Penalty for non-achievement of SLA Requirement

Any delay in the delivery of the Project Deliverables (solely attributable to vendor) would attract a liquidated damage per week of 0.2% of the CAPEX of Contract / Request Order value per week for first 8 weeks and 0.3% per week for every subsequent week. If the liquidated damage reaches 10% of the total Contract value, Authority may invoke termination clause. Liquidated Damage will be computed on Capex value of Contract/ Request order value of the particular phase

Any delay in the delivery of the Project Deliverables (solely attributable to vendor) would attract a liquidated damage per week of 0.2% of the CAPEX of Contract / Request Order value per week for first 8 weeks and 0.3% 0.25% per week for every subsequent week. If the maximum liquidated damage reaches shall be 10% 3% of the total annual Contract value, Authority may invoke termination clause. Liquidated Damage will be computed on Capex value of Contract/ Request order value of the particular phase. In the event of termination by customer, the Bidder shall be paid for the: 1. goods delivered 2. services rendered 3. work in progress 4. unpaid AMCs 5. third party orders in pipeline which cannot be cancelled despite Bidder's best efforts 6. unrecovered investments shall be paid by customer as per termination schedule till the date of termination.

As per RFP

149. 66-4.10, Payments-b. Changes in the Quantities

a. The MSI is bound to execute all the supplemental works that are found essential, incidental and inevitable during execution of project works.

a. The MSI is bound to execute all the supplemental works that are found essential, incidental and inevitable during execution of project works. Upto +/-10% of the existing scope.

As per RFP

150. 67-c, Extra (New) Items

a. Extra items of work shall not vitiate the contract. The reimbursement for extra items shall be validated by the Project Management Office (PMO) and cleared by the Authority. The MSI shall be bound to execute extra items of work as directed by the Authority. The rates for extra items shall be worked out based on the unit rates quoted by the Bidder in Price Bid/as per mutually agreed terms and conditions.

a. Extra items of work shall not vitiate the contract. The reimbursement for extra items shall be validated by the Project Management Office (PMO) and cleared by the Authority. The MSI shall be bound to execute extra items of work as directed by the Authority upto +/-10% of existing scope of work. The rates for extra items shall be worked out based on the unit rates quoted by the Bidder in Price Bid/as per mutually agreed terms and conditions.

As per RFP

Page 41: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 41

151. 131-5, Annexure 9

The Parties do hereby undertake to be jointly and severally responsible for all obligations and liabilities relating to the Works and in accordance with the terms of the RFB, Bidding Document and the Contract Agreement.

Bidder requests modification: - The Parties do hereby undertake to be solely and individually liable to the extent of their scope of work jointly and severally responsible for all obligations and liabilities relating to the Works and in accordance with the terms of the RFB, Bidding Document and the Contract Agreement.

Refer Corrigendum No. 5

152. 515-4, Scope of Work

In addition to the above scope of work mentioned in Clause 4.1 of this RFP, Authority may require MSI to provide such Goods, Products, Services and support as the Authority may deem fit and proper and necessary, during the Term of the Contract, and may include all such processes and activities which are consistent with the proposals set forth in the Bid, the Tender and the Contract and are deemed necessary by the Authority, in order to meet its business requirements related to the Project.

Bidder requests modification: - In addition to the above scope of work mentioned in Clause 4.1 of this RFP, Authority may require MSI to provide such Goods, Products, Services and support as the Authority may deem fit and proper and necessary, during the Term of the Contract, and may include all such processes and activities which are consistent with the proposals set forth in the Bid, the Tender and the Contract and are deemed necessary by the Authority, in order to meet its business requirements related to the Project.

As per RFP

153. 516-9.2, Payments-Constitution of Consortium

However, the Lead bidder and consortium members shall be jointly and severally liable to the Authority.

Bidder requests modification: - However, the Lead bidder and consortium members shall be solely and individually liable to the extent of their scope of work jointly and severally liable to the Authority.

As per RFP

154. 518-13.1, Payments-Exit of MSI's Employees

In case the Authority is not satisfied with the replacement provided, MSI shall have to compensate the Authority by paying a compensation of INR 2 lacs per such replacement.

Bidder requests deletion of the clause As per RFP

155. 524-25.4, Payments-Adherence to Safety

MSI’s Team shall adhere to all security requirement/regulations of the Authority during the execution of the Work.

Please share a copy of the requirements required. The details will be shared during project implementation

Page 42: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 42

procedures…

156. 526-29, Intellectual Property Rights

Except for any ownership rights in any intellectual property that have been expressly granted to the MSI under the Framework Agreement, the Authority shall exclusively retain all rights, title and interest in and to any third party licensed technology, including all worldwide technology and Intellectual Property Rights which has been used for the Project.

What is the Framework Agreement? Bidder requests deletion of the clause.

As per RFP

157. 528-31.1, Payments-Indemnity

MSI hereby agrees to indemnify defend and hold harmless the Authority and its Affiliates, respective officers, directors and agents and their respective successors and assigns from and against any and all claims (including from third parties), losses, liabilities of any kind howsoever suffered, fees (including reasonable attorneys' fees, disbursements and costs of investigation), damages, cost and expenses (collectively “Losses”), arising or incurred inter alia during and after Contract period in connection with: a) any negligence or wrongful act or omission by MSI or any third party associated with MSI in connection with or incidental to the Contract; b) MSI or its Sub Contractor’s actual or alleged failure occurring after the Effective Date to observe or perform any duties or obligations required to be observed or performed by MSI or its Subcontractor under or with respect to any obligations under the Contract; c) the damage to or loss or destruction occurring after the Effective Date of any real or tangible personal property in the possession or under the control of MSI, or any Affiliate

Bidder requests modification: - MSI hereby agrees to indemnify defend and hold harmless the Authority and its Affiliates, respective officers, directors and agents and their respective successors and assigns from and against any and all claims (including from third parties), losses, liabilities of any kind howsoever suffered, fees (including reasonable attorneys' fees, disbursements and costs of investigation), damages, cost and expenses (collectively “Losses”), arising or incurred inter alia during and after Contract period in connection with: a) any negligence or wrongful act or omission by MSI or any third party associated with MSI in connection with or incidental to the Contract; b) MSI or its Sub Contractor’s actual or alleged failure occurring after the Effective Date to observe or perform any duties or obligations required to be observed or performed by MSI or its Subcontractor under or with respect to any obligations under the Contract; c) the damage to or loss or destruction occurring after the Effective Date of any real or tangible personal property in the possession or under the control of

As per RFP

Page 43: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 43

thereof; RFP for Selection of MSI for implementation of ICCC and e-Governance based Smart City solution at Aligarh Volume III: Service level agreement Aligarh Smart City Limited Page 30 of 82 d) the death or bodily injury occurring after the Effective Date of any agent, employee, Subcontractor’s employee, visitor of MSI or its Subcontractor; e) any breach of MSI's representations and set forth in the Contract occurring after the Effective Date to the extent caused by MSI or its Affiliates, or its or their agents, employees or Subcontractors;

MSI, or any Affiliate thereof; d) the death or bodily injury occurring after the Effective Date of any agent, employee, Subcontractor’s employee, visitor of MSI or its Subcontractor; e) any breach of MSI's representations and warranties set forth in the Contract occurring after the Effective Date to the extent caused by MSI or its Affiliates, or its or their agents, employees or Subcontractors;

158. 540-49, Confidentiality

49.1. MSI shall not, either during the Term or after expiration of the Contract, disclose any proprietary or Confidential Information relating to the Services/Contract and/or Authority’s business/operations, information, application/software, hardware, business data, architecture schematics, designs, storage media and other information/documents without the prior written consent of the Authority. 49.3. MSI shall do everything reasonably possible to preserve the confidentiality of the Confidential Information including execution of a confidentiality agreement with the Authority to the satisfaction of the Authority. 49.5. MSI shall be liable to fully recompense the Authority for any loss of revenue arising from breach of confidentiality.

Bidder requests modification: - 49.1. MSI shall not, either during the Term or after expiration of the Contract, disclose any proprietary or Confidential Information relating to the Services/Contract and/or Authority’s business/operations, information, application/software, hardware, business data, architecture schematics, designs, storage media and other information/documents without the prior written consent of the Authority. 49.3. MSI shall do everything reasonably possible to preserve the confidentiality of the Confidential Information including execution of a mutually agreeable confidentiality agreement with the Authority to the satisfaction of the Authority. 49.5. MSI shall be liable to fully recompense the Authority for any loss of revenue arising from breach of confidentiality.

As per RFP

159. 543-53.2, Payments-

MSI or any of its Affiliates shall not directly or indirectly, solicit for employment or engagement any employees of the Authority. The

Bidder requests modification: - MSI Authority or any of its Affiliates shall not directly or indirectly,

As per RFP

Page 44: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 44

Miscellaenous

provisions of this clause shall be applicable during the Term of the Contract and shall survive the termination of the Contract for a period of 2 years from the date of termination. In addition, MSI shall not proceed to conduct operations/business similar to the Authority with any employee and/or consultant of the Authority who has knowledge of the Confidential Information, without the prior written consent of the Authority.

solicit for employment or engagement any employees of the MSI Authority. The provisions of this clause shall be applicable during the Term of the Contract and shall survive the termination of the Contract for a period of 2 years from the date of termination. In addition, MSI shall not proceed to conduct operations/business similar to the Authority with any employee and/or consultant of the Authority who has knowledge of the Confidential Information, without the prior written consent of the Authority.

160. 546-54.6, Payments-Change Control Note (CCN)

In the event MSI is unable to meet the obligations as defined in the CCN then the cost of getting it done by third party shall be borne by MSI.

Bidder requests deletion of the clause As per RFP

161. Recipient shall indemnify, save, hold harmless and defend Discloser promptly upon demand and at its expense, at any given point in time from and against any and all suits, proceedings, actions, demands, losses, claims, damages, liabilities, costs (including reasonable attorney’s fees and disbursements) and expenses (collectively “Losses”) to which Discloser may become subject to, in so far as such Losses arise out of, in any way relate to, or result from breach of obligations under this Agreement by Recipient .

Bidder requests deletion of the clause As per RFP

162. 580-17, Non-Disclosure Agreement

During the term of this Agreement and thereafter for a further period of two (2) years post termination/expiry of Term of the Contract in case the Parties execute the Contract, the Parties shall not solicit or attempt to solicit each other’s employees and/or consultants, for the purpose of hiring/contracting with such

Bidder requests modification: - During the term of this Agreement and thereafter for a further period of two (2) years post termination/expiry of Term of the Contract in case the Parties execute the Contract, the Parties shall not solicit or attempt to solicit each other’s

As per RFP

Page 45: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 45

employees and/or consultants. In addition, MSI shall not proceed to conduct operations/business similar to the Client with any employee and/or consultant of the Client who has knowledge of the Confidential Information, without the prior written consent of the Client. This section will survive irrespective of the fact whether there exists a commercial relationship between MSI and Client.

employees and/or consultants, for the purpose of hiring/contracting with such employees and/or consultants. In addition, MSI shall not proceed to conduct operations/business similar to the Client with any employee and/or consultant of the Client who has knowledge of the Confidential Information, without the prior written consent of the Client. This section will survive irrespective of the fact whether there exists a commercial relationship between MSI and Client.

163. -4.11, Payments-

Authority shall reject the Bid proposal for award of contract, if it determines that the Bidder recommended for award, has been found to have been engaged in corrupt, fraudulent of unfair trade practices. Once the contract is signed and if it is noticed that the MSI has indulged into the Corrupt / Fraudulent / Unfair / Coercive practices, it will be a sufficient ground for client for termination of the contract and initiate black-listing of the MSI.

Bidder requests modification: - Authority shall reject the Bid proposal for award of contract, if it determines that the Bidder recommended for award, has been found to have been engaged in corrupt, fraudulent of unfair trade practices. Once the contract is signed and if it is noticed that the MSI has indulged into the Corrupt / Fraudulent / Unfair / Coercive practices, it will be a sufficient ground for client for termination of the contract and initiate black-listing of the MSI.

As per RFP

164. Page No. 197, Section No. 3.1.12

The system should have ability to handle initial real-time watch list of minimum 10,000 Faces (should be scalable to at least 1 Million faces) and all Camera Feeds (commissioned for FRS) simultaneously and generate face matching alerts.

In the cited clause real time minimum watch list is mentioned as "10,000" whereas on Page No. 344, Annexure B.25, minimum real time watch list is mentioned as "50,000" which is contradictory. There is another contradiction that it should be on all camera feeds but in later clause it has been asked on 50 Camera feeds. Request you to confirm quantity for no. of faces for real time watch list and offline in database. Also provide the no. of simultaneous camera feeds for real time watch list

Refer corrigendum No.5

165. Page No. 60, Section No. 3.6.2

Technical Demonstration of Proof of Concept during evaluation period

Request you to provide the use cases / parameters required to be showcased during PoC so that bidders can take them into consideration while deciding on the Command and Control and other Applications

The use cases for POC would be handed over to the eligible bidders one (01)week

Page 46: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 46

before POC as mentioned in Section 3.6.1 point E

166. Page No. 108, Schedule J : Data Digitization

Data Digitization Request you to categorize quantity of records to be scanned in terms of paper size viz. A0 / A1 / A2 / A3 / A4 etc. Also confirm whether scanning of records is required to be done in ASCL premises or it can be allowed outside in Bidder's premises

All the scanning process involved for data digitization should be undertaken at the ASCL premise. It is expected that there would be around 50,00,000(Fifty Lakhs)A4 size papers to be digitized

167. Page No. 109, Schedule J : Data Digitization

Primary Connectivity Bandwidth Between City to DR. *

It should be written as DC / ICCC to DR Refer Corrigendum No. 5

168. Page No. 109, Schedule J : Data Digitization

PRI Line. It is suggested to have 2 PRI Lines terminated and two PRI cards in IPPBX from day one to have redundancy of PRI lines from two different ISPs

The BOQ defines the minimum number of items that have to be provided as part of the project scope. The Bidder is

Page 47: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 47

free to propose anything beyond that as per their solution requirement

169. Page 109 Annexure 2.14.2.

PRI Line. Hope need to consider only the one time setup cost for PRI and the recurring monthly costs on actuals would be paid by the customer. Pls clarify

Both one time & monthly charges needs to be undertaken by the bidder and the same would be part of the over all bid value

170. Page No. 109, Schedule J : Data Digitization

SMS Gateway Please define no. of messages per year and qty should be 5 Nos. i.e for five years

The BOQ defines the minimum number of items that have to be provided as part of the project scope. The Bidder is free to propose anything beyond that as per their solution requirement

171. Page 109 Annexure 2.14.2

SMS Gateway Hope need to consider only the one time setup cost for SMS gateway and the monthly SMS costs on actuals would be paid by the customer. Pls clarify

Both one time & monthly charges needs

Page 48: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 48

to be undertaken by the bidder and the same would be part of the over all bid value

172. Page No. 155, Section 2

The Disaster Recovery (DR) site would be provisioned over the cloud as a service. The sizing the DR site will be 50% in terms of compute, storage & camera feed

Please confirm whether we need to store only flagged Video on DR or Camera feeds are also required to stored on DR. If yes, please share no. of cameras and for how many days these are required to be stored on DR

Flagged data should be stored in the DR. However in DC the storage would be for only for 50% of the cameras. Details of the same would be shared during project implementation

173. Page No. 171, Section 2.3

MSI should check the availability of such data and its suitability for the project. MSI is required to update GIS maps from time to time.

It would be helpful if frequency to update (time to time) can be defined.

MSI is expected to update data whenever new data is available

174. Page No. 196, Section 3.1.11

The Solution should also support drone based GIS surveying & mapping.

It would be helpful if desired applications/outputs from drome data can be defined.

The output of the drone based GIS based surveying and mapping should be uploaded in the GIS

Page 49: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 49

Platform. MSI is expected to import all the drone based surveyed data in to the GIS based platform

175. Page No. 201, Section 3.1.14

The MSI should undertake the process for getting the ROW permission from the concerned authorities for laying down the fibre network in consultation with ASCL. ASCL will facilitate the process of getting the ROW.

Please confirm whether ROW charges to be paid to concerned department will be re-imbursed to bidder or it is required to be factored in bidder's total project cost

Refer Corrigendum No. 5

176. Page No. 207, Section 3.1.15

Incorporation of Existing GIS Data Please share if the existing GIS data has followed the guidelines laid in the RFP?

Details will be shared during project implementation

177. Page No. 207, Section 3.1.15

Procurement of Satellite Imagery (0.3m or better) (if not available with ASCL)

How is it different from data collected & generated through drone images? What is extra/ different expected from satellite imagery processing than mapping?

ASCL will provide available satellite imaging with municipality/ASCL authority

178. Page No. 207, Section 3.1.15

Creation of Utility Data from Paper / CAD Drawings

It is understood that for creation of Utility data from paper/ CAD drawings, only the features covered in the map will be considered in the GIS dataset.

Yes. However GIS data sets have to be developed with approval from ASCL

179. Page No. 211, Section 3.1.15

Bidder will digitize Geo reference existing Paper/Cad Drawing in GIS

It is understood that only those paper maps that are strong enough to scan with clearly legible ink will only be considered for digitization.

Yes. However bidder is expeted to suggest ways to digitize the

Page 50: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 50

same in such cases.

180. Page No. 236, Section 3.1.18

Bidders scope of work and supply of the control room only in the ICCC and its components including Ergonomic Study, Desk, Ceiling, Flooring, Panelling, Partition, Illumination defined in this document shall be on turnkey basis. The expected size of the control would be 1500 Sq. ft.

Please share layout or sizing of ICCC and Data Centre as estimated size of 1500 Sq ft. seems to be less

Data center indicative size is 12.7m* 7.26m, Indicative size for command and control room = 21m *16m*4.572m.

181. Page No. 250, Section 4.10

The location for the ICCC is decided to be in Lal Diggi area to house the compute and storage infrastructure and the Data Centre facility being built at the Integrated Command and Control Centre.

Please confirm Data Centre and ICCC are on the same floor, if not please share their floor level. Also share their layouts

Data Centre and ICCC are on the same floor (Indicative).

182. Page No. 199, Section 3.1.13

MSI needs to commission the e-Governance solution for the following modules: 1. HRMS Module 2. Finance Management Module 3. Project Management Module 4. Utility billing Management 5. Taxation Management Module 6. Audit & Vigilance Management 7. Document Management System 8. Workflow & custom modules 9. Registration & Licensing Module 10. City Web portal & Mobile app

Please confirm no. of concurrent users Refer corrigendum No. 5

183. Page No. 204, Section 3.1.14

Fibre Network We request you to provide the BoQ with estimated qty of respective components along with no. of POPs for field cabling so as to have benchmark for the evaluation of bids

The connectivity is to be provided as wired fibre network only. The MSI should install & commission a dedicated

Page 51: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 51

wired fibre network connecting all the ground level assets with the ICCC (as defined in the project scope)

184. Video Conferencing Solution | Annexure B.21 | Pg 322

Audio Inputs: Should support minimum 4 Microphones, connected directly or in array. 4 needs to be supplied from day one.

Audio Inputs: Should support minimum 3 Microphones, connected directly or in array. 3 needs to be supplied from day one.

As per RFP

185. Citizen contact centre| Annexure B.23 | Pg 326

All contact centre related components including ACD, PABX, Gateways, Recording, CTI, softphone, headphones, Chat bot, Notification System etc. must be from same OEM.

All contact centre related components including ACD, PABX, Gateways, Recording, CTI, softphone, headphones, Chat bot, Notification System etc. must be from compatible OEMs.

As per RFP

186. Citizen contact centre| Annexure B.23 | Pg 325

VXML,CCXML,SMIL,SRGS/SISR,MRCP,SIP/H.323,WSDL/SOAP,HTML5

Request you to change the clause to "VXML,CCXML,SIP/H.323,WSDL/SOAP,HTML5"

As per RFP

187. IP Phone | Annexure B.19 | 319

Supports SIP-AST for enhanced features Please delete AST as it is not a standard feature in IP Phones and restricting competitive bidding also

As per RFP

188. | Page 225 Integrations with Existing Systems Bidder should undertake the activity of integrating the GIS solution with Municipality Portal, e- Governance services, various smart city components (which are part of scope of the project and future integration with more smart

Request you define number of Integrations Existing Systems & future integration . Tender description is not clear for integration requirement, Pls provide list for integration. This will help us to size server requirement and overall optimized solution.

The ICCC would act as the nerve centre for all the smart applications

Page 52: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 52

city services that are envisioned to come up) and Integrated Command & control System.

that would form the smart ecosystem for the city of Aligarh. However majority of these smart applications are in the design & development phases. These would be implemented accordingly and once implemented they needs to to be integrated with the ICCC application stack. The Smart City platform should have all the required application & protocol supports that would enable the integration of various smart solution like but not limited to solid waste

Page 53: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 53

management, Smart street lighting, water & sewerage management & leak detection, smart parking, Smart education, smart poles, Septage management, Rain water harvesting, Smart electrical & water metering, Intelligent Building Management, smart energy management etc. These integrations should enable 2-way/ bi-directional data communication & control.

189. | Page 226 |3.1.16. IoTplatform

The city will be using various device vendors for various smart services. For example, in the Smart city journey of the city, various vendors of smart elements will be used for deployment and each will be generating data in their own format. This

Our understanding is, command center software (IOT+ICCC) will integrate to sensor through sensor application software like parking,lighting applications. ICCC & IoT platform must be exposed to application eco system using secure APIs or any other secure methodology. Pls confirm.

The ICCC MSI is expected to develop ICCC platform in such a way

Page 54: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 54

Platform should be able to define its own data model for each smart service like waste, lighting, transport, etc. and map data from different device vendors to the common data model.

that data collected from various ground level sensors generation data in various format to be collated & analyzed using the ICCC application centrally to make meaningful data interpretation. The bidder is expected to undertake secure data communication by employing secure communication methodology

190. Annexure B.51. | Integrated Command & Control Centre Solution/ Data Aggregation, Normalizati

Aggregation and abstraction of sensors: provides aggregation of sensors from diverse sensor cloud

As per tender DC should be on premise and DR will be in cloud. Pls clarify, Do we need to provide aggregation of sensors from diverse sensor using cloud service ?

Bidder need to provide a mix and match of various solutions to deliver the overall objectives of the envisaged project

Page 55: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 55

on and Access | Page 421

191. Annexure B.51. | Integrated Command & Control Centre Solution/14.Integration capabilities | Page 426,

The platform should support all devices which are based on Industry standards. a. Protocol libraries of most standardized M2M Protocols like LWM2M,MQTT,LTN Gateway,DLMS,TR- 069,Zigbee,OMA DM etc.

Request to remove this requirement, Since command center software will integrate to sensor through sensor application middleware. All these protocols should be supported by vertical applications. Pls clarify.

Refer Corrigendum No. 5

192. Annexure B.51.| Integrated Command & Control Centre Solution/15. Edge Devices & Application Gateways | Page 421

Provides standard appliance or software or hardware combination to connect IoT devices / applications, provide secure connection to IT infrastructure.

Request to provide scope of Qty, Scope and functionalities for Hardware appliance & software. This is not define under BOQ.

As per RFP

193. Vol.I,3.5 Pre-Qualification criteria,Page-41

Maximum of two (2) numbers of consortium members excluding the Prime Bidder will be considered (Lead member + 2 Consortium Partners)

Request the Smart City council to consider relaxing the number of Consortium partners and allow for a total of 3 +1 which is Lead member + 3 consortium partners). The Prime bidder and the consortium members can be jointly and severally held responsible for the completion of the projects. This is requested considering the scope of work as mentioned in the RFP.

Refer Corrigendum No. 5

194. Vol.I,3.5 Pre-Qualification criteria,Page-41

Company Profile: In case of consortium, at least 60% of the turnover criteria shall be met by the Lead bidder and the remaining may be fulfilled by the other consortium members.

We request that the Average Annual Turnover for the Lead/Prime bidder be pegged at Rs.1000 cores over the past 3 years. This will assure the Smart City council the ability of the Prime Bidder to execute the project of such magnitude.

As per RFP

Page 56: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 56

195. Vol.I,3.5 Pre-Qualification criteria,Page-41

Local Presence: The sole bidder or the Lead Bidder of consortium in case of a Consortium should have office in Aligarh or should provide an undertaking for establishing the same within 45 days from signing of contract

We request the authorities to provide at least 90 days to set up an office. This will allow the Bidder to set up an appropriate office for Sustained operations.

As per RFP

196. Vol.I,3.5 Pre-Qualification criteria,Page-43

PQ-7 ICT components "The Bidder (any member in case of consortium) shall have successfully executed below mentioned projects with cumulative value of INR 150 crore in last five (5) years (excluding civil work): a) Data Center including Servers- Storage Infrastructure establishment (Min cut- off value of successfully executed cumulative projects in this segment is INR 10 Crores) b) Experience in installation of min.500 outdoor cameras (with 300 outdoor camera in a single project) (Min cut- off value of successfully executed cumulative projects in this segment is INR 20 Crores) c) ICCC/Command and control center (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores) d) Intelligent traffic management (Min cut- off value of successfully executed and cumulative value projects in this segment is INR 10 Crores) e) e-Municipality/ e-Governance project (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores) f) GIS solution & integration with smart solutions experience (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores)

Request you to please change the criteria as below: PQ-7 ICT components "The Bidder (any member in case of consortium) shall have successfully executed any four of the below mentioned projects with cumulative value of INR 150 crore in last five (5) years (excluding civil work): a) Data Center including Servers- Storage Infrastructure establishment (Min cut- off value of successfully executed cumulative projects in this segment is INR 10 Crores) b) Experience in installation of min.500 outdoor cameras (with 300 outdoor camera in a single project) (Min cut- off value of successfully executed cumulative projects in this segment is INR 20 Crores) c) ICCC/Command and control center (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores) d) Intelligent traffic management (Min cut- off value of successfully executed and cumulative value projects in this segment is INR 10 Crores) e) e-Municipality/ e-Governance project (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores) f) GIS solution & integration with smart solutions experience (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores)

Refer Corrigendum No. 5

197. Vol.I,3.5 Pre-Qualificatio

2. In case project is on-going a certificate from the Charted Accountant/Statutory Auditor has to

Please amend the clause as below: 2. In case project is on-going a certificate from the Charted

As per RFP

Page 57: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 57

n criteria,Page-44

be provided mentioning that 80% of Capex is complete.

Accountant/Authorized Signatory of the bidder has to be provided mentioning the status (Go-Live/Phase Completion) of the Project.

198. Vol.I,3.6.1. Technical Bid Evaluation Criteria,Page-46

Notes: · Bidder to submit work order and end client work in-progress (minimum 80% Project completion) / completion certificate as a supporting documents for each Project.

Please amend the clause as below: Notes: · Bidder to submit work order and end client work in-progress (Go-Live/ Phase completion) certificate as a supporting documents for each Project.

As per RFP

199. Vol-I,3.6.1. Technical Bid Evaluation Criteria,Page-47

The Bidder (any member of consortium) shall have to submit following Certifications valid at the time of Bidding: •ISO 9001:2008 •ISO 20000:2011 for IT Service Management or equivalent certification •ISO 27001:2013 for Information Security Management System or equivalent certification · Any 1 certificate = 1 mark · Any 2 certificate = 2 marks · All above three (3) certificates = 2.5 marks For CMMI certification: · CMMI level 3 = 1 mark · CMMI level 5 = 1.5 marks

Request you to please change the criteria as below: The Bidder (any member of consortium) shall have to submit following Certifications valid at the time of Bidding: •ISO 9001:2008 •ISO 20000:2011 for IT Service Management or equivalent certification •ISO 27001:2013 for Information Security Management System or equivalent certification · Any 1 certificate = 1 mark · Any 2 certificate = 2 marks · All above three (3) certificates = 2.5 marks For CMMI certification: · CMMI level 3 or Above = 1.5 mark Note: In case the Bidder is in the process of re- certification of ISO 9001 certification then the copy of expired certificate and present assessment certificate from duly authorised to be enclosed.

Refer Corrigendum No. 5

200. Vol.I,3.6.1. Technical Bid Evaluation Criteria,Page-48

B1-The Bidder (any member in case of consortium) shall have successfully executed projects in last five (5) years (excluding civil work): Each project should include any three(03) of following components from below list- 1) Data Center/ Data Recovery 2) Network/LAN/WAN with more than 50 locations 3) Command and control center and Security Operations Centre / Network Operation Centre 4) Laying of fiber network for min. 100 KMs.

Request you to please change the criteria as below: B1-The Bidder (any member in case of consortium) shall have successfully executed projects in last five (5) years (excluding civil work): Project should include any three(03) of following components from below list- 1) Data Center/ Data Recovery 2) Network/LAN/WAN with more than 50 locations 3) Command and control center and Security Operations Centre / Network Operation Centre 4) Laying of fiber network for min. 100 KMs. Marks shall be allotted as below:

Refer Corrigendum No. 5

Page 58: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 58

Marks shall be allotted as below: · Number of Projects 4 or more = 10 marks · Number of Projects 3 = 8 marks · Number of Projects 2 = 5 marks The cumulative value of project should not be less than 100 Cr.

· 1 Project of TotalProject Value of INR 70 Cr or above= 10 marks · 1 Project of TotalProject Value of INR 60 Cr or above= 8 marks · 1 Project of Total Project Value of INR 50 Cr or above= 5 marks

201. Vol.I,3.6.1. Technical Bid Evaluation Criteria,Page-50

B4-The Bidder (any member in case of consortium) shall have successfully implemented/ integrated minimum two (02) project related to e-governance which include at least one (01) ULB /e-municipal services (excluding CCTV system) and cumulative value of min INR 5 crores per project during last 5 years. · 08 or more projects:10 Marks · 05-07 Projects: 08 Marks · 03-04 Projects : 06 Marks · 02 Projects: 04 Marks

Request you to please change the criteria as below: B4-The Bidder (any member in case of consortium) shall have successfully implemented/ integrated atleast one (01) project related to e-governance which include at least one (01) ULB /e-municipal services (excluding CCTV system) and cumulative value of min INR 50 crores during last 5 years. ·1 Project of Total Project Value of INR 150 Cr or above: 10 Marks · 1 Project of Total Project Value of INR 100 Cr or above : 06 Marks ·1 Project of Total Project Value of INR 50 Cr or above: 04 Marks

Refer Corrigendum No. 5

202. Vol.I,3.6.1. Technical Bid Evaluation Criteria,Page-50

B5-The Bidder (any member in case of consortium) shall have demonstrable expertise & project implementation experience in integration of following smart features with a centralized system: GIS system/ smart parking/ Smart Street lighting/ environmental sensors/ ERP/ traffic enforcement system/ SCADA/ e-Challan/ Solid Waste Management/ Water Grid / smart education/Smart Classroom/ Digital library/solar/sewerage management/ Smart Health/smart pole/asset management during last five (5) years Marking: · Integration of 10 or more smart features: 5 marks · Integration of 07 to 09 smart features: 3 marks · Integration of 04 to 06 smart features: 1 mark

Request you to please change the criteria as below: B5-The Bidder (any member in case of consortium) shall have demonstrable expertise & project implementation experience in integration of following smart features with a centralized system: GIS system/ smart parking/ Street light maintenance/ environmental sensors/ ERP/ traffic enforcement system/ SCADA/ e-Challan/ Solid Waste Management/ Slum Data management/Water Grid / smart education/Smart Classroom/ Digital library/solar/sewerage management/ Smart Health/smart pole/asset management /Building permissionduring last five (5) years Marking: · Integration of 06 to 08 smart features: 5 marks · Integration of 03 to 05 smart features: 3 marks

Refer Corrigendum No. 5

203. Vol.I,3.6.1. Technical

B6-The Bidder (any member in case of consortium) shall have demonstrable expertise &

Request you to please change the criteria as below: B6-The Bidder (any member in case of consortium) shall have

As per RFP

Page 59: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 59

Bid Evaluation Criteria,Page-51

project implementation experience of GIS platform and integration with minimum 01 (one) e -governance project .The cumulative value of project should be min five (5) crore · 3 or more project : 5 mark · 2 project: 3 mark · 1 project: 1 mark

demonstrable expertise & project implementation experience of GIS platform and integration with minimum 01 (one) e -governance project .The cumulative value of project should be min ten (10) crore ·1 Project of Total Project Value of INR 50 Cr or above:5 Marks · 1 Project of Total Project Value of INR 20 Cr or above : 3 Marks ·1 Project of Total Project Value of INR 10 Cr or above: 1 Mark

204. Vol.I,Annexure 1.2. Pre-Qualification Bid Cover Letter,Page-71

We fully understand and agree to comply that on verification, if any of the information provided here is found to be misleading the selection process, we are liable to be disqualified from the selection process or termination of the contract during the project, if selected to do so.

We request that this clause be altered to provide an opportunity to explain any unintended gaps in the facts submitted. While the bidder will take utmost care to submit only factual and verifiable evidence, it may so happen that there is mismatch in the department's view and that of the bidder. In such case, the bidder may be allowed a chance to provide explanation, failing which the bidder may be disqualified or dismissed.

As per RFP

205. Vol.I,Annexure 1.2. Pre-Qualification Bid Cover Letter,Page-71

We agree for unconditional acceptance of all the terms and conditions set out in the RFP Document and also agree to abide by this RFP response for a period of 180 days from the date fixed for bid submission.

We request that Department provide the Bidders a section that clearly indicates any deviations which may arise during the course of the Bid submission. These may then be qualitiatively assessed and discposesd of accordingly instead of having a bid which is unconditional in all aspects.

As per RFP

206. Vol.I,2. Consortium of Firms,Page-24

A consortium should not consist of more than 2 parties (including the Lead Bidder).

These two clauses mentioned in the vol.1 of RFP,contradicts the no.of consortium members allowed for this RFP. Considering Wide area of Scope of work and for better execution of the Project,Request department to change the number of consortium member allowed as per below: Consortium=(Lead bidder+3 consortium Members)

Refer Corrigendum No. 5

207. Vol.I,2. Consortium of Firms,Page-24

4.iii.All consortium members would be maximum of 3 members including the Lead Bidder and would be available throughout the Contract Period.

As per RFP

208. Vol.I,Annexure 3.3. General instructions,Page-115

Prices indicated in the schedules shall be inclusive of all taxes, GST, Levies, duties etc. The prices should also specify any recurring charges and four year O&M support cost as per specified Formats.

The bidder will definitely include all the taxation and allied charges. However, it is requested that the department assures all the bidders to abide by and accept any changes in the taxation regime implemented by the State/Central government and not make the bidder responsible based on the quote provided.

All electrical charges will be borne by MSI only and such any charges

Page 60: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 60

are not re-imbursible

209. Vol.III,3.Conditions Precedent,Page-15

In the event that any of the conditions set forth in Clause 3.1 hereinabove are not fulfilled within 1(one) month from the date of the Contract, or such later date as may be mutually agreed upon by the Parties, the Authority may terminate the Contract and upon such termination, MSI shall have no right to claim any damages from the Authority on such account.

Bidder or department may terminate this Agreement upon at least thirty (30) days prior written notice to the other in the event that the other has materially breached any of the material terms or conditions hereof and such breach has not been cured within such thirty (30) day period. Department agrees to pay bidder for all fees and expenses incurred for Services provided hereunder through the effective date of termination.

As per RFP

210. Vol.III,51. Termination,Page-42

50.1. The Authority may, terminate the Contract in whole or in part by giving MSI a prior written notice indicating its intention to terminate the Contract under the following circumstances:

As per RFP

211. Vol.III,13 Exit of MSI’s Key Personnel:,Page-19

13.1. MSI shall ensure that none of the Key Personnel and manpower exit from the Project during the first 6 (six) months of the beginning of the Project. In cases where such exit is unavoidable, MSI shall replace such Key Personnel and manpower with a suitable replacement with prior written approval from the Authority. In case the Authority is not satisfied with the replacement provided, MSI shall have to compensate the Authority by paying a compensation of INR 2 lacs per such replacement.

INR 2 lacs is a huge amount.Request deletion of compensation amount clause.

As per RFP

212. Vol.III,28. Payments,Page-26

Authority shall make all efforts to make payments to MSI within 45 (forty-five) days of receipt of invoice(s) and all necessary supporting documents.

Kindly give a clarity over all necessary supporting documents mentioned here.

Suppporting document include challan /approval from the authority/ ASCL/approved RFIs/ Tax invoices/reciept/compliance statement of technical

Page 61: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 61

specification of RFPs, all required documents like manuals /Licences/sources codes agreements with OEM

213. Vol.III,29. Intellectual Property Rights,Page-28

29.5. Commercially off the Shelf (COTS): / third party products: All COTS products and related solutions and fixes provided pursuant to the Contract shall be licensed according to the terms of the license agreement packaged with or otherwise applicable to such products. Such licenses shall be brought on behalf of and in the name of the Authority or mentioning the Authority as the end user of such licenses. MSI shall be responsible for arranging any licenses associated with products. Unless otherwise specifically restricted by the licensing terms of the COTS products, all Intellectual Property Rights in any development/enhancement/customization etc. done on the COTS products pursuant to the Contract shall be owned by the Authority.

Source code for proprietary Platforms/Tools/Frameworks used to develop portal and mobile app cannot be shared. Bidder will be licensing Bidder’s pre-existing IPR (IP in the application) to department for use for the purpose of the RFP. IPR on such pre-existing IP will be retained by Bidder. Bidder would also retain any IPR that is developed independently during the engagement. IPR of customization that are unique for the project developed exclusively for department will be transferred to department by Bidder

As per RFP

214. Vol.III,31. Indemnity,Page-30

31.2. MSI agrees to indemnify, defend and hold harmless the Authority and/or its Affiliates from and against all losses incurred by the Authority and/or its Affiliates as a result of any allegations that the software, data, intellectual property or other materials supplied by the MSI or used by MSI infringes, misappropriates, or violates any patent, copyright, trademark or trade secret or other intellectual property of any third party.

Bidder shall not be liable for any losses apart from the agreed Penalty/SLA terms.

As per RFP

215. Vol.III,32. Representat

32.10. Upon receipt of such notice, the MSI shall, with all reasonable speed, repair or replace the

Bidder shall not be liable for replacement and repair of the Goods if the defect or damage of the Goods is not entirely due to bidder's fault.

As per RFP

Page 62: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 62

ions and Warranties:,Page-31

defective Goods or parts thereof, without prejudice to any other rights which the Authority may have against the MSI under the Contract.

216. Vol.III,37. Force Majeure,Page-34

In such an event, the affected Party shall inform the other Party in writing within 5 (five) days of the occurrence of such event. Any failure or lapse on the part of MSI in performing any obligation as is necessary and proper, to negate the damage due to projected Force Majeure Events or to mitigate the damage that may be caused due to the above mentioned events or the failure to provide adequate disaster management/recovery or any failure in setting up a contingency mechanism would not constitute Force Majeure, as set out above.

Any delay/fault caused due to force majeure event should be unconditionally excused by the department. Bidder and Client agree to take reasonable actions to minimize the effects of any such event or circumstances and use its commercially reasonable efforts to restore performance as soon as commercially practicable following the cessation of such event.”

As per RFP

217. Vol.III,37. Force Majeure,Page-34

In case of a Force Majeure Event, all Parties shall endeavor to agree on an alternate mode of performance in order to ensure the continuity of the Service/ Works and implementation of the obligations of a Party under the Contract and to minimize any adverse consequences of Force Majeure.

As per RFP

218. Vol III,60. Pre Implementation SLA,Page-51

61.2. Penalty levied for non- performance as per SLA requirements shall be deducted through subsequent payments due from ASCL or through the Performance Bank Guarantee.

Penalty for Non Achievement of SLA may be invoked only if the delay/fault is solely attributable to the bidder.

As per RFP

219. Vol III,43. Liquidated Damages,Page-38

43.1. If MSI fails to supply, install or maintain any or all of the Goods or fails to complete the Works or fails to provide the Services as per the Contract, within the time period(s) specified in the RFP Vol II, the Authority without prejudice to its other rights and remedies under the Contract, deduct from the Contract price, as liquidated damage per week of 0.2% of the CAPEX of Contract / request order value per week for first 4 (four) weeks and 0.3% per week for every

Penalty for Non Achievement of SLA may be invoked only if the same is entirely due to the Bidders fault. Non availability of any approvals from department or any other Governmental departments must not be attributed to the bidder. Also, we request reconsideration of the reduced % penalty.

As per RFP

Page 63: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 63

subsequent week till such time the default continues.

220. Vol II,Annexure C.10.,Page-361

Annexure C.10. Corporate web portal Please confirm on the estimated size and growth % of the userbase for web Portal and Mobile app.Please provide the estimated concurrency as well.

These users would be active users of the eGovernance solution. Apart from them, there would be citizens who would interact with Aligarh Nagar Nigam through the corporate web portal & the mobile app. The MSI is expected to undertake the sizing of the corporate web portal & mobile app accordingly

221. General New Clause proposed - Assignment Clause In order to have better working capital for the project we propose an Assignment clause as below to be included in the Payment Schedule, which shall allow us to factor the bill with financing institution, and therefore enable us to participate in the Tender. Assignment Clause (new Clause proposed) : “The Contractor shall not, without the express prior written consent of the Employer, assign to any third party the Contract or any part thereof, or any right, benefit, obligation or interest therein or there under, except that the Contractor shall be entitled to assign either absolutely or by way of charge any monies due and payable to it or that may become due and payable to it under the Contract to any

As per RFP

Page 64: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 64

Financial Institution(s) or Bank(s) or NBFC(s). In the event the Contractor assigns the monies due and payable to it or that may become due and payable to it, under the Contract, to any Financial Institution(s) or Bank(s) or NBFC(s), the Employer shall acknowledge the intimation letter it may receive from such financial institution(s) or Bank(s) or NBFC (s). If the Employer does not reply within 15 days of the receipt of the intimation letter, it can be considered as “acknowledged by the Employer”. Furthermore the Employer will provide an indicative date by when the funds will be released to the Contractor as a measure of comfort for the decisions of Financial Institution(s) or Bank(s) or NBFC(s)”. This clause will enable improvement in cash flow and hence encourage participation by more bidders.

222. Volume I: Instructions to bidder 4.14 Quality standards and pre-eligibility OEM criteria Pg 69 of 132

The Bidder shall quote only one specific make and model from only one specific OEM, for each of the goods. Providing more than one option shall not be allowed. All goods quoted by the Bidder must be associated with item code and names and with printed literature describing configuration and functionality. Any deviation from the printed specifications should be clearly mentioned in the offer document by the Bidder.

Since as System Integrator, We are responsible to meet the technical specification and SLA levels for the entire technical Solution. In this regard we propose multiple makes which are technically equivalent and would meet RFP requirements. This will help the SI to offer a very competitive price to the customer by taking aggressive risks on their costs, which will totally benefit the customer. If only one make is insisted the vendor does not support the Si in times and therefore the costs go up considerably. For your Kind information, in almost all of the government contracts there is a list of Compendium of Suppliers approved for each of their item required for the Project.This list is made part of the contract. During execution of the contract, the SI/Contractor shall have to supply materials of makes/vendors who are in that list only. Alternatively, we request you to allow to offer two makes till the time of PoC. During PoC Bidder shall commit single make. Hence we request you to kindly accept the same.

As per RFP

223. Volume III: Service level agreement 19.

19.2. As per guidelines of Telecom Regulatory Authority of India (TRAI), resale of bandwidth connectivity is not allowed. In such a case tripartite agreement should be entered into

We understand that bidder cannot resale bandwidth until he has TSP/ISP License. Hence we request you that bidder shall only estimate the requirement of Bandwidth for components within their scope of work.

The internet bandwidth is for self consumptinon

Page 65: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 65

Commencement of Installation Page 22 of 82

between the Authority, MSI and internet service provider(s). Tripartite agreement to be provided later.

So kindly add the clause as below " Prices for bandwidth need not be quoted by the Bidders and shall not be considered for Bid evaluation". Kindly Confirm.

only, so resale does not arise at all .

224. Volume-II: Scope of work Other expectations from SI Page 41 of 366

21. MSI shall be responsible for setting up / building / renovating the necessary physical infrastructure including provisioning for network, power, rack, etc. at all the locations.

We understand that we can add additional item under the heads in the commercial bids and quote for electricity requirement. Kindly confirm.

All the electrical cost will be borne by MSI and it is not re-imbursible

225. Volume I: Instructions to bidder Annexure 3.3. General instructions Page 115 of 132

d. Prices indicated in the schedules shall be inclusive of all taxes, GST, Levies, duties etc. The prices should also specify any recurring charges and four year O&M support cost as per specified Formats.

We understand that estimation of power consumption is much variable, hence request you to pay the electricity recurring charges at actual consumption and shall not be the part of bid value.

All electrical charges will be borne by MSI only and such any charges are not re-imbursible

226. Volume-II: Scope of work 3.1.14. Fibre Network Page 67 of 366

The MSI should undertake the process for getting the ROW permission from the concerned authorities for laying down the fibre network in consultation with ASCL. ASCL will facilitate the process of getting the ROW.

We understand that RoW approvals is in the scope of the bidder. The cost for obtaining the approvals will be borne by ASCL.

Refer Corrigendum No.5

227. Volume III: Service level agreement Approvals and Required Consents

8.1. The Authority shall extend all necessary support to MSI to obtain, maintain and observe all Applicable Permits/Approvals as may be necessary for MSI to fulfill all its obligations under the Contract and/or for providing Goods and Services to the Authority. The costs of such Applicable Permits/Approvals shall be solely borne by MSI. Authority shall provide all

As per RFP

Page 66: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 66

Page 17 of 82

reasonable co-operation, support and information available with it for obtaining such Approvals.

228. Volume III: Service level agreement Approvals and Required Consents Page 17 of 82

8.1. The Authority shall extend all necessary support to MSI to obtain, maintain and observe all Applicable Permits/Approvals as may be necessary for MSI to fulfill all its obligations under the Contract and/or for providing Goods and Services to the Authority. The costs of such Applicable Permits/Approvals shall be solely borne by MSI. Authority shall provide all reasonable co-operation, support and information available with it for obtaining such Approvals.

We understand that Re-Instatement Charges is in the scope of the bidder. The Cost of the same shall not be a part of bid value. Kindly Confirm.

As per RFP

229. Volume-II: Scope of work 5.11. Testing and Acceptance Criteria Volume-II: Scope of work

User Acceptance Testing (UAT) of Project We understand that User Acceptace Test Shall consist of 5% of randomly selected assemblies of all equipment to be supplied.Kindly Confirm.

Details will be shared during project implementation

230. Volume-II: Scope of work 5.7. Go-Live Preparedness and Go-Live Page 122 of 366

5.7. Go-Live Preparedness and Go-Live Kindly provide the deliverables and use cases to be achieved to achieve successful go-live.

Details of all the deliverables along with project timelines is provided in section 5.14 of Vol II of the RFP document. The use cases will be provided after

Page 67: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 67

the final selection of the MSI is completed

231. Volume-II: Scope of work 1.3. Project Objectives Page 19 of 366

Implementation and Integration with all existing and future services as identified by Aligarh Smart City Limited (ASCL) in the city including but not limited to (with provision for future integration & scalability):

Request you to kindly provide the make and model for the exsisting systems to be integrated and the systems to be integrated in the future. We understand that only necessary support shall be provided by the bidder for integrating the exsisting and future integrations, supply of APIs from all the exsisting applications and integrating with ICCC shall be in the scope of ASCL. Kindly Confirm.

Details will be shared during project implementation

232. Volume III: Service level agreement 26. Statutory Requirements Page 25 of 82

26.1. During the tenure of the Contract nothing shall be done by MSI or its team including Consortium Members in contravention of Applicable Laws or any amendment thereof governing inter-alia customs, stowaways, foreign exchange etc. and shall keep Authority indemnified in this regard.

We understand that bid price is including taxes and duties. Hence we request ASCl to borne the variation in price due to Statutory Variation of taxes and duties. Kindly confirm. Hence request you to amend the clause: Any increase in prevailing taxes or introduction of new taxes and duties after the date of closing bid would be borne by the client .

As per RFP

233. Important Note: Volume I: Instructions to bidder Page 44 of 132

2. In case project is on-going a certificate from the Charted Accountant/Statutory Auditor has to be provided mentioning that 80% of Capex is complete.

We request you to amend the clause as below: 2. In case project is on-going a certificate from the Charted Accountant/Statutory Auditor has to be provided mentioning that 80% of Capex 50% of Capex works is complete.

As per RFP

234. Volume I: Instructions to bidder Annexure 2.6. Bidder’s Experience- Client Citations

Note: In case project is on-going a certificate from the Charted Accountant/Statutory Auditor has to be provided mentioning that 80% of Capex is complete

We request you to amend the clause as below: Note: In case project is on-going a certificate from the Charted Accountant/Statutory Auditor has to be provided mentioning that 80% of Capex 50% of Capex works is complete

As per RFP

Page 68: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 68

Page 91 of 132

235. Volume-II: Scope of work 5.14.2. Payment Schedule Page 145 of 366

Payment Schedule 1. Submission & approval of the following documents by ASCL - T+15 days - 10% of the contract value as mobilization advance against PBG. 2.Supply of IT & Non IT assets which are proposed by the MSI as part of the project - T+4 months - 10% of the contract value 3.Installation of the IT & non-IT including ITMS, Surveillance, PA system, environmental sensors, VaMS, multi-purpose kiosks etc. assets as per the project planned locations - T+7 months - 10% of the contract value 4. Commissioning of the ground level IT & Non IT assets which are installed previously - T+8 months - 10% of the contract value 5.Training of minimum 2 batches of trainees in each category of training modules - T+10 months - 10% of the contract value 6.Pilot run of the project components & Go-Live and handing over the warranty certificates & licenses - T+12 months - 10% of the contract value 7. Operations & Maintenance phase for a period of 60 months from the date of Go Live of the last solution - T1 + 60 Months - The balance 40% payment shall be in equal quarterly instalments.

As you would appreciate that the smart city projects involves multiple stake holders with dynamic technologies it is very much important for the project to have an healthy cash flow for successful completion and commissioning of the project. In this regard we request you to kindly amend the clause as below: 1. Submission & approval of the following documents by ASCL - T+15 days - 10% of the contract value as mobilization advance against PBG. 2.Supply of IT & Non IT assets which are proposed by the MSI as part of the project - T+4 months - 10% 30% of the contract value on pro rata basis. 3.Installation of the IT & non-IT including ITMS, Surveillance, PA system, environmental sensors, VaMS, multi-purpose kiosks etc. assets as per the project planned locations - T+7 months - 10% 20% of the contract value on pro rata basis 4. Commissioning of the ground level IT & Non IT assets which are installed previously - T+8 months - 10% of the contract value 5.Training of minimum 2 batches of trainees in each category of training modules - T+10 months - 10% 5% of the contract value 6.Pilot run of the project components & Go-Live and handing over the warranty certificates & licenses - T+12 months - 10% 5% of the contract value 7. Operations & Maintenance phase for a period of 60 months from the date of Go Live of the last solution - T1 + 60 Months - The balance 40% 20% payment shall be in equal quarterly instalments.

As per RFP

236. Volume III: Service level agreement 60. Pre Implementation SLA Page 51 of 82

Any delay in the delivery of the Project Deliverables (solely attributable to vendor) would attract a liquidated damage per week of 0.2% of the CAPEX of Contract / Request Order value per week for first 8 weeks and 0.3% per week for every subsequent week. If the liquidated damage reaches 10% of the total Contract value, Authority may invoke termination clause.

We request you to amend the clause as below: Any delay in the delivery of the Project Deliverables (solely attributable to vendor) would attract a liquidated damage per week of 0.2% of the CAPEX of Contract / Request Order undelivered portion of respective milestone value per week for first 8 weeks and 0.3% per week for every subsequent week. If the liquidated damage reaches 10% of the total Contract value, Authority may invoke termination clause.

As per RFP

Page 69: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 69

237. Volume III: Service level agreement Team Mobilization And Commencement of Work Page 53 of 82

Delay beyond 15 calendar days = 0.2%of the contract value Delay between 15 to 30 calendar days =0.5% of the contract value Delay beyond 30 days may lead to Termination of the Contract at the discretion of ASCL

We understand the completion of project is responsibility of bidder hence request you to amens the clause as below: delay beyond 15 calendar days = 0.2% 0.01% of the contract value Delay between 15 to 30 calendar days =0.5% 0.02% of the contract value Delay beyond 30 days may lead to Termination of the Contract at the discretion of ASCL

Refer Corrigendum No. 5

238. Volume I: Instructions to bidder Important Note: Page 44 of 132

In case the experience shown is that of the bidder’s parent / 100% own subsidiary /sister concern company, than the following additional documents are required Certificate signed by the Company Secretary/statutory Auditor/2 Board of Directors of the bidder certifying that the entity whose experience is shown is parent/100% own subsidiary /sister concern Company. Bidders are allowed to submit experience in terms of technical qualification of their holding (parent) company or 100% own subsidiary company or sister concern only. · a ‘holding company’, in relation to one or more other companies, means a company of which such companies are 100% own subsidiary companies; and · a ‘100% own subsidiary company’ in relation to any other company (that is to say the holding company), means a company in which the holding company— (a) controls the composition of the Board of Directors; or (b) exercises or controls more than one-half of the total share capital at its own 8. In case where the bidder is dependent upon the technical experience of the 100% own

We request you to consider 80% subsidiary and amend the clause as below in both Pre qualification & Technical evaluation In case the experience shown is that of the bidder’s parent / 100% 80% own subsidiary /sister concern company, than the following additional documents are required Certificate signed by the Company Secretary/statutory Auditor/2 Board of Directors of thebidder certifying that the entity whose experience is shown is parent/100% 80% own subsidiary /sister concern Company. Bidders are allowed to submit experience in terms of technical qualification of their holding (parent) company or 100% 80% own subsidiary company or sister concern only. · a ‘holding company’, in relation to one or more other companies, means a company of which such companies are 100% 80% own subsidiary companies; and · a ‘100% 80% own subsidiary company’ in relation to any other company (that is to say the holding company), means a company in which the holding company— (a) controls the composition of the Board of Directors; or (b) exercises or controls more than one-half of the total share capital at its own In case where the bidder is dependent upon the technical experience of the 100% 80% own subsidiary company or the parent company or the sister concern, with a view to ensure commitment and involvement of the parent/ 100% 80% own subsidiary /sister company for successful execution of the contract, the participating bidder

As per RFP

Page 70: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 70

subsidiary company or the parent company or the sister concern, with a view to ensure commitment and involvement of the parent/ 100% own subsidiary /sister company for successful execution of the contract, the participating bidder should enclose (i) an Agreement (as per format enclosed at Annexure 7 of this Volume) between the bidder and its parent / 100% own subsidiary

should enclose (i) an Agreement (as per format enclosed at Annexure 7 of this Volume) between the bidder and its parent / 100% 80% own subsidiary /Sister concern company for fulfilling the obligation and deployment of expert during implementation phase for the Track/Component for which the experience is being used and (ii) Guarantee (as per format enclosed at Annexure 8 of this Volume) from the parent/100% 80% own subsidiary /sister concern company in favour of ASCL.

239. Volume I: Instructions to bidder Important Note: Page 45 of 132

4. The proposed project will be considered for evaluation only if its scope covers following under the individual component: o Command & Control Center (CCC): Assignment in which CCC comprising of Control Room / Command and Control Room Software and Control, Management (Video wall) room, Operations room, Contact center/helpdesk are built.

We request you to amend the clause as below as many RFP uses their own terminologies for indicating the CCC components: 4. The proposed project will be considered for evaluation only if its scope covers following under the individual component: o Command & Control Center (CCC): Assignment in which CCC comprising of Control Room / Command and Control Room Software and Control, Management (Video wall/LED Display) room, Operations room or Contact center/helpdesk are built.

As per RFP

240. Volume I: Instructions to bidder 3.5 Pre-Qualification criteria Page 44 of 132

ICT components "The Bidder (any member in case of consortium) shall have successfully executed below mentioned projects with cumulative value of INR 150 crore in last five (5) years (excluding civil work): a) Data Center including Servers- Storage Infrastructure establishment (Min cut- off value of successfully executed cumulative projects in this segment is INR 10 Crores) b) Experience in installation of min.500 outdoor cameras (with 300 outdoor camera in a single project) (Min cut- off value of successfully executed cumulative projects in this segment is INR 20 Crores) c) ICCC/Command and control center (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores) d) Intelligent traffic management (Min cut- off

We request you to amend the clause as below to enable competitive participation: "The Bidder (any member in case of consortium) shall have successfully executed below mentioned projects with cumulative value of INR 150 crore in last five (5) years (excluding civil work): a) Data Center including Servers- Storage Infrastructure establishment (Min cut- off value of successfully executed cumulative projects in this segment is INR 10 Crores) b) Experience in installation of min.500 outdoor cameras (with 300 outdoor camera in a single project) (Min cut- off value of successfully executed cumulative projects in this segment is INR 20 Crores) c) ICCC/Command and control center (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores) d) Intelligent traffic management (Min cut- off value of successfully executed and cumulative value projects in this segment is INR 10 Crores) e) e-Municipality/ e-Governance / ERP project (Min cut- off value of successfully executed cumulative projects in this segment is INR 5

Refer Corrigendum No. 5

Page 71: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 71

value of successfully executed and cumulative value projects in this segment is INR 10 Crores) e) e-Municipality/ e-Governance project (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores) f) GIS solution & integration with smart solutions experience (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores)

Crores) f) GIS solution & integration with smart solutions experience (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores)

241. Volume I: Instructions to bidder 3.6.1. Technical Bid Evaluation Criteria Page 48 of 132

"The Bidder (any member in case of consortium) shall have successfully executed projects in last five (5) years. Each project should include any of the three(03) components from below list- 1. Variable Message Sign Board 2. ITMS including ANPR, RLVD/SVD 3. Emergency Call Box and PA System, Mobile App/Desktop Portal for Citizen Services, and Kiosk based government/citizen services 4. Adaptive Traffic Control System

We request you to amend the clause as below to enable competitive participation: "The Bidder (any member in case of consortium) shall have successfully executed projects in last five (5) years. Each project should include any of the three(03) components from below list- 1. Variable Message Sign Board 2. ITMS including ANPR or RLVD/SVD 3. Emergency Call Box 4.PA System 5. Mobile App/Desktop Portal for Citizen Services 6.Kiosk based government/citizen services 7. Adaptive Traffic Control System 8.Wi-Fi or Environmental Sensor

Refer Corrigendum No. 5

242. Volume I: Instructions to bidder B. Project Experience (40 Marks) Page 49 of 132

The Bidder (any member in case of consortium) shall have successfully executed minimum 500 outdoor CCTV surveillance systems or ANPR solution (with one project having minimum 300 outdoor cameras) during last five (5) years. Markings · Number of cameras implemented 901 & above = 5 marks · Number of cameras implemented 801 to 900 = 4 marks · Number of cameras implemented 701 to 800 = 3 marks · Number of cameras implemented 601 to 700 = 2 marks

We request you to amend the clause as below: We The Bidder (any member in case of consortium) shall have successfully executed minimum 1000 outdoor CCTV surveillance systems or ANPR solution (with one project having minimum 300 outdoor cameras) during last five (5) years. Markings · Number of cameras implemented 4000 & above = 10 marks · Number of cameras implemented 3000 to 4000 = 8 marks · Number of cameras implemented 2000 to 3000 = 6 marks · Number of cameras implemented 1500 to 2000 = 4 marks · Number of cameras implemented 1000 to 1500 = 2 marks

Refer Corrigendum No. 5

Page 72: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 72

· Number of cameras implemented 500 to 600 = 1 marks

243. Volume I: Instructions to bidder 3.6.1. Technical Bid Evaluation Criteria Page 50 of 132

e- Governance / e-Municipal services The Bidder (any member in case of consortium) shall have successfully implemented/ integrated minimum two (02) project related to e-governance which include at least one (01) ULB /e-municipal services (excluding CCTV system) and cumulative value of min INR 5 crores per project during last 5 years. · 08 or more projects:10 Marks · 05-07 Projects: 08 Marks · 03-04 Projects : 06 Marks · 02 Projects: 04 Marks

We request you to amend the clause as below: e- Governance / e-Municipal services / ERP The Bidder (any member in case of consortium) shall have successfully implemented/ integrated minimum two (02) project related to e-governance/ERP which include at least one (01) ULB /e-municipal services /private (excluding CCTV system) and cumulative value of min INR 5 crores per project during last 5 years. · 03-04 Projects: 05 Marks · 02-03 Projects : 03 Marks · 02 Projects: 01 Marks

Refer Corrigendum No. 5

244. Volume I: Instructions to bidder 3.6.1. Technical Bid Evaluation Criteria Page 50 of 132

The Bidder (any member in case of consortium) shall have demonstrable expertise & project implementation experience in integration of following smart features with a centralized system: GIS system/ smart parking/ Smart Street lighting/ environmental sensors/ ERP/ traffic enforcement system/ SCADA/ e-Challan/ Solid Waste Management/ Water Grid / smart education/Smart Classroom/ Digital library/solar/sewerage management/ Smart Health/smart pole/asset management during last five (5) years

We request you to amend the clause as below: The Bidder (any member in case of consortium) shall have demonstrable expertise & project implementation experience in integration of following smart features with a centralized system: GIS system/ smart parking/ Smart Street lighting/ environmental sensors/ ERP/ traffic enforcement system/ SCADA/ e-Challan/ Solid Waste Management/ Water Grid / smart education/Smart Classroom/ Digital library/solar/sewerage management/ Smart Health/smart pole/asset management/Wi-Fi Hotspots/Dial 100 during last five (5) years

Refer Corrigendum No. 5

245. Volume I: Instructions to bidder 3.6.1. Page 51 of 132

The Bidder (any member in case of consortium) shall have demonstrable expertise & project implementation experience of GIS platform and integration with minimum 01 (one) e-governance project .The cumulative value of project should be min five (5) crore

We request you to amend the clause as below to make this clause more competitive to GIS: The Bidder (any member in case of consortium) shall have demonstrable expertise & project implementation experience of GIS platform and integration with minimum 01 (one) e-governance project .The cumulative value of project should be min five (5) crore

Refer Corrigendum No. 5

246. Volume I: Instructions to bidder

B. Project Experience (40 Marks) B1. Experience in establishment and

We request you to amend the clause as below: B. Project Experience (40 Marks) B1. Experience in establishment and management of ICCC - 10 Marks

As per RFP

Page 73: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 73

3.6.1. Technical Bid Evaluation Criteria Page 47 of 132

management of ICCC - 10 Marks B2. Experience in implementation of ITMS - 5 Marks B3. CCTV surveillance system - 5 Marks B4. e- Governance / e-Municipal services - 10 Marks B5. Smart Solution Integration - 5 Marks B6. Experience on working with GIS Platform. - 5 Marks

B2. Experience in implementation of ITMS - 5 Marks B3. CCTV surveillance system - 10 Marks B4. e- Governance / e-Municipal services - 5 Marks B5. Smart Solution Integration - 5 Marks B6. Experience on working with GIS Platform. - 5 Marks

247. Volume I: Instructions to bidder D. Resource/Manpower Deployment( max 15 marks) Page 52 of 132

Project Manager a.Educational Qualification: • BE / B. Tech / MCA with 12 years of relevant experience b. Certification: • PMP Above 2 criteria are minimum requirements for the Project Manager. c. MBA/ M. Tech = 0.75 marks d. relevant Work experience of >=15 years of relevant experience = 0.75 marks e. Project/Program Project management experience in large system integration Project of value >= 100 crores = 0.75 marks f. Project/Program Project management experience in Smart City/ safe city implementation Project = 0.75 marks

We request you to amend the clause as below: Project Manager a.Educational Qualification: • BE / B. Tech / MCA or equivalent with 12 10 years of relevant experience b. Certification: • PMP or Prince 2 Above 2 criteria are minimum requirements for the Project Manager. c. MBA/ M. Tech / PGDMA or equivalent = 0.75 marks d. relevant Work experience of >=15 11 years of relevant experience = 0.75 marks e. Project/Program Project management experience in large system integration of Project value >= 100 crores = 0.75 marks f. Project/Program Project management experience in Smart City/ safe city implementation Project = 0.75 marks

As per RFP

248. Volume I: Instructions to bidder D. Resource/Manpower Deployment( max 15 marks)

Datacenter expert: a. Educational Qualification • BE / B. Tech in IT/computer Science with 10 years of relevant experience. Above Criteria is min. requirement for Data Center Expert. b. relevant Work experience of >= 12 years of experience = 0.5 marks c. Certification: • Any professional certification that relates to

We request you to amend the clause as below: Datacenter expert: a. Educational Qualification • BE / B. Tech or equivalent in IT/computer Science or equivalent with 10 8 years of relevant experience. Above Criteria is min. requirement for Data Center Expert. b. relevant Work experience of >= 12 8 years of experience = 0.5 marks c. Certification: • Any professional certification that relates to Cloud computing / DC-

Page 74: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 74

Page 53 of 132

Cloud computing / DC-DR, preferably CCNA, CCNP, DCDC(BICSI), CBCI, CBCP, etc. = 0.5 marks d. Datacenter / DR implementation Experience in ICT implementation Project of value > 20 crores = 1 mark

DR, preferably CCNA, CCNP, DCDC(BICSI), CBCI, CBCP, or equivalent etc. = 0.5 marks d. Datacenter / DR implementation Experience in ICT implementation Project of Project value > 20 crores = 1 mark

249. Volume I: Instructions to bidder D. Resource/Manpower Deployment( max 15 marks) Page 53 of 132

Command Center Expert a. Educational Qualification: • Bachelor’s Degree in Engineering with 10 years of relevant experience. Above Criteria is min. requirement for Command Center Expert. b. relevant Work experience of >= 12 years of experience = 0.5 marks c. Certification: • Any professional certification that relates to Enterprise Architectural solutions = 0.5 marks d. Work experience in designing/ maintaining of Command Center / Network Operating Centre Projects (with more than 10 years of relevant experience) = 1 mark

We request you to amend the clause as below: Command Center Expert a. Educational Qualification: • Bachelor’s Degree in Engineering or equivalent with 10 8 years of relevant experience. Above Criteria is min. requirement for Command Center Expert. b. relevant Work experience of >= 12 8 years of experience = 0.5 marks c. Certification: • Any professional certification that relates to Enterprise Architectural solutions = 0.5 marks d. Work experience in designing/ maintaining of Command Center / Network Operating Centre Projects (with more than 10 8 years of relevant experience) = 1 mark

As per RFP

250. Volume I: Instructions to bidder D. Resource/Manpower Deployment( max 15 marks) Page 54 of 132

ITMS & ATCS expert a. Educational Qualification: • Bachelor’s Degree in Engineering/MCA with 6 years of relevant experience. Above Criteria is min. requirement for ITMS and ATCS Expert. b. relevant Work experience of >= 8 years of experience = 0.25 marks c. Certification: Relevant certification in the field of ITMS & ATCS = 0.25 marks d. Work experience as ITMS & ATCS expert (with more than 6 years of relevant experience) of project more than 10 Cr = 0.50 marks

We request you to amend the clause as below: ITMS & ATCS expert a. Educational Qualification: • Bachelor’s Degree in Engineering/MCA or equivalent with 6 years of relevant experience. Above Criteria is min. requirement for ITMS and ATCS Expert. b. relevant Work experience of >= 8 6 years of experience = 0.25 marks c. Certification: Relevant certification in the field of ITMS & ATCS = 0.25 marks d. Work experience as ITMS & ATCS expert (with more than 6 years of relevant experience) of project more than 10 Cr = 0.50 marks

As per RFP

251. Volume I: Instructions to bidder D.

Surveillance Expert a. Educational Qualification: • Bachelor’s Degree in Engineering/MCA with 6 years of relevant experience.

We request you to amend the clause as below: Surveillance Expert a. Educational Qualification: • Bachelor’s Degree in Engineering/MCA or equivalent with 6 years of

As per RFP

Page 75: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 75

Resource/Manpower Deployment( max 15 marks) Page 54 of 132

Above Criteria is min. requirement for Surveillance Expert. b. relevant Work experience of >= 8 years of experience = 0.50 marks c. Work experience as Surveillance expert (with more than 6 years of relevant experience) of project more than 20 Cr. = 0.50 mark

relevant experience. Above Criteria is min. requirement for Surveillance Expert. b. relevant Work experience of >= 8 6 years of experience = 0.50 marks c. Work experience as Surveillance expert (with more than 6 years of relevant experience) of project more than 20 Cr. = 0.50 mark

252. Volume I: Instructions to bidder D. Resource/Manpower Deployment( max 15 marks) Page 55 of 132

IT expert a. Educational Qualification: • Bachelor’s Degree in Engineering/MCA with 6 years of relevant experience. Above Criteria is min. requirement for IT Expert. b. relevant Work experience of >= 8 years of experience = 0.5 marks c. Work experience as IT/ ICT application expert (with more than 6 years of relevant experience) of project more than 20 Cr.= 0.5 marks

We request you to amend the clause as below: IT expert a. Educational Qualification: • Bachelor’s Degree in Engineering/MCA or equivalent with 6 years of relevant experience. Above Criteria is min. requirement for IT Expert. b. relevant Work experience of >= 8 6 years of experience = 0.5 marks c. Work experience as IT/ ICT application expert (with more than 6 years of relevant experience) of project more than 20 Cr.= 0.5 marks

As per RFP

253. Volume I: Instructions to bidder D. Resource/Manpower Deployment( max 15 marks) Page 55 of 132

Network Expert a. Educational Qualification: • BE/ B.Tech/ MCA with minimum 6 years of relevant experience b. Certification: • Relevant certification Networks like CCNP, CCNA, etc. The above 2 criteria are min. requirements for Network Expert. c. Work experience of >= 8 years of experience = 0.5 marks d. Work experience as Network expert of project more than 20 Cr.= 0.5 marks

We request you to amend the clause as below: Network Expert a. Educational Qualification: • BE/ B.Tech/ MCA or equivalent with minimum 6 years of relevant experience b. Certification: • Relevant certification Networks like CCNP, CCNA, etc. The above 2 criteria are min. requirements for Network Expert. c. Work experience of >= 8 6 years of experience = 0.5 marks d. Work experience as Network expert of project more than 20 Cr.= 0.5 marks

As per RFP

254. Volume I: Instructions to bidder 3.13 Right to accept any Bid and

In the event of any assumptions, presumptions, key points of discussion, recommendation or any points of similar nature are submitted along with the Bid, Authority reserves the right to reject the Bid and forfeit the EMD.

As you are aware during pre-bid, the exact details regarding design and solutions shall not be available. Hence request you to delete this clause as bidder shall ensure full compliance to functional requirements and technical specifications. Kindly Confirm. In the event of any assumptions, presumptions, key points of discussion, recommendation or any points of similar nature are

As per RFP

Page 76: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 76

reject any or all Bids Page 61 of 132

submitted along with the Bid, Authority reserves the right to reject the Bid and forfeit the EMD.

255. Volume I: Instructions to bidder 2.15 Earnest Money Deposit (EMD) / Bid Security Page 32 of 132

10. The EMD may be forfeited: · If a Bidder withdraws their bid or increases their quoted prices during the period of bid validity or its extended period, if any; or

We understand that bidder can withdraw their bid in truthful means during negotiations, which shall not be a liability to the bidder. Hence request you to delete the clause. Kindly Confirm. · If a Bidder withdraws their bid or increases their quoted prices during the period of bid validity or its extended period, if any; or

As per RFP

256. Volume I: Instructions to bidder 3.6.2. Technical Demonstration of Proof of Concept during evaluation period Page 59 of 132

The Proof of Concept/ Technical Demonstration is to be presented by the named resources (Project Manager & Solution Architect) as mentioned in the section 3.6.3. Non-compliance to this will lead to deduction in marks allocated toward PoC/Technical Demonstration.

We understand that the PoC is the sole responsobility of the bidder, hence request you to amend the clause as below: The Proof of Concept/ Technical Demonstration is to be presented by the named resources (Project Manager & Solution Architect) as mentioned in the section 3.6.3 or PoC Lead or PoC Incharge. Non-compliance to this will lead to deduction in marks allocated toward PoC/Technical Demonstration.

Refer Corrigendum No. 5

257. Volume I: Instructions to bidder 3.5 Pre-Qualification criteria Page 43 of 132

As on date of submission of the proposal, the Bidder (all members of the consortium as applicable) shall not be blacklisted by any State/ Central Government Department or Central /State PSUs. /world bank. (check in blacklisting letter)

We request you to amend the clause as below: As on date of submission of the proposal, the Bidder(all members of the consortium as applicable) or any of its subsidaries shall not be blacklisted by any State/ Central Government Department or Central /State PSUs. /world bank. (check in blacklisting letter)

Refer Corrigendum No. 5

Page 77: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 77

258. Volume I: Instructions to bidder Annexure 1.2. Pre-Qualification Bid Cover Letter Page 43 of 132

We agree that you are not bound to accept any RFP response you may receive. We also agree that you reserve the right in absolute sense to reject all or any of the bids and also all or any of the products/ services specified in the RFP response.

We request you to amend the clause as below: We agree that you are not bound to accept any RFP response you may receive. We also agree that you reserve the right in absolute sense to reject all or any of the bids and also all or any of the products/ services specified in the RFP response if bidder fails to clarify the responses raised by the client.

As per RFP

259. Volume I: Instructions to bidder 2. Instructions to the Bidder Page 21 of 132

Bidder should submit the EMD in hard copy. The Financial bid should be submit only online. The Financial bid submitted in hard copy shall be treated as nonresponsive and eligible for rejection. The hard copy should be posted/couriered/given in person to the Tender Inviting Authority, within bid submission due date and time as indicated in the tender. Scanned copy of the instrument should be uploaded as part of the offer.

We understand that only EMD shall be submitted in Hard Copy and where as Pre-Qualification Bid, Technical Qualification Bid and Financial bid shall be submitted in Online only. Kindly Confirm.

As per RFP

260. Volume I: Instructions to bidder 2. Consortium of Firms Page 24 of 132

iv. The Lead Bidder shall have a minimum share of 51% in the Consortium and other Bidders shall have minimum of 20% share in the Consortium.

We request you to amend the clause as below : iv. The Lead Bidder shall have a minimum share of 70% in the Consortium and other Bidders shall have minimum of 10% share in the Consortium.

Refer Corrigendum no. 5

261. General General We request to add details below Events of defaults by Authority: 1) In the event, the Authority fails to make payment as per the Payment terms stated in this RFP, such a default will be considered as event of default by the Authority.

As Per RFP

262. General General In the event of termination of contract by the Authority, MSI will receive the following: a) All unpaid payments receivable which has been approved by the Authority

As Per RFP

Page 78: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 78

b) Payment of all temporary works that has not been stated in the scope of work in this RFP. c) Return of the PBG that has been submitted to the Authority. Kindly clarify.

263. Volume 2 2.3. Survey, Design Consideration for finalization of detailed technical architecture and project plan , Pg no: 38 of 366

13) Integration with e-Office solution: As a part of the e-Governance solution, the MSI should integrate the solution with the e-Office solution which would be used centrally by NNA/ASCL for all their file creation, movement & tracking

Please provide the existing brand of E-Office solution to check the compatibility

The implementation of eOffice in Government offices across UP is a mandate by Govt of UP under which the implementation is under progress. It is only after successful completion of eOffice implementation then the make & model can be shared.

264. Volume 2 Annexure B.51. Integrated Command & Control Centre Solution, Pg no: 302 of 366

39) Support Field Responder Mobile Apps Please provide the total count of field responders Details will be shared during project implementation

Page 79: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 79

265. Volume 1 3.6.1. Technical Bid Evaluation Criteria Pg no: 57 of 132

E. Demonstration of proof of Concept (20 marks) Bidders will be required to do the Demo / POC of a minimum of 10 use cases

Please let us know any specific use case to be a part of POC Details of the same would be shared with the Bidders qualifying the eligibility criteria

266. Volume 2 Annexure B.38. Adaptive Traffic Control System , Pg no: 252 of 366

Thermal camera shall be used for vehicle detection

Kindly change the requirement of Thermal cameras to normal vehicle detector camera for ATCS

As per RFP

267. Volume 1 Annexure B.38. Adaptive Traffic Control System , Pg no: 255 of 366

27. ATCS application should be capable of displaying live video from CCTV cameras that have been deployed for traffic surveillance. 29. The GUI shall have the following features: 4. Live video feed – The operators shall be able to see the live video feed from CCTV cameras that have been deployed for traffic surveillance.

Kindly explain the usecase. Already these cameras will be viewed in the VMS platform in CCC. Kindly clarify why live feed of CCTV camera is required in ATCS application

27. ATCS application should be capable of displaying live video from CCTV/ATCS lane detector / ANPR/ RLVD/ SVD cameras that have been deployed for traffic surveillance & management. 29. The GUI shall have the following features:

Page 80: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 80

4. Live video feed – The operators shall be able to see the live video feed from CCTV/ATCS lane detector / ANPR/ RLVD/ SVD cameras that have been deployed for traffic surveillance & Management."

268. Volume 1, Annexure 2.14.1. Proposed Bill of material for CAPEX Schedule A : Adaptive Traffic Control System (ATCS) Point 5 Pg no:. 99 of 132

Traffic Light Aspects – Red No.s 74 As per our review of the BoQ, according to the location list given in the RFP, the number of 3 arm junctions will be 7, 4 arm junctions will be 12 and one junction with 5 arm. On each junction we will need 2 Red lights per approach. Hence the total number of Red lights required would be as follows: 74 approaches * 2 = 148

Only one set of traffic lights are to be considered

269. Volume 1, Annexure 2.14.1. Proposed Bill of material for

Traffic Light Aspects – Amber No.s 74 As per our review of the BoQ, according to the location list given in the RFP, the number of 3 arm junctions will be 7, 4 arm junctions will be 12 and one junction with 5 arm. On each junction we will need 2 Amber lights per approach. Hence the total number of Amber lights required would be as follows:

Only one set of traffic lights are to be considered

Page 81: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 81

CAPEX Schedule A : Adaptive Traffic Control System (ATCS) Point 6 Pg no:. 99 of 132

74 approaches * 2 = 148

270. Volume 1, Annexure 2.14.1. Proposed Bill of material for CAPEX Schedule A : Adaptive Traffic Control System (ATCS) Point 7 Pg no:. 99 of 132

Traffic Light Aspects – Green No.s 206 As per our review of the BoQ, according to the location list given in the RFP, the number of 3 arm junctions will be 7, 4 arm junctions will be 12 and one junction with 5 arm. On each 3 arms junctions we will need 10 green lights per junction, on 4 arms junction we will need 20 green lights per junction and on 5 arm junction we will need 25 green lights in total. (assuming 2 sets of lights which is evident from the Pedestrian lamp heads – Stop & Walk Man BoQ). Hence the total number of green lights required would be as follows: 7*10 + 12*20 + 1*25 = 335

Only one set of traffic lights are to be considered

271. Volume 2, Annexure B.38 - Adaptive Traffic Control System Point 37 - Traffic signal aspect

Point 9. EN 12368 certified Request you to delete the clause Refer Corrigendum No. 5

Page 82: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 82

Pg no:. 259 of 366

272. Volume 2, Annexure B.38 - Adaptive Traffic Control System Point 38 - Countdown Timer Pg no:. 260 of 366

Point 6. EN 12966: Compliant Request you to delete the clause As per RFP

273. Volume 2 Annexure A.2. Locations for ITMS (ATCS, RLVD & supporting ANPR) assets , Pg no: 152 of 366

Annexure A.2. Locations for ITMS (ATCS, RLVD & supporting ANPR) assets

Kindly share the lane details of each locations to distribute ANPR Cameras

Refer Corrigendum No. 5

274. Volume 2 3.1.17. Data Centre (DC) and Disaster Recovery (DR) Centre, Pg no: 97 of 366

The Disaster Recovery Centre is a mirror image of all the application hosted at the data centre & will be 50% of the Compute and storage however the data of video feeds is to be available from 50% of cameras in case of Disaster.

As per the specification given, we understand that in DR video feeds is to be stored for 50% of the cameras for 15 days. Kindly confirm

All flagged data needs to be stored for 90 days

275. Volume 2 3.1.10. City Surveillance

Video Analytics – Functional Specifications Type of video analytics that shall be supported on identified cameras are:

1) Kindly clarify how many analytics to be considered for a single camera at a moment of time. 2) Kindly clarify in what % of fixed box cameras, VA analytics is to be

Refer corrigendum No.5

Page 83: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 83

, Pg no: 62 of 366

I. Attribute Based Search II. Loitering detection III. Improper Parking IV. Camera Tampering V. Abandoned objects detection VI. Tripwire/Intrusion VII. Motion in the zone, user-defined with any polyline VIII. Motion from one area to another

considered. 3) In how many cameras we need to consider Attribute based search analytics. This information is crucial since attribute based search requires separate license. Kindly clarify.

276. Volume 2 Annexure B.37. Drone, Pg no: 250 of 366

27.)Sensor Specifications Gimbal Mounted RGB Camera(s) o Optical 40+ Megapixel with digital zoom

Kindly clarify whether we need day and night vision in these camera Yes. Bidders needs to propose solutions that can work both day & night

277. Volume 2 Annexure B.37. Drone, Pg no: 250 of 366

The UAV should be capable for operation for minimum of 45 minutes without addition (external) payload and minimum 30 minutes with external payload in a single flight session with a single charge of the battery at its minimum required altitude of operation.

Kindly specify the altitude of operation Details will be shared during project implementation

278. Volume 2 Annexure B.37. Drone, Pg no: 250 of 366

General For how many days the video records is to be stored in Primary and secondary storage

All the camera feeds would be recorded in the Primary Storage for minimum 30 days on 25 FPS and full HD with H.264/265. MSI also needs to keep incident/flagged video data and non-video data (ANPR,

Page 84: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 84

RLVD, SVD, FRS, Incidents, e-Governance etc.) for 90 days in primary storage. In addition to that, MSI should also provision for additional 5% of space in primary storage. All incident/flagged video data and non-video data (ANPR, RLVD, SVD, FRS, and Incidents etc.) should be available on secondary storage for additional 90 days. MSI is expected to provision secondary storage for e-Governance related data for complete duration of contract

Page 85: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 85

including O&M phase.

279. Volume 2 Annexure B.25. Facial Recognition Solution, Pg no: 211 of 366

9.)The system should have ability to handle initial real-time watch list of 50,000 Faces (should be scalable to at least 1 Million faces) and 50 Camera Feeds simultaneously and generate face matching alerts

As per RFP BoQ, FRS is to be installed in 10 cameras. Hence 10 license is to be considered. As per the specifications given, FRS is to be considered in 50 cameras. Kindly confirm that FRS is required in 10 cameras.

FRS is to be installed in 10 cameras

280. Volume 2 3.1.17. Data Centre (DC) and Disaster Recovery (DR) Centre, Pg no: 97 of 366

22) Smart city infrastructure shall have built in redundancy and high availability in computing and storage to ensure that there is no single point of failure.

Kindly clarify whether N+N or N+1 HA is to be considered for servers within DC for all the applications

N+1 (where N=10)

281. Volume 2, Annexure B.29, Pg no:230 of 366

Variable message board: Minimum Requirements Kindly provide Technical Specifications of VMD As Per RFP

282. Volume 2, Annexure B.50, Pg no:285 of 366

Multifunctional Kiosk: Minimum Requirement Kindly provide Technical Specifications of Kiosk As per RFP

283. Volume 2, Annexure B.50, Pg no:285 of 366

Multifunctional Kiosk: Minimum Requirement Kindly clarify if the Multifunctional Kiosk will be Indoor or Outdoor? The kiosks will be indoor only

284. Volume 2, Annexure A, Pg no:149 of 366

Multifunctional Kiosk Please provide locations of Multifunctional Kiosks. Locations of the same would be finalized

Page 86: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 86

during the time of implementation by ASCL. However the locations for the same would be within city premises of ASCL

285. Volume 2, Annexure B.47. Outdoor Junction Box, Pg no:149 of 366

All the junction boxes shall be out door type with IP65 protection from rain, water. Provision for theft prevention. (Expected outdoor temperature 60 degree Celsius) Regulatory Standard Compliance: IP55 to EN60529/09.2000, ISO 9001, 14001, 18001 comply with EIA 310, DIN 41494 and IEC 297 standards. The system should not be an end of life / end of service product.

The two clauses contradict. Kindly confirm whether to consider IP 55 or IP 65 protection for Junction Box

IP65

286. Vol-I ,Sr No 4 Of Bid Important Dates Page No 6 & Sr 6 Of Page 20

Last date for submission of Bids Request to please accept the request for extention of Bid submission Date by 4 weeks after the pre Bid clarifications are uploaded and issued to all prospective bidders

Pleas refer Coerrigendum No.4 dated 24 Dec 18 (Timely refer the website for any updation regarding it)

287. VOL-I ,Cluase 2 Page 19

Method of Selection The method of selection is QCBS. The weightage given to the Technical and Financial scores will be 70% and 30% respectively. The Contract will award to the bidder scoring maximum marks in technical and financial evaluations as per the qualifying criteria.

Request to plase modify the QCBS weightag to 80; 20 instead of 70;30 please confirm .

Refer corrigendum No. 5

288. Bid Security / EMD

INR 2.9 Crore (INR 2,90,00,000/-) (Indian Rupees two Crores 90 Lakhs only)

Request to please confirm the acceptance of the EMD in the form of BG & oblige .

The bidder should also

Page 87: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 87

(Refundable) VOL-I Clause sr no 12 Page No 20

pay EMD of INR 2,90,00,000 (Rupees Three Crores Ninty Lakhs only) shall be in the form of NEFT/RTGS/Net Banking or Unconditional irrevocable Bank guarantee of any nationalized with validity of 180 days and 90 days of claim period in case of the Bank Guarantee.

289. Performance Bank Guarantee Clause Sr No 13 Pag 20

10% of Total Contract Value Request to please modify and confirm the acceptance of the PBG to the tune of 5% of the contract value in the form of Corporate Gurantee form issued by Board & oblige . Please also confirm the acceptance adjustment & conversion of EMD into PBG for the succsful bidder automatically.

10% of Total Contract Value

290. 1. Definition of Consortium, page 12 2. Consortium of Firms

1. The consortium consist of multiple members (not more than 3 parties including the lead bidder) entering into a Consortium Agreement for a common objective of satisfying the Authority’s requirements & represented by Lead Member of the consortium 2. Bids can be submitted by a consortium of

Please confirm the number of parties allowed to form a consortium - is it 2 or 3?

Refer Corrigendum No. 5

Page 88: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 88

VOL - I Clause 2 Page 24

firms. A consortium should not consist of more than 2 parties (including the Lead Bidder). ….

291. Consortium of Firms VOL - I Clause 2 (2) Page 24

Consortium members must provide a Joint Venture Agreement (JVA) covering above points and showing their intention to enter into such an Agreement at the time of Award of Contract.

It is our understanding that a consortium agreement/joint bidding agreement can be sumitted along with the bid (format given in Annexure 9). A Joint Venture Agreement is not mandatory in this case. Please confirm

As per RFP

292. VOL -I Page 27 Clause no 2.8 Right to amendment of the project scope & 2.24 Right to vary quantity Page 35

ASCL retains the right amend the scope of work or amend the program for service delivery at any time and without assigning any reason. ASCL makes no commitments, express or implied, that the full scope of work as described in this RFP will be commissioned

As the project schedule is based on RFP time schedule and resources planned as well as the price is also based on each memebr roles responsibility request, authority will restrict the deviation to the threshhold limit & put a cap of change in scope from unlimited to the tune of PLUS or MINUS (+ OR -) 10% of the contract value. In case of more variation the same will be considered as change in scope and will be compensated accordingly. Please consider and confrm the acceptance of the same .

As Per RFP

293. Vol- I Page 2.17 Firm Price Page 33

Prices quoted in the Bid must be firm and shall not be subject to any modifications, on any account whatsoever. The Bid Prices shall be indicated in Indian Rupees (INR) only. The Price Bid should clearly indicate the price quoted without any ambiguity whatsoever and should include all applicable taxes, duties, fees, levies, and other charges as may be applicable in relation to the activities proposed to be carried out. Should there be a change in applicable taxes, the actual taxes on the date of billing would prevail.

We presume that this means any changes in taxes , dutis Levies from the date of Bid submission during course of execution delivery implementation & O&M phase of the contract the actual impact due to changes will be reimbursed to the successful Bidder. Please confirm our undertsanding is correct and request to please confirm in clarification

As per RFP

294. Vol -I Page 69 Cluase Sr No e 4.14 Quality standards

The Bidder shall quote only one specific make and model from only one specific OEM, for each of the goods. Providing more than one option shall not be allowed. All goods quoted by the Bidder must be associated with item code and

We request you to considering Technology Driven Project and in the era of technology changing every now & then and frequently to get the maximum advantage of different technologies getting introduced in the world, the Biidder should be allowed to Bid with Multiple ( At least Three) OEM to leverage on different OEM Technologies

As per RFP

Page 89: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 89

and pre-eligibility OEM criteria

names and with printed literature describing configuration and functionality. Any deviation from the printed specifications should be clearly mentioned in the offer document by the Bidder.

strengths , their Technical , Financial & Management or Orders in Hand & Delivery capabilities ,position at the time of ordering by lead bidder or Consortium member . Request to please allow at least Three OEM for each products to choose for Best pirce & to avoid Monopolistic Pricing by preferred vendor in case of successful Bidder has only one vendor . Please ammend and confirm your acceptance and oblige .

295. VOL-II Clause 10 Page 38

GIS Solution & its Integration- MSI shall undertake deployment of a GIS solution platform and creation of various data layers. Additionally, MSI should undertake detail assessment for integration of the Smart Governance, Surveillance System and all other components commissioned as a part of scope of the project with the Geographical Information System (GIS). MSI is required to carry out the seamless integration to ensure ease of use of GIS in the Dashboards in Integrated Command & Control Centres. If this requires field survey, it needs to be done by MSI. If such a data is already available with city, it shall facilitate to provide the same. MSI should check the availability of such data and its suitability for the project. MSI is required to update GIS maps from time to time.

Request to please confirm in the interest of the projct whether GIS base map is available with ASCL. If yes what is the resolution of existing Map. Please confirm whether Door to Door property internal and external survey is expected in this projct and also if LIDAR or DRONE survey is needed and expected in this scope . Request to please confirm whether only above ground survey is expected or Underground utility survey is also expected and considered in Bidder scope of this project. Request to please issue clarification at this stage as the same may be needed for Property Tax, Automated Buiding Prmission , water connection sewrage connection etc activitis of ASCL.

ASCL will provide the available data of property tax in excel or other raw format , bidder has to collect the rest data and create the required layers.

296. VOL-II Clause 17 Page 41

All the software licenses that the MSI proposes shall be perpetual software licenses along with maintenance, upgrades and updates for the currency of the contract. The software licenses shall be on the name of ASCL and shall not be restricted based on location and ASCL shall have the flexibility to use the software licenses for other requirements if required.

Please provide the approximate number of users for ERP, E GOVERNANCE & different department employees who will use the software including but not limitd to no of Retired employee for Pension or other benifits where citizen interface is needed at each stage .

The total number of Aligarh Nagar Nigam Users are 1480 with 261 number of vacant posts. These users would be active users of the eGovernance solution. Apart

Page 90: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 90

from them, there would be citizens who would interact with Aligarh Nagar Nigam through the corporate web portal & the mobile app. The MSI is expected to undertake the sizing of the corporate web portal & mobile app accordingly

297. General Query

Solution Hosting Is it going to be cloud hosting or on premise? Is DC & DR availble for solution hosting? Do we have to give hardware sizing of solution?

The proposed solution would be hosted on the datacentre on premise. The locations for the same is mentioned in the RFP document as Lal Diggi Area near IG khan circle Aligarh. DC on premise has to be provisioned by the MSI as a project scope

Page 91: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 91

and DR on cloud as a service is also to be provisioned by the MSI as a part of project scope. The MSI has to size the required hardware & software for the solution and also provide the same as a part of the project scope.

298. General Query

Users How many departments/users are going to use the system? Please mention approx number of users?

The total number of Aligarh Nagar Nigam Users are 1480 with 261 number of vacant posts. These users would be active users of the eGovernance solution. Apart from them, there would be citizens who would

Page 92: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 92

interact with Aligarh Nagar Nigam through the corporate web portal & the mobile app. The MSI is expected to undertake the sizing of the corporate web portal & mobile app accordingly

299. General Query

Integration Please confirm all APIs for existing system integration shall be provided by authority

All the APIs for integration with the existing system would be provided by Authority

300. General Query

Document Storage Will the storage for the digitized document be given by authority? The storage space for storing digital documents is to provisioned by the MSI as a part of project scope of work

301. Volume -1, Section - 3.5 Pre-Qualification criteria, Page No. - 44-45

ICT components "The Bidder (any member in case of consortium) shall have successfully executed below mentioned projects with cumulative value of INR 150 crore in last five (5) years (excluding civil work): a) Data Center including Servers- Storage Infrastructure establishment (Min cut- off value of successfully executed cumulative projects in

We request the client to revise the criteria as below to increase participation: ICT components "The Bidder (any member in case of consortium) shall have successfully executed below mentioned projects with cumulative value of INR 150 crore in last Ten (10) years (excluding civil work): a) Data Center including Servers- Storage Infrastructure establishment (Min cut- off value of successfully executed cumulative projects in this segment is INR 10 Crores)

Refer Corrigendum No. 5

Page 93: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 93

this segment is INR 10 Crores) b) Experience in installation of min 500 outdoor cameras (with 300 outdoor camera in a single project) (Min cut- off value of successfully executed cumulative projects in this segment is INR 20 Crores) c) ICCC/Command and control center (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores) d) Intelligent traffic management (Min cut- off value of successfully executed and cumulative value projects in this segment is INR 10 Crores) e) e-Municipality/ e-Governance project (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores) f) GIS solution & integration with smart solutions experience (Min cutoff value of successfully executed cumulative projects in this segment is INR 5 Crores)

b) Experience in installation of min 500 outdoor cameras (with 300 outdoor camera in a single project) (Min cut- off value of successfully executed cumulative projects in this segment is INR 20 Crores) c) ICCC/Command and control center (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores) d) Intelligent traffic management (Min cut- off value of successfully executed and cumulative value projects in this segment is INR 10 Crores) e) e-Municipality/ e-Governance project (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores) f) GIS solution & integration with smart solutions experience (Min cutoff value of successfully executed cumulative projects in this segment is INR 5 Crores)

302. Volume -1, Section - B1 - Experience in establishment and management of ICCC, Page No. - 49

The Bidder (any member in case of consortium) shall have successfully executed projects in last five (5) years (excluding civil work): Each project should include any three(03) of following components from below list- 1) Data Center/ Data Recovery 2) Network/LAN/WAN with more than 50 locations 3) Command and control center and Security Operations Centre / Network Operation Centre 4) Laying of fiber network for min. 100 KMs. Marks shall be allotted as below: · Number of Projects 4 or more = 10 marks · Number of Projects 3 = 8 marks · Number of Projects 2 = 5 marks The cumulative value of project should not be less than 100 Cr.

We request the client to revise the criteria as below to increase participation: The Bidder (any member in case of consortium) shall have successfully executed projects in last Ten (10) years (excluding civil work): Each project should include any three(03) of following components from below list- 1) Data Center/ Data Recovery 2) Network/LAN/WAN with more than 50 locations 3) Command and control center and Security Operations Centre / Network Operation Centre 4) Laying of fiber network . Marks shall be allotted as below: · Number of Projects 3 or more = 10 marks · Number of Projects 2 = 8 marks · Number of Projects 1 = 5 marks The cumulative value of project should not be less than 50 Cr.

Refer Corrigendum No. 5

Page 94: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 94

303. Volume -1, Section - B2 - Experience in implementation of ITMS (Intelligent traffic management system), Page No. - 49 -50

"The Bidder (any member in case of consortium) shall have successfully executed projects in last five (5) years. Each project should include any of the three(03) components from below list- 1. Variable Message Sign Board 2. ITMS including ANPR, RLVD/SVD 3. Emergency Call Box and PA System, Mobile App/Desktop Portal for Citizen Services, and Kiosk based government/citizen services 4. Adaptive Traffic Control System Number of projects implemented. Marks will be allotted as follows: · No. of successfully executed projects 4 or more = 5 marks · No. of Successfully executed projects 3 = 3 Marks · No. of Successfully executed projects 2 = 1 Marks The cumulative value of project should not be less than INR 60 Cr and each project should be at least 10 Cr

We request the client to revise the criteria as below to increase participation: "The Bidder (any member in case of consortium) shall have successfully executed projects in last Ten (10) years. All shown projects should not belong to same category. Projects can be of one or more category mentioned below- 1. Variable Message Sign Board 2. ITMS including ANPR, RLVD/SVD 3. Emergency Call Box and PA System, 4.Mobile App/Desktop Portal for Citizen Services / Kiosk based government/citizen services 5. Adaptive Traffic Control System 6. Edge Analytics / IOT / AI 7. GSM/GPRS based Data Acquisition System Number of projects implemented. Marks will be allotted as follows: · No. of successfully executed projects 3 or more = 5 marks · No. of Successfully executed projects 2 = 3 Marks · No. of Successfully executed projects 1 = 1 Marks The cumulative value of project should not be less than INR 60 Cr and each project should be at least 5 Cr

Refer Corrigendum No. 5

304. Volume -1, Section - B3 - CCTV surveillance system, Page No. - 50

The Bidder (any member in case of consortium) shall have successfully executed minimum 500 outdoor CCTV surveillance systems or ANPR solution (with one project having minimum 300 outdoor cameras) during last five (5) years. Markings · Number of cameras implemented 901 & above = 5 marks · Number of cameras implemented 801 to 900 = 4 marks · Number of cameras implemented 701 to 800 = 3 marks · Number of cameras implemented 601 to 700 = 2 marks

We request the client to revise the criteria as below to increase participation: The Bidder (any member in case of consortium) shall have successfully executed minimum 500 outdoor CCTV surveillance systems or ANPR solution (with one project having minimum 300 outdoor cameras) during last Ten (10) years. Markings · Number of cameras implemented 901 & above = 5 marks · Number of cameras implemented 801 to 900 = 4 marks · Number of cameras implemented 701 to 800 = 3 marks · Number of cameras implemented 601 to 700 = 2 marks · Number of cameras implemented 500 to 600 = 1 marks

Refer Corrigendum No. 5

Page 95: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 95

· Number of cameras implemented 500 to 600 = 1 marks

305. Volume -1, Section - B4 - e- Governance / e-Municipal services, Page No. - 51

The Bidder (any member in case of consortium) shall have successfully implemented/ integrated minimum two (02) project related to e-governance which include at least one (01) ULB /e-municipal services (excluding CCTV system) and cumulative value of min INR 5 crores per project during last 5 years. · 08 or more projects: 10 Marks · 05-07 Projects: 08 Marks · 03-04 Projects : 06 Marks · 02 Projects: 04 Marks

We request the client to revise the criteria as below to increase participation: The Bidder (any member in case of consortium) shall have successfully implemented/ integrated minimum two (02) project related to e-governance which include at least one (01) ULB /e-municipal services (excluding CCTV system) and cumulative value of min INR 5 crores per project during last 10 years. · 08 or more projects: 10 Marks · 05-07 Projects: 08 Marks · 03-04 Projects : 06 Marks · 02 Projects: 04 Marks

Refer Corrigendum No. 5

306. Volume -1, Section - B5 - Smart Solution Integration, Page No. - 51

The Bidder (any member in case of consortium) shall have demonstrable expertise & project implementation experience in integration of following smart features with a centralized system: GIS system/ smart parking/ Smart Street lighting/ environmental sensors/ ERP/ traffic enforcement system/ SCADA/ e-Challan/ Solid Waste Management/ Water Grid / smart education/Smart Classroom/ Digital library/solar/sewerage management/ Smart Health/smart pole/asset management during last five (5) years Marking: · Integration of 10 or more smart features: 5 marks · Integration of 07 to 09 smart features: 3 marks · Integration of 04 to 06 smart features: 1 marks

We request the client to revise the criteria as below to increase participation: The Bidder (any member in case of consortium) shall have demonstrable expertise & project implementation experience in integration of following smart features with a centralized system: GIS system/ smart parking/ Smart Street lighting/ environmental sensors/ ERP/ traffic enforcement system/ SCADA/ e-Challan/ Solid Waste Management/ Water Grid / smart education/Smart Classroom/ Digital library/solar/sewerage management/ Smart Health/smart pole/asset management / Adaptive Traffic Control System / Variable Messaging Sign Boards / Emergency Call Box / Public Address System during last ten (10) years Marking: · Integration of 08 or more smart features: 5 marks · Integration of 05 to 07 smart features: 3 marks · Integration of 02 to 04 smart features: 1 marks

Refer Corrigendum No. 5

307. Volume -1, Section - B6 - Experience on working with GIS Platform.,

The Bidder (any member in case of consortium) shall have demonstrable expertise & project implementation experience of GIS platform and integration with minimum 01 (one) e-governance project .The cumulative value of project should be min five (5) crore

We request the client to revise the criteria as below to increase participation: The Bidder (any member in case of consortium) shall have demonstrable expertise & project implementation experience of GIS platform and integration with minimum 01 (one) e-governance project / smart city project / Traffic Management project. The cumulative

Refer Corrigendum No. 5

Page 96: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 96

Page No. - 52

· 3 or more project : 5 mark · 2 project: 3 mark · 1 project: 1 mark

value of project should be min five (5) crore · 3 or more project : 5 mark · 2 project: 3 mark · 1 project: 1 mark

308. Volume -2, 4.4 Electrical works and power supply, Page No. - 113

MSI shall directly interact with electricity board for provision of mains power supply at all desired locations for all the field level devices and data center and command center. MSI shall be responsible to submit the electricity bill including connection charge, meter charge, recurring charges etc. to the electricity board directly. No Re--imbursement will be done against electrical and water charges.

We request the client to Re-imburse the cost on actuals towards the initial and recurring expenses for electrical connections.

All electrical charges shall be borne by MSI only and such any charges are not re-imbursible

309. Volume -2, Annexure B.38. Adaptive Traffic Control System, Page No. - 252

Traffic detectors - Thermal camera shall be used for vehicle detection

We request the client to allow use of non-intrusive detection technology using video based detection, thermal camera based detection or radar based detection. There aren't many OEM's offering Thermal cameras with the required functionality and hence the OEM pricing is not competitive.

As per RFP

310. Volume -2, 5.14.2. Payment Schedule, Page No. - 144

Payment Schedule The project is CAPEX intensive and hence request for a supportive payment schedule

as per RFP

311. Vol-1, 3.5, Pre-Qualification Criteria, (1), Page 42

Document Proof: For Sole/Lead Bidder • Copy of Certificate of Incorporation / Registration under Companies Act 1956/2013 or any equivalent act • Memorandum and Articles of Association • GST Registration Certificate • Copy of purchase orders showing at least 10 years of operations or Certified true copy of

Please change to "copy of purchase orders showing at least 5 years of operations or Certified true copy of relevant extracts of balance sheet and PL statements for last 5 years".Eligibility criteria requires lead bidder to be in existence for last 5 years therefore document proof should also be asked for 5 years.

Refer Corrigendum No. 5

Page 97: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 97

relevant extracts of balance sheet and PL statements for last 10 years

312. Vol-1, 3.5, Pre-Qualification Criteria, (7), Page 44

ICT components "The Bidder (any member in case of consortium) shall have successfully executed below mentioned projects with cumulative value of INR 150 crore in last five (5) years (excluding civil work): a) Data Center including Servers- Storage Infrastructure establishment (Min cut-off value of successfully executed cumulative projects in this segment is INR 10 Crores) b) Experience in installation of min. 500 outdoor cameras (with 300 outdoor camera in a single project) (Min cut- off value of successfully executed cumulative projects in this segment is INR 20 Crores) c) ICCC/Command and control center (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores) d) Intelligent traffic management (Min cut- off value of successfully executed and cumulative value projects in this segment is INR 10 Crores) e) e-Municipality/ e-Governance project (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores) f) GIS solution & integration with smart solutions experience (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores)

Please change to "the Bidder (any member in case of consortium) shall have successfully executed any three of below mentioned projects with cumulative value of INR 150 crore in last five (5) years (excluding civil work): a) Data Center including Servers- Storage Infrastructure establishment (Min cut- off value of successfully executed cumulative projects in this segment is INR 10 Crores) b) Experience in installation of min. 500 outdoor cameras (with 300 outdoor camera in a single project) (Min cut- off value of successfully executed cumulative projects in this segment is INR 20 Crores) c) ICCC/Command and control center (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores) d) Intelligent traffic management (Min cut- off value of successfully executed and cumulative value projects in this segment is INR 10 Crores) e) e-Municipality/ e-Governance project (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores) f) GIS solution & integration with smart solutions experience (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores)

Refer Corrigendum No. 5

313. Vol-1, 3.6.1, Technical Evaluation Criteria, B1, 48

The Bidder (any member in case of consortium) shall have successfully executed projects in last five (5) years (excluding civil work): Each project should include any three(03) of following components from below list- 1) Data Center/ Data Recovery

Please explain if each project must cover any three components individually or projects covering less than three components will also be accepted such that overall experience in any three components is demonstrated in all the credentials submitted.

Refer Corrigendum No. 5

Page 98: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 98

2) Network/LAN/WAN with more than 50 locations 3) Command and control center and Security Operations Centre / Network Operation Centre 4) Laying of fiber network for min. 100 KMs. Marks shall be allotted as below: • Number of Projects 4 or more = 10 marks • Number of Projects 3 = 8 marks • Number of Projects 2 = 5 marks The cumulative value of project should not be less than 100 Cr.

314. Vol-1, 3.6.1, Technical Evaluation Criteria, B2, 48

"The Bidder (any member in case of consortium) shall have successfully executed projects in last five (5) years. Each project should include any of the three(03) components from below list- 1. Variable Message Sign Board 2. ITMS including ANPR, RLVD/SVD 3. Emergency Call Box and PA System, Mobile App/Desktop Portal for Citizen Services, and Kiosk based government/citizen services 4. Adaptive Traffic Control System Number of projects implemented. Marks will be allotted as follows: • No. of successfully executed projects 4 or more = 5 marks • No. of Successfully executed projects 3 = 3 Marks • No. of Successfully executed projects 2 = 1 Marks The cumulative value of project should not be less than INR 60 Cr and each project should be at least 10 Cr.

Please explain if each project must cover any three components individually or projects covering less than three components will also be accepted such that overall experience in any three components is demonstrated in all the credentials submitted.

Refer Corrigendum No. 5

315. Vol-1, 3.6.1, Technical Evaluation

The Bidder (any member in case of consortium) shall have demonstrable expertise & project implementation experience in integration of

The features are not exhaustive and 1 mark per fature should be there. Also these features need not be on a centralized system, Centralized System to be taken as one of the feature.

Refer Corrigendum No. 5

Page 99: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 99

Criteria, B5, 50

following smart features with a centralized system: GIS system/ smart parking/ Smart Street lighting/ environmental sensors/ ERP/ traffic enforcement system/ SCADA/ e-Challan/ Solid Waste Management/ Water Grid / smart education/Smart Classroom/ Digital library/solar/sewerage management/ Smart Health/smart pole/asset management during last five (5) years Marking: •Integration of 10 or more smart features: 5 marks • Integration of 07 to 09 smart features: 3 marks • Integration of 04 to 06 smart features: 1 mark

316. Vol-1, 3.6.1, Technical Evaluation Criteria, B6, 51

The Bidder (any member in case of consortium) shall have demonstrable expertise & project implementation experience of GIS platform and integration with minimum 01 (one) e-governance project .The cumulative value of project should be min five (5) crore • 3 or more project : 5 mark • 2 project: 3 mark • 1 project: 1 mark

Please explain if e-governance project must be considered individually or a project of e-governance with integration to GIS platform must be considered for marks evaluation.

Refer Corrigendum No. 5

317. Annexure B. 16 Web Application Firewall,183

Should have 4-10Gig ports and storage cpability of 2 TB proposed solution should have integrated Redundant power supply

2TB storage capacity is very higher side for WAF solution, As WAF will be integrate with centralized SIEM and Syslog server for incident and log management. 2TB inbuilt storage capacity will increase the overall sizing of WAF solution. Also request to increase the no of 10G port and dedicated OOB Management port as well. Request to change clause as "Should have 8x10Gig and 1x1Gig dedocated management ports and storage cpability of 500 GB proposed solution should have integrated Redundant power supply"

As per RFP

318. Annexure B. 11 Server Load Balancer,176

The proposed appliance should be multi-tenanted appliance and have capabilities to support multiple 3rd parties and open source independednt virtual instance of Network functions with dedicated Hardware resources for future requirements and scalability.

Need clarification on understanding of multiple 3rd parties and open source independednt virtual instance of Network functions with dedicated Hardware resources for future requirements and scalability? Request you to change clause as "The proposed appliance should be multi-tenanted appliance and have capabilities to support multiple modules like ADC, WAF, SSL VPN, DDoS and Web and mobile fraud

Refer Corrigendum No. 5

Page 100: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 100

protection module with dedicated Hardware resources for future requirements and scalability."

319. Annexure B. 11 Server Load Balancer,176

The appliance should have minimum 8x10G SFP+ interfaces from day one. Should have min. 32 GB RAM, 2TB Hard disk and capability to create up to 16 virtual Network domain from Day 1. Device to provide 20 Gbps throughput.

Request to add 40G port support on proposed solution from day 1 for future use. Also Server load Balancer will be integrate with centralized SIEM and Syslog server for incident and log management. 2TB inbuilt storage capacity will increase the overall sizing of Server Load Balancer solution. ALso wth 20 Gbps of through put 16 instances is higher side, as with 16 instances each instance will mnot be able to more than 1G of the throughput. Request to change clasue as "The appliance should have minimum 8x10G SFP+ interfaces and 4x40G QSF+ from day one. Should have min. 32 GB RAM, 400GB SSD Hard disk and capability to create up to 8 virtual Network domain from Day 1. Device to provide 60 Gbps throughput."

As Per RFP

320. Annexure B. 11 Server Load Balancer,176

Device to have capabilities to support ADC and SSL VPN as independent Network Function and not an integrated solution to ensure required performance. Should also provide machine authentication based on combination of HDD ID, CPU info and OS related parameters like mac address to provide secure access to corporate resources

Please clarify on the independent Network function meaning? Is department looking for running ADC and SSL VPN on server with any Hypervisor? And how integrated solution will impact the performance over? Request you to change clause as "Device to have capabilities to support ADC and SSL VPN as an integrated solution to ensure required performance. Should also provide machine authentication based on combination of HDD ID, CPU info and OS related parameters like mac address to provide secure access to corporate resources"

As per RFP

321. Annexure B. 11 Server Load Balancer,176

Should provide comprehensive and reliable support for high availability with Active -active & active standby unit redundancy mode. Should support both device level and VA level High Availability for individual Network Function.

Please clarify on the independent Network function meaning? Request to change clasue as "Should provide comprehensive and reliable support for high availability with Active -active & active standby unit redundancy mode. Should support both device level and VA level High Availability"

As per RFP

322. Annexure B. 12 Link Load Balancer,177

The Proposed device should be a dedicated purpose built Multi Tenanted device which can host multiple different virtual network functions. It should have capabilities to support 3rd party and open source independent virtual network functions with dedicated hardware resources for future requirements and scalability.

Please clarify on which can host multiple different virtual network functions? Why virtual network function is required on Link Load Balancer? Request to change clasue as "The Proposed device should be a dedicated purpose built device."

As per RFP

Page 101: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 101

323. Annexure B. 12 Link Load Balancer,177

The appliance should have minimum 8x10G SFP+ interfaces from day one. Should have built in 32 GB RAM, 2TB Hard disk to create virtual network functions and capability to create up to 16 virtual Network domain from Day 1. Device to provide minimum 20 Gbps throughput.

2TB storage capacity is very higher side for LLB solution, As LLB will be integrate with centralized SIEM and Syslog server for incident and log management. 2TB inbuilt storage capacity will increase the overall sizing of LLB solution. Why virtual network function is required on Link Load Balancer? Request you to change clause as "The appliance should have minimum 8x10G SFP+ interfaces from day one. Should have built in 32 GB RAM, 400GB Hard disk. Device to provide minimum 20 Gbps throughput."

Refer Corrigendum No. 5

324. Annexure B. 12 Link Load Balancer,177

Appliance should support for multiple internet links In Active-Active traffic balancing and active-standby failover mode for both inbound and outbound traffic using algorithms like round robin, weighted round robin, target proximity and dynamic detect. Appliance should also support WAN optimization with features of Network de-duplication, TCP Optimization with SSL based secure WAN to avoid the repeated content across the WAN and to ensure efficient utilization WAN bandwidth.

No ADC vendor provide WAN optimization solution except single OEM. Request you to dilute the WAN optimization solution from LLB specification so that there will be maximum participation of OEMs in BID. Request to change clause as "Appliance should support for multiple internet links In Active-Active traffic balancing and active-standby failover mode for both inbound and outbound traffic using algorithms like round robin, weighted round robin, target proximity and dynamic failover."

As per RFP

325. Annexure B. 12 Link Load Balancer,177

Should provide comprehensive and reliable support for high availability with Active -active & active standby unit redundancy mode. Should support both device level and VA level High Availability for individual Network Function.

Please clarify individual Network understanding? As per RFP

326. Annexure B. 12 Link Load Balancer,177

Should have capabilities to support independent Virtual Network Functions like WAN Optimization, DDoS etc.

No ADC vendor provide WAN optimization solution except single OEM. Request you to dilute the WAN optimization solution from LLB specification so that there will be maximum participation of OEMs in BID. Request to change clause as "Should have capabilities to support Virtual Functions like SSL VPN , DDoS etc."

As per RFP

327. CCTV surveillance system

The Bidder (any member in case of consortium) shall have successfully executed minimum 500 outdoor CCTV surveillance systems or ANPR solution (with one project having minimum 300 outdoor cameras) during last five (5) years. Markings · Number of cameras implemented 901 & above

The Bidder (any member in case of consortium) shall have successfully executing CCTV surveillance systems or ANPR solution during last five (5) years. Markings Executing one Project with 100 cameras = 5 marks Executing one Project with 50 cameras = 4 marks Executing one Project with 30 cameras = 3 marks

Refer Corrigendum No. 5

Page 102: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 102

= 5 marks · Number of cameras implemented 801 to 900 = 4 marks · Number of cameras implemented 701 to 800 = 3 marks · Number of cameras implemented 601 to 700 = 2 marks · Number of cameras implemented 500 to 600 = 1 marks

Executing one Project with 20 cameras = 2 marks Executing one Project with 10 cameras = 1 mark

328. Volume 1 Section : Definition (8)- Consortium Page No. 12 of 132

The consortium consist of multiple members (not more than 3 parties including the lead bidder) entering into a Consortium Agreement for a common objective of satisfying the Authority’s requirements & represented by Lead Member of the consortium

We request you to please consider below modification : The consortium consist of multiple members (not more than 3 4 parties including the lead bidder) entering into a Consortium Agreement for a common objective of satisfying the Authority’s requirements & represented by Lead Member of the consortium

Refer Corrigendum No. 5

329. Volume 1 Section : 2.3 (2) Consortium of Firms Page No. 24 of 132

Bids can be submitted by a consortium of firms. A consortium should not consist of more than 2 parties (including the Lead Bidder). One of the Firms would be designated as a "Lead Bidder". The Lead bidder and consortium partners shall be jointly and severally responsible for complete scope and ensuring the delivery of products and services mentioned in all volumes/Parts of this RFP. The list of Consortium Members needs to be declared in the bid which cannot be changed by the bidder later. Any change in the consortium member will need to be approved by Authority.

There is a mis match in the definition of Consortium mentioned on page no. 12 and page no. 24 of the RFP. Request you to please consider below modification: A consortium should not consist of more than 2 4 parties (including the Lead Bidder).

Refer Corrigendum No. 5

330. Volume 1 Section : 3.5 Pre- Qualificatio

Company Profile The Sole/ Lead Bidder (in case of Consortium) shall be in operations for a period of at least five (5) years as on published date of RFP.

Request you to please consider below modification: Maximum two (2) three (3) numbers of consortium members

Refer Corrigendum No. 5

Page 103: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 103

n Criteria (1)- Company Profile Page No. 41 of 132

In case of a Consortium, in addition, each member other than Lead Bidder shall be in operations for a period of at least three (3) years as on published date of RFP. Maximum two (2) numbers of consortium members excluding the Prime Bidder will be considered. (Lead member + 2 consortium Partners).

excluding the Prime Bidder will be considered. (Lead member + 2 3 consortium Partners).

331. Volume 1 Section : 3.5 Pre- Qualification Criteria (2)- Company Financial Profile Page No. 42 of 132

Company Financial Profile The Bidder/Consortium shall have an average annual turnover of INR 500 Crores over the last three (3) consecutive Financial Years and this is to be derived only from ICT/IT Infrastructure/System, Integration Services/ IT, ITES, e Governance services projects. If the bidder has different divisions then the turnover only should be derived from ICT/IT Infrastructure/System, Integration Services/ IT, ITES, e Governance services division. In case of Consortium, at least 60% of the turnover criteria shall be met by the Lead Bidder and the remaining may be fulfilled by the other Consortium partners.

Request you to please consider below modification: The Bidder/Consortium shall have an average annual turnover of INR 500 Crores over the last three (3) consecutive Financial Years. In case of Consortium, at least 60% of the turnover criteria shall be met by the Lead Bidder and the remaining can be fulfilled by the other Consortium partners. (Lead member or Consortium members must have experience into one of the following specific business areas: ICT/IT Infrastructure/System, Integration Services/ IT, ITES, e Governance services)

Refer Corrigendum No. 5

332. Volume 1 Section : 3.5 Pre- Qualification Criteria (7)- ICT Components

"The Bidder (any member in case of consortium) shall have successfully executed below mentioned projects with cumulative value of INR 150 crore in last five (5) years (excluding civil work): a) Data Center including Servers- Storage Infrastructure establishment (Min cut- off value of successfully executed cumulative projects in this segment is INR 10 Crores) b)

Request you to please consider below modification: "The Bidder (any member in case of consortium) shall have successfully executed in any four below mentioned projects with cumulative value of INR 150 50 crore in last five (5) years (excluding civil work): a) Data Center including Servers- Storage Infrastructure establishment (Min cut- off value of successfully executed cumulative projects in this segment is INR 10 Crores)

Refer Corrigendum No. 5

Page 104: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 104

Page No. 43 of 132

Experience in installation of min. 500 outdoor cameras (with 300 outdoor camera in a single project) (Min cut- off value of successfully executed cumulative projects in this segment is INR 20 Crores) c) ICCC/Command and control center (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores) d) Intelligent traffic management (Min cut- off value of successfully executed and cumulative value projects in this segment is INR 10 Crores) e) e-Municipality/ e-Governance project (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores) f) GIS solution & integration with smart solutions experience (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores)

b) Experience in installation of min. 500 outdoor cameras (with 300 outdoor camera in a single project) (Min cut- off value of successfully executed cumulative projects in this segment is INR 20 Crores) c) ICCC/Command and control center (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 10 Crores) d) Intelligent traffic management (Min cut- off value of successfully executed and cumulative value projects in this segment is INR 10 Crores) e) e-Municipality/ e-Governance project (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores) f) GIS solution & integration with smart solutions experience (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 10 Crores)

333. Volume 1 Section : 3.6 Technical Bid Evaluation Criteria - A1 Annual Turnover Page No. 46 of 132

Average annual turnover from “Specific Business Areas” as mentioned below in Note under column “Required Supporting documents” for Sole bidder or Lead bidder (in case of consortium) and consortium partners over the last three (3) Financial years. Out of total value of turnover; at least 60% should be from the lead bidder In case of sole bidder 100% turnover to be from sole bidder. Marks shall be allotted as given below: · More than RS. 901 Cr. = 06 marks · More than RS. 701 Cr. – RS. 900 Cr.= 04 marks · More than RS. 500 Cr. – RS. 700 Cr.=02 marks · Less than 500 cr. Not eligible to bid

Request you to please consider below modification: Average annual turnover from “Specific Business Areas” as mentioned below in Note under column “Required Supporting documents” for Sole bidder or Lead bidder (in case of consortium) and consortium partners over the last three (3) Financial years. Out of total value of turnover; at least 60% should be from the lead bidder In case of sole bidder 100% turnover to be from sole bidder. Marks shall be allotted as given below: · More than RS. 901 Cr. = 06 marks · More than RS. 701 Cr. – RS. 900 Cr.= 04 marks · More than RS. 500 Cr. – RS. 700 Cr.=02 marks · Less than 500 cr. Not eligible to bid

Refer Corrigendum No. 5

Page 105: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 105

334. Volume 1 Section : 3.6 Technical Bid Evaluation Criteria - B1 Experience in establishment and management of ICCC(Integrated command and control center) Page No. 48 of 132

The Bidder (any member in case of consortium) shall have successfully executed projects in last five (5) years (excluding civil work): Each project should include any three(03) of following components from below list- 1) Data Center/ Data Recovery 2) Network/LAN/WAN with more than 50 locations 3) Command and control center and Security Operations Centre / Network Operation Centre 4) Laying of fiber network for min. 100 KMs. Marks shall be allotted as below: · Number of Projects 4 or more = 10 marks · Number of Projects 3 = 8 marks · Number of Projects 2 = 5 marks The cumulative value of project should not be less than 100 Cr.

Request you to please consider below modification: The Bidder (any member in case of consortium) shall have successfully executed projects in last five (5) years (excluding civil work): Each project should include any three(03) of following components from below list- 1) Data Center/ Data Recovery 2) Network/LAN/WAN with more than 50 locations 3) Command and control center and Security Operations Centre / Network Operation Centre 4) Laying of fiber network for min. 100 KMs. Marks shall be allotted as below: · Number of Projects 4 or more = 10 marks · Number of Projects 3 = 8 marks · Number of Projects 2 = 5 marks The cumulative value of project should not be less than 100 Cr.

Refer Corrigendum No. 5

335. Volume 1 Section : 3.6 Technical Bid Evaluation Criteria - B2 - Experience in implementation of ITMS (Intelligent traffic management system) Page No. 48 of 132

"The Bidder (any member in case of consortium) shall have successfully executed projects in last five (5) years. Each project should include any of the three(03) components from below list- 1. Variable Message Sign Board 2. ITMS including ANPR, RLVD/SVD 3. Emergency Call Box and PA System, Mobile App/Desktop Portal for Citizen Services, and Kiosk based government/citizen services 4. Adaptive Traffic Control System Number of projects implemented. Marks will be allotted as follows: · No. of successfully executed projects 4 or more = 5 marks · No. of Successfully executed projects 3 = 3 Marks · No. of Successfully executed projects 2 = 1

Request you to please consider below modification: "The Bidder (any member in case of consortium) shall have successfully executed projects in last five (5) years. Each project should include any of the three(03) components from below list- 1. Variable Message Sign Board 2. ITMS including ANPR, RLVD/SVD 3. Emergency Call Box 4. PA System, 5. Mobile App/Desktop Portal for Citizen Services, and Kiosk based government/citizen services 6 . Adaptive Traffic Control System Number of projects implemented/ Ongoing . Marks will be allotted as follows: · No. of successfully executed projects 4 or more = 5 marks · No. of Successfully executed projects 3 = 3 Marks · No. of Successfully executed projects 2 = 1 Marks

Refer Corrigendum No. 5

Page 106: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 106

Marks The cumulative value of project should not be less than INR 60 Cr and each project should be at least 10 Cr.

The cumulative value of project should not be less than INR 60 Cr and each project should be at least 10 Cr.

336. Volume 1 Section : 3.6 Technical Bid Evaluation Criteria - B3 - CCTV Surveillance system Page No. 49 of 132

The Bidder (any member in case of consortium) shall have successfully executed minimum 500 outdoor CCTV surveillance systems or ANPR solution (with one project having minimum 300 outdoor cameras) during last five (5) years. Markings · Number of cameras implemented 901 & above = 5 marks · Number of cameras implemented 801 to 900 = 4 marks · Number of cameras implemented 701 to 800 = 3 marks · Number of cameras implemented 601 to 700 = 2 marks · Number of cameras implemented 500 to 600 = 1 marks

Request you to please consider below modification: The Bidder (any member in case of consortium) shall have successfully executed at least one (1) project related to implementation,integration and support of Surveillance including Surveillance of City /Airport /Metro Rail project having a minimum value of INR 10 Crores per project during last seven (7) years. Marks shall be allotted as below: 1) 3 Projects : 5 Marks 2) 2 Projects : 3 Marks 3) 1 Project : 1 Mark Less than 1 Project – No marks

Refer Corrigendum No. 5

337. Volume 1 Section : 3.6 Technical Bid Evaluation Criteria - B4 - e-Governance / e-Municipal Services Page No. 50 of 132

The Bidder (any member in case of consortium) shall have successfully implemented/ integrated minimum two (02) project related to e-governance which include at least one (01) ULB /e-municipal services (excluding CCTV system) and cumulative value of min INR 5 crores per project during last 5 years. · 08 or more projects:10 Marks · 05-07 Projects: 08 Marks · 03-04 Projects : 06 Marks · 02 Projects: 04 Marks

Request you to please consider below modification: The Bidder (any member in case of consortium) shall have successfully implemented/ integrated minimum two (02) project related to e-governance which include at least one (01) ULB /e-municipal services for delivering government services, exchange of information communication transactions, integration various stand-one systems and services between Government-to-Citizens (G2C), Government-to-Business(G2B),Government-to-Government (G2G) Govt. back office processes) applications (excluding CCTV system) and cumulative value of min INR 5 crores per project during last 5 years. · 08 05 or more projects:10 Marks · 05-07 06 Projects: 08 Marks · 03-04 Projects : 06 Marks · 02 Projects: 04 Marks

Refer Corrigendum No. 5

Page 107: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 107

338. Volume 1 Section : 3.6 Technical Bid Evaluation Criteria - B5 - Smart Solution Integration Page No. 50 of 132

The Bidder (any member in case of consortium) shall have demonstrable expertise & project implementation experience in integration of following smart features with a centralized system: GIS system/ smart parking/ Smart Street lighting/ environmental sensors/ ERP/ traffic enforcement system/ SCADA/ e-Challan/ Solid Waste Management/ Water Grid / smart education/Smart Classroom/ Digital library/solar/sewerage management/ Smart Health/smart pole/asset management during last five (5) years Marking: · Integration of 10 or more smart features: 5 marks · Integration of 07 to 09 smart features: 3 marks · Integration of 04 to 06 smart features: 1 mark

Request you to please consider below modification: The Bidder (any member in case of consortium) shall have demonstrable expertise & project implementation experience in integration of following smart features with a centralized system: GIS system/ smart parking/ Smart Street lighting/ environmental sensors/ ERP/ traffic enforcement system/ SCADA/ e-Challan/ Solid Waste Management/ Water Grid / smart education/Smart Classroom/ Digital library/solar/sewerage management/ Smart Health/smart pole/asset management during last five (5) years Marking: • 4 projects or more = 10 marks • 3 Projects = 6 marks • 2 projects =3 marks Less than 2 Projects – No marks

Refer Corrigendum No. 5

339. Volume 1 Section : 3.6 Technical Bid Evaluation Criteria - B6 - Experience on working with GIS Platform Page No. 51 of 132

The Bidder (any member in case of consortium) shall have demonstrable expertise & project implementation experience of GIS platform and integration with minimum 01 (one) e-governance project .The cumulative value of project should be min five (5) crore · 3 or more project : 5 mark · 2 project: 3 mark · 1 project: 1 mark

Request you toplease delete this criteria. Egovernance project experience is already covered in criteria B4.

As per RFP

340. Volume 2: Section 5.14.2 Payment Schedule

Submission & approval of the following documents by ASCL· Detailed Survey Report including infrastructure assessment, phase wise location distribution, hardware deployment plans etc. · Detailed Project Plan including

Submission & approval of the following documents by ASCL · Detailed Survey Report including infrastructure assessment, phase wise location distribution, hardware deployment plans etc. · Detailed Project Plan including Operations management, Contract

As per RFP

Page 108: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 108

Page No. 145 to 148 of 366

Operations management, Contract management, Risk management, Information Security and Business Continuity · Detailed plan for installation of ground level assets required for the ITMS & Surveillance solution components · Detailed plan to map the various processes for automation and development of the SRS document · Detailed plan for laying of fiber network connecting all the junctions as per locations mentioned in the RFP · Data Design requirements reports for business plan, which will include data segregation strategy, data regulation planning, data lifecycle management strategy etc. · Mobilization of team proposed for the

management, Risk management, Information Security and Business Continuity · Detailed plan for installation of ground level assets required for the ITMS & Surveillance solution components · Detailed plan to map the various processes for automation and development of the SRS document · Detailed plan for laying of fiber network connecting all the junctions as per locations mentioned in the RFP · Data Design requirements reports for business plan, which will include data segregation strategy, data regulation planning, data lifecycle management strategy etc. · Mobilization of team proposed for the

341. Supply of IT & Non IT assets which are proposed by the MSI as part of the project (as per the BOM & BOQ filled by the MSI during the time of bidding)

Supply of IT & Non IT assets which are proposed by the MSI as part of the project (as per the BOM & BOQ filled by the MSI during the time of bidding)

As per RFP

342. · Installation of the IT & non-IT including ITMS, Surveillance, PA system, environmental sensors, VaMS, multi-purpose kiosks etc. assets as per the project planned locations · Undertaking all the ICCC related activity to make the site ready as per the terms & conditions mentioned in the RFP · Installation of the DC components along with security & datacentre components and the connectivity with the DR site · Installation of the fiber network which includes trenching, laying of fiber, installation of active & passive components, creation junctions & POPs · Installation of all the software components

· Installation of the IT & non-IT including ITMS, Surveillance, PA system, environmental sensors, VaMS, multi-purpose kiosks etc. assets as per the project planned locations · Undertaking all the ICCC related activity to make the site ready as per the terms & conditions mentioned in the RFP · Installation of the DC components along with security & datacentre components and the connectivity with the DR site · Installation of the fiber network which includes trenching, laying of fiber, installation of active & passive components, creation junctions & POPs · Installation of all the software components including database, e-Gov platform, GIS platform etc. proposed as a part of the RFP scope of work 10% 20% of the contract value

As per RFP

Page 109: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 109

including database, e-Gov platform, GIS platform etc. proposed as a part of the RFP scope of work

343. · Commissioning of the ground level IT & Non IT assets which are installed previously · Commissioning of the DC & DR Site with all the security & data redundancy features as mentioned in the RFP · Commissioning of the fiber network · Commissioning of the require software codes/ changes to incorporate the approved process flows for process automation · Commissioning of the software solutions like e-Gov platform, GIS solution, · Integration of the ICCC solution with the various solution components · Commissioning of the software components like e-Gov solution, GIS solution, integrated services with ICCC, and Integration of different services with the ICCC application stack as defined in the project scope in the RFP · Finalization of the test environment to test the process flows · Undertaking the UAT & FAT testing of all the components installed/commissioned by the MSI as a part of the project

· Commissioning of the ground level IT & Non IT assets which are installed previously · Commissioning of the DC & DR Site with all the security & data redundancy features as mentioned in the RFP · Commissioning of the fiber network · Commissioning of the require software codes/ changes to incorporate the approved process flows for process automation · Commissioning of the software solutions like e-Gov platform, GIS solution, · Integration of the ICCC solution with the various solution components · Commissioning of the software components like e-Gov solution, GIS solution, integrated services with ICCC, and Integration of different services with the ICCC application stack as defined in the project scope in the RFP · Finalization of the test environment to test the process flows · Undertaking the UAT & FAT testing of all the components installed/commissioned by the MSI as a part of the project 10% of the contract value

As per RFP

Page 110: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 110

344. · Training of minimum 2 batches of trainees in each category of training modules · UAT & FAT testing of solution components

· Training of minimum 2 batches of trainees in each category of training modules · UAT & FAT testing of solution components 10% 5% of the contract value

As per RFP

345. Pilot run of the project components & Go-Live and handing over the warranty certificates & licenses

Pilot run of the project components & Go-Live and handing over the warranty certificates & licenses 10% 5% of the contract value

As per RFP

346. Operations & Maintenance phase for a period of 60 months from the date of Go Live of the last solution

Operations & Maintenance phase for a period of 60 months from the date of Go Live of the last solution The balance 40% 20% payment shall be in equal quarterly instalments. (Equally distributed on a quarterly basis). For violations, penalty as defined in the RFP would be levied on the MSI on a quarterly basis. Any quarterly payment would be made to the MSI after deducting the required penalty for the concerned

As per RFP

347. Volume-II, Annexure B.11. Server Load Balancer, Page no. 176, Clause no. 1

The proposed appliance should be multi-tenanted appliance and have capabilities to support multiple 3rd parties and open source independent virtual instance of Network functions with dedicated Hardware resources for future requirements and scalability.

We understand that the clause requires that the same appliance has the capability to install and run open source and third party softwares, However, The clause does not clearly specify the same and may lead to assumptions. We request you to change the clause to "The proposed appliance should be multi-tenanted appliance and have capability to install and run third-party and open source independent virtual instance of Network functions on the same appliance with dedicated Hardware resources for future requirements and scalability."

Refer Corrigendum No. 5

Page 111: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 111

348. Volume-II, Annexure B.11. Server Load Balancer, Page no. 176, Clause no. 2

The appliance should have minimum 8 x10G SFP+ interfaces from day one. Should have min. 32 GB RAM, 2 TB Hard disk and capability to create up to 16 virtual Network functions from Day 1. Device to provide 20 Gbps throughput.

The SLB should at least support the same throughput as the NGFW as mentioned in the Specifications. Ideally, for hosting 16 Virtual Network functions, a recommended 4 TB storage is needed. Also, The RAM asked is 32 GB and the number of instances supported is 16 which results in only 2 GB RAM per Instance. For majority of major network functions, 4 GB RAM is the minimum criteria. Also, since majority of the SSL traffic is terminated on the Server Load Balancer, sizing the device according to the SSL and ECC TPS is critical. Hence, we request to modify the clause to "The appliance should have minimum 8 x10G SFP+ and 2x40GE QSFP+ interfaces from day one. Should have min. 64 GB RAM, 4 TB Hard disk and capability to create up to 16 virtual Network functions from Day 1. Device to provide minimum 50 Gbps throughput from Day 1 scalable to 80 Gbps (on the same hardware). The appliance should support a minimum SSL TPS (RSA 2K) of 50,000 and ECC TPS (ECDSA P256) of 35,000 from Day 1"

Refer Corrigendum No. 5

349. Volume-II, Annexure B.11. Server Load Balancer, Page no. 176, Clause no. 3

The appliance should provide application delivery controllers with features like round robin, weighted round robin, least connection, Persistent IP, Hash IP, Hash Cookie, consistent hash IP, shortest response, proximity, SNMP, SIP session ID, hash header etc. and support for policy nesting at layer7 and layer4, should also have Script based functions support for content inspection, traffic matching and monitoring of HTTP, SOAP, XML, diameter, generic TCP, TCPS. Load balancer should support policies to customize new features in addition to existing feature/functions of load balancer

In addition to the mentioned functionalities, Caching and Webagent functionalities are important to have in a next-generation ADC appliance. Hence, we recommend to change the clause to "The appliance should provide application delivery controllers with features like round robin, weighted round robin, least connection, Persistent IP, Hash IP, Hash Cookie, consistent hash IP, shortest response, proximity, SNMP, SIP session ID, hash header etc. and support for policy nesting at layer7 and layer4, should also have Script based functions support for content inspection, traffic matching and monitoring of HTTP, SOAP, XML, diameter, generic TCP, TCPS. Load balancer should support policies to customize new features in addition to existing feature/functions of load balancer. The Appliance should also support acting as a Webagent service to implement explicit Forward proxy mode and to perform DNS Caching"

The bidder is free to propose any product with better or higher specifications as mentioned in the minimum technical specifications of Vol 2 of RFP.

350. Volume-II, Annexure B.11. Server Load Balancer, Page no.

Should provide comprehensive and reliable support for high availability with Active- active & active standby unit redundancy mode. Should support both device level and VA level High availability for individual Network Function.

Along with the mentioned requirements, it should be ensured that the High Availability uses Industry standard protocol to ease troubleshooting and simplify the deployment process. Hence, we recommend to change the clause to "Should provide comprehensive and reliable support for high availability with Active- active & active standby unit redundancy mode. The HA/Clustering should be done using Standard VRRP (RFC 2338) and

The bidder is free to propose any product with better or higher specifications

Page 112: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 112

176, Clause no. 6

Should support both device level and VA level High availability for individual Network Function. The solution should also support N+1 model of High availability with support for up to 32 Nodes in a single cluster"

as mentioned in the minimum technical specifications of Vol 2 of RFP.

351. Volume-II, Annexure B.12. Link Load Balancer, Page no. 177, Clause no. 1

The proposed device should be a dedicated purpose built Multi-tenanted device which can host multiple different virtual network functions. It should have capabilities to support 3rd party and open source independent virtual network functions with dedicated Hardware resources for future requirements and scalability.

We understand that the clause requires that the same appliance has the capability to install and run open source and third party softwares, However, The clause does not clearly specify the same and may lead to assumptions. We request you to change the clause to "The proposed appliance should be multi-tenanted appliance and have capability to install and run third-party and open source independent virtual instance of Network functions on the same appliance with dedicated Hardware resources for future requirements and scalability."

Refer Corrigendum No. 5

352. Volume-II, Annexure B.12. Link Load Balancer, Page no. 177, Clause no. 2

The appliance should have minimum 8 x10G SFP+ interfaces from day one. Should have built in 32 GB RAM, 2 TB Hard disk to create virtual network functions and capability to create up to 16 virtual Network functions from Day 1. Device to provide minimum 20 Gbps throughput.

The Link Load balancer should at least support the same throughput as the NGFW as mentioned in the Specifications. Ideally, for hosting 16 Virtual Network functions, a recommended 4 TB storage is needed. The RAM asked is 32 GB and the number of instances supported is 16 which results in only 2 GB RAM per Instance. For majority of major network functions, 4 GB RAM is the minimum criteria. To ensure smooth integration and easy deployment and troubleshooting, it is recommended that the SLB and LLB are from the same OEM. Hence, we request to modify the clause to "The appliance should have minimum 8 x10G SFP+ and 2x40GE QSFP+ interfaces from day one. Should have min. 64 GB RAM, 4 TB Hard disk and capability to host up to 16 virtual Network functions from Day 1. Device to provide minimum 50 Gbps throughput from Day 1 scalable to 80 Gbps (on the same hardware). The Link Load balancer and Server Load Balancer should be from the same OEM for better interoperability and ease of deployment."

The bidder is free to propose any product with better or higher specifications as mentioned in the minimum technical specifications of Vol 2 of RFP.

353. Volume-II, Annexure B.12. Link Load Balancer, Page no.

Appliance should Support for multiple internet links in Active-Active traffic balancing and active-standby failover mode for both inbound and outbound traffic using algorithms like round robin, Weighted round robin, target proximity and dynamic detect. Appliance should

In addition to the mentioned functionalities, Webagent functionality is important to have in a next-generation ADC appliance. Also, WAN optimization uses multiple techniques including Data De-Duplication whereas the clause asks for Network de-duplication which we understand points to the same feature. Hence, we recommend to change the clause to "Appliance should Support for multiple

The bidder is free to propose any product with better or higher

Page 113: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 113

177, Clause no. 3

also support WAN optimization with features of Network de-duplication, TCP optimization with SSL based secure WAN to avoid the repeated content across the WAN and to ensure efficient utilization WAN bandwidth.

internet links in Active-Active traffic balancing and active-standby failover mode for both inbound and outbound traffic using algorithms like round robin, Weighted round robin, target proximity and dynamic detect. Appliance should also support WAN optimization with features of Data de-duplication, TCP optimization with SSL based secure WAN to avoid the repeated content across the WAN and to ensure efficient utilization WAN bandwidth. The Appliance should also support acting as a Webagent service to implement explicit Forward proxy mode and to perform DNS Caching"

specifications as mentioned in the minimum technical specifications of Vol 2 of RFP.

354. Volume-II, Annexure B.12. Link Load Balancer, Page no. 177, Clause no. 6

Should have IPV6 support with IPv6 to IP4 and IPv4 to IPv6 translation and full IPv6 support. Also should have IPV6 support with DNS 6 to DNS 4 & DNS 4 to DNS 6 translation based health check for intelligent traffic routing and failover.

To ensure IPv6 compliance and support, the benchmark certification is IPv6 Gold Certified. Also, for the inbound load balancing to work as desired, the Link Load Balancer should support advanced DNS Functions such as hosting critical DNS records. We recommend to change the clause to "The solution should provide full ipv6 support and OEM should be IPv6 gold-certified. OEM should be listed vendor for ipv6 phase-2 certification. Also should have IPV6 support with DNS 6 to DNS 4 & DNS 4 to DNS 6 translation based health check for intelligent traffic routing and failover. It should support advance functions Authoritative name sever, DNS proxy/DNS NAT, full DNS server with DNSEC, DNS DDOS, application load balancing from day one. It should be capable of handling complete Full DNS bind records including A,MX, AAAA, CNAME, PTR, SOA etc."

The bidder is free to propose any product with better or higher specifications as mentioned in the minimum technical specifications of Vol 2 of RFP.

355. Volume-II, Annexure B.12. Link Load Balancer, Page no. 177, Clause no. 7

Should provide comprehensive and reliable support for high availability with Active- active & active standby unit redundancy mode. Should support both device level and VA level High availability of individual virtual network function.

Along with the mentioned requirements, it should be ensured that the High Availability uses Industry standard protocol to ease troubleshooting and simplify the deployment process. Hence, we recommend to change the clause to "Should provide comprehensive and reliable support for high availability with Active- active & active standby unit redundancy mode. The HA/Clustering should be done using Standard VRRP (RFC 2338) and Should support both device level and VA level High availability for individual Network Function. The solution should also support N+1 model of High availability with support for up to 32 Nodes in a single cluster"

The bidder is free to propose any product with better or higher specifications as mentioned in the minimum technical specifications of Vol 2 of RFP.

Page 114: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 114

356. Volume-II, Annexure B.13. DDoS Solution, Page no. 178, Clause no. 7

The DDoS solution should be a dedicated hardware with 8 X 10GE SFP+ ports and dual power supply.

The Anti-DDoS Appliance and the Link Load Balancer are both perimeter devices and both should be able to interoperate and integrate smoothly. The Anti-DDoS Solution should also be SSL and ECC ready. Also, considering future scalability, a provision of 40Gbps ports should be made. Since both of the mentioned devices are critical to a Network operation point of view, it is strongly recommended that the Anti-DDoS and LLB Appliance are from the same OEM. We recommend to change the clause to "The DDoS solution should be a dedicated hardware with 8 X 10GE SFP+ and 2 X 40GE QSFP+ ports and dual power supply. The Anti-DDoS Appliance and the Link Load Balancer Appliance should be from the same OEM for seamless interoperability. The Anti-DDoS Appliance should support a minimum SSL TPS (RSA 2K) of 50,000 and ECC TPS (ECDSA P256) of 35,000 from Day 1."

The bidder is free to propose any product with better or higher specifications as mentioned in the minimum technical specifications of Vol 2 of RFP.

357. Volume-II, Annexure B.16. Web Application Firewall, Page no. 183, Clause no. 2

Proposed solution shall prevent the following attacks (but not limited to): Brute force, Access to predictable resource locations, Unauthorized navigation, HTTP request format and limitation violations (size, unknown method, etc.) and File upload violations

It is important to include certain new threats which pose a huge danger to an organization's Application Infrastructure and we recommend to change the clause to include them as follows: "Proposed solution shall prevent the following attacks (but not limited to): Brute force, Access to predictable resource locations, Leech Protection, Page Prefetch Management, Server Offline Takeover, Unauthorized navigation, HTTP request format and limitation violations (size, unknown method, etc.) and File upload and download violations"

The bidder is free to propose any product with better or higher specifications as mentioned in the minimum technical specifications of Vol 2 of RFP.

358. Volume-II, Annexure B.16. Web Application Firewall, Page no. 183, Clause no. 5

Proposed WAF module should be from different OEM than Firewall for better security.

Along with the different OEM from Firewall, It is recommended that the WAF module is also not from the Server Load Balancer OEM to further strengthen the security. We recommend to change the clause to "Proposed WAF module should be from different OEM than Firewall and Server Load Balancer for better security."

Refer Corrigendum No. 5

359. Volume-II, Annexure

Should have positive security model with machine learning capabilities to detect and

Machine learning helps identify unknown threats but the second critical part is to patch the vulnerability from exposure at the earliest.

The bidder is free to

Page 115: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 115

B.16. Web Application Firewall, Page no. 183, Clause no. 6

prevent anomaly in application traffic and unknown attacks. Machine learning should be based on true ML algorithms, and not just automation of dynamically learnt rules.

We recommend having a Web Vulnerability Scanner System from the same OEM as the WAF module to identify and patch vulnerabilities on the go. Request you to change the clause to "Should have positive security model with machine learning capabilities to detect and prevent anomaly in application traffic and unknown attacks including Anti-Web Defacement. Machine learning should be based on true ML algorithms, and not just automation of dynamically learnt rules. The WAF module vendor should have their own Cloud based web vulnerability scanning system to integrate with WAF for smart patch. The WAF module should have and integrate with Ip reputation feed provided by WAF module's OEM own Threat Intelligence and not third party Threat Intelligence."

propose any product with better or higher specifications as mentioned in the minimum technical specifications of Vol 2 of RFP.

360. Volume-II, Annexure B.16. Web Application Firewall, Page no. 183, Clause no. 7

Should have 4-10Gig ports and storage capability of 2 TB. Proposed solution should have integrated Redundant power supply.

Similar to the Server load balancer and Link Load balancer, to qualify for a true next-generation Security appliance, the WAF appliance should support multi-tenancy, and third-party, Open source solution support. WAF appliance should also support hardware-based SSL and ECC decryption/encryption along with the support of 40Gbps interfaces to be future-ready. Request to change the clause to "The WAF appliance should be a multi-tenant hardware capable of hosting up to 16 Virtual Instances with the capability to install and run Open Source and Third-party software solutions from Day 1. The Appliance should have 8X10G SFP+ and 2X40G QSFP+ ports and storage capacity of 4 TB with 64 GB RAM to be able to run 16 Virtual Instances smoothly. Proposed solution should have integrated Redundant power supply and a license upgrade feature on same appliance to support machine authentication based on combination of HDD ID, CPU info and OS related parameters i.e. mac address to provide secure access/authentication to critical resources. "

The bidder is free to propose any product with better or higher specifications as mentioned in the minimum technical specifications of Vol 2 of RFP.

361. Volume-II, Annexure B.16. Web Application Firewall, Page no. 183, Clause no. 1

Solution should be deployed in HA (High Availability) mode and protect the web applications from attacks. WAF solution should filter the HTTP/S traffic based on the rules set defined. Proposed WAF should be able to address top 10 OWASP vulnerabilities.

Along with OWASP Top 10 Protection, there should be additional benchmarks to ensure that the City gets the latest and most secure WAF for threat protection. Hence, we recommend to change the clause to "Solution should be deployed in HA (High Availability) mode and protect the web applications from attacks. WAF solution should filter the HTTP/S traffic based on the rules set defined. Proposed WAF should be able to address top 10 OWASP vulnerabilities. The WAF module should be ICSA and Veracode LV4 Certified which ensures that the software is developed using safe development practices. Web

The bidder is free to propose any product with better or higher specifications as mentioned in the

Page 116: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 116

application firewall module should be ipv6ready logo phase 2 certified "

minimum technical specifications of Vol 2 of RFP.

362. Volume-II, Section 4.14 Quality Standards and pre-eligibility OEM Criteria, Page no. 69, Clause no. "a)"

All quoted OEM should have quality standard certifications like ISO 9001-2008, ISO 14001, ISO 27001, CMMI 3 certification wherever applicable to ensure only quality OEM participation, as on date of RFP release.

All of the certifications do not apply to each of the product required to be proposed in the RFP and this clause restricts almost all the OEMs to participate. Hence, to ensure wider participation, we request to relax the clause to "All quoted OEM should have quality standard certifications like ISO 9001-2008/ISO 14001/ISO 27001/CMMI 3 certification wherever applicable to ensure only quality OEM participation, as on date of RFP release."

Refer Corrigendum No. 5

363. Volume-II, Annexure B.17. DLP (Data Leakage Prevention), Page no. 184, Clause no. 1

DLP for Endpoints – Proposed solution should address the risks associated with the storage and use of confidential /sensitive data on laptops and desktops across organization. It should prevent confidential/sensitive files from downloading, copying to and from any kind of portable storage device & removable media. Proposed solution should monitor data being copied and pasted from the clipboard to prevent confidential/sensitive data from being pasted to specific application.

Along with the functional specifications for the DLP, it is critical to specify the kind of hardware the department needs for running the DLP Function. As mentioned in some other solutions, we would recommend the department to specify DLP as a network function running on a next-generation, multi-tenant platform. Please change the clause to "DLP for Endpoints – Proposed solution should address the risks associated with the storage and use of confidential /sensitive data on laptops and desktops across organization. It should prevent confidential/sensitive files from downloading, copying to and from any kind of portable storage device & removable media. Proposed solution should monitor data being copied and pasted from the clipboard to prevent confidential/sensitive data from being pasted to specific application. The solution should be appliance based with high performance purpose built next generation multi-tenant hardware to run DLP as module. It should have should 8x10GbE SFP+ ports and have multicore CPU, 64GB RAM, 4TB HDD and dual power supply."

The bidder is free to propose any product with better or higher specifications as mentioned in the minimum technical specifications of Vol 2 of RFP.

364. Volume-II, Annexure B.17. DLP (Data Leakage

DLP for Network – Proposed solution must passively inspect network traffic for confidential data that is being sent in violation of security policy.

To add on to the clause and the effective security parameters that the solution supports, we strongly recommend that the product should also support access rights, sensitive data authority etc. Please change the clause to "DLP for Network – Proposed solution must passively inspect network traffic for confidential data that is being sent in

The bidder is free to propose any product with better or

Page 117: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 117

Prevention), Page no. 184, Clause no. 3

violation of security policy. The solution should have rule or policy-based capabilities such as assigning access rights, restricting where users can store sensitive data, and so forth"

higher specifications as mentioned in the minimum technical specifications of Vol 2 of RFP.

365. Volume-II, Annexure B.17. DLP (Data Leakage Prevention), Page no. 184, Clause no. 5

The Solution should not use any third party proxy Server to provide DLP functionality

To segregate functionality and increase the overall security posture of the city, we recommend that the DLP solution should have a central management to ease out administration and the DLP should not be a part of the proxy solution to isolate the decisions made by the DLP to its own threat intelligence. Please change the clause to "The Solution should not use any third party proxy Server to provide DLP functionality. DLP should support centralized administration. Ability to support network, storage and endpoint DLP from single console, The End point should support windows OS, MAC, Linux, iOS, Android and the DLP should be from different than proxy solution."

The bidder is free to propose any product with better or higher specifications as mentioned in the minimum technical specifications of Vol 2 of RFP.

366. Volume-II, Annexure B.17. DLP (Data Leakage Prevention), Page no. 184, Clause no. 6

The solution must have identity and role based policy capability.

Along with having identity and role-based policies, the solution should be able to inspect data leaks and keep a track of the same. It is strongly advised to change the clause to "The solution must have identity and role based policy capability. The end point solution should inspect data leaks from all portable storage and to keep track of what data users are taking from and to their work computers on any kind of portable storage device means what data is copied from USB storage devices"

The bidder is free to propose any product with better or higher specifications as mentioned in the minimum technical specifications of Vol 2 of RFP.

367. Volume-II: , Page 161 of 366

IR Range Distance Minimum 80 m or better Kindly allow for 60 M or Better IR . Internal IR are always better in term of Syncing with Cameras .

As Per RFP

Page 118: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 118

368. Volume-II: ,Page 162 of 366

Video Compression H.265, H.264, and MJPEG Min. three individually configurable streams

Kindly Allow for H.265 /H.264, and MJPEG Min. three individually configurable streams

As Per RFP

369. Volume-II: , Page 162 of 366

Lens Type 4.3-129 or 4.7–142 mm or better, Auto Iris, Full HD (1080P), F/1.6, IR Corrected – Day / Night mode- Colour

Lens Type 4.3-129 or 4.7–142 mm or 6-180MM or better, Auto Iris, Full HD (1080P), F/1.6, IR Corrected – Day / Night mode- Colour

As Per RFP

370. Volume-II: ,Page 163 of 366

Casing IP66, IK10 Kindly allow for IP66/IK10 As Per RFP

371. Volume-II: , Page 162 of 366

IR Illuminators Built in 150 meters or better Kindly allow for IR Illuminator Built in 100 meters or better As Per RFP

372. Volume I: Instructions to bidder 3.5 Pre-Qualification criteria 5. Key Certifications Page No. 43 of 132

The Bidder (any member of consortium) shall have any one of the following three (3) Certifications valid at the time of Bidding along with CMMi level 3 or better: ·Ÿ ISO 9001:2008 · ISO 20000:2011 for IT Service Management or equivalent certification · ISO 27001:2013 for Information Security Management System or equivalent certification AND CMMI level 3 or above

Kindly ammend to the following : The Bidder (any member of consortium) shall have any one of the following three (3) Certifications valid at the time of Bidding: · ISO 9001:2008 · ISO 20000:2011 for IT Service Management or equivalent certification · ISO 27001:2013 for Information Security Management System or equivalent certification

Refer Corrigendum No. 5

373. Volume I: Instructions to bidder 3.6.1. Technical Bid Evaluation Criteria A2 Certifications

The Bidder (any member of consortium) shall have to submit following Certifications valid at the time of Bidding: •ISO 9001:2008 •ISO 20000:2011 for IT Service Management or equivalent certification •ISO 27001:2013 for Information Security Management System or equivalent certification ·Any 1 certificate = 1 mark · Any 2 certificate = 2 marks · All above three (3) certificates = 2.5

Kindly ammend to the following : The Bidder (any member of consortium) shall have to submit following Certifications valid at the time of Bidding: •ISO 9001:2008 •ISO 20000:2011 for IT Service Management or equivalent certification •ISO 27001:2013 for Information Security Management System or equivalent certification ·Any 1 certificate = 2 mark

Refer Corrigendum No. 5

Page 119: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 119

Page No. 47 of 132

marks For CMMI certification: · CMMI level 3 = 1 mark · CMMI level 5 = 1.5 marks

· Any 2 certificate = 3 marks · All above three (3) certificates = 4 marks

374. 2.3 Eligible Bidders Point.No 2- Consortium of firms. P-25

Bids can be submitted by a consortium of firms. A consortium should not consist of more than 2 parties (including the Lead Bidder).

Point 4-All consortium members would be maximum of 3 members including the Lead Bidder and would be available throughout the Contract Period.

Refer Corrigendum No. 5

375. 3.5 Prequalification Criteria S.No-7-(e) ICT Components P-45

e) e-Municipality/ e-Governance project (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores)

Please Clarify. The consortium has successfully completed at least one project of INR 5 Cr or above.

376. 3.6.1 - Prequalification Criteria, S.No-A2-Certifications,P-48

ISO 9001:2008•ISO 20000:2011•ISO 27001:2013 Why Not latest one ISO 9001:2015•ISO 20000:2015•ISO 27001:2015 Refer Corrigendum No. 5

377. B4-Project Experience-eGov/eMunicipal,P-51

The Bidder (any member in case ofconsortium) shall have successfully implemented/ integrated minimum two (02) project related to e-governance which include at least one (01) ULB /e-municipal services (excluding CCTV system) and cumulative value of min INR 5 crores per project during last 5 years. 08 or more projects:10 Marks, 05-07 Projects: 08 Marks, 03-04 Projects : 06 Marks, 02 Projects: 04 Marks

Please Clarify Refer Corrigendum No. 5

Page 120: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 120

378. 3)Application Software Maintenance.Point - (a),P-242

a) MSI shall provide unlimited support through onsite team/telephone/Fax/Email/ Video Conferencing/installation visit as required

Please Clarify Unlimited. We suppose its typo error MSI shall provide support through onsite team/telephone/Fax/Email/ Video Conferencing/installation visit as required"

379. Annexure C.7 Document Management System, Clause No C.7.2, Point no-12,P-448

12) System should allow search based on different parameters like file name, folder name, project name, index fields, Full text & Wild card search

Full text search not possible on Indian Languages and Image files. As per RFP

380. Annexure C.7 Document Management System, Clause No C.7.2, Point no-13,P-448

13) The system should have the capability to save the search queries or search results.

Please Clarify. We suppose the files found through the search results could be downloaded and used for department purposes.

Saving the search results not only gives the capability to save the file but also the capability to refer to the result of the search query executed. This is intended for those queries which takes large time for displaying results and subsequently save time to

Page 121: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 121

refer to those search results again

381. Annexure C.7 Document Management System, Clause No C.7.2, Point no-17,P-448

The system should manage lifecycle of content through retention, storage, retrieval, and destruction policies along with tracking and managing of physical location of the content using Records Management System

Who would provide the Infrastrucure and security of the premises. E.g-Fire, Natural Calamities, Theft.

The physical infrastructure would be created in the datacentre as apart of the project scope

382. The Bidder/Consortium shall have an average annual turnover of INR 500 Crores over the last three (3) consecutive Financial Years and this is to be derived only from ICT/IT Infrastructure/System, Integration Services/ IT, ITES, e Governance services projects. If the bidder has different divisions then the turnover only should be derived from ICT/IT Infrastructure/System, Integration Services/ IT, ITES, e Governance services division. In case of Consortium, at least 60% of the turnover criteria shall be met by the Lead Bidder and the remaining may be fulfilled by the other Consortium partners.

The Bidder/Consortium shall have an average annual turnover of INR 200 Crores over the last three (3) consecutive Financial Years and this is to be derived only from ICT/IT Infrastructure/System, Integration Services/ IT, ITES, e Governance services projects. If the bidder has different divisions then the turnover only should be derived from ICT/IT Infrastructure/System, Integration Services/ IT, ITES, e Governance services division. In case of Consortium, at least 60% of the turnover criteria shall be met by the Lead Bidder or any consortium partner and the remaining may be fulfilled by the other Consortium partners.

Refer Corrigendum No. 5

383. ICT components "The Bidder (any member in case of consortium) shall have successfully executed below mentioned projectswith cumulative value of INR 150 crore in last five (5) years (excluding civil work): a) Data Center including Servers- Storage Infrastructure establishment (Min cut- off value of successfully b) Experience in installation of min.500 outdoor cameras (with 300 outdoor camera in a

ICT components "The Bidder (any member in case of consortium) shall have successfully executed below mentioned projects with cumulative value of INR 150 crore in last five (5) years (excluding civil work): a) Data Center including Servers- Storage Infrastructure establishment (Min cut- off value of successfully b) Experience in installation of min.300 outdoor cameras (with 100 outdoor camera in a single project) (Min cut- off value of successfully executed cumulative projects in this segment is INR 10

Refer Corrigendum No. 5

Page 122: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 122

single project) (Min cut- off value of successfully executed cumulative projects in this segment is INR 20 Crores) c) ICCC/Command and control center (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores) d) Intelligent traffic management (Min cut- off value of successfully executed and cumulative value projects in this segment is INR 10 Crores) e) e-Municipality/ e-Governance project (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores) f) GIS solution & integration with smart solutions experience (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores)

Crores) c) ICCC/Command and control center (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores) d) Intelligent traffic management (Min cut- off value of successfully executed and cumulative value projects in this segment is INR 10 Crores) e) e-Municipality/ e-Governance project (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores) f) GIS solution & integration with smart solutions experience (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores)

384. In Annual Turnover Average annual turnover from “Specific Business Areas” as mentioned below in Note under column “Required Supporting documents” for Sole bidder or Lead bidder (in case of consortium) and consortium partners over the last three (3) Financial years. Out of total value of turnover; at least 60% should be from the lead bidder In case of sole bidder 100% turnover to be from sole bidder. Marks shall be allotted as given below: · More than RS. 901 Cr. = 06 marks · More than RS. 701 Cr. – RS. 900 Cr.= 04 marks · More than RS. 500 Cr. – RS. 700 Cr.=02 marks · Less than 500 cr. Not eligible to bid

Average annual turnover from “Specific Business Areas” as mentioned below in Note under column “Required Supporting documents” for Sole bidder or Lead bidder/consortium partner (in case of consortium) and consortium partners over the last three (3) Financial years. Out of total value of turnover; at least 60% should be from the lead bidder or conrtium partner. In case of sole bidder /consortium partner 100% turnover to be from sole bidder/consortium parner. Marks shall be allotted as given below: · More than RS. 501 Cr. = 06 marks · More than RS. 301 Cr. – RS. 500 Cr.= 04 marks · More than RS. 200 Cr. – RS. 300 Cr.=02 marks · Less than 100 cr. Not eligible to bid

Refer Corrigendum No. 5

Page 123: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 123

385. In CCTV Surveillnace The Bidder (any member in case of consortium) shall have successfully executed minimum 500 outdoor CCTV surveillance systems or ANPR solution (with one project having minimum 300 outdoor cameras) during last five (5) years. Markings

Number of cameras implemented 901 & above = 5 marks

Number of cameras implemented 801 to 900 = 4 marks

Number of cameras implemented 701 to 800 = 3 marks

Number of cameras implemented 601 to 700 = 2 marks

Number of cameras implemented 500 to 600 = 1 marks

The Bidder (any member in case of consortium) shall have successfully executed minimum 500 outdoor CCTV surveillance systems or ANPR solution (with one project having minimum 300 outdoor cameras) during last five (5) years. Markings

Number of cameras implemented 701 & above = 5 marks Number of cameras implemented 601 to 700 = 4 marks Number of cameras implemented 501 to 600 = 3 marks Number of cameras implemented 401 to 500 = 2 marks Number of cameras implemented 300 to 400 = 1 marks

Refer Corrigendum No. 5

386. In Smart Solution Integration The Bidder (any member in case of consortium) shall have demonstrable expertise & project implementation experience in integration of following smart features with a centralized system: GIS system/ smart parking/ Smart Street lighting/ environmental sensors/ ERP/ traffic enforcement system/ SCADA/ e-Challan/ Solid Waste Management/ Water Grid / smart education/Smart Classroom/ Digital library/solar/sewerage management/ Smart Health/smart pole/asset management during last five (5) years Marking:

Integration of 10 or more smart features: 5 marks

Integration of 07 to 09 smart features: 3 marks

The Bidder (any member in case of consortium) shall have demonstrable expertise & project implementation experience in integration of following smart features with a centralized system: GIS system/ smart parking/ Smart Street lighting/ environmental sensors/ ERP/ traffic enforcement system/ SCADA/ e-Challan/ Solid Waste Management/ Water Grid / smart education/Smart Classroom/ Digital library/solar/sewerage management/ Smart Health/smart pole/asset management during last five (5) years Marking:

Integration of 8 or more smart features: 5 marks Integration of 05 to 07 smart features: 3 marks Integration of 02 to 04 smart features: 1 mark

Refer Corrigendum No. 5

Page 124: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 124

Integration of 04 to 06 smart features: 1 mark

387. Company Profile

The Sole/ Lead Bidder (in case of Consortium) shall be inThe Sole/ Lead Bidder (in case of Consortium) shall be in operations for a period of at least five (5) years as on published date of RFP. In case of a Consortium, in addition, each member other than Lead Bidder shall be in operations for a period of at least three (3) years as on published date of RFP. Maximum two (2) numbers of consortium members excluding the Prime Bidder will be considered. (Lead member + 2 consortium Partners).

The Sole/ Lead Bidder (in case of Consortium) shall be inThe Sole/ Lead Bidder (in case of Consortium) shall be in operations for a period of at least five (5) years as on published date of RFP. In case of a Consortium, in addition, each member other than Lead Bidder shall be in operations for a period of at least three (3) years as on published date of RFP. Maximum four (4) numbers of consortium members excluding the Prime Bidder will be considered. (Lead member + 4 consortium Partners).

Refer Corrigendum No. 5

388. Experience in establishment and management of ICCC(Integrated command and control center

The Bidder (any member in case of consortium) shall have successfully executed projects in last five (5) years (excluding civil work): Each project should include any three(03) of following components from below list- 1) Data Center/ Data Recovery 2) Network/LAN/WAN with more than 50 locations 3) Command and control center and Security Operations Centre / Network Operation Centre 4) Laying of fiber network for min. 100 KMs. Marks shall be allotted as below: • Number of Projects 4 or more = 10 marks • Number of Projects 3 = 8 marks • Number of Projects 2 = 5 marks The cumulative value of project should not be less than 100 Cr.

The Bidder (any member in case of consortium) shall have successfully executed projects in last five (5) years (excluding civil work) in any of theThree Categroey Marks shall be allotted as below: a. Number of Projects 4 or more = 10 marks b. Number of Projects 3 = 8 marks c. Number of Projects 2 = 5 marks 1) Data Center/ Data Recovery 2) Network/LAN/WAN with more than 50 locations 3) Command and control center and Security Operations Centre / Network 4) Laying of fiber network for min. 100 KMs.

Refer Corrigendum No. 5

389. Experience in implementa

"The Bidder (any member in case of consortium) shall have successfully executed projects in last five (5) years.

We would require an another consortium member to fill the ITMS GAP or kindly consider our One Project ref in PO which reflect our

Refer Corrigendum No. 5

Page 125: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 125

tion of ITMS (Intelligent traffic management system)

Each project should include any of the three(03) components from below list- 1. Variable Message Sign Board 2. ITMS including ANPR, RLVD/SVD 3. Emergency Call Box and PA System, Mobile App/Desktop Portal for Citizen Services, and Kiosk based government/citizen services 4. Adaptive Traffic Control System Number of projects implemented. Marks will be allotted as follows: • No. of successfully executed projects 4 or more = 5 marks • No. of Successfully executed projects 3 = 3 Marks • No. of Successfully executed projects 2 = 1 Marks The cumulative value of project should not be less than INR 60 Cr and each project should be at least 10 Cr.

Capability and reference that we have done such project and Delete the TQ criteria from this section.

390. CCTV surveillance system

The Bidder (any member in case of consortium) shall have successfully executed minimum 500 outdoor CCTV surveillance systems or ANPR solution (with one project having minimum 300 outdoor cameras) during last five (5) years. Markings • Number of cameras implemented 901 & above = 5 marks • Number of cameras implemented 801 to 900 = 4 marks • Number of cameras implemented 701 to 800 = 3 marks • Number of cameras implemented 601 to 700 = 2 marks • Number of cameras implemented 500 to 600 = 1 marks

The Bidder (any member in case of consortium) shall have successfullyexecuted minimum 1000 indoor/outdoor CCTV surveillance systems or ANPR solution (with one project having minimum 500 indoor/outdoor cameras)during last five (5) years. Markings a. Number of cameras implemented 1701 & above = 5 marks b. Number of cameras implemented 1401 to 1700 = 4 marks c. Number of cameras implemented 1101 to 1400 = 3 marks d. Number of cameras implemented 801 to 1100 = 2 marks e. Number of cameras implemented 500 to 800 = 1 marks

Refer Corrigendum No. 5

Page 126: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 126

391. e‐ Governance / e‐Municipal services

The Bidder (any member in case of consortium) shall have successfully implemented/ integrated minimum two (02) project related to e-governance which include at least one (01) ULB /e-municipal services (excluding CCTV system) and cumulative value of min INR 5 crores per project during last 5 years. • 08 or more projects:10 Marks • 05-07 Projects: 08 Marks • 03-04 Projects : 06 Marks • 02 Projects: 04 Marks

The Bidder (any member in case of consortium) shall have successfully executed projects in last five (5) years (excluding civil work) in any of theThree Categroey Marks shall be allotted as below: a. Number of Projects 4 or more = 10 marks b. Number of Prwhich include at least one (01) ULB /e‐municipal services (excluding CCTV system)/implementation/integration and support of e‐ Governance (Information and Communication Technology (ICT) for delivering government services, exchange of information communication transactions, integration various standone systems and services between Government‐to‐Citizens (G2C), Government‐to‐ Business(G2B),Government‐to‐Government (G2G) Govt. back office processes) and cumulative value of min INR 5 crores per project during last 7 years. a. 05 or more projects:10 Marks b. 03‐04 Projects: 08 Marks c. 02 Projects : 06 Marks d. 01 Projects: 04 Marks

Refer Corrigendum No. 5

392. Smart Solution Integration

The Bidder (any member in case of consortium) shall have demonstrable expertise & project implementation

The Bidder (any member in case of consortium) shall have demonstrable expertise & project implementation experience in integration of following smart features with a centralized system: GIS system/ smart parking/ Smart Street lighting/ environmental sensors/ ERP/traffic enforcement system/ SCADA/ e‐Challan/ Solid Waste Management/Water Grid / smart education/Smart Classroom/ Digital library/solar/sewerage management/ Smart Health/smart pole/asset management/Vechicle Tracking System/CCTV/Emergency Response System in any Two Integration of Samrt Elements during last Ten (10) years Marking: a. Integration of 5 or more smart features: 5 marks b. Integration of 3 to 4 smart features: 3 marks c. Integration of 1 to 2 smart features: 1 mark

Refer Corrigendum No. 5

393. 2.3.2 Eligible bidders/Consortium of Firms

Bids can be submitted by a consortium of firms. A consortium should not consist of more than 2 parties (including the Lead Bidder). One of the Firms would be designated as a "Lead Bidder". The Lead bidder and consortium partners shall be jointly and severally responsible for complete scope and ensuring the delivery of products and services mentioned in all volumes/Parts of this RFP. The list of Consortium Members needs to be declared in the bid which cannot be changed by

Bids can be submitted by a consortium of firms. A consortium should not consist of more than 4 parties (including the Lead Bidder). One of the Firms would be designated as a "Lead Bidder". The Lead bidder shall be jointly and severally responsible for complete scope and ensuring the delivery of products and services mentioned in all volumes/Parts of this RFP. The consortium members shall be liable only to their scope of work including delivery of products and services agreed in the consortium agreement. The list of Consortium Members needs to be declared in the bid which cannot be changed by the bidder later. Any change in

Refer Corrigendum No. 5

Page 127: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 127

the bidder later. Any change in the consortium member will need to be approved by Authority. 4. The successful bidder (SI) shall require to enter into agreement with all member of Consortium Members specifying following points in the Agreement. These points shall also be captured in JVA ii. Roles and responsibilities of each consortium partner, the identification of the lead partner, and providing for joint and several liability for each partner iii. All consortium members would be maximum of 3 members including the Lead Bidder and would be available throughout the Contract Period. v. Each member of the Consortium shall be jointly and severally liable for the due implementation, operation and maintenance of the Project.

the consortium member will need to be approved by Authority. 4. The successful bidder (SI) shall require to enter into agreement with all member of Consortium Members specifying following points in the Agreement. These points shall also be captured in JVA ii. Roles and responsibilities of each consortium partner, the identification of the lead partner, and providing for joint and several liability for lead member. The consortium partners shall be liable for their scope of work as specified in the Joint Venture Agreement. iii. All consortium members would be maximum of 4 members including the Lead Bidder and would be available throughout the Contract Period. v. Lead member of the Consortium shall be jointly and severally liable for the due implementation, operation and maintenance of the Project. Each consortium member shall be liable for the due implementation, operation and maintenance of their scope of work specified in the joint venture agreement.

394. 3.5 Pre- Qualification Criteria/ 2. Company Profile; Page 42

The Bidder/Consortium shall have an average annual turnover of INR 500 Crores over the last three (3) consecutive Financial Years and this is to be derived only from ICT/IT Infrastructure/System, Integration Services/IT, ITES, e Governance services projects. If the bidder has different divisions then the turnover only should be derived from ICT/IT Infrastructure/System, Integration Services/IT, ITES, e Governance services division. In case of Consortium, at least 60% of the

The Bidder/Consortium shall have an average annual turnover of INR 400 Crores over the last three (3) consecutive Financial Years and of which Rs. 100 Crores is to be derived only from ICT/IT Infrastructure/System, Integration Services/IT, ITES, e Governance services projects. If the bidder has different divisions then the turnover only should be derived from ICT/IT Infrastructure/System, Integration Services/IT, ITES, e Governance services division. In case of Consortium, at least 60% of the turnover criteria shall be met by the Lead Bidder and the remaining may be fulfilled by the other Consortium partners.

Refer Corrigendum No. 5

Page 128: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 128

turnover criteria shall be met by the Lead Bidder and the remaining may be fulfilled by the other Consortium partners.

395. 3.5 Pre- Qualification Criteria/ 7. ICT Components Page 43

"The Bidder (any member in case of consortium) shall have successfully executed below mentioned projects with cumulative value of INR 150 crore in last five (5) years (excluding civil work)

Does the project value in every criteria refer to total value of the total project or specific components?

Refer Corrigendum No. 5

396. 3.5 Pre- Qualification Criteria/ 7. ICT Components Page 43 - 44

"The Bidder (any member in case of consortium) shall have successfully executed below mentioned projects with cumulative value of INR 150 crore in last five (5) years (excluding civil work): a) Data Center including Servers- Storage Infrastructure establishment (Min cut- off value of successfully executed cumulative projects in this segment is INR 10 Crores) b) Experience in installation of min. 500 outdoor cameras(with 300 outdoor camera in a single project) (Min cut- off value of successfully executed cumulative projects in this segment is INR 20 Crores) c) ICCC/Command and control center (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores) d) Intelligent traffic management (Min cut- off value of successfully executed and cumulative

The Bidder (any member in case of consortium) shall have successfully executed below mentioned projects with cumulative value of INR 150 crore in last five (5) years (excluding civil work): a) Data Center including Servers- Storage Infrastructure establishment (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores) b) Experience in installation of min. 300 outdoor cameras(with 100 outdoor camera in a single project) (Min cut- off value of successfully executed cumulative projects in this segment is INR 10 Crores) c) ICCC/Command and control center (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores) d) Intelligent traffic management (Min cut- off value of successfully executed and cumulative value projects in this segment is INR 10 Crores) e) e-Municipality/ e-Governance project (Min cut- off value of successfully executed cumulative projects in this segment is INR 1 Crores)

Refer Corrigendum No. 5

Page 129: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 129

value projects in this segment is INR 10 Crores) e) e-Municipality/ e-Governance project (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores) f) GIS solution & integration with smart solutions experience (Min cut- off value of successfully executed cumulative projects in this segment is INR 5 Crores)

f) GIS solution & integration with smart solutions experience (Min cut- off value of successfully executed cumulative projects in this segment is INR 1 Crores)

397. 3.6.1/ A1 Technical Bid Evaluation Criteria/ Annual Turnover Page 46

Average annual turnover from “Specific Business Areas” as mentioned below in Note under column “Required Supporting documents” for Sole bidder or Lead bidder (in case of consortium) and consortium partners over the last three (3) Financial years. Out of total value of turnover; at least 60% should be from the lead bidder In case of sole bidder 100% turnover to be from sole bidder. Marks shall be allotted as given below: · More than RS. 901 Cr. = 06 marks · More than RS. 701 Cr. – RS. 900 Cr.= 04 marks · More than RS. 500 Cr. – RS. 700 Cr.=02 · marks · Less than 500 cr. Not eligible to bid

Average annual turnover from “Specific Business Areas” as mentioned below in Note under column “Required Supporting documents” for Sole bidder or Lead bidder (in case of consortium) and consortium partners over the last three (3) Financial years. Out of total value of turnover; at least 60% should be from the lead bidder In case of sole bidder 100% turnover to be from sole bidder. Marks shall be allotted as given below: · More than RS. 801 Cr. = 06 marks · More than RS. 601 Cr. – RS. 800 Cr.= 04 marks · More than RS. 600 Cr. – RS. 400 Cr.=02 marks Less than 400 cr. Not eligible to bid

Refer Corrigendum No. 5

398. 3.6.1/ B1 Technical Bid Evaluation Criteria/ Experience in establishment of ICCC Page 48

The Bidder (any member in case of consortium) shall have successfully executed projects in last five (5) years (excluding civil work): Each project should include any three(03) of following components from below list- 1) Data Center/ Data Recovery 2) Network/LAN/WAN with more than 50 locations 3) Command and control center and Security Operations Centre / Network Operation Centre

The Bidder (any member in case of consortium) shall have successfully executed projects in last five (5) years (excluding civil work): Each project should include any one(01) of following components from below list- 1) Data Center/ Data Recovery 2) Network/LAN/WAN with more than 50 locations 3) Command and control center and Security Operations Centre / Network Operation Centre 4)Laying of fiber network for min. 100 KMs. Marks shall be allotted as below:

Refer Corrigendum No. 5

Page 130: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 130

4)Laying of fiber network for min. 100 KMs. Marks shall be allotted as below: · Number of Projects 4 or more = 10 marks · Number of Projects 3 = 8 marks · Number of Projects 2 = 5 marks The cumulative value of project should not be The cumulative value of project should not be less than 100 Cr.

· Number of Projects 4 or more = 10 marks · Number of Projects 3 = 8 marks · Number of Projects 2 = 5 marks The cumulative value of project should not be The cumulative value of project should not be less than 60 Cr.

399. 3.6.1/ B1 Technical Bid Evaluation Criteria/ Experience in implementation of ITMS (Intelligent Traffic Management System)

"The Bidder (any member in case of consortium) shall have successfully executed projects in last five (5) years. Each project should include any of the three(03) components from below list- 1. Variable Message Sign Board 2. ITMS including ANPR, RLVD/SVD 3. Emergency Call Box and PA System, Mobile App/Desktop Portal for Citizen Services, and Kiosk based government/citizen services 4. Adaptive Traffic Control System Number of projects implemented. Marks will be allotted as follows: ·No. of successfully executed projects 4 or more = 5 marks ·No. of Successfully executed projects 3 = 3 Marks ·No. of Successfully executed projects 2 = 1 Marks The cumulative value of project should not be less than INR 60 Cr and each project should be at least 10 Cr.

"The Bidder (any member in case of consortium) shall have successfully executed projects in last five (5) years. Each project should include any of the three(03) components from below list- 1. Variable Message Sign Board 2. ITMS including ANPR, RLVD/SVD 3. Emergency Call Box and PA System, Mobile App/Desktop Portal for Citizen Services, and Kiosk based government/citizen services 4. Adaptive Traffic Control System Number of projects implemented. Marks will be allotted as follows: ·No. of successfully executed projects 4 or more = 5 marks ·No. of Successfully executed projects 3 = 3 Marks ·No. of Successfully executed projects 2 = 1 Marks The cumulative value of project should not be less than INR 30 Cr and each project should be at least 10 Cr.

Refer Corrigendum No. 5

Page 131: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 131

400. 3.6.1/ B1 Technical Bid Evaluation Criteria/ CCTV Surveillance System

The Bidder (any member in case of consortium) shall have successfully executed minimum 500 outdoor CCTV surveillance systems or ANPR solution (with one project having minimum 300 outdoor cameras) during last five (5) years. Markings ·Number of cameras implemented 901 & above = 5 marks ·Number of cameras implemented 801 to 900 = 4 marks ·Number of cameras implemented 701 to 800 = 3 marks ·Number of cameras implemented 601 to 700 = 2 marks ·Number of cameras implemented 500 to 600 = 1 marks

The Bidder (any member in case of consortium) shall have successfully executed minimum 500 outdoor CCTV surveillance systems or ANPR solution (with one project having minimum 300 outdoor cameras) during last five (5) years. Markings ·Number of cameras implemented 300 & above = 5 marks ·Number of cameras implemented 200 to 300 = 4 marks ·Number of cameras implemented 100 to 200 = 3 marks ·Number of cameras implemented 75 to 100 = 2 marks ·Number of cameras implemented less than 75 = 1 marks

Refer Corrigendum No. 5

401. e-Governance/ e-Municipal services

The Bidder (any member in case of consortium) shall have successfully implemented/ integrated minimum two (02) project related to e-governance which include at least one (01) ULB /e-municipal services (excluding CCTV system) and cumulative value of min INR 5 crores per project during last 5 years. · 08 or more projects:10 Marks · 05-07 Projects: 08 Marks · 03-04 Projects : 06 Marks · 02 Projects: 04 Marks

The Bidder (any member in case of consortium) shall have successfully implemented/ integrated minimum two (02) project related to e-governance which include at least one (01) ULB /e-municipal services (excluding CCTV system) and cumulative value of min INR 1 crores per project during last 5 years. · 04 or more projects:10 Marks · 3 Projects: 08 Marks · 2 Projects : 06 Marks · 1 Projects: 04 Marks

Refer Corrigendum No. 5

402. 3.6.1/ B1 Technical Bid Evaluation Criteria/ Smart Solution Integration

The Bidder (any member in case of consortium) shall have demonstrable expertise & project implementation experience in integration of following smart features with a centralized system: GIS system/ smart parking/ Smart Street lighting/ environmental sensors/ ERP/ traffic enforcement system/ SCADA/ e-Challan/ Solid Waste Management/ Water Grid / smart

The Bidder (any member in case of consortium) shall have demonstrable expertise & project implementation experience in integration of following smart features with a centralized system: GIS system/ smart parking/ Smart Street lighting/ environmental sensors/ ERP/ traffic enforcement system/ SCADA/ e-Challan/ Solid Waste Management/ Water Grid / smart education/Smart Classroom/ Digital library/solar/sewerage management/ Smart Health/smart pole/asset management during last five (5) years

Refer Corrigendum No. 5

Page 132: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 132

education/Smart Classroom/ Digital library/solar/sewerage management/ Smart Health/smart pole/asset management during last five (5) years Marking: ·Integration of 10 or more smart features: 5 marks ·Integration of 07 to 09 smart features: 3 marks ·Integration of 04 to 06 smart features: 1

Marking: ·Integration of 4 or more smart features: 5 marks ·Integration of 3 smart features: 3 marks ·Integration of 2 smart features: 1

403. 3.6.1/ B1 Technical Bid Evaluation Criteria/ Experience on working with GIS Platform

The Bidder (any member in case of consortium) shall have demonstrable expertise & project implementation experience of GIS Platform and integration with minimum 01 (one) e-governance project. The cumulative value of project should be min five (5) crore : · 3 or more project : 5 mark · 2 project: 3 mark · 1 project: 1 mark

As GIS is not a major component comparing to several other components in the RFP, hence our sumbssion is to remove this clause.

As per RFP

404. 4.14 Quality standards and pre-eligibility OEM criteria Page 69

a) All quoted OEM should have quality standard certifications like ISO 9001-2008, ISO 14001, ISO 27001, CMMI 3 certification wherever applicable to ensure only quality OEM participation, as on date of RFP release.

Please change the criteria to a) All quoted OEM should have quality standard certifications like ISO 9001-2008, ISO 27001, CMMI 3 certification wherever applicable to ensure only quality OEM participation, as on date of RFP release.

Refer Corrigendum No. 5

405. Video Analytics – Functional Specifications Page 62

There is no mention of number of channels on which video analytics would be required, please provide number of channels on which Video analytics would be required.

Details will be shared during project implementation

Page 133: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 133

406. 3.1.11. Drone based Surveillance

There is ask for Drone based Surveillance but no specific ask for Drone pilot. Drone can only by flown by licensed pilot. Is the responsibility of MSI to provide Drone only?

Yes. But the MSI also needs to have pilots to operate the same

407. Annexure 2.14.2. Proposed Bill of material for OPEX

ASCL fibre network (ring topology) including trenching, supplying, laying, commissioning, testing and active components

In the BoQ there is no mention of length of the fibre network required, please provide the length in KMs for the Fibre laying.

The connectivity is to be provided as wired fibre network only. The MSI should install & commission a dedicated wired fibre network connecting all the ground level assets with the ICCC (as defined in the project scope)

408. Disaster Recovery as service over the cloud

3) RPO should be less than or equal to 4 minutes. 4) RTO shall be less than or equal to 20 Min.

Please change the criteria to 3) RPO should be less than or equal to 15 minutes. 4) RTO shall be less than or equal to 180 Min after decision is taken to move to DR.

As per RFP

409. 5.14.1. Project milestone

Overall Testing & training phase T+0 months

Please correct. Refer Corrigendum No. 5

410. Vol-II, Section 2.1, para 4, point a.

Site Preparation Services Please clarify who would carry out the civil work, if required, for preparing the site.

It is part of MSIs responsibility

Page 134: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 134

411. Vol-II, Section 4.4

Electrical Works and Power Supply Electricity charges are paid on the basis of consumption by users which is outside the control of the MSI. It is impossible for MSI to accurately estimate, at the time of bid, the power consumption and include the cost in the bid. Please make this component as reimbursable on the basis of actual consumption or directly payable by the ASCL. This is the normal industry practice.

All electrical and other related expenses shall be borne by MSI only

412. Vol-II, Section 2.1, para 5

City Wide Network It is being assumed that the charges for one time Right of Way and annual lease rentals for laying optical fibre as well as for street side infrastructure would be paid for the ASCL on the basis of actual costs. Please confirm the same.

Refer Corrigendum No. 5

413. Vol-I, Section 3.5, Criteria 7, ICT components

f) GIS solution & integration with smart solutions experience (Min cutoff value of successfully executed cumulative projects in this segment is(INR 5 Crores)

While GIS is an important component of the solution, it is not core to the success of the project. Therefore it is not advisable to keep it as a pre-qualification criteria and will filter out some deserving entities from participating. Request you to please consider to remove this condition.

As per RFP

414. VOL-I ,SR NO 4 OF BID IMPORTANT DATES PAGE NO 6 & SR 6 of PAGE 20

Last date for submission of Bids Request to please accept the request for extention of Bid submission Date by 4 weeks after the pre Bid clarifications are uploaded and issued to all prospective bidders

Refer corrigendum no.5

415. VOL-I ,Cluase 2 Page 19

Method of Selection The method of selection is QCBS. The weightage given to the Technical and Financial scores will be 70% and 30% respectively. The Contract will award to the bidder scoring maximum marks in technical and financial evaluations as per the qualifying criteria.

Request to plase modify the QCBS weightag to 80; 20 instead of 70;30 please confirm .

Refer Corrigendum No.5

416. Bid Security / EMD (Refundable) VOL-I Clause sr no 12 Page No 20

INR 2.9 Crore (INR 2,90,00,000/-) (Indian Rupees two Crores 90 Lakhs only)

Request to please confirm the acceptance of the EMD in the form of BG & oblige .

EMD is accepted also in the form of BG

Page 135: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 135

417. Performance Bank Guarantee Clause Sr No 13 Pag 20

10% of Total Contract Value Request to please modify and confirm the acceptance of the PBG to the tune of 5% of the contract value in the form of Corporate Gurantee form issued by Board & oblige . Please also confirm the acceptance adjustment & conversion of EMD into PBG for the succsful bidder automatically.

As per RFP

418. 1. Definition of Consortium, page 12 2. Consortium of Firms VOL - I Clause 2 Page 24

1. The consortium consist of multiple members (not more than 3 parties including the lead bidder) entering into a Consortium Agreement for a common objective of satisfying the Authority’s requirements & represented by Lead Member of the consortium 2. Bids can be submitted by a consortium of firms. A consortium should not consist of more than 2 parties (including the Lead Bidder). ….

Please confirm the number of parties allowed to form a consortium - is it 2 or 3?

Refer Coerrigendum No.5

419. Consortium of Firms VOL - I Clause 2 (2) Page 24

Consortium members must provide a Joint Venture Agreement (JVA) covering above points and showing their intention to enter into such an Agreement at the time of Award of Contract.

It is our understanding that a consortium agreement/joint bidding agreement can be sumitted along with the bid (format given in Annexure 9). A Joint Venture Agreement is not mandatory in this case. Please confirm

This understanding is correct

420. VOL -I Page 27 Clause no 2.8 Right to amendment of the project scope & 2.24 Right to vary quantity Page 35

ASCL retains the right amend the scope of work or amend the program for service delivery at any time and without assigning any reason. ASCL makes no commitments, express or implied, that the full scope of work as described in this RFP will be commissioned

As the project schedule is based on RFP time schedule and resources planned as well as the price is also based on each memebr roles responsibility request, authority will restrict the deviation to the threshhold limit & put a cap of change in scope from unlimited to the tune of PLUS or MINUS (+ OR -) 10% of the contract value. In case of more variation the same will be considered as change in scope and will be compensated accordingly. Please consider and confrm the acceptance of the same .

As per RFP

421. Vol- I Page 2.17 Firm

Prices quoted in the Bid must be firm and shall not be subject to any modifications, on any account whatsoever. The Bid Prices shall be

We presume that this means any changes in taxes , dutis Levies from the date of Bid submission during course of execution delivery implementation & O&M phase of the contract the actual impact due

As per RFP

Page 136: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 136

Price Page 33

indicated in Indian Rupees (INR) only. The Price Bid should clearly indicate the price quoted without any ambiguity whatsoever and should include all applicable taxes, duties, fees, levies, and other charges as may be applicable in relation to the activities proposed to be carried out. Should there be a change in applicable taxes, the actual taxes on the date of billing would prevail.

to changes will be reimbursed to the successful Bidder. Please confirm our undertsanding is correct and request to please confirm in clarification

422. Vol -I Page 69 Cluase Sr No e 4.14 Quality standards and pre-eligibility OEM criteria

The Bidder shall quote only one specific make and model from only one specific OEM, for each of the goods. Providing more than one option shall not be allowed. All goods quoted by the Bidder must be associated with item code and names and with printed literature describing configuration and functionality. Any deviation from the printed specifications should be clearly mentioned in the offer document by the Bidder.

We request you to considering Technology Driven Project and in the era of technology changing every now & then and frequently to get the maximum advantage of different technologies getting introduced in the world, the Biidder should be allowed to Bid with Multiple ( At least Three) OEM to leverage on different OEM Technologies strengths , their Technical , Financial & Management or Orders in Hand & Delivery capabilities ,position at the time of ordering by lead bidder or Consortium member . Request to please allow at least Three OEM for each products to choose for Best pirce & to avoid Monopolistic Pricing by preferred vendor in case of successful Bidder has only one vendor . Please ammend and confirm your acceptance and oblige .

As per RFP

423. VOL-II Clause 10 Page 38

GIS Solution & its Integration- MSI shall undertake deployment of a GIS solution platform and creation of various data layers. Additionally, MSI should undertake detail assessment for integration of the Smart Governance, Surveillance System and all other components commissioned as a part of scope of the project with the Geographical Information System (GIS). MSI is required to carry out the seamless integration to ensure ease of use of GIS in the Dashboards in Integrated Command & Control Centres. If this requires field survey, it needs to be done by MSI. If such a data is already available with city, it shall facilitate to provide the same. MSI should check the availability of such data and

Request to please confirm in the interest of the projct whether GIS base map is available with ASCL. If yes what is the resolution of existing Map. Please confirm whether Door to Door property internal and external survey is expected in this projct and also if LIDAR or DRONE survey is needed and expected in this scope . Request to please confirm whether only above ground survey is expected or Underground utility survey is also expected and considered in Bidder scope of this project. Request to please issue clarification at this stage as the same may be needed for Property Tax, Automated Buiding Prmission , water connection sewrage connection etc activitis of ASCL.

ASCL will provide the available data of property tax in excel or other raw format , bidder has to collect the rest data and create the required layers.

Page 137: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 137

its suitability for the project. MSI is required to update GIS maps from time to time.

424. VOL-II Clause 17 Page 41

All the software licenses that the MSI proposes shall be perpetual software licenses along with maintenance, upgrades and updates for the currency of the contract. The software licenses shall be on the name of ASCL and shall not be restricted based on location and ASCL shall have the flexibility to use the software licenses for other requirements if required.

Please provide the approximate number of users for ERP, E GOVERNANCE & different department employees who will use the software including but not limitd to no of Retired employee for Pension or other benifits where citizen interface is needed at each stage .

The total number of Aligarh Nagar Nigam Users are 1480 with 261 number of vacant posts. These users would interact with Aligarh Nagar Nigam through the corporate web portal & the mobile app. The MSI is expected to undertake the sizing of the corporate web portal & mobile app accordingly

425. General Query

Solution Hosting Is it going to be cloud hosting or on premise? Is DC & DR availble for solution hosting? Do we have to give hardware sizing of solution?

This would be a on premise hosting solution with the DC located in Aligarh DC would be on premise & DR on cloud as service. Hardware sizing is an

Page 138: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 138

integral part of the solution which the MSI has to submit for the proposed solution and has to comply with the minimum technical specifications as mentioned in Annexure B of Vol II of the RFP

426. General Query

Users How many departments/users are going to use the system? Please mention approx number of users?

Refer corrigendum No.5

427. General Query

Integration Please confirm all APIs for existing system integration shall be provided by authority

Yes required APIs would be provided by Authority

428. General Query

Document Storage Will the storage for the digitized document be given by authority? Storage should be provisioned by MSI as a part of the project scope

429. 2.3 Eligible Bidders Page No. 25

2. Consortium of Firms Bids can be submitted by a consortium of firms. A consortium should not consist of more than 2 parties (including the Lead Bidder)

We request to accept Consortium of 4 Members ( Lead Bidder+3 Consortium Members)

Refer Corrigendum No.5

430. 3.5 Pre-Qualification criteria S.No.1

Documentary Proof: For Lead Bidder: Copy of purchase orders showing at least 10 years of perations or Certified true copy of relevant extracts of balance sheet

As Eligibility Criteria, The Lead Bidder should be in operations from last 5 years and consortium partner should be in operation from last 3 years but as per documentary proof it is different Kindly amend the documentary proof as per eligibility criteria

Refer Corrigendum No.5

Page 139: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 139

Company Profile Page No.42

and PL statements for last 10 years For Consortium Member: Copy of purchase orders showing at least 5 years of operations or Certified true copy of relevant extracts of balance sheet and PL statements for last 5 years

431. 3.5 Pre-Qualification criteria S.No.7 ICT Components Page No. 44

ICT components "The Bidder (any member in case of consortium) shall have successfully executed below mentioned projects with cumulative value of INR 150 crore in last five (5) years (excluding civil work)

We request to amend as "The Bidder (any member in case of consortium) shall have successfully executed any of 3 below mentioned projects with cumulative value of INR 150 crore in last five (7) years (excluding civil work)

Refer Coerrigendum No.5

432. 3.6.1. S.No. A1 Annual Turnover Page No. 47

Average annual turnover from “Specific Business Areas” as mentioned below in Note under column “Required Supporting documents” · More than RS. 901 Cr. = 06 marks · More than RS. 701 Cr. – RS. 900 Cr.= 04 marks · More than RS. 500 Cr. – RS. 700 Cr.=02 marks · Less than 500 cr. Not eligible to bid

We request to amend as Morethan Rs. 701 Crore= 6M Morethan RS. 601 Crore -Rs. 700 Crore= 4M Morethan Rs. 501 Crore-Rs. 600 Crore =2M

Refer Coerrigendum No.5

433. 3.6.1. S.No. B1 Experience in establishment and management of ICCC Page No. 49

The Bidder (any member in case of consortium) shall have successfully executed projects in last five (5) years (excluding civil work): Each project should include any three(03) of following components from below list- Marks shall be allotted as below: · Number of Projects 4 or more = 10 marks · Number of Projects 3 = 8 marks · Number of Projects 2 = 5 marks The cumulative value of project should not be less than 100 Cr.

We request to amend as The Bidder (any member in case of consortium) shall have successfully executed projects in last Seven (7) years (excluding civil work): Each project should include any Two (2) of following components from below list- Marks shall be allotted as below: · Number of Projects 4 or more = 10 marks · Number of Projects 3 = 8 marks · Number of Projects 2 = 5 marks and request to delete the clause of cumulative value of project should not be less than 100 Cr.

Refer Corrigendum No.5

434. 3.6.1. S.No. B2 Experience in implementation of ITMS (Intelligent

"The Bidder (any member in case of consortium) shall have successfully executed projects in last five (5) years. Each project should include any of the three(3) Components from below list- 1. Variable Message Sign Board 2. ITMS including ANPR, RLVD/SVD

"The Bidder (any member in case of consortium) shall have successfully executed projects in last Seven (7) years. Each project should include any of the one (1)components from below list- 1. Variable Message Sign Board 2. ITMS including ANPR, RLVD/SVD 3. Emergency Call Box and PA System, Mobile

Refer Corrigendum No.5

Page 140: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 140

traffic management system) Page No. 49

3. Emergency Call Box and PA System, Mobile App/Desktop Portal for Citizen Services, and Kiosk based government/citizen services 4. Adaptive Traffic Control System

App/Desktop Portal for Citizen Services, and Kiosk based government/citizen services 4. Adaptive Traffic Control System

435. 3.6.1. S.No. B3. CCTV surveillance system Page No. 50

The Bidder (any member in case of consortium) shall have successfully executed minimum 500 outdoor CCTV surveillance systems or ANPR solution (with one project having minimum 300 outdoor cameras) during last five (5) years.

We request to amend as The Bidder (any member in case of consortium) shall have successfully executed minimum 500 outdoor CCTV surveillance systems or ANPR solution (with one project having minimum 300 outdoor cameras) during last Seven (7) years.

Refer Corrigendum No. 5

436. 3.6.1. S.No. B4. e- Governance /e-Municipal services Page No. 51

The Bidder (any member in case of consortium) shall have successfully implemented/ integrated minimum two (02) project related to e-governance which include at least one (01) ULB /e-municipal services (excluding CCTV system) and cumulative value of min INR 5 crores per project during last 5 years.

We request to amend as The Bidder (any member in case of consortium) shall have successfully implemented/ integrated minimum two (02) project related to e-governance which include at least one (01) ULB /e-municipal services (excluding CCTV system) and cumulative value of min INR 5 crores per project during last 7 years.

Refer Corrigendum No. 5

437. VOLUME-II,Annexure B.14. Next Generation Firewall, Page no. 180

Security Management: A separate centralized management appliance/software needs to be provided for management and logging of NGFW appliance. In case other security components like APT solution etc. are from the same OEM then a single centralized management, logging (and not multiple management system) should manage all such security devices. Security management Hardware can be an OEM appliance or dedicated server with software. The hardware appliance should have minimum 2 TB Hard disk and minimum dual 10/100/1000 Mbps network port. The central management console and should be able to handle 5000 log/sec.

This clause is restricting dedicated APT solution providers from participating in RFP and only favouring NGFW vendors. Hence its a humble request to amend existing clause as below : The clause should read as: Security Management: A separate centralized management appliance/software needs to be provided for management and logging of NGFW appliance. Security management Hardware can be an OEM appliance or dedicated server with software. The hardware appliance should have minimum 2 TB Hard disk and minimum dual 10/100/1000 Mbps network port. The central management console and should be able to handle 5000 log/sec

As per RFP

438. VOLUME-II,Annexure B.15. Anti-APT Solution,

The APT appliance should be a purpose built on premise appliance based solution with integrated support for sandboxing. Cloud based solution will not be accepted.

APT is a dedicated sophisticated technology to cater unknown/zero day specific threats using sandbox technology which require dedicated H/W resources to learn and analyze malicious packet.Hence it is always recommended that APT as a technology should not be deliverd

As per RFP

Page 141: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 141

Page no. 182

as a partial functionality bundling with other security layers as it will not surve the purpose of RFP. The clause should read as: The APT appliance should be a purpose built dedicated on premise appliance based solution with integrated support for sandboxing. Cloud based, CPU /Chip based function and network perimeter security component part devices like UTM and NGFW solution will not be accepted.

439. VOLUME-II,Annexure B.15. Anti-APT Solution, Page no. 182

The quoted APT OEM must have NSS Lab’s Recommended rating as per breach detection & prevention system report.

To test the effectivity of APT solution NSS publish both breached detection as well as breach prevention system test report as catering unknown threat is a strategy adapted by OEM to detect and mitigate threat. Hence it a humble request to consider both the NSS test Lab reports to allow maximum participation of best in the breed solution providers. The clause should read as: The quoted APT OEM must have NSS Lab’s Recommended rating as per breach detection/prevention system report.

As per RFP

440. VOLUME-II,Annexure B.15. Anti-APT Solution, Page no. 182

The APT appliance should support at least 24 virtual machines running simultaneously

APT solution should have scalable sandbox capbility to handle future traffic needs of Smart City without replacing appliance along with an unified agent to provide holistic protection from kown and unknown theats at endpoint level. The clause should read as: The APT appliance should support at least 24 virtual machines scalable up to 60 running simultaneously having an endpoint security component with functionalities (Antivirus, Vulnerability Protection, Data loss, Application control and EDR ability to automatically block/Quarantine zero day malwares by sharing Indicators of Compromise.

As per RFP

441. VOLUME-II,Annexure B.15. Anti-APT Solution,

The solution must be able to detect and report malware by using multiple images of Windows XP, 7, 8, 10 etc.

To achieve holistic protection APT solution should inspect/analyze malicious packet pertaining to server class operating systems along with Laptop/Desktop OS. APT solution not having capability to analyze unknown threat lies in

Refer Corrigendum No. 5

Page 142: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 142

Page no. 182

server class OS will going to bypass the threat without inspecting malicious packet. Hence its a humble suggestion to include server class OS as supported sandbox image. The clause should read as: The solution must be able to detect and report malware by using multiple images of Windows XP, Win7, Win8/8.1, Win 10, Windows Server 2003, 2008, 2012, Mac OS

442. VOLUME-II,Annexure B.54. Antivirus with EDR & HIPS, Page no. 309

If the host is non-compliant with the policies, the solution must automatically initiate remedial action, which may include running isolating it from network, downloading and executing/inserting a software, running scripts, by setting required registries keys. The solution should recheck host for compliance after remediation and grant access for the compliant host to the network.

Specification is favouring particular OEM and restricting us from participation. Hence it’s a humble request to amend the current clause as below : The clause should read as: The solution must automatically initiate remedial action, which may include running isolating it from network.The solution should recheck host for compliance after remediation and grant access for the compliant host to the network.

Refer Corrigendum no. 5

443. VOLUME-II,Annexure B.54. Antivirus with EDR & HIPS, Page no. 309

Solution should provide anomaly detection to detect and report on suspicious information found in a file. Preferable capabilities to include, TLS callback activity, CVE and exploit detection, shell-code detection, debugger detection, watermark tampering, and non-standard file alignment, RFC compliant etc

Specification is favouring particular OEM and restricting us from participation. Hence it’s a humble request to amend the current clause as below : The clause should read as: Solution should provide anomaly detection to detect and report on suspicious information found in a file. Preferable capabilities to include, CVE and exploit detection and should have pre and post execution machine Learning

Refer Corrigendum No. 5

444. VOLUME-II,Annexure B.54. Antivirus with EDR & HIPS, Page no. 309

The proposed solution should support endpoint quarantine from network and bring back the endpoint after remediation using ATP management platform

Specification is favouring particular OEM and restricting us from participation. Hence it’s a humble request to amend the current clause as below : The clause should read as: The proposed solution should support endpoint quarantine from network and bring back the endpoint after remediation and should support CVE cross referencing when applicable for vulnerabilities.

Refer Corrigendum No. 5

Page 143: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 143

445. VOLUME-II,Annexure B.54. Antivirus with EDR & HIPS, Page no. 310

Has sandboxing and process access control to prevent against a new class of threats utilizing comprehensive IPS protection. Must not be dependent on signatures for protecting server from malware.

Specification is favouring particular OEM and restricting us from participation. Hence it’s a humble request to amend the current clause as below : The clause should read as: Should have ability to prevent against a new class of threats utilizing comprehensive IPS protection. Must not be dependent on signatures for protecting server from malware.

Refer Corrigendum No. 5

446. VOLUME-II,Annexure B.54. Antivirus with EDR & HIPS, Page no. 310

Has host firewall to control inbound and outbound network traffic to and from servers. Has compensating HIPS controls to restrict application and operating system behavior using policy-based least privilege access control.

Specification is favouring particular OEM and restricting us from participation. Hence it’s a humble request to amend the current clause as below : The clause should read as: Has host firewall to control inbound and outbound network traffic to and from servers and proposed solution should support OS i.e. CentOS,Solaris,Oracle Linux,SUSE Linux,Ubuntu,Debian,Window (XP,7,8,10,2003,2008,2012)

Refer Corrigendum No. 5

447. VOLUME-II,Annexure B.54. Antivirus with EDR & HIPS, Page no. 311

Provides process control based on the application initiating the change, the target file/registry key, the user/group attempting the change and finally based on additional arguments used when starting the application.

Specification is favouring particular OEM and restricting us from participation. Hence it’s a humble request to amend the current clause as below : The clause should read as: Provides application control and to monitor any change target file/registry key and should have feature to take backup of ransomeware infected files and restoring the same

Refer Corrigendum No. 5

448. Volume - II, Annexure B. 16 Web

Should have 4-10Gig ports and storage capability of 2 TB proposed solution should have integrated Redundant power supply

2TB storage capacity is very higher side for WAF solution, As WAF will be integrate with centralized SIEM and Syslog server for incident and log management. 2TB inbuilt storage capacity will increase the overall

As per RFP

Page 144: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 144

Application Firewall, Page 183

sizing of WAF solution. Also request to increase the no of 10G port and dedicated OOB Management port as well. Request to change clause as "Should have 8x10Gig and 1x1Gig dedicated management ports and storage capability of 500 GB proposed solution should have integrated Redundant power supply"

449. Volume - II, Annexure B. 11 Server Load Balancer, Page 176

The proposed appliance should be multi-tenanted appliance and have capabilities to support multiple 3rd parties and open source independent virtual instance of Network functions with dedicated Hardware resources for future requirements and scalability.

Need clarification on understanding of multiple 3rd parties and open source independent virtual instance of Network functions with dedicated Hardware resources for future requirements and scalability? Request you to change clause as "The proposed appliance should be multi-tenanted appliance and have capabilities to support multiple modules like ADC, WAF, SSL VPN, DDoS and Web and mobile fraud protection module with dedicated Hardware resources for future requirements and scalability."

As per RFP

450. Volume - II, Annexure B. 11 Server Load Balancer, Page 176

The appliance should have minimum 8x10G SFP+ interfaces from day one. Should have min. 32 GB RAM, 2TB Hard disk and capability to create up to 16 virtual Network domain from Day 1. Device to provide 20 Gbps throughput.

Request to add 40G port support on proposed solution from day 1 for future use. Also Server load Balancer will be integrate with centralized SIEM and Syslog server for incident and log management. 2TB inbuilt storage capacity will increase the overall sizing of Server Load Balancer solution. Also with 20 Gbps of through put 16 instances is higher side, as with 16 instances each instance will not be able to more than 1G of the throughput. Request to change clause as "The appliance should have minimum 8x10G SFP+ interfaces and 4x40G QSF+ from day one. Should have min. 32 GB RAM, 400GB SSD Hard disk and capability to create up to 8 virtual Network domain from Day 1. Device to provide 60 Gbps throughput."

Refer Corrigendum No. 5

451. Volume - II, Annexure B. 11 Server Load Balancer, Page 176

Device to have capabilities to support ADC and SSL VPN as independent Network Function and not an integrated solution to ensure required performance. Should also provide machine authentication based on combination of HDD ID, CPU info and OS related parameters like mac address to provide secure access to corporate resources

Please clarify on the independent Network function meaning? Is department looking for running ADC and SSL VPN on server with any Hypervisor? And how integrated solution will impact the performance over? Request you to change clause as "Device to have capabilities to support ADC and SSL VPN as an integrated solution to ensure required performance. Should also provide machine authentication based on combination of HDD ID, CPU info and OS related parameters like mac address to provide secure access to corporate resources"

As per RFP

452. Volume - II, Annexure B.

Should provide comprehensive and reliable support for high availability with Active -active &

Please clarify on the independent Network function meaning? Request to change clause as "Should provide comprehensive and

As per RFP

Page 145: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 145

11 Server Load Balancer, Page 176

active standby unit redundancy mode. Should support both device level and VA level High Availability for individual Network Function.

reliable support for high availability with Active -active & active standby unit redundancy mode. Should support both device level and VA level High Availability"

453. Volume - II, Annexure B. 12 Link Load Balancer, Page 177

The Proposed device should be a dedicated purpose built Multi Tenanted device which can host multiple different virtual network functions. It should have capabilities to support 3rd party and open source independent virtual network functions with dedicated hardware resources for future requirements and scalability.

Please clarify on which can host multiple different virtual network functions? Why virtual network function is required on Link Load Balancer? Request to change clause as "The Proposed device should be a dedicated purpose built device."

As per RFP

454. Volume - II, Annexure B. 12 Link Load Balancer, Page 177

The appliance should have minimum 8x10G SFP+ interfaces from day one. Should have built in 32 GB RAM, 2TB Hard disk to create virtual network functions and capability to create up to 16 virtual Network domain from Day 1. Device to provide minimum 20 Gbps throughput.

2TB storage capacity is very higher side for LLB solution, As LLB will be integrate with centralized SIEM and Syslog server for incident and log management. 2TB inbuilt storage capacity will increase the overall sizing of LLB solution. Why virtual network function is required on Link Load Balancer? Request you to change clause as "The appliance should have minimum 8x10G SFP+ interfaces from day one. Should have built in 32 GB RAM, 400GB Hard disk. Device to provide minimum 20 Gbps throughput."

As per RFP

455. Volume - II, Annexure B. 12 Link Load Balancer, Page 177

Appliance should support for multiple internet links In Active-Active traffic balancing and active-standby failover mode for both inbound and outbound traffic using algorithms like round robin, weighted round robin, target proximity and dynamic detect. Appliance should also support WAN optimization with features of Network de-duplication, TCP Optimization with SSL based secure WAN to avoid the repeated content across the WAN and to ensure efficient utilization WAN bandwidth.

No ADC vendor provide WAN optimization solution except single OEM. Request you to dilute the WAN optimization solution from LLB specification so that there will be maximum participation of OEMs in BID. Request to change clause as "Appliance should support for multiple internet links In Active-Active traffic balancing and active-standby failover mode for both inbound and outbound traffic using algorithms like round robin, weighted round robin, target proximity and dynamic failover."

As per RFP

456. Volume - II, Annexure B. 12 Link Load Balancer, Page 177

Should provide comprehensive and reliable support for high availability with Active -active & active standby unit redundancy mode. Should support both device level and VA level High Availability for individual Network Function.

Please clarify individual Network understanding? Individual network function stands for each virtual network

Page 146: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 146

function installed

457. Volume - II, Annexure B. 12 Link Load Balancer, Page 177

Should have capabilities to support independent Virtual Network Functions like WAN Optimization, DDoS etc.

No ADC vendor provide WAN optimization solution except single OEM. Request you to dilute the WAN optimization solution from LLB specification so that there will be maximum participation of OEMs in BID. Request to change clause as "Should have capabilities to support Virtual Functions like SSL VPN , DDoS etc."

As per RFP

458. VOLUME-I, 4.14, 70

4.14 Quality standards and pre-eligibility OEM criteria

For selection of solution from leading OEMs our submission is to include the follwing clause: " -- Probable OEM should have their RnD group based out in India since last 5 years from the date to Bid submission. -- Probable OEM technical support group should be based in different countries covering multiple time zones including India." -- Probable OEM should have their sales and implementation services running with-in the same origination." -- There should be a tight bi-directional integration between NOC and SOC to have the single consolidated console of Infrastructure & security events." -- Proposed EMS/NMS solution must be among the top 10 market share vendors globally. Substantiate with the relevant document/ report."

As per RFP

459. VOLUME-I, 4.14, 70

OEM for the all active network, security, compute, storage should have a registered office in India and should be directly present for last 3 years, from date of RFP publication. They should also have a development center in India.

EMS software are critical and vital part of any smart city project, since it is the face of the project showing SLA dashboards, Panalties, Event dashboards, Reporting, etc.. Hence our submission is to include Enterprise Management System as will into this list and update clause as follows: "OEM for the all active network, security, compute, storage, EMS should have a registered office in India and should be directly present for last 3 years, from date of RFP publication. They should also have a development center in India."

As per RFP

460. VOLUME-I, Annexure B.28. EMS - Helpdesk - Incident

The proposed helpdesk system shall support ITIL processes like request management, problem management, configuration management and change order management with out-of-the-box templates for various ITIL service support processes

This is the most mature way to demonstrate that at least three top IT organizations and for selection of mature IT service management solution. Multiple leading Service Management OEMs are listed under Pink Elephant certifications website. Hence request you to please update or include the following specification in Helpdesk requirement: "The proposed Helpdesk tool must be ITIL V3 Gold-level pink elephant

As per RFP

Page 147: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 147

Management, 358

certified on at least 10+ processes: Incident management, Problem Management, Change Management, Knowledge Management, Service Level Management, Service Asset and Configuration management, Service Catalogue and Request Fulfilment, etc. The certification copy to be submitted."

461. VOLUME-I, Annexure B.28. EMS - Helpdesk - Incident Management, 358

Scalability – The system should be capable of supporting at least 100 thousand network flow per second on single server with capability to capture each unique traffic conversations

To ensure that the proposed NMS/EMS is proven at the scalability required for the said project and is operational in the Indian Public Sector space and thereby avoid risk of being a test bed for solutions not known to scale up to the requisite levels. Hence request you to please include the following specification in EMS general requirement: "Scalability – The proposed EMS/NMS solution MUST have at least 3 deployments in Indian Government/ Public Sector, monitoring & managing 10,000+ network nodes in each of such deployments. Customer names, solution details and OEM undertaking needs to be provided at the time of bidding."

As per RFP

462. Schedule F, page no. 106, Item no. 7.

Capacity for Backup software to be confirmed for both DC & DR

Capacity for Backup software to be confirmed for both DC & DR Back up capacity should sufficient to take back up all the data generated successfully.

463. Volume II, Video Analytics – Functional Specifications, Page 62

I. Attribute Based Search Since the Attribute based search has big domain and can be achieved using different algorithms. Here in RFP Face recognition (FRS) is asked and this attribute search can be achieved using FRS system. Also, this is a proprietary feature and only one OEM can bid in this. Hence, we strongly recommend to consider below: I. Attribute Based Search using Face recognition.

Refer Corrigendum No. 5

464. Volume II Annexure B.24. Video Management Solution & Video Analytics

8. VMS should support industry standard database, e.g., PostgreSQL, MySQL, MS SQL and Oracle. The VMS should be capable of supporting SQL or Non SQL databases.

The VMS and VA applications can use one database at a time and every OEM can have separate/dedicated database softwares. Hence, we recommend to make it open for every one and give the options. Kindly consider: 8. VMS should support industry standard database, e.g., PostgreSQL or MySQL or MS SQL or Oracle. The VMS should be capable of supporting SQL or Non SQL databases.

Refer Corrigendum No. 5

Page 148: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 148

Solution. Page 196

465. Volume II Annexure B.24. Video Management Solution & Video Analytics Solution. Page 197, 198

21. The VMS should have ONVIF Profile S & G compliance. 29. The VMS should support ONVIF Profile G. The VMS should intelligently synchronize the edge recording on the camera with the central recording in case the camera loses the network connection.

Most of the Enterprise VMS OEMs have ONVIF Profile 'S' or 'G' or Both. We recommend to consider this in option. Kindly consider: 21. The VMS should have ONVIF Profile S or G compliance. 29. The VMS should support ONVIF Profile S or G. The VMS should intelligently synchronize the edge recording on the camera with the central recording in case the camera loses the network connection.

Refer Corrigendum No. 5.

466. Volume II Annexure B.24. Video Management Solution & Video Analytics Solution. Page 199

37. The VMS should allow monitoring of the desktop screen activity of a user from the Administrator user console. This feature should replicate the entire user desktop and not just the VMS application window. This feature is required for audit control of the operators. It should also be possible to monitor desktops of multiple users and record the entire activity to a file for any duration required.

The asked feature is not much valuable to the End client. Rather than this VMS should have user rights and authorization policies. The audit control can be maintained by giving right permissions to right users. Moreover this screen capturing is a separate module and will give additional cost to the client. Hence , we recommend toremove this clause.

Refer Corrigendum No. 5.

467. Volume II Annexure B.24. Video Management Solution & Video Analytics Solution. Page 199

38. The VMS should have a feature to restrict a user to a particular hardware workstation.

The asked feature is not much valuable to the End client. The VMS should have flexibility to give user rights and be independent of hardware. We recommend to remove this clause.

Refer Corrigendum No. 5.

468. Volume II Annexure B.24. Video Management Solution & Video Analytics

39. It should be possible to send messages to a particular user from the Administrator login. In case the user is offline or not logged in, the message should be delivered after the user logs in to the system.

The asked feature is not available with Enterprise level OEMs. We recommend toremove this clause

Refer Corrigendum No. 5.

Page 149: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 149

Solution. Page 199

469. Volume II Annexure B.24. Video Management Solution & Video Analytics Solution. Page 206

111. The VA should be able to use industry standard Database (e.g. PostgreSQL, MySQL) for all database related tasks.

The VMS and VA applications can use one database at a time and every OEM can have separate/dedicated database softwares. Hence, we recommend to make it open for every one and give the options. Kindly consider: 111. The VA should be able to use industry standard Database (e.g. PostgreSQL or MySQL or MS SQL) for all database related tasks.

Refer Corrigendum No. 5

470. Volume II Annexure B.24. Video Management Solution & Video Analytics Solution. Page 198

33. It should be possible to encrypt the exported video with password protection. The system should keep a record of such exported videos as audit trail.

Kindly consider: 33. It should be possible to encrypt the exported videoin SEF (Secured export format) with password protection up to 24 alphanumeric character. The system should keep a record of such exported videos as audit trail.

As per RFP

471. Volume II Annexure B.24. Video Management Solution & Video Analytics Solution. Page 205

Video Analytic s (VA) Architecture 102. The VMS and VA must have tight integration.

Kindly consider: 102. The VMS and VA must be of same make for having tight integrated solution.

As per RFP

472. Volume II Annexure B.24. Video Management Solution & Video Analytics

7. The VMS should support 64 bit architecture OS and hardware environments.

Kindly consider: 7. The VMS should support 64 bit architecture OS and hardware environments. The Software should have OS partner certification from last 3 years.

As per RFP

Page 150: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 150

Solution. Page 195

473. Volume II Annexure B.24. Video Management Solution & Video Analytics Solution. Page 205

100. The Event Log should record event-related information (searchable by Service name, Source and Event type)

Kindly Consider: 100. The Event Log should record event-related information (searchable by Service name, Source and Event type). There should be smart and Advanced activity search feature where we can get results in few seconds.

As per RFP

474. Volume II Annexure B.24. Video Management Solution & Video Analytics Solution. Page 207

115.VA should provide real-time generation of events to alert operators to irregularities.

Kindly Consider: 115.VA should provide real-time generation of events to alert operators to irregularities. The VA system should have 3D calibration tool where 3D calibration objects are matched to the actual camera viewing scene.

As per RFP

475. Volume II Annexure B.24. Video Management Solution & Video Analytics Solution. Page 204

93. The VMS should allow for continuous monitoring of the operational status and event-triggered alarms from servers, cameras and other devices. The health monitoring module should provide a real-time overview of alarm status or technical problems while allowing for immediate visual verification and troubleshooting.

Kindly Consider: 93. The VMS should allow for continuous monitoring of the operational status and event-triggered alarms from servers, cameras and other devices. The health monitoring module should provide a real-time overview of alar status or technical problems while allowing for immediate visual verification and troubleshootingusing "help" option where quick offline support and documentation of the operation of the software shall be available for the operator for any instant help or support.

As per RFP

476. Volume II Annexure B.24. Video Management Solution & Video Analytics

52. The VMS should allow monitoring of archive video of the selected camera under categories such as events, motion or continuous recording. The VMS should also show a report of cameras indicating recording status for the selected duration, critical video data and Incident Video data.

Kindly consider: 52. The VMS should allow monitoring of archive video of the selected camera under categories such as events, motion(three types- Adaptive, Comparative and Hermeneutic or continuous recording. The VMS should also show a report of cameras indicating recording status for the selected duration, critical video data and Incident Video data.

As per RFP

Page 151: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 151

Solution. Page 200

477. Volume II Annexure B.24. Video Management Solution & Video Analytics Solution. Page 201

65. The Client Viewer should allow digital zooming on live view as well as on replay view on Fixed as well as PTZ Cameras.

Kindly consider: 65. The Client Viewer should allow digital zooming on live view as well as on replay view on Fixed as well as PTZ Cameras.Software should have virtual camera feature up to 40 numbers for detailed monitoring.

Refer

Corrigendum

No. 5

478. Volume II Annexure B.24. Video Management Solution & Video Analytics Solution. Page 207

121. VA should have an alarm management system enabling operators to view video feeds streamed from multiple video cameras, from any PC on the network.

Kindly consider: 121. VA should have an alarm management system enabling operators to view video feeds streamed from multiple video cameras, from any PC on the network. Alarm Filtering Option shall be there . It shall possible to “silence” alarms for a desired time period Ranging from 5 Minutes till 24 Hours or more. This is useful if alarms are unintentionally active all the heavy wind or rain.

Refer

Corrigendum

No. 5

479. Volume II Annexure B.24. Video Management Solution & Video Analytics Solution. Page 205

Video Analytic s (VA) Architecture Video Analytic s (VA) Architecture

Kindly consider the Deep learning based analytics as most of the smart city authorities are using this. Additional Point: Advanced Deep learning video analytics and 3D Calibration:

As per RFP

The bidder shall be responsible for designing and implementing Artificial Intelligence Based Intelligent Video Analytics on the Edge / Central based for all Cameras as per city requirements for all the use cases. VMS, Video analytics and Artificial intelligence should be of same make for tight and integrated solution. Minimum 4 use-cases for Video Analytics Software over minimum 25 Cameras & above based on deep learning and 3D Calibration deployed in India in last 3 Years. Bidder to provide minimun 4 different project details in India with Customer completion & PO for satisfactory performance

As per RFP

A. Deep learning and 3D calibrated analytics • Parking violation • Garbage bin, cleaned or not

As per RFP

Page 152: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 152

• Vehicle stopped for long • Wrong way or illegal turn detection • Land Encroachment • Abandoned Bag • Graffiti and Vandalism detection • Detection and classification of human, animal and vehicle • Loitering detection • Person climbing barricade • Person collapsing • Crowd Detection • Intrusion detection

480. Volume I, Page no. 99 Annexure 2.14.1. Proposed Bill of material for CAPEX Schedule A : Adaptive Traffic Control System (ATCS) Point 5

Traffic Light Aspects – Red No.s 74 As per our review of the BoQ, according to the location list given in the RFP, the number of 3 arm junctions will be 21, 4 arm junctions will be 12 and one junction with 5 arm. On each junction we will need 2 Red lights per approach. Hence the total number of Red lights required would be as follows: 74 approaches * 2 = 148

Only one set of traffic lights are to be considered

481. Volume I, Page no. 99 Annexure 2.14.1. Proposed Bill of material for CAPEX Schedule A : Adaptive Traffic

Traffic Light Aspects – Amber No.s 74 As per our review of the BoQ, according to the location list given in the RFP, the number of 3 arm junctions will be 21, 4 arm junctions will be 12 and one junction with 5 arm. On each junction we will need 2 Amber lights per approach. Hence the total number of Amber lights required would be as follows: 74 approaches * 2 = 148

Only one set of traffic lights are to be considered

Page 153: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 153

Control System (ATCS) Point 6

482. Volume I, Page no. 99 Annexure 2.14.1. Proposed Bill of material for CAPEX Schedule A : Adaptive Traffic Control System (ATCS) Point 7

Traffic Light Aspects – Green No.s 206 As per our review of the BoQ, according to the location list given in the RFP, the number of 3 arm junctions will be 21, 4 arm junctions will be 12 and one junction with 5 arm. On each 3 arms junctions we will need 10 green lights per junction, on 4 arms junction we will need 20 green lights per junction and on 5 arm junction we will need 25 green lights in total. (assuming 2 sets of lights which is evident from the Pedestrian lamp heads – Stop & Walk Man BoQ). Hence the total number of green lights required would be as follows: 7*10 + 12*20 + 1*25 = 335

Only one set of traffic lights are to be considered

483. Volume II, Page No. 259 Annexure B.38 - Adaptive Traffic Control System Point 37 - Traffic signal aspect

Point 9. EN 12368 certified Remove clause Refer Corrigendum No. 5

484. Volume II, Page No. 260 Annexure B.38 -

Point 6. EN 12966: Compliant Remove clause As per RFP

Page 154: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 154

Adaptive Traffic Control System Point 38 - Countdown Timer

485. Page 105 of 366

Volume-II: Scope of work b) Partition and Ceiling System: -

It is recommended to use the following text in addition to the existing text for wall paneling, Ceiling to ensure that the end user gets a quality product:- RoHS certified ceiling, wall paneling to ensure restriction of hazardous substance and ASTM E84 to ensure that the material does not provoke fire and does not generate smoke. Certificate need to be submitted along with the technical Bid.

Refer

Corrigendum

No. 5

486. Page 105 of 366

Volume-II: Scope of work b) Partition and Ceiling System: -

It is recommended to use the following text in addition to the existing text for wall paneling, Ceiling to ensure that the end user gets a quality product:- WALL PANELLIG SYSTEM - Lockable & Replaceable ~ Modular wall paneling tile having secure locking arrangement for equidistant mounting. Locking arrangement enables easy replacement without using any tool within 20 seconds. The feature shall provide easy flexibility of locking all tiles in one column through gravity .Certificate from UL need to be submitted along with the technical Bid.

Refer

Corrigendum

No. 5

487. Vol II, Annexure B.56, Pg- 314

SIEM and Forensics Platform is required for complete visibility to identify and investigate attacks, the ability to detect and analyze even the most advanced of attacks before they can impact critical data, and the tools to take targeted action on the most important incidents. Complete visibility across logs, packets and end point is critical. Appliance based solution for better performance is required. The solution should collect, analyze, and archive massive volumes of data at very high speed using multiple modes of

We request SIEM and invetigate as they are part of SIEM solution. End point has been asked seprately along with Antivirus and Packet is part of NBAD, why duplicacy is required. SIEM and investigate platform must integrate with specilised EDR and NBAD solutions asked for in tender rather then asking as part of SIEM with limited functionalities. SIEM must focus on real time corrlation and investigation. It must have integrated big data platform to provide predective analytics. SI must be allowed to give as appliance or HW form factor to give best results

As per RFP

Page 155: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 155

analysis. The platform should also be able to ingest threat intelligence about the latest tools, techniques and procedures in use by the attacker community to alert government on potential threats that are active.

488. Vol II, Annexure B.56, Pg- 314

Next generation platform should encompass log, packet and end point data with added context and threat Intelligence. Should provide complete network visibility through deep packet inspection high speed packet capture and analysis.

Packet and end point are seprate solution and has been asked . SIEM must provide Logs capability and real time correlation and analytics

As per RFP

489. Vol II, Annexure B.56, Pg- 314

SIEM for Logs and deep packet inspection should be from Single OEM.

SIEM must be from specilaised SIEM vendor and packet must be part of NBAD solution, not required as part of SIEM with limited functionality. SIEM must focus on log , real time correlation and predective analytics using big data platform integrated.

Refer Corrigendum No. 5

490. Vol II, Annexure B.56, Pg- 314

The SIEM & Log Monitoring solution should be from a different OEM than the Prevention Security solutions like F/W, IPS, HIPS, AV, DLP, and Encryption.

There is no relation between Encryption, DLP here, why same cant be from same OEM

Refer Corrigendum No. 5

491. Vol II, Annexure B.56, Pg- 314

The solution should provide an integrated SOC dashboard and Incident analysis system that could provide a single view into all the analysis performed across all the different data sources including but not limited to logs and packets. The Tool should have role based access control mechanism and handle the entire security incident lifecycle.

Packet must be from different OEM as part of completet NBAD solution

As per RFP

492. Vol II, Annexure B.56, Pg- 314

Correlation Engine appliance should be consolidated in a purpose build appliance and should handle 50,000 EPS.

Above point has given sizing, why OEM specific appliance needs to be asked for. 20,000 EPS solution has been asked for as right sizing. This is specific to OEM, who is trying to push department to spend for its specific sized Appliance.

Refer Corrigendum No. 5

493. Vol II, Annexure B.56, Pg- 315

The solution should incorporate and correlate information that enables the Information Security Team to quickly prioritize it’s response to help ensure effective incident handling.

Response to be removed as response tools are seprate of part of SOP's Refer Corrigendum No. 5

Page 156: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 156

494. Vol II, Annexure B.56, Pg- 315

The solution should be storing both raw logs as well as normalized logs. The same should be made available for analysis and reporting. The proposed solution should be sized to provide both raw logs and normalized logs with minimum 20 TB of storage.

Why 20TB? This is specific to OEM, who is trying to push its specific appliance. It should be as per Solution requirement

To be used for storing & processing logs

495. Vol II, Annexure B.56, Pg- 315

Should be able to provide complete packet-by-packet details pertaining to one or more session of interest including Session replay, page reconstruction, image views, artefact & raw packet and object extractions.

Packet must be from different OEM as part of completet NBAD solution

As per RFP

496. Vol II, Annexure B.56, Pg- 315

Should be able to filter the captured packets based on layer-2 to layer-7 header information.

Packet must be from different OEM as part of completet NBAD solution

As per RFP

497. Vol II, Annexure B.56, Pg- 315

Should provide comprehensive deep packet inspection (DPI) to classify protocols & application.

Packet must be from different OEM as part of completet NBAD solution

As per RFP

498. Vol II, Annexure B.56, Pg- 315

The proposed solution must be able to provide the complete platform to perform Network forensics solution

Packet must be from different OEM as part of completet NBAD solution

As per RFP

499. Vol II, Annexure B.56, Pg- 315

The solution must have the ability to capture network traffic and import PCAP files using the same infrastructure.

Packet must be from different OEM as part of completet NBAD solution

As per RFP

500. Vol II, Annexure B.46, Pg-277,General

The solution must be able to protect data-at-rest against root/system privileged user account access. It should also protect file level encryption. The DSM should be a hardware device with FIPS level 3 HSM. The solution should be able to support file level encryption in transparent manner. No downtime is expected while data is transformed into encrypted data

we request to open this Specifications more to allow new generation technologies which are platform to protect end to end data weather in use, rest or motion using latest generation Format preserving encryption which are stateless in nature, requires no HSM/ Key maanger.Are not dependednt on database and application, works on all. Are NIST compliant and uses breachproof technology FF1.

As per RFP

Page 157: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 157

501. Vol II, Annexure B.46, Pg-277,Data Encryption capabilities & token managemen

The proposed data protection and encryption solution must support transparent data protection on all major operating system include: • Microsoft: Windows Server, 2008, 2012 • Linux: Red Hat Enterprise Linux (RHEL), SuSE Linux Enterprise Server, Oracle RedHat Compatible Kernel and Ubuntu • UNIX: IBM AIX, HP-UX, and SolarisDatabase

we request to open this Specifications more to allow new generation technologies which are platform to protect end to end data weather in use, rest or motion using latest generation Format preserving encryption which are stateless in nature, requires no HSM/ Key maanger.Are not dependednt on database and application, works on all. Are NIST compliant and uses breachproof technology FF1.

As per RFP

502. Vol II, Annexure B.46, Pg-278,Data Encryption capabilities & token management

The proposed platform should support vault based tokenization

Why vault is required, which is old technology, it must be only vaultless

As per RFP

503. Vol II, Annexure B.46, Pg-279,Key management

Support industry proven cryptograph security standard:3DES, AES128, AES256, ARIA128, and ARIA256 and asymmetric key RSA-4096/2048, SHA-256 algorithm

Must be as per requirement of customer As per RFP

504. Vol II, Annexure B.46, Pg-279,Key management

The Key management repository must provide virtualization option, with OVF image for deployment option - Hardened Operating System, root account must be disabled, all unnecessary software packages must be removed. A firewall in place that only opens a limited set of required ports.

Valid for old technologies which requires key management, stateless technologies do not require

As per RFP

505. Vol II, Annexure B.46, Pg-279,

Should be a FIPS 140-2 level 3 and Common Criteria Certified

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

Page 158: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 158

Hardware Capabilities

506. Vol II, Annexure B.46, Pg-279, Hardware Capabilities

Should have support for column level encryption This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

507. Vol II, Annexure B.46, Pg-279, Hardware Capabilities

Should support RSA 1024, RSA 2048, RSA 4096, AES

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

508. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

128, AES 256, 3DES, ARIA 128, ARIA 256 This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

509. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

Should support Clustering for high availability This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

510. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

Should support multi tenancy This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

511. Vol II, Annexure B.46, Pg-280,

Should have Secure Web-based GUI, secure shell (SSH), and console

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

Page 159: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 159

Hardware Capabilities

512. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

Should be able to encrypt of all databases This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

513. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

Should be scalable upto 10000 connectors This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

514. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

Should have File servers support on Windows, Linux etc.

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

515. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

Should be a TCP/IP based FIPS certified appliance This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

516. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

Should Support delegated admin, “M of N” keys. Capable of storing one million keys in hardware.

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

517. Vol II, Annexure B.46, Pg-280,

Should have support for standard libraries and protocols - PKCS#11, KMIP, REST

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

Page 160: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 160

Hardware Capabilities

518. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

Should support live data transformation (encrypting existing data without downtime)

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

519. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

Should allow Key Caching, Key rotation, key Versioning, Schedule Key Rotation

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

520. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

Should support web Service architecture for easy integration with different application

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

521. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

Should be supplied with redundant power supply This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

522. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

Should support operating temperature 10° to 35° C (50° to 95° F)

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

523. Vol II, Annexure B.46, Pg-280,

Should support humidity 8% to 90% (non- condensing)

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

Page 161: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 161

Hardware Capabilities

524. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

Should support FCC, UL, BIS or equivalent certifications

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

525. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

Should support two factor authentication (for administrator to login to Key manager web console)

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

526. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

Should support SNMP, NTP, Syslog-TCP This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

527. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

Should support syslog formats CEF, LEEF, RFC 5424 or equivalent

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

528. Vol II, Annexure B.46, Pg-280, Hardware Capabilities

The proposed data protection solution must support hardware cryptographic acceleration including • Intel and AMD AES-NI • SPARC encryption • IBM P8 cryptographic coprocessor

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

529. Vol II, Annexure B.46, Pg-281,

The proposed data protection solution must provide fine-grained auditing records that show system accounts and processes accessing data based on security policy.

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

Page 162: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 162

Hardware Capabilities

530. Vol II, Annexure B.46, Pg-281, Hardware Capabilities

The proposed data protection solution must support integration with SIEM solution and deliver centralized access audit and monitoring report

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

531. Vol II, Annexure B.46, Pg-281, Hardware Capabilities

The encryption key manager must be Common Criteria (ESM PP PM V2.1) certified

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

532. Vol II, Annexure B.46, Pg-281, Hardware Capabilities

The encryption key manager should have option with FIPS 140-2 Level 3 HSM in the box.

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

533. Vol II, Next Generation Firewall, page 179/664

The Firewall appliance should be a purpose built appliance based solution with integrated functions like Firewall, VPN and User awareness. The product licensing should be device based and not user/IP based (should support unlimited users except for VPN). The Firewall & IPSEC module should be ICSA labs certified. The hardware platform & Firewall with integrated SSL/IPsec VPN application has to be from the same OEM. The quoted NGFW OEM must have NSS Lab’s Recommended rating as per latest NSS Labs NGFW Methodology testing with a minimum exploit blocking rate of 95%.

The Firewall appliance should be a purpose built appliance based solution with integrated functions like Firewall, VPN and User awareness. The product licensing should be device based and not user/IP based (should support unlimited users except for VPN). The Firewall & IPSEC module should be ICSA labs certified. The hardware platform & Firewall with integrated SSL/IPsec VPN application has to be from the same OEM. The quoted NGFW OEM must have NSS Lab’s Recommended rating as per latest NSS Labs NGFW Methodology testing with a minimum exploit blocking rate of more than 99%.

Refer Corrigendum No. 5

Page 163: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 163

534. Vol II, Next Generation Firewall, page 179/664

Throughput capacity of firewall under test conditions should not be less than 50Gbps for IPV4 & IPV6. Threat Prevention throughput (Includes Firewall, Application Control, IPS, Antivirus, Antimalware etc.) capacity of 10 Gbps. Appliance should support Max 50,000,000 concurrent sessions. Appliance should support at least 200,000 connections per second. Solution should be based on multi core processors, Should have adequate memory on day 1 to handle concurrent connections asked

Throughput capacity of firewall under test conditions should not be less than 50Gbps for IPV4 & IPV6 . Threat Prevention throughput (Includes Firewall, Application Control, IPS, Antivirus, Antimalware etc.) capacity of 10 Gbps and must be scalable up to 13 Gbps from day one. Appliance should support Max 50,000,000 concurrent sessions and must have option to upgrade to 25 Millions in when required. Appliance should support at least 200,000 connections per second. Solution should be based on multi core processors, Should have adequate memory on day 1 to handle concurrent connections asked

As per RFP

535. Vol II, Next Generation Firewall, page 179/664

Solution should have following deployment modes mandatory: a) L3 Mode, b) L2/Transparent Mode. The solution should be deployed in High Availability. NGFW appliance should have inbuilt storage of min. 400 GB SSD / HDD.

Solution should have following deployment modes mandatory: a) L3 Mode, b) L2/Transparent Mode. The solution should be deployed in High Availability. NGFW appliance should have inbuilt storage of min. 1000 GB SSD / HDD in RAID 1.

As per RFP

536. Vol II, Next Generation Firewall, page 179/664

Scalability to meet the future performance requirements - new suggestion for storage and SSL acceleration card

local storage 2x 1TB HDD and acceleration of SSL traffic with dedicated hardware based acceleration card. SSL acceleration has to be provided either with dedicated SSL hardware card/module (not software based) or with SSL offloaded devices.

As per RFP

537. Vol -II, Anti-APT Solution, Page number 182/366

The quoted APT OEM must have NSS Lab’s Recommended rating as per breach detection & prevention system report.

The quoted APT OEM must have NSS Lab’s Recommended rating as per breach prevention system report of December 2017 with more than 99% security effectiveness

As per RFP

538. Vol- II, Anti-APT Solution, Page number 182/366

The APT appliance should be able to process min 1,000,000 files/month (either web or mail or both)

The APT appliance should be able to process min 1,000,000 files/month (either web or mail or both) and must be scalable up to 2,000,000 files/month from day one.

As per RFP

Page 164: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 164

539. Vol-II, Anti-APT Solution, Page number 182/366

new suggestion for Anti-APT The APT appliance must be having option for hardware based fail open card with 2 x10G fiber port from day one.

As per RFP

540. Volume-II, Annexure B.11. Server Load Balancer, Page no. 176, Clause no. 1

The proposed appliance should be multi-tenanted appliance and have capabilities to support multiple 3rd parties and open source independent virtual instance of Network functions with dedicated Hardware resources for future requirements and scalability.

We understand that the clause requires that the same appliance has the capability to install and run open source and third party softwares, However, The clause does not clearly specify the same and may lead to assumptions. We request you to change the clause to "The proposed appliance should be multi-tenanted appliance and have capability to install and run third-party and open source independent virtual instance of Network functions on the same appliance with dedicated Hardware resources for future requirements and scalability."

Refer

Corrigendum

No. 5

541. Volume-II, Annexure B.11. Server Load Balancer, Page no. 176, Clause no. 2

The appliance should have minimum 8 x10G SFP+ interfaces from day one. Should have min. 32 GB RAM, 2 TB Hard disk and capability to create up to 16 virtual Network functions from Day 1. Device to provide 20 Gbps throughput.

The SLB should at least support the same throughput as the NGFW as mentioned in the Specifications. Ideally, for hosting 16 Virtual Network functions, a recommended 4 TB storage is needed. Also, The RAM asked is 32 GB and the number of instances supported is 16 which results in only 2 GB RAM per Instance. For majority of major network functions, 4 GB RAM is the minimum criteria. Also, since majority of the SSL traffic is terminated on the Server Load Balancer, sizing the device according to the SSL and ECC TPS is critical. Hence, we request to modify the clause to "The appliance should have minimum 8 x10G SFP+ and 2x40GE QSFP+ interfaces from day one. Should have min. 64 GB RAM, 4 TB Hard disk and capability to create up to 16 virtual Network functions from Day 1. Device to provide minimum 50 Gbps throughput from Day 1 scalable to 80 Gbps (on the same hardware). The appliance should support a minimum SSL TPS (RSA 2K) of 50,000 and ECC TPS (ECDSA P256) of 35,000 from Day 1"

Refer

Corrigendum

No. 5

542. Volume-II, Annexure B.11. Server Load Balancer, Page no.

The appliance should provide application delivery controllers with features like round robin, weighted round robin, least connection, Persistent IP, Hash IP, Hash Cookie, consistent hash IP, shortest response, proximity, SNMP, SIP session ID, hash header etc. and support for policy nesting at layer7 and layer4, should also

In addition to the mentioned functionalities, Caching and Webagent functionalities are important to have in a next-generation ADC appliance. Hence, we recommend to change the clause to "The appliance should provide application delivery controllers with features like round robin, weighted round robin, least connection, Persistent IP, Hash IP, Hash Cookie, consistent hash IP, shortest response, proximity, SNMP, SIP session ID, hash header etc. and

As per RFP

Page 165: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 165

176, Clause no. 3

have Script based functions support for content inspection, traffic matching and monitoring of HTTP, SOAP, XML, diameter, generic TCP, TCPS. Load balancer should support policies to customize new features in addition to existing feature/functions of load balancer

support for policy nesting at layer7 and layer4, should also have Script based functions support for content inspection, traffic matching and monitoring of HTTP, SOAP, XML, diameter, generic TCP, TCPS. Load balancer should support policies to customize new features in addition to existing feature/functions of load balancer. The Appliance should also support acting as a Webagent service to implement explicit Forward proxy mode and to perform DNS Caching"

543. Volume-II, Annexure B.11. Server Load Balancer, Page no. 176, Clause no. 6

Should provide comprehensive and reliable support for high availability with Active- active & active standby unit redundancy mode. Should support both device level and VA level High availability for individual Network Function.

Along with the mentioned requirements, it should be ensured that the High Availability uses Industry standard protocol to ease troubleshooting and simplify the deployment process. Hence, we recommend to change the clause to "Should provide comprehensive and reliable support for high availability with Active- active & active standby unit redundancy mode. The HA/Clustering should be done using Standard VRRP (RFC 2338) and Should support both device level and VA level High availability for individual Network Function. The solution should also support N+1 model of High availability with support for up to 32 Nodes in a single cluster"

The bidder is

free to

propose any

product with

better or

higher

specifications

as mentioned

in the

minimum

technical

specifications

of Vol 2 of RFP.

544. Volume-II, Annexure B.12. Link Load Balancer, Page no. 177, Clause no. 1

The proposed device should be a dedicated purpose built Multi-tenanted device which can host multiple different virtual network functions. It should have capabilities to support 3rd party and open source independent virtual network functions with dedicated Hardware resources for future requirements and scalability.

We understand that the clause requires that the same appliance has the capability to install and run open source and third party softwares, However, The clause does not clearly specify the same and may lead to assumptions. We request you to change the clause to "The proposed appliance should be multi-tenanted appliance and have capability to install and run third-party and open source independent virtual instance of Network functions on the same appliance with dedicated Hardware resources for future requirements and scalability."

Refer

Corrigendum

No. 5

545. Volume-II, Annexure B.12. Link Load

The appliance should have minimum 8 x10G SFP+ interfaces from day one. Should have built in 32 GB RAM, 2 TB Hard disk to create virtual network functions and capability to

The Link Load balancer should at least support the same throughput as the NGFW as mentioned in the Specifications. Ideally, for hosting 16 Virtual Network functions, a recommended 4 TB storage is needed. The RAM asked is 32 GB and the number of instances supported is 16

Refer Corrigendum No. 5

Page 166: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 166

Balancer, Page no. 177, Clause no. 2

create up to 16 virtual Network functions from Day 1. Device to provide minimum 20 Gbps throughput.

which results in only 2 GB RAM per Instance. For majority of major network functions, 4 GB RAM is the minimum criteria. To ensure smooth integration and easy deployment and troubleshooting, it is recommended that the SLB and LLB are from the same OEM. Hence, we request to modify the clause to "The appliance should have minimum 8 x10G SFP+ and 2x40GE QSFP+ interfaces from day one. Should have min. 64 GB RAM, 4 TB Hard disk and capability to host up to 16 virtual Network functions from Day 1. Device to provide minimum 50 Gbps throughput from Day 1 scalable to 80 Gbps (on the same hardware). The Link Load balancer and Server Load Balancer should be from the same OEM for better interoperability and ease of deployment."

546. Volume-II, Annexure B.12. Link Load Balancer, Page no. 177, Clause no. 3

Appliance should Support for multiple internet links in Active-Active traffic balancing and active-standby failover mode for both inbound and outbound traffic using algorithms like round robin, Weighted round robin, target proximity and dynamic detect. Appliance should also support WAN optimization with features of Network de-duplication, TCP optimization with SSL based secure WAN to avoid the repeated content across the WAN and to ensure efficient utilization WAN bandwidth.

In addition to the mentioned functionalities, Webagent functionality is important to have in a next-generation ADC appliance. Also, WAN optimization uses multiple techniques including Data De-Duplication whereas the clause asks for Network de-duplication which we understand points to the same feature. Hence, we recommend to change the clause to "Appliance should Support for multiple internet links in Active-Active traffic balancing and active-standby failover mode for both inbound and outbound traffic using algorithms like round robin, Weighted round robin, target proximity and dynamic detect. Appliance should also support WAN optimization with features of Data de-duplication, TCP optimization with SSL based secure WAN to avoid the repeated content across the WAN and to ensure efficient utilization WAN bandwidth. The Appliance should also support acting as a Webagent service to implement explicit Forward proxy mode and to perform DNS Caching"

As per RFP

547. Volume-II, Annexure B.12. Link Load Balancer, Page no. 177, Clause no. 6

Should have IPV6 support with IPv6 to IP4 and IPv4 to IPv6 translation and full IPv6 support. Also should have IPV6 support with DNS 6 to DNS 4 & DNS 4 to DNS 6 translation based health check for intelligent traffic routing and failover.

To ensure IPv6 compliance and support, the benchmark certification is IPv6 Gold Certified. Also, for the inbound load balancing to work as desired, the Link Load Balancer should support advanced DNS Functions such as hosting critical DNS records. We recommend to change the clause to "The solution should provide full ipv6 support and OEM should be IPv6 gold-certified. OEM should be listed vendor for ipv6 phase-2 certification. Also should have IPV6 support with DNS 6 to DNS 4 & DNS 4 to DNS 6 translation based health check for intelligent traffic routing and failover. It should support advance

As per RFP

Page 167: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 167

functions Authoritative name sever, DNS proxy/DNS NAT, full DNS server with DNSEC, DNS DDOS, application load balancing from day one. It should be capable of handling complete Full DNS bind records including A,MX, AAAA, CNAME, PTR, SOA etc."

548. Volume-II, Annexure B.12. Link Load Balancer, Page no. 177, Clause no. 7

Should provide comprehensive and reliable support for high availability with Active- active & active standby unit redundancy mode. Should support both device level and VA level High availability of individual virtual network function.

Along with the mentioned requirements, it should be ensured that the High Availability uses Industry standard protocol to ease troubleshooting and simplify the deployment process. Hence, we recommend to change the clause to "Should provide comprehensive and reliable support for high availability with Active- active & active standby unit redundancy mode. The HA/Clustering should be done using Standard VRRP (RFC 2338) and Should support both device level and VA level High availability for individual Network Function. The solution should also support N+1 model of High availability with support for up to 32 Nodes in a single cluster"

The bidder is free to propose any product with better or higher specifications as mentioned in the minimum technical specifications of Vol 2 of RFP.

549. Volume-II,

Annexure

B.13. DDoS

Solution,

Page no.

178, Clause

no. 7

The DDoS solution should be a dedicated

hardware with 8 X 10GE SFP+ ports and dual

power supply.

The Anti-DDoS Appliance and the Link Load Balancer are both

perimeter devices and both should be able to interoperate and

integrate smoothly. The Anti-DDoS Solution should also be SSL and

ECC ready. Also, considering future scalability, a provision of 40Gbps

ports should be made. Since both of the mentioned devices are critical

to a Network operation point of view, it is strongly recommended that

the Anti-DDoS and LLB Appliance are from the same OEM. We

recommend to change the clause to "The DDoS solution should be a

dedicated hardware with 8 X 10GE SFP+ and 2 X 40GE QSFP+ ports

and dual power supply. The Anti-DDoS Appliance and the Link Load

Balancer Appliance should be from the same OEM for seamless

interoperability. The Anti-DDoS Appliance should support a minimum

SSL TPS (RSA 2K) of 50,000 and ECC TPS (ECDSA P256) of 35,000 from

Day 1."

As per RFP

Page 168: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 168

550. Volume-II,

Annexure

B.16. Web

Application

Firewall,

Page no.

183, Clause

no. 2

Proposed solution shall prevent the following

attacks (but not limited to): Brute force,

Access to predictable resource locations,

Unauthorized navigation, HTTP request

format and limitation violations (size,

unknown

method, etc.) and File upload violations

It is important to include certain new threats which pose a huge

danger to an organization's Application Infrastructure and we

recommend to change the clause to include them as follows:

"Proposed solution shall prevent the following attacks (but not

limited to): Brute force, Access to predictable resource

locations, Leech Protection, Page Prefetch Management, Server

Offline Takeover, Unauthorized navigation, HTTP request format

and limitation violations (size, unknown method, etc.) and File

upload and download violations"

Refer

Corrigendum

No. 5

551. Volume-II,

Annexure

B.16. Web

Application

Firewall,

Page no.

183, Clause

no. 5

Proposed WAF module should be from

different OEM than Firewall for better

security.

Along with the different OEM from Firewall, It is recommended that

the WAF module is also not from the Server Load Balancer OEM to

further strengthen the security. We recommend to change the clause

to "Proposed WAF module should be from different OEM than

Firewall and Server Load Balancer for better security."

Refer

Corrigendum

No. 5

552. Volume-II,

Annexure

B.16. Web

Application

Firewall,

Page no.

183, Clause

no. 6

Should have positive security model with

machine learning capabilities to detect and

prevent anomaly in application traffic and

unknown attacks. Machine learning should be

based on true ML algorithms, and not just

automation of

dynamically learnt rules.

Machine learning helps identify unknown threats but the second

critical part is to patch the vulnerability from exposure at the earliest.

We recommend having a Web Vulnerability Scanner System from the

same OEM as the WAF module to identify and patch vulnerabilities on

the go. Request you to change the clause to "Should have positive

security model with machine learning capabilities to detect and

prevent anomaly in application traffic and unknown attacks

including Anti-Web Defacement. Machine learning should be based

on true ML algorithms, and not just automation of dynamically

learnt rules. The WAF module vendor should have their own Cloud

based web vulnerability scanning system to integrate with WAF for

smart patch. The WAF module should have and integrate with Ip

As per RFP

Page 169: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 169

reputation feed provided by WAF module's OEM own Threat

Intelligence and not third party Threat Intelligence."

553. Volume-II,

Annexure

B.16. Web

Application

Firewall,

Page no.

183, Clause

no. 7

Should have 4-10Gig ports and storage capability

of 2 TB. Proposed solution should have

integrated Redundant power supply.

Similar to the Server load balancer and Link Load balancer, to qualify

for a true next-generation Security appliance, the WAF appliance

should support multi-tenancy, and third-party, Open source solution

support. WAF appliance should also support hardware-based SSL and

ECC decryption/encryption along with the support of 40Gbps

interfaces to be future-ready. Request to change the clause to "The

WAF appliance should be a multi-tenant hardware capable of hosting

up to 16 Virtual Instances with the capability to install and run Open

Source and Third-party software solutions from Day 1. The Appliance

should have 8X10G SFP+ and 2X40G QSFP+ ports and storage capacity

of 4 TB with 64 GB RAM to be able to run 16 Virtual Instances

smoothly. Proposed solution should have integrated Redundant

power supply and a license upgrade feature on same appliance to

support machine authentication based on combination of HDD ID,

CPU info and OS related parameters i.e. mac address to provide

secure access/authentication to critical resources. "

As per RFP

554. Volume-II,

Annexure

B.16. Web

Application

Firewall,

Page no.

183, Clause

no. 1

Solution should be deployed in HA (High

Availability) mode and protect the web

applications from attacks. WAF solution should

filter the HTTP/S traffic based on the rules set

defined. Proposed WAF should be able to

address top 10 OWASP vulnerabilities.

Along with OWASP Top 10 Protection, there should be additional

benchmarks to ensure that the City gets the latest and most secure

WAF for threat protection. Hence, we recommend to change the

clause to "Solution should be deployed in HA (High Availability) mode

and protect the web applications from attacks. WAF solution should

filter the HTTP/S traffic based on the rules set defined. Proposed WAF

should be able to address top 10 OWASP vulnerabilities. The WAF

module should be ICSA and Veracode LV4 Certified which ensures that

the software is developed using safe development practices. Web

application firewall module should be ipv6ready logo phase 2

certified "

As per RFP

Page 170: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 170

555. Volume-II,

Section 4.14

Quality

Standards

and pre-

eligibility

OEM

Criteria,

Page no. 69,

Clause no.

"a)"

All quoted OEM should have quality standard

certifications like ISO 9001-2008, ISO 14001, ISO

27001, CMMI 3 certification wherever applicable

to ensure only quality OEM participation, as on

date of RFP release.

All of the certifications do not apply to each of the product required to

be proposed in the RFP and this clause restricts almost all the OEMs to

participate. Hence, to ensure wider participation, we request to relax

the clause to "All quoted OEM should have quality standard

certifications like ISO 9001-2008/ISO 14001/ISO 27001/CMMI 3

certification wherever applicable to ensure only quality OEM

participation, as on date of RFP release."

Refer

Corrigendum

No. 5

556. Volume-II,

Annexure

B.17. DLP

(Data

Leakage

Prevention),

Page no.

184, Clause

no. 1

DLP for Endpoints – Proposed solution should

address the risks associated with the storage

and use of confidential /sensitive data on

laptops and desktops across organization. It

should prevent confidential/sensitive files

from downloading, copying to and from any

kind of portable storage device & removable

media. Proposed solution should monitor data

being copied and pasted from the clipboard to

prevent confidential/sensitive data from being

pasted to specific application.

Along with the functional specifications for the DLP, it is critical to

specify the kind of hardware the department needs for running the

DLP Function. As mentioned in some other solutions, we would

recommend the department to specify DLP as a network function

running on a next-generation, multi-tenant platform. Please change

the clause to "DLP for Endpoints – Proposed solution should address

the risks associated with the storage and use of confidential

/sensitive data on laptops and desktops across organization. It

should prevent confidential/sensitive files from downloading,

copying to and from any kind of portable storage device &

removable media. Proposed solution should monitor data being

copied and pasted from the clipboard to prevent

confidential/sensitive data from being pasted to specific application.

The solution should be appliance based with high performance

purpose built next generation multi-tenant hardware to run DLP as

module. It should have should 8x10GbE SFP+ ports and have

multicore CPU, 64GB RAM, 4TB HDD and dual power supply."

As per RFP

557. Volume-II,

Annexure

B.17. DLP

DLP for Network – Proposed solution must

passively inspect network traffic for confidential

To add on to the clause and the effective security parameters that the

solution supports, we strongly recommend that the product should

also support access rights, sensitive data authority etc. Please change

As per RFP

Page 171: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 171

(Data

Leakage

Prevention),

Page no.

184, Clause

no. 3

data that is being sent in violation of security

policy.

the clause to "DLP for Network – Proposed solution must passively

inspect network traffic for confidential data that is being sent in

violation of security policy. The solution should have rule or policy-

based capabilities such as assigning access rights, restricting where

users can store sensitive data, and so forth"

558. Volume-II,

Annexure

B.17. DLP

(Data

Leakage

Prevention),

Page no.

184, Clause

no. 5

The Solution should not use any third party

proxy Server to provide DLP functionality

To segregate functionality and increase the overall security posture of

the city, we recommend that the DLP solution should have a central

management to ease out administration and the DLP should not be a

part of the proxy solution to isolate the decisions made by the DLP to

its own threat intelligence. Please change the clause to "The Solution

should not use any third party proxy Server to provide DLP

functionality. DLP should support centralized administration. Ability to

support network, storage and endpoint DLP from single console, The

End point should support windows OS, MAC, Linux, iOS, Android and

the DLP should be from different than proxy solution."

As per RFP

559. Volume-II,

Annexure

B.17. DLP

(Data

Leakage

Prevention),

Page no.

184, Clause

no. 6

The solution must have identity and role based

policy capability.

Along with having identity and role-based policies, the solution should

be able to inspect data leaks and keep a track of the same. It is

strongly advised to change the clause to "The solution must have

identity and role based policy capability. The end point solution should

inspect data leaks from all portable storage and to keep track of what

data users are taking from and to their work computers on any kind of

portable storage device means what data is copied from USB storage

devices"

As per RFP

560. VOLUME-II:

SCOPE OF

WORK

Annexure

B.11. Server

The proposed appliance should be multi-

tenanted appliance and have capabilities to

support multiple 3rd parties and open source

independent virtual instance of Network

The proposed device should support next generation features like

Virtualization that can that virtualizes the Device resources—including

CPU, memory, network, acceleration resources, Operating system to

provide complete separate environment from applications and

management perspective. Even if one virtual instance is rebooted it

As per RFP

Page 172: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 172

Load

Balancer

176

1.

functions with dedicated Hardware resources for

future requirements and scalability.

should not impact the other instances running on the same hardware.

Suggested Clause :

The proposed Appliance should be dedicated hardware to provide

better overall performance with multi-core cPU support. The system

should support next generation features like ADC-VX/Virtualization

feature that virtualizes the Device resources—including CPU, memory,

network, and acceleration resources.

Each virtual ADC instance contains a complete and separated

environment of the Following:

a) Resources,

b) Configurations,

c) Management,

d) OS

561. VOLUME-II:

SCOPE OF

WORK

Annexure

B.11. Server

Load

Balancer

176

2

The appliance should have minimum 8 x10G SFP+

interfaces from day one. Should have min. 32 GB

RAM, 2 TB Hard disk and capability to create up

to 16 virtual Network functions from Day 1.

Device to provide 20 Gbps throughput.

The Proposed appliance should have enough number of port so as to

cater current and future requirements. Also, the device should have

scalability features in terms of throughput, virtual instance,etc.

Suggested Clause:

The appliance should have minimum 8 x 10G SFP+ interfaces from day

one and scalable upto 20 x 10G SFP+.

Should have min. 32 GB RAM, and capability to create up to 16 virtual

instance from Day 1 scalable to 32 Virtual instance.

Refer

Corrigendum

No. 5

562. VOLUME-II:

SCOPE OF

WORK

Annexure

B.11. Server

Device to have capabilities to support ADC and

SSL VPN as independent Network Function and

not an integrated solution to ensure required

performance. Should also provide machine

authentication based on combination of HDD ID,

As per industry standard, SSL VPN and remote authentication is a

feature of Firewall. This is not relevant for load balancer. Hence, we

request you to remove this clause.

Suggested Clause:

As per RFP

Page 173: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 173

Load

Balancer

176

4

CPU info and OS related parameters like mac

address to provide secure access to corporate

resources.

The system should support next generation features like ADC-

VX/Virtualization feature that virtualizes the dedicated Device

resources—including CPU, memory, network, and acceleration

resources.

563. VOLUME-II:

SCOPE OF

WORK

Annexure

B.11. Server

Load

Balancer

176

New Clause Request Industry Standard Certification should be considered in order to have

benchmark and get helathy competition among the Industry

Technology Leaders. Pls note that Gartner Leader Quadrant qualifies 3

OEM's. for the ADC.

Suggested Clause:

OEM should be present in Gartner's LEADER magic quadrant for ADC

in the latest published report

As per RFP

564. VOLUME-II:

SCOPE OF

WORK

Annexure

B.12. Link

Load

Balancer

177

1.

The proposed device should be a dedicated

purpose built Multi-tenanted device which can

host multiple different virtual network functions.

It should have capabilities to support 3rd party

and open source independent virtual network

functions with dedicated Hardware resources for

future requirements and scalability.

The proposed device should support next generation features like

Virtualization that can that virtualizes the Device resources—including

CPU, memory, network, acceleration resources, Operating system to

provide complete separate environment from applications and

management perspective. Even if one virtual instance is rebooted it

should not impact the other instances running on the same hardware.

Suggested Clause :

The proposed Appliance should be dedicated hardware to provide

better overall performance with multi-core cPU support. The system

should support next generation features like ADC-VX/Virtualization

feature that virtualizes the Device resources—including CPU, memory,

network, and acceleration resources.

Each virtual ADC instance contains a complete and separated

environment of the Following:

a) Resources,

As per RFP

Page 174: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 174

b) Configurations,

c) Management,

d) OS

565. VOLUME-II:

SCOPE OF

WORK

Annexure

B.12. Link

Load

Balancer

177

2.

The appliance should have minimum 8 x10G SFP+

interfaces from day one. Should have built in 32

GB RAM, 2 TB Hard disk to create virtual network

functions and capability to create up to 16 virtual

Network functions from Day 1. Device to provide

minimum 20 Gbps throughput.

The Proposed appliance should have enough number of port so as to

cater current and future requirements. Also, the device should have

scalability features in terms of throughput, virtual instance,etc.

Suggested Clause:

The appliance should have minimum 8 x 10G SFP+ interfaces from day

one and scalable upto 20 x 10G SFP+.

Should have min. 32 GB RAM, and capability to create up to 16 virtual

instance from Day 1 scalable to 32 Virtual instance.

Refer

Corrigendum

No. 5

566. VOLUME-II:

SCOPE OF

WORK

Annexure

B.12. Link

Load

Balancer

177

1.

Should support XML-RPC for integration with 3rd

party management and monitoring. Should also

support SAA, SAML, Hardware binding and AAA

support along with SSO. Solution must support

machine authentication based on combination of

HDD ID, CPU info and OS related parameters i.e.

mac address to

provide secure access to corporate resources.

As per industry standard, remote authentication is a feature of

Firewall. This is not relevant for load balancer. Hence, we request you

to remove this clause.

Suggested Clause:

Kindly Remove this Clause.

As per RFP

567. VOLUME-II:

SCOPE OF

WORK

Annexure

B.12. Link

Load

New Clause Request Industry Standard Certification should be considered in order to have

benchmark and get helathy competition among the Industry

Technology Leaders. Pls note that Gartner Leader Quadrant qualifies 3

OEM's. for the ADC.

Suggested Clause:

As per RFP

Page 175: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 175

Balancer

177

OEM should be present in Gartner's LEADER magic quadrant for ADC

in the latest published report

568. VOLUME-II:

SCOPE OF

WORK

Annexure

B.13. DDoS

Solution

178

4

The proposed solution must provide the ability to

block bot-originated traffic according to system-

supplied signatures.

DDoS should not only rely on system supplied signature to detect and

mitigate attack. Device should be intelligent enough to detect &

mitigate Zero-Day attacks on the basis of behavioral based learning

and challenge-response mechanism. Also, the device should generate

real time signature automatically to block Zero-day attack without any

manual intervention.

Suggested Clause:

The proposed solution must provide the ability to block bot-originated

traffic according to system- supplied signatures.

The proposed device should also have protection against Zero Day

attacks. The device should generate Automatic Real Time Signature

based on Rate Variant, Rate Invariant algorithms & Challenge

Response Mechanisms; within few seconds, without any human

intervention.

As per RFP

569. VOLUME-II:

SCOPE OF

WORK

Annexure

B.13. DDoS

Solution

178

6

The solution should support 25 Gbps SSL

Throughput.

As per industry standard, DDoS sizing is based on the DDoS Flood

Attack Prevention Rate. Hence, we request to amend the clause.

Suggested Clause:

The solution should have 40 Gbps of throughput with DDoS Flood

Attack Prevention Rate upto 25 MPPS.

Refer

Corrigendum

No. 5

570. VOLUME-II:

SCOPE OF

WORK

Annexure

B.13. DDoS

The DDoS solution should be a dedicated

hardware with 8 X 10GE SFP+ ports and dual

power supply.

Ddos device should be a dedicated purpose built hardware appliance.

It should be placed invisibly in the network and must not hold any IP

on its data ports so that the device could protect itself from being

targeted by a DDoS Attack. The device should have sufficient number

of ports for current and future requirements.

Refer

Corrigendum

No. 5

Page 176: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 176

Solution

178

7

Suggested Clause:

DDoS Should be a dedicated purpose built hardware appliance (NOT a

part of UTM, Router, ADC, Proxy based appliance, StateFul

architecture) with minimum 8 X 10G SFP+ ports scalable upto 16 x 10G

SFP+ ports and dual power supply.

571. VOLUME-II:

SCOPE OF

WORK

Annexure

B.13. DDoS

Solution

178

New Clause Request Industry standard certification should be considered.

Suggested Clause:

The solution should be placed in Forrester’s Leader quadrant as per

latest published report and EAL 4+ / Equivalent certified

As per RFP

572. VOLUME-II:

SCOPE OF

WORK

Annexure

B.16. Web

Application

Firewall

183

7.

Should have 4-10Gig ports and storage capability

of 2 TB. Proposed solution should have

integrated Redundant power supply.

It is suggested to include a dedicated appliance based Web

Application Firewall solution. The Device must be equipped with

suitable number of port so as to meet current and future

Requirements.

Suggested Clause:

Web application Firewall should be a dedicated appliance based

solution with purpose built hardware for high performance with ADC-

VX/Virtualization feature that virtualizes the Device resources—

including CPU, memory, network, and acceleration resources.

Each virtual ADC instance contains a complete and separated

environment of the Following:

a) Resources,

b) Configurations,

c) Management,

d) OS

As per RFP

Page 177: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 177

The proposed device should support upto 32 Virtual Instances.

The solution should support 16 x 10 GbE SFP+ network ports.

The Proposed solution should have integrated redundant power

supply.

573. VOLUME-II:

SCOPE OF

WORK

Annexure

B.16. Web

Application

Firewall

183

New Clause Request Include industry standard certification and references.

Suggested Clause:

OEM should be present in Gartner Magic quadrant in the latest WAF

report and the proposed Web Application Firewall should be ICSA

certified.

As per RFP

574. Annexure

B.13. DDoS

Solution,

Page

No.178

The solution should support 25 Gbps SSL

Throughput.

Since DDoS appliance will be placed at perimeter before the Firewall &

WAF, the SSL inspection happen will happen either at Firewall or WAF

hence there is no relevance for asking SSL inspection in DDoS solution

as SSL will not be decrypted at perimeter. 25 Gbps throughput on

DDoS solution asked is too high and would inflate the solution overall

cost. Kindly mention the throughput which is inline to the internet

bandwidth capacity. It is suggested that the DDoS inspection

throughputput should be mentioned inline to the size of the

bandwidth being factored.

Refer

Corrigendum

No. 5

575. Annexure

B.13. DDoS

Solution,

Page

No.178

New Clause Since the DDos appliance placed in perimeter latency play major role

in overall performance. Request you to ask for:

"The proposed applicance should have lower latency in microseconds

"

As per RFP

576. Annexure

B.14, Next

Generation

Throughput capacity of firewall under test

conditions should not be less than 50Gbps for

IPV4 & IPV6. Threat Prevention throughput

Today there are many applications which keep running on PCs /

Servers / Laptops and which try to connect to internet for various

downloads like windows updates / antivirus updates and other online

As per RFP

Page 178: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 178

Firewall,

Section-2,

Page

No.179

(Includes Firewall, Application Control, IPS,

Antivirus, Antimalware etc.) capacity of 10 Gbps.

Appliance should support Max 50,000,000

concurrent sessions. Appliance should support at

least 200,000 connections per second. Solution

should be based on multi core processors, Should

have adequate memory on day 1 to handle

concurrent connections asked

applications. These application keeps opening sessions automatically.

The firewall should not become a bottleneck in case of a virus or

trojan generating huge nos of connections. To ensure that the firewall

is capable of handling such traffic scenarios it is important that firewall

is capable of handling very high concurrent sessions and new sessions

per second. "It is suggested that the "Appliance should support at

least double the value of connections per second as asked in the RFP"

577. Annexure

B.14, Next

Generation

Firewall,

Section-2,

Page

No.179

New Clause Since 8 x 1G-T Copper Ports, 8 x 10G SFP ports asked in rfp , the

solution should be capable of processing the traffic while all interfaces

are connectd hence it is suggested that

"The solution should be able to deliver very high Packet per Second in

the tune of 50 to 60 Mpps"

As per RFP

578. Annexure

B.14, Next

Generation

Firewall,

Section-2,

Page

No.179

New Clause Since most of the web traffic will be on encrypted (SSL)

It is suggested that the

"The Firewall solution should support SSL Inspection and the SSL

inspection throughput should be similar to the threat prevention

asked"

As per RFP

579. Annexure

B.15, Anti-

APT

Solution

New Clause Network security applicance deployed at perimeter can be

incorporated with APT solution to share the threat intelligence to each

other for threat detection and mitigation hence It is suggested that

the

"Proposed ATP applicance and Firewall should be from same OEM

only"

As per RFP

Page 179: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 179

580. Annexure

B.16, Web

Application

Firewall,

Section-5,

Page

No.183

Proposed WAF module should be from different

OEM than Firewall for better security.

Today mostly web traffic is encrypted and decryption of traffic is done

at the WAF layer befre the traffic can be inspectied. It is strongly

suggested that the WAF solution should be able to scan the for

malacious fles / malwares being uploaded to the server and mitigate

the attacks. To acheive this the WAF should should have inbuilt

antivirus and be able to integrate with the proposed APT solution for

zero day threat detection and mitigation.

Kindly allow the WAF vendor to be from same OEM of Firewall so that

the solution can have tight integration with Pertimeter Security

appliance and APT solution to provide end to end security

Refer

Corrigendum

No. 5

581. Annexure

B.16, Web

Application

Firewall,

Section-5,

Page

No.183

New Clause Considering 4 x 10Gbps interfaces, It is suggested that the WAF

solution should not be part of load balancer or any module in SLB. It is

suggsted that a dedicated WAF applliance should be proposed and not

as part of SLB or ADC solution.

Refer

corrigendum

No.5

582. Annexure

B.16, Web

Application

Firewall,

Section-5,

Page

No.183

New Clause Since FortiWeb Deployed in Front of Web Servers. Protection for

automated attacks, malicious sources, DDoS, Phishing, Botnet, Spam,

Anonymous proxies and infected sources

It is suggested that the "Should support scanning for malicious content

in file uploads through integrated antivirus engine and also support

integration with on-premise Sandbox solution to scan and block zero

day / unknown malwares".

As per RFP

583. Volume III -

29.

Intellectual

Property

Intellectual Property Rights We are coming up with a COTS product so we are assuming IPR rights

of COTS solution will be with vendor. Source code of customized

solution will be shared with Aligarh Smart City Limited (ASCL). Source

code of COTS product can be sumitted in ESCROW arrangement.

Please confirm

Page 180: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 180

Rights-

Pg.No 27

584. Volume - II

Pg.No. 298

26. Enterprise resource planning (ERP)

integration

For integration with all these systems we need their APIs, all the

system APIs will be provided by(tendering authority) to integrate.

Please confirm

APIs will be

provided to

the MSI to

undertake

integration by

the Authority

585. General

Query

Solution Hosting Is it going to be cloud hosting or on premise?

Is DC & DR availble for solution hosting?

Do we have to give hardware sizing of solution?

This would be

a on premise

hosting

solution with

the DC located

in Aligarh

DC would be

on premise &

DR on cloud as

service

Hardware

sizing is an

integral part of

the solution

which the MSI

has to submit

for the

proposed

solution and

has to comply

with the

Page 181: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 181

minimum

technical

specifications

as mentioned

in Annexure B

of Vol II of the

RFP

586. General

Query

Users How many departments/users are going to use the system?

Please mention approx number of users?

Refer

corrigendum

No.5

587. General

Query

Hardware requirement Request you to please confirm is there any requirement of hardware

along with the solution?

If so please confirm does the tendering authority requires any specific

made hardware?

As per RFP

588. Volume II

Pg. No. 75

Training We are assuming, Tender authority will provide training infrastructure

like training room, projector, table, chairs etc. Please confirm

Approx number of users to train?

The training

infrastrcuture

would be

provided by

the Authority.

Training would

be provided in

batches (no of

trainees would

be decided by

authority at

the time of

training). Refer

to Section 5.8

of Vol II of RFP

Page 182: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 182

document for

further details

589. Volume 2 -

Data

digitization

and

migration

Pg.No 111

Data digitization and migration please mention the number of documents to be digitized?

Do we have to migrate any existing data?

If Yes then please mention volume and format.

The total

number of

documents

that needs to

be digitized

are expected

to be

50,00,000

(fifty lakhs). It

is expected

that these

documents

would be

digitized using

various ways

like general

scanning (with

or without

OCR scanning)

and or manual

entry. There

are are some

legacy

applications

running on

windows

platform that

also needs to

be migrated.

The data sizes

Page 183: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 183

for legacy data

is expected to

be around 50

GB.

590. Volume 2 -

h) Security

Manageme

nt

Pg.No.134

11) Secured IPsec/SSL/TLS based virtual private

network (VPN) management

Do we need to provide SSL Certificates?

Do we have to do CERT-IN Performance testing?

The solution is

expected to

have all the

required

security

measures to

enable

efficient

security

management.

The web

portals must

be SSL enabled

and

procrurement

of the same

has to be

undertaken by

the MSI.

Cert.in -

Performance

testing (need

to check)

591. Volume II -

C.8.6.Advert

ising &

hoarding

5. System should have facility to send the alerts

through SMS and email.

Does tender authority have any existing SMS and Email subscription?

If Yes then can we use the same in this system. If we don't have any

The solution

needs to

integrate with

existing SMS &

Page 184: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 184

manageme

nt

Pg.No. 353

existing subscription thencan tender authority will do recharge as per

need?

email

Gateway. The

Authority will

undertake

recharge of

the same but

the same has

to be paid by

the MSI and

the same will

be reimbersed

on submission

of the original

invoices

592. Volume II -

5.9.1.

Applications

Support and

Maintenanc

e - Pg.No.

125

5.9.1. Applications Support and Maintenance What will be the support timing and work days?

593. Volume II -

Annexure

C.7.

Document

Manageme

nt System

Pg.No. 349

Annexure C.7.1 (3) – “Should support any

operating system like Windows, Linux, Unix”

Is the support for all 3 OS is mandatory or only Windows will do? Support for all

the OS are

mandatory as

proposed

solution

should not be

platform

dependent

Page 185: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 185

594. Volume II -

Annexure

C.7.

Document

Manageme

nt System

Pg.No. 350

Annexure C.7.1 (17) - Integration required with

email gateway, SMS gateway, payment gateway,

email solution, collaboration tool, ticketing tool

Does tender authority have any existing SMS and Email subscription?

If Yes then can we use the same in this system. If we don't have any

existing subscription thencan tender authority will do recharge as per

need?

The solution

needs to

integrate with

existing SMS,

email

Gateway,

payment

gateway etc.

The Authority

will undertake

recharge of

the same but

the same has

to be paid by

the MSI and

the same will

be reimbersed

on submission

of the original

invoices

595. Volume II -

Annexure

C.9.

Registration

& Licensing

Pg.No. 358

Annexure C.9. 1 (20)- “Interface with e-Office

System and SMS application”

Is eOffice an existing system at Aligarh Smart City? Will it include the

data migration from this system to the new system? Will eOffice

solution will be continued to use.

eOffice

solution is

mandated by

Govt of UP to

be used at all

Government

offices in UP.

Hence this

would be in

existence

however

integration of

Page 186: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 186

the same has

to be

undertaken by

the MSI. The

scope of the

data migration

would depend

on the

proposed

solution by the

bidder

596. Volume II -

C.9.2.Issuan

ce of

License for

Trade

Pg.No. 359

Annexure C.9.2 (9)- “Scrutiny of applications” Is this any kind of automatic scrutiny expected out of the system? Yes the

solution is

expected to

undetake

automatic

security based

on policies &

rules

597. General

Query

Database Do we have SQL Server or Oracle database license to create a instance

for new system?

No existing

SQL or Oracle

database

system is in

existence here

598. General

Query

Integration For integration with all these systems we need their APIs, all the

system APIs will be provided by(tendering authority) to integrate.

Please confirm

The required

APIs would be

provided by

the Authority

Page 187: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 187

to the MSI for

integration

599. General

Query

Implementation We prefer doing onsite implementation to meet the deadline . Can

tender authority provide desk space for our people? This will help for

fast implementation.

Onsite

implementatio

n is part of the

scope pf work

of the project.

Relevant setup

will

accordingly be

provided.

However the

MSI has to

open an office

in Aligarh

within 45 days

of signing of

contract

600. General

Query

Document Storage We need a storage server to store citizen scanned documents. Do we

have storage server and space?

Storage server

has to be

provisioned as

part of the

project

601. Vol 2. Sec-

3.1.1 page

47

Thermal Video detector Request you to allow 3D vehicle detectors as they are far superior to

camera based. Please also clarify about the distance it has to view.

MSI can

propose both

Thermal/3D

Radar detector

Page 188: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 188

602. Vol2. 3.1.3.

(SVD) page

51

SVD system Do we need to submit any Test report & Approval/Certification for

Speed systems?

Please provide

Test report &

Approval/Certi

fication for

speed system

603. Vol 2.

Section

3.1.3 SVD

page 51

The SVD system should use radar & camera

based speed violation detection system

Please confirm camera is only for documentary proof of image Your

understanding

is correct

Refer

Corrigendum

No.5

604. Vol2. Ann

B.30 point

9. Page 234

OEM should have experience with ANPR projects

in India and should have at least done 3 such

projects.

Proper documents should be submitted to prove.

What numbers of camera are required in project experience. Do we

have to also quote Speed system from Experienced OEM

As per RFP

605. Vol 2. Ann

B.32 page

239

Test reports, certifications and OEM experience Please clarify if we need to have some OEM experience for SVD

systems like ANPR and if we need to submit any Test reports &

CERTIFICATION for the systems. Please also suggest if test reports

should be accordance to some standards. Or can be from any lab

doing tests of other purpose also.

Refer

Corrigendum

No.5

606. Vol 2. Ann.

B.38 page

252

Traffic detector Thermal camera shall be used for

vehicle detection

Please suggest how long queue should be monitored as it important

for effective adaptive system and how many vehicles should be seen

at maximum what distance

The MSI is

expected to

design the

solution that

provides the

most optimal

traffic

management

using Adaptive

Page 189: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 189

traffic

management

system.

607. VOLUME-

II,Annexure

B.14. Next

Generation

Firewall,

Page no.

180

Security Management: A separate centralized

management appliance/software needs to be

provided for management and logging of NGFW

appliance. In case other security components like

APT solution etc. are from the same OEM then a

single centralized management, logging (and not

multiple management system) should manage all

such security devices. Security management

Hardware can be an OEM appliance or dedicated

server with software. The hardware appliance

should have minimum 2 TB Hard disk and

minimum dual 10/100/1000 Mbps network port.

The central management console and should be

able to handle 5000 log/sec.

This clause is restricting dedicated APT solution providers from

participating in RFP and only favouring NGFW vendors. Hence its a

humble request to amend existing clause as below :

The clause should read as:

Security Management: A separate centralized management

appliance/software needs to be provided for management and logging

of NGFW appliance. Security management Hardware can be an OEM

appliance or dedicated server with software. The hardware appliance

should have minimum 2 TB Hard disk and minimum dual 10/100/1000

Mbps network port. The central management console and should be

able to handle 5000 log/sec

As per RFP

608. VOLUME-

II,Annexure

B.15.

Anti-APT

Solution,

Page no.

182

The APT appliance should be a purpose built on

premise appliance based solution with integrated

support for sandboxing. Cloud based solution will

not be accepted.

APT is a dedicated sophisticated technology to cater unknown/zero

day specific threats using sandbox technology which require dedicated

H/W resources to learn and analyze malicious packet.Hence it is

always recommended that APT as a technology should not be deliverd

as a partial functionality bundling with other security layers as it will

not surve the purpose of RFP.

The clause should read as:

The APT appliance should be a purpose built dedicated on premise

appliance based solution with integrated support for sandboxing.

Cloud based, CPU /Chip based function and network perimeter

security component part devices like UTM and NGFW solution will not

As per RFP

Page 190: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 190

be accepted.

609. VOLUME-

II,Annexure

B.15.

Anti-APT

Solution,

Page no.

182

The quoted APT OEM must have NSS Lab’s

Recommended rating as per breach detection &

prevention system report.

To test the effectivity of APT solution NSS publish both breached

detection as well as breach prevention system test report as catering

unknown threat is a strategy adapted by OEM to detect and mitigate

threat. Hence it a humble request to consider both the NSS test Lab

reports to allow maximum participation of best in the breed solution

providers.

The clause should read as:

The quoted APT OEM must have NSS Lab’s Recommended rating as

per breach detection/prevention system report.

As per RFP

610. VOLUME-

II,Annexure

B.15.

Anti-APT

Solution,

Page no.

182

The APT appliance should support at least 24

virtual machines running simultaneously

APT solution should have scalable sandbox capbility to handle future

traffic needs of Smart City without replacing appliance along with an

unified agent to provide holistic protection from kown and unknown

theats at endpoint level.

The clause should read as:

The APT appliance should support at least 24 virtual machines scalable

up to 60 running simultaneously having an endpoint security

component with functionalities (Antivirus, Vulnerability Protection,

Data loss, Application control and EDR ability to automatically

block/Quarantine zero day malwares by sharing Indicators of

Compromise.

As per RFP

611. VOLUME-

II,Annexure

B.15.

Anti-APT

Solution,

The solution must be able to detect and report

malware by using multiple images of Windows

XP, 7, 8, 10 etc.

To achieve holistic protection APT solution should inspect/analyze

malicious packet pertaining to server class operating systems along

with Laptop/Desktop OS.

APT solution not having capability to analyze unknown threat lies in

server class OS will going to bypass the threat without inspecting

Refer

Corrigendum

No. 5

Page 191: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 191

Page no.

182

malicious packet. Hence its a humble suggestion to include server

class OS as supported sandbox image.

The clause should read as:

The solution must be able to detect and report malware by using

multiple images of Windows XP, Win7, Win8/8.1, Win 10, Windows

Server 2003, 2008, 2012, Mac OS

612. VOLUME-

II,Annexure

B.54.

Antivirus

with EDR &

HIPS, Page

no. 309

If the host is non-compliant with the policies, the

solution must

automatically initiate remedial action, which may

include running isolating it from network,

downloading and executing/inserting a software,

running

scripts, by setting required registries keys. The

solution should recheck host for compliance after

remediation and grant access for the compliant

host to the network.

Specification is favouring particular OEM and restricting us from

participation. Hence it’s a humble request to amend the current

clause as below :

The clause should read as:

The solution must automatically initiate remedial action, which may

include running isolating it from network.The solution should recheck

host for compliance after remediation and grant access for the

compliant host to the network.

Refer

corrigendum

No.5

613. VOLUME-

II,Annexure

B.54.

Antivirus

with EDR &

HIPS, Page

no. 309

Solution should provide anomaly detection to

detect and report on suspicious information

found in a file. Preferable capabilities to include,

TLS callback activity, CVE and exploit detection,

shell-code detection, debugger detection,

watermark tampering, and non-standard file

alignment, RFC compliant etc

Specification is favouring particular OEM and restricting us from

participation. Hence it’s a humble request to amend the current

clause as below :

The clause should read as:

Solution should provide anomaly detection to detect and report on

suspicious information found in a file. Preferable capabilities to

include, CVE and exploit detection and should have pre and post

execution machine Learning

Refer

corrigendum

No.5

614. VOLUME-

II,Annexure

B.54.

Antivirus

The proposed solution should support endpoint

quarantine from network

and bring back the endpoint after remediation

Specification is favouring particular OEM and restricting us from

participation. Hence it’s a humble request to amend the current

clause as below :

Refer

Corrigendum

No.5

Page 192: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 192

with EDR &

HIPS, Page

no. 309

using ATP management

platform

The clause should read as:

The proposed solution should support endpoint quarantine from

network

and bring back the endpoint after remediation and should support

CVE cross referencing when applicable for vulnerabilities.

615. VOLUME-

II,Annexure

B.54.

Antivirus

with EDR &

HIPS, Page

no. 310

Has sandboxing and process access control to

prevent against a new class of threats utilizing

comprehensive IPS protection. Must not be

dependent on signatures for protecting server

from malware.

Specification is favouring particular OEM and restricting us from

participation. Hence it’s a humble request to amend the current

clause as below :

The clause should read as:

Should have ability to prevent against a new class of threats utilizing

comprehensive IPS protection. Must not be dependent on signatures

for protecting server from malware.

Refer

Corrigendum

No.5

616. VOLUME-

II,Annexure

B.54.

Antivirus

with EDR &

HIPS, Page

no. 310

Has host firewall to control inbound and

outbound network traffic to and

from servers. Has compensating HIPS controls to

restrict application and

operating system behavior using policy-based

least privilege access control.

Specification is favouring particular OEM and restricting us from

participation. Hence it’s a humble request to amend the current

clause as below :

The clause should read as:

Has host firewall to control inbound and outbound network traffic to

and

from servers and proposed solution should support OS i.e.

CentOS,Solaris,Oracle Linux,SUSE Linux,Ubuntu,Debian,Window

(XP,7,8,10,2003,2008,2012)

Refer

Corrigendum

No.5

617. VOLUME-

II,Annexure

B.54.

Antivirus

with EDR &

Provides process control based on the application

initiating the change, the target file/registry key,

the user/group attempting the change and finally

based on additional arguments used when

starting the application.

Specification is favouring particular OEM and restricting us from

participation. Hence it’s a humble request to amend the current

clause as below :

The clause should read as:

Provides application control and to monitor any change target

Refer

Corrigendum

No. 5

Page 193: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 193

HIPS, Page

no. 311

file/registry key and should have feature to take backup of

ransomeware infected files and restoring the same

618. Annexure

B.23, Citizen

contact

centre,

Page 325

Additional Query Kindly confirm if Citizen Contact Center should also be part of Disaster

Recovery.

Yes

619. Annexure

B.23, Citizen

contact

centre,

Page 325

Contact Center Specification

5. Customizable agent and supervisor desktop

layout

As most of the Contact Center vendor offers out of the box Agent

desktop, customization should be optional feature. Kindly make this

"Customized Agent and Supervisor desktop layout"

Refer

Corrigendum

No. 5

620. Annexure

B.23, Citizen

contact

centre,

Page 325

Contact Center Specification

10. Live data reporting gadgets

This is an optional feature and not supported by all the vendor. Kindly

remove it or make it optional

Refer

Corrigendum

No. 5

621. Annexure

B.23, Citizen

contact

centre,

Page 325

Automatic Call Distribution (ACD)

1. Should be highly available with hot standby

and seamless failover in case of main server

failure. There should not be any downtime of

Contact Centre in case of single server failure

Each Contact Center Vendor has different approach towards standby

server and failover. Kindly make it "Should be highly available with

standby server and seamless failover in case of main server failure.

There should be minimum downtime of Contact Centre in case of

single server failure within site"

As per RFP

622. Annexure

B.23, Citizen

contact

centre,

Page 325

Additional Query Kindly confirm if the agents needs to be provided with softphone or

hardphone capability

Yes

Page 194: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 194

623. Annexure

B.23, Citizen

contact

centre,

Page 326

Interactive Voice Response

7. IVR should be able to run outbound

campaigns.

Most ACD platform offers unifed inbound and outbound capabilities

and need not to be IVR only. Kindly make this " IVR/ACD should be

able to run Preview outbound campaigns."

Refer

Corrigendum

No. 5

624. Annexure

B.22, Multi

Party

Conference

Unit, Page

323

Multiparty conference Unit

From day one the bridge must provide 20 full HD

video ports @1080p30 fps & 30 audio conference

ports on a single chassis. IT should be scalable to

40 ports full HD and 40 audio ports by adding the

licenses if required in future.

Pls amend it to "From day one the bridge must provide 20 full HD

video ports @1080p30 fps & 30 audio conference ports on a single

chassis. IT should be scalable to 40 ports full HD and 40 audio ports by

adding the licenses if required in future. You should be able to see 20

people at one time in the conference"

This is beacuse you are asking for 20 Full HD, you should be able to see

20 people at one time

As per RFP

625. Annexure

B.21, Video

Conferencin

g Solution,

Page 322

Video Conferencing Solution

Video Output: Should have at least 2 HDMI / DVI

(High Definition Multimedia Interface) output to

connect Full High Definition display devices such

as LCD / LED and projectors for both Video and

Content. (Dual Monitor Support). The VC unit

should be an OEM integrated dual screen with

each screen of 65" each or more

Amend to "integrated/ non integrated dual screen with each screen

of 65" each or more"

This clause is limiting and favors single OEM.

Refer

Corrigendum

No. 5

626. End point ,

Page 322

Video Standards: H.263, H.264 and H.265 Please amend it to "Video Standards: H.263, H.264 and H.265"

As H.265 is the latest compression standard and all leading vendors

support it.

As per RFP

627. End point ,

Page 322

Should support 30 fps & 60fps (frames per

second) with 1080p resolution

Please amend it to " Should support 30 fps & 60fps (frames per

second) with 1080p resolution from day one ad should support 9 way

multipoint with local recording:

If the main MCU fails, this acts as backup and and can also support

recording

As per RFP

Page 195: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 195

628. Annexure

B.23, Citizen

contact

centre,

Page 325

Additional Query:

Since all multimedia, chat, SMS and customer

enagegement is handled, the following point

should also be added

The solution should provide Citizen engagement services (CES chat

solution) wherein citizens can interact with bot for simple enquires to

complex form submission services as well. It should allow citizens to

just type their question into the chat window and get an instant

response from a virtual digital assistant and even fill up some online

forms. when citizens enquire cannot be handled by bot application,

the same chat can be escalated to Contact/Helpdesk Centre with

previous chat history so that citizen enquiry can be handled by live

agent without losing the context of the previously happened

conversation

As per RFP

629. Annexure

B.23, Citizen

contact

centre,

Page 325

Additional Query:

Since all multimedia, chat, SMS and customer

enagegement is handled, the following point

should also be added

CES should be able to automate services such as birth registration,

NOC request, death registration, property tax and water tax enquiry

and payments. It should begin with 10 forms and scalable to 30 forms.

The same chat transcript will be emailed to the citizen after the chat

completion. CES should be able to handle text based interaction with

user in Indian English. The IVR, ACD, IP phone, recording, Gateway and

CES should be from the same OEM

As per RFP

630. B.21, page

322

The camera should be dual camera with

automatic voice tracking feature and face

recognition cameras and each camera should be

10x optical zoom.

Please amend it to "The camera should be dual camera with 10x

optical zoom."

The same is propritary to an OEM and hence should be removed.

As per RFP

631. MAF Clause MAF clause : we hereby undertake to support

these equipment / software for the duration of

minimum 10 years from the date of submission

of the bid

Sir, pls amed it to 5 years. Standard Oem raodmap is 5 years and

fopes not go beyond the same.

Also in the tender abover you have asked for the following: § The OEM

for all active components should give a declaration that products or

technology quoted are not end of- sale till 18 months from the date of

RFP release and are not end-of-support till 5 years from date of RFP

release.

Refer

Corrigendum

No. 5

Page 196: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 196

632. Annexure

B.23, Citizen

contact

centre,

Page 325

Additional Query Kindly confirm if Citizen Contact Center should also be part of Disaster

Recovery.

Yes

633. Annexure

B.23, Citizen

contact

centre,

Page 325

Contact Center Specification

5. Customizable agent and supervisor desktop

layout

As most of the Contact Center vendor offers out of the box Agent

desktop, customization should be optional feature. Kindly make this

"Customized Agent and Supervisor desktop layout"

Refer

Corrigendum

No. 5

634. Annexure

B.23, Citizen

contact

centre,

Page 325

Contact Center Specification

10. Live data reporting gadgets

This is an optional feature and not supported by all the vendor. Kindly

remove it or make it optional

Refer

Corrigendum

No. 5

635. Annexure

B.23, Citizen

contact

centre,

Page 325

Automatic Call Distribution (ACD)

1. Should be highly available with hot standby

and seamless failover in case of main server

failure. There should not be any downtime of

Contact Centre in case of single server failure

Each Contact Center Vendor has different approach towards standby

server and failover. Kindly make it "Should be highly available with

standby server and seamless failover in case of main server failure.

There should be minimum downtime of Contact Centre in case of

single server failure within site"

As per RFP

636. Annexure

B.23, Citizen

contact

centre,

Page 325

Additional Query Kindly confirm if the agents needs to be provided with softphone or

hardphone capability

Yes

637. Annexure

B.23, Citizen

contact

Interactive Voice Response

7. IVR should be able to run outbound

campaigns.

Most ACD platform offers unifed inbound and outbound capabilities

and need not to be IVR only. Kindly make this " IVR/ACD should be

able to run Preview outbound campaigns."

Refer

Corrigendum

No. 5.

Page 197: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 197

centre,

Page 326

638. Annexure

B.22, Multi

Party

Conference

Unit, Page

323

Multiparty conference Unit

From day one the bridge must provide 20 full HD

video ports @1080p30 fps & 30 audio conference

ports on a single chassis. IT should be scalable to

40 ports full HD and 40 audio ports by adding the

licenses if required in future.

Pls amend it to "From day one the bridge must provide 20 full HD

video ports @1080p30 fps & 30 audio conference ports on a single

chassis. IT should be scalable to 40 ports full HD and 40 audio ports by

adding the licenses if required in future. You should be able to see 20

people at one time in the conference"

This is beacuse you are asking for 20 Full HD, you should be able to see

20 people at one time

As per RFP

639. Annexure

B.21, Video

Conferencin

g Solution,

Page 322

Video Conferencing Solution

Video Output: Should have at least 2 HDMI / DVI

(High Definition Multimedia Interface) output to

connect Full High Definition display devices such

as LCD / LED and projectors for both Video and

Content. (Dual Monitor Support). The VC unit

should be an OEM integrated dual screen with

each screen of 65" each or more

Amend to "integrated/ non integrated dual screen with each screen

of 65" each or more"

This clause is limiting and favors single OEM.

Refer

Corrigendum

No. 5

640. End point ,

Page 322

Video Standards: H.263, H.264 and H.265 Please amend it to "Video Standards: H.263, H.264 and H.265"

As H.265 is the latest compression standard and all leading vendors

support it.

As per RFP

641. End point ,

Page 322

Should support 30 fps & 60fps (frames per

second) with 1080p resolution

Please amend it to " Should support 30 fps & 60fps (frames per

second) with 1080p resolution from day one ad should support 9 way

multipoint with local recording:

If the main MCU fails, this acts as backup and and can also support

recording

As per RFP

642. Annexure

B.23, Citizen

contact

Additional Query:

Since all multimedia, chat, SMS and customer

The solution should provide Citizen engagement services (CES chat

solution) wherein citizens can interact with bot for simple enquires to

complex form submission services as well. It should allow citizens to

As per RFP

Page 198: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 198

centre,

Page 325

enagegement is handled, the following point

should also be added

just type their question into the chat window and get an instant

response from a virtual digital assistant and even fill up some online

forms. when citizens enquire cannot be handled by bot application,

the same chat can be escalated to Contact/Helpdesk Centre with

previous chat history so that citizen enquiry can be handled by live

agent without losing the context of the previously happened

conversation

643. Annexure

B.23, Citizen

contact

centre,

Page 325

Additional Query:

Since all multimedia, chat, SMS and customer

enagegement is handled, the following point

should also be added

CES should be able to automate services such as birth registration,

NOC request, death registration, property tax and water tax enquiry

and payments. It should begin with 10 forms and scalable to 30 forms.

The same chat transcript will be emailed to the citizen after the chat

completion. CES should be able to handle text based interaction with

user in Indian English. The IVR, ACD, IP phone, recording, Gateway and

CES should be from the same OEM

As per RFP

644. B.21, page

322

The camera should be dual camera with

automatic voice tracking feature and face

recognition cameras and each camera should be

10x optical zoom.

Please amend it to "The camera should be dual camera with 10x

optical zoom."

The same is propritary to an OEM and hence should be removed.

As per RFP

645. Annexure

B.13. DDoS

Solution,

Page

No.178

The solution should support 25 Gbps SSL

Throughput.

Refer

Corrigendum

No. 5

Page 199: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 199

Since DDoS appliance will be placed at perimeter before the Firewall

& WAF, the SSL inspection happen will happen either at Firewall or

WAF hence there is no relevance for asking SSL inspection in DDoS

solution as SSL will not be decrypted at perimeter. 25 Gbps

throughput on DDoS solution asked is too high and would inflate the

solution overall cost. Kindly mention the throughput which is inline to

the internet bandwidth capacity. It is suggested that the DDoS

inspection throughputput should be 10 Gbps of more

646. Annexure

B.13. DDoS

Solution,

Page

No.178

New Clause Since the DDos appliance placed in perimeter latency play major role

in overall performance. Request you to ask for:

"The proposed applicance should have lower than 50 microseconds

Latency"

As per RFP

647. Annexure

B.14, Next

Generation

Firewall,

Section-2,

Page

No.179

Throughput capacity of firewall under test

conditions should not be less than 50Gbps for

IPV4 & IPV6. Threat Prevention throughput

(Includes Firewall, Application Control, IPS,

Antivirus, Antimalware etc.) capacity of 10 Gbps.

Appliance should support Max 50,000,000

concurrent sessions. Appliance should support at

least 200,000 connections per second. Solution

should be based on multi core processors, Should

have adequate memory on day 1 to handle

concurrent connections asked

Today there are many applications which keep running on PCs /

Servers / Laptops and which try to connect to internet for various

downloads like windows updates / antivirus updates and other online

applications. These application keeps opening sessions automatically.

The firewall should not become a bottleneck in case of a virus or

trojan generating huge nos of connections. To ensure that the firewall

is capable of handling such traffic scenarios it is important that firewall

is capable of handling very high concurrent sessions and new sessions

per second. "It is suggested that the "Appliance should support at

least double the value asked or atleast 400,000 connections per

second."

Refer

Corrigendum

No. 5

Page 200: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 200

648. Annexure

B.14, Next

Generation

Firewall,

Section-2,

Page

No.179

New Clause Since 8 x 1G-T Copper Ports, 8 x 10 GB 10G SFP ports asked in rfp , the

solution should be capable of processing the traffic while all interfaces

are connectd hence it is suggested that

"The solution should be able to deliver at least 75 Mpps (Packet per

Second)"

As per RFP

649. Annexure

B.14, Next

Generation

Firewall,

Section-2,

Page

No.179

New Clause Since most of the web traffic will be on encrypted (SSL)

It is suggested that the

"The Firewall solution should support at least 10 Gbps of SSL

Inspection Throughput"

As per RFP

650. Annexure

B.15, Anti-

APT

Solution

New Clause

Network security applicance deployed at perimeter can be

incorporated with APT solution to share the threat intelligence to each

other for threat detection and mitigation hence It is suggested that

the "Proposed ATP applicance and Firewall should be from same OEM

only"

As per RFP

651. Annexure

B.16, Web

Application

Firewall,

Section-5,

Page

No.183

Proposed WAF module should be from different

OEM than Firewall for better security.

Today mostly web traffic is encrypted and decryption of traffic is done

at the WAF layer befre the traffic can be inspectied. It is strongly

suggested that the WAF solution should be able to scan the for

malacious fles / malwares being uploaded to the server and mitigate

the attacks. To acheive this the WAF should should have inbuilt

antivirus and be able to integrate with the proposed APT solution for

zero day threat detection and mitigation.

Kindly allow the WAF vendor to be from same OEM of Firewall so that

Refer

Corrigendum

No. 5

Page 201: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 201

the solution can have tight integration with Pertimeter Security

appliance and APT solution to provide end to end security

652. Annexure

B.16, Web

Application

Firewall,

Section-5,

Page

No.183

New Clause Considering 4 x 10Gbps interfaces, It is suggested that the WAF

solution should not be part of load balancer or any module in SLB. It is

suggsted that a dedicated WAF applliance should be proposed that

can deliver at least 3 Gbps of WAF (HTTPS) throughput

Refer

Corrigendum

No.5

653. Annexure

B.16, Web

Application

Firewall,

Section-5,

Page

No.183

New Clause Since FortiWeb Deployed in Front of Web Servers. Protection for

automated attacks, malicious sources, DDoS, Phishing, Botnet, Spam,

Anonymous proxies and infected sources

It is suggested that the "Should support scanning for malicious content

in file uploads through integrated antivirus engine and also support

integration with on-premise Sandbox solution to scan and block zero

day / unknown malwares".

As per RFP

654. Volume-II:

Scope of

work

Annexure

B.1.

PageNo.159

S.NO : 1

1/2.8" CMOS or better,Min.1920 × 1080 or

better; 25fps or better

For smart city solution the cameras should have high frame rate to

capute the every fastest movement which shall help during critical

investigations , camera should support high frame rate of 50 / 60 fps

@ 2MP , two streams should be simultaneoulsy configurable at 2MP

@ 25ps to utilize the two streams at full HD for different applications

independently.

Please amend the clause to : 1/2.8" CMOS or better,Min.1920 × 1080

or better@ 50fps or better , Two streams should be simultaneoulsy

configurable at 2MP @ 25 fps.

As per RFP

655. Volume-II:

Scope of

work

Annexure

Time stamp, text overlay, flip or mirror,

Configurable brightness, contrast, saturation,

sharpness, white balance, exposure control, gain,

Please ask for camera with better noise reduction technology line

SDNR , 3DNR and colorNR for better image enahancing instead of

defog which can be overcome by better IR capability of IR illuminator.

Please amend the caluse to : Time stamp, text overlay, flip or mirror,

As per RFP

Page 202: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 202

B.1.

PageNo.159

S.NO : 2

backlight compensation, privacy masks, 3DNR,

defog, AGC

Configurable brightness, contrast, saturation, sharpness, white

balance, exposure control, gain, backlight compensation, privacy

masks,2DNR , 3DNR,ColorNR, AGC

656. Volume-II:

Scope of

work

Annexure

B.1.

PageNo.159

S.NO : 5

H.265, H.264, and MJPEG Min. three individually

configurable streams

As per the functional requirement of aligarh smart city where the

camera feed will be used for multiple purposed like monitoring ,

recording , remote montoring , analytics etc. , triple stream cameras in

case would consume lot of network bandwidth , stroage space and

CPU resources of server and client machines.Quad stream cameras

suits best in this scenario.

Please amend the clause to : H.265, H.264, and MJPEG Min. four

individually configurable streams

As per RFP

657. Volume-II:

Scope of

work

Annexure

B.1.

PageNo.159

S.NO : 8

Vari-Focal Motorized Lens 8-50 mm, Auto Iris,

Corrected IR cut filter

As per the focal length range , the camera asked is box type camera

and the lens will be external , so it should be external lens , manual

varifcoal.

Iris controls the amount of light passing thorugh lens. DC iris controls

the light at the expense of image clarity , and out of focus image. P iris

is precise iris which is latest trend and highly recommended for

surveillance cameras where it maintains the good image clarity and

sharp focus in field of view.

Please amend the clause to :Manual varifocal Lens 8-50 mm, P- Iris,

Corrected IR cut filter

Refer

Corrigendum

No. 5

658. Volume-II:

Scope of

work

Annexure

B.1.

PageNo.159

S.NO : 10

ONVIF Support It should be ONVIF profile S & G for better third party integration.

Please amend the clause to : ONVIF profile S & G

As per RFP

Page 203: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 203

659. Volume-II:

Scope of

work

Annexure

B.1.

PageNo.159

S.NO : 11

Video Motion detection, video tampering, line

crossing, intrusion detection

The camera should have more and better edge anaytics for smart city

surveillance purpose .

Please amend the clause to : Abandoned Object, Intrusion

Detection,Tampering, Wrong Direction, Loitering Detection,

Object Counting, Stopped Vehicle, Object Removal

As per RFP

660. Volume-II:

Scope of

work

Annexure

B.3.

PageNo.162

S.NO : 1

1/2.8" CMOS or better with Min.1920 × 1080 or

better, 25 fps or better

For smart city solution the cameras should have high frame rate to

capute the every fastest movement which shall help during critical

investigations , camera should support high frame rate of 50 / 60 fps

@ 2MP , two streams should be simultaneoulsy configurable at 2MP

@ 25ps to utilize the two streams at full HD for different applications

independently.

Please amend the clause to : 1/2.8" CMOS or better,Min.1920 × 1080

or better@ 50fps or better , Two streams should be simultaneoulsy

configurable at 2MP @ 25 fps.

As per RFP

661. Volume-II:

Scope of

work

Annexure

B.1.

PageNo.162

S.NO : 5

H.265, H.264, and MJPEG Min. three individually

configurable streams

As per the functional requirement of aligarh smart city where the

camera feed will be used for multiple purposed like monitoring ,

recording , remote montoring , analytics etc. , triple stream cameras in

case would consume lot of network bandwidth , stroage space and

CPU resources of server and client machines.Quad stream cameras

suits best in this scenario.

Please amend the clause to : H.265, H.264, and MJPEG Min. four

individually configurable streams

As per RFP

662. Volume-II:

Scope of

work

Annexure

B.1.

Support up to 24 programmable privacy masks 20 privacy zones are more than sufficient , Practically no privacy zone

will be used in smart city seurveillance PTZ cameras as everything

needs to be in coverage .

Please amend the clause to : Support up to 20 programmable privacy

masks

Refer

Corrigendum

No.5

Page 204: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 204

PageNo.162

S.NO : 7

663. Volume-II:

Scope of

work

Annexure

B.1.

PageNo.162

S.NO : 10

4.3-129 or 4.7–142 mm or better, Auto Iris, Full

HD (1080P), F/1.6, IR Corrected – Day / Night

mode- Colour

Iris controls the amount of light passing thorugh lens. DC iris controls

the light at the expense of image clarity , and out of focus image. P iris

is precise iris which is latest trend and highly recommended for

surveillance cameras where it maintains the good image clarity and

sharp focus in field of view.

Please amend the clause to : 4.3-129 or 4.7–142 mm or better, P-Iris,

FullHD (1080P), F/1.6, IR Corrected – Day / Night

mode- Colour

Refer

Corrigendum

No. 5

664. Volume-II:

Scope of

work

Annexure

B.1.

PageNo.162

S.NO : 11

Built in 150 meters or better PTZ Camera should have long range IR for night vision , it should be

200 mtr to have better nigth surveillance capability.

Please amend the clause to : Built in 150 meters or better

As per RFP

665. Volume-II:

Scope of

work

Annexure

B.1.

PageNo.163

S.NO : 21

Video motion detection, Line Crossing, Intrusion

Detection , Video tampering

The camera should have more and better edge anaytics for smart city

surveillance purpose .

Please amend the clause to : Abandoned Object, Intrusion

Detection,Tampering, Wrong Direction, Loitering Detection,

Object Counting, Stopped Vehicle, Object Removal

AS per RFP

666. Volume-II:

Scope of

work

Annexure

B.1.

1/2.8" CMOS or better,Min.1920 × 1080 or

better; 25fps or better

For smart city solution the cameras should have high frame rate to

capute the every fastest movement which shall help during critical

investigations , camera should support high frame rate of 50 / 60 fps

@ 2MP , two streams should be simultaneoulsy configurable at 2MP

@ 25ps to utilize the two streams at full HD for different applications

AS per RFP

Page 205: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 205

PageNo.164

S.NO : 1

independently.

Please amend the clause to : 1/2.8" CMOS or better,Min.1920 × 1080

or better@ 50fps or better , Two streams should be simultaneoulsy

configurable at 2MP @ 25 fps.

667. Volume-II:

Scope of

work

Annexure

B.1.

PageNo.164

S.NO : 5

H.265, H.264, and MJPEG Min. three individually

configurable streams

As per the functional requirement of aligarh smart city where the

camera feed will be used for multiple purposed like monitoring ,

recording , remote montoring , analytics etc. , triple stream cameras in

case would consume lot of network bandwidth , stroage space and

CPU resources of server and client machines.Quad stream cameras

suits best in this scenario.

Please amend the clause to : H.265, H.264, and MJPEG Min. four

individually configurable streams

AS per RFP

668. Volume-II:

Scope of

work

Annexure

B.1.

PageNo.164

S.NO : 10

ONVIF Support It should be ONVIF profile S & G for better third party integration.

Please amend the clause to : ONVIF profile S & G

As per RFP

669. Housing Vandal and impact resistant housing, IK

10, IP67/ NEMA 4X

For indoor IP66 is sufficient and NEMA 4X is equivalent to IP66 .

Please amend the clause to : Vandal and impact resistant housing, IK

10, IP66/ NEMA 4X

Refer

corrigendum

No.5

670. Volume I,

Page no. 99

Annexure

2.14.1.

Proposed

Bill of

material for

Traffic Light Aspects – Red No.s 74 As per our review of the BoQ, according to the location list given in

the RFP, the number of 3 arm junctions will be 21, 4 arm junctions will

be 12 and one junction with 5 arm. On each junction we will need 2

Red lights per approach. Hence the total number of Red lights

required would be as follows:

74 approaches * 2 = 148

Only one set of

traffic lights

are to be

considered

Page 206: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 206

CAPEX

Schedule A :

Adaptive

Traffic

Control

System

(ATCS)

Point 5

671. Volume I,

Page no. 99

Annexure

2.14.1.

Proposed

Bill of

material for

CAPEX

Schedule A :

Adaptive

Traffic

Control

System

(ATCS)

Point 6

Traffic Light Aspects – Amber No.s 74 As per our review of the BoQ, according to the location list given in

the RFP, the number of 3 arm junctions will be 21, 4 arm junctions will

be 12 and one junction with 5 arm. On each junction we will need 2

Amber lights per approach. Hence the total number of Amber lights

required would be as follows:

74 approaches * 2 = 148

Only one set of

traffic lights

are to be

considered

672. Volume I,

Page no. 99

Annexure

2.14.1.

Proposed

Bill of

material for

CAPEX

Traffic Light Aspects – Green No.s 206 As per our review of the BoQ, according to the location list given in

the RFP, the number of 3 arm junctions will be 21, 4 arm junctions will

be 12 and one junction with 5 arm. On each 3 arms junctions we will

need 10 green lights per junction, on 4 arms junction we will need 20

green lights per junction and on 5 arm junction we will need 25 green

lights in total. (assuming 2 sets of lights which is evident from the

Pedestrian lamp heads

– Stop & Walk Man BoQ). Hence the total number of green lights

Only one set of

traffic lights

are to be

considered

Page 207: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 207

Schedule A :

Adaptive

Traffic

Control

System

(ATCS)

Point 7

required would be as follows:

7*10 + 12*20 + 1*25 = 335

673. Volume II,

Page No.

259

Annexure

B.38 -

Adaptive

Traffic

Control

System

Point 37 -

Traffic

signal

aspect

Point 9. EN 12368 certified Remove clause Refer

Corrigendum

No. 5

674. Volume II,

Page No.

260

Annexure

B.38 -

Adaptive

Traffic

Control

System

Point 38 -

Point 6. EN 12966: Compliant Remove clause As per RFP

Page 208: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 208

Countdown

Timer

675. Volume II,

Video

Analytics –

Functional

Specificatio

ns,

Page 62

I. Attribute Based Search Since the Attribute based search has big domain and can be achieved

using different algorithms. Here in RFP Face recognition (FRS) is asked

and this attribute search can be achieved using FRS system. Also, this

is a proprietary feature and only one OEM can bid in this. Hence, we

strongly recommend to consider below:

I. Attribute Based Search using Face recognition.

Refer

Corrigendum

No.5

676. Volume II

Annexure

B.24. Video

Manageme

nt Solution

& Video

Analytics

Solution.

Page 196

8. VMS should support industry standard

database, e.g., PostgreSQL, MySQL, MS SQL and

Oracle. The VMS should be capable of supporting

SQL or Non SQL databases.

The VMS and VA applications can use one database at a time and

every OEM can have separate/dedicated database softwares. Hence,

we recommend to make it open for every one and give the options.

Kindly consider:

8. VMS should support industry standard database, e.g., PostgreSQL or

MySQL or MS SQL or Oracle. The VMS should be capable of supporting

SQL or Non SQL databases.

Refer

Corrigendum

No. 5

677. Volume II

Annexure

B.24. Video

Manageme

nt Solution

& Video

Analytics

Solution.

Page 197,

198

21. The VMS should have ONVIF Profile S & G

compliance.

29. The VMS should support ONVIF Profile G. The

VMS should intelligently synchronise the edge

recording on the camera with the central

recording in case the camera loses the network

connection.

Most of the Enterprise VMS OEMs have ONVIF Profile 'S' or 'G' or

Both. We recommend to consider this in option.

Kindly consider:

21. The VMS should have ONVIF Profile S or G compliance.

29. The VMS should support ONVIF Profile S or G. The VMS should

intelligently synchronise the edge recording on the camera with the

central recording in case the camera loses the network connection.

Refer

Corrigendum

No. 5

Page 209: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 209

678. Volume II

Annexure

B.24. Video

Manageme

nt Solution

& Video

Analytics

Solution.

Page 199

37. The VMS should allow monitoring of the

desktop screen activity of a user from the

Administrator user console. This feature should

replicate the entire user desktop and not just the

VMS application window. This feature is required

for audit control of the operators. It should

also be possible to monitor desktops of multiple

users and record the entire activity to a file for

any duration required.

The asked feature is not much valuable to the End client. Rather than

this VMS should have user rights and authorization policies. The audit

control can be maintained by giving right permissions to right users.

Moreover this screen capturing is a separate module and will give

additional cost to the client. Hence , we recommend to remove this

clause.

The clause

stands deleted

679. Volume II

Annexure

B.24. Video

Manageme

nt Solution

& Video

Analytics

Solution.

Page 199

38. The VMS should have a feature to restrict a

user to a

particular hardware workstation.

The asked feature is not much valuable to the End client. The VMS

should have flexibility to give user rights and be independent of

hardware. We recommend to remove this clause.

The clause

stands deleted

680. Volume II

Annexure

B.24. Video

Manageme

nt Solution

& Video

Analytics

Solution.

Page 199

39. It should be possible to send messages to a

particular user from the Administrator login. In

case the user is offline or not logged in, the

message should be delivered after the user logs

in to the system.

The asked feature is not available with Enterprise level OEMs. We

recommend to remove this clause

The clause

stands deleted

Page 210: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 210

681. Volume II

Annexure

B.24. Video

Manageme

nt Solution

& Video

Analytics

Solution.

Page 206

111. The VA should be able to use industry

standard Database

(e.g. PostgreSQL, MySQL) for all database related

tasks.

The VMS and VA applications can use one database at a time and

every OEM can have separate/dedicated database softwares. Hence,

we recommend to make it open for every one and give the options.

Kindly consider:

111. The VA should be able to use industry standard Database

(e.g. PostgreSQL or MySQL or MS SQL) for all database related tasks.

Refer

Corrigendum

No. 5

682. Volume II

Annexure

B.24. Video

Manageme

nt Solution

& Video

Analytics

Solution.

Page 198

33. It should be possible to encrypt the exported

video with password protection. The system

should keep a record of such exported videos as

audit trail.

Kindly consider:

33. It should be possible to encrypt the exported video in SEF (Secured

export format) with password protection up to 24 alphanumeric

character. The system should keep a record of such exported videos as

audit trail.

As per RFP

683. Volume II

Annexure

B.24. Video

Manageme

nt Solution

& Video

Analytics

Solution.

Page 205

Video Analytic s (VA) Architecture

102. The VMS and VA must have tight

integration.

Kindly consider:

102. The VMS and VA must be of same make for having tight

integrated solution.

As per RFP

Page 211: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 211

684. Volume II

Annexure

B.24. Video

Manageme

nt Solution

& Video

Analytics

Solution.

Page 195

7. The VMS should support 64 bit architecture

OS and

hardware environments.

Kindly consider:

7. The VMS should support 64 bit architecture OS and

hardware environments. The Software should have OS partner

certification from last 3 years.

As per RFP

685. Volume II

Annexure

B.24. Video

Manageme

nt Solution

& Video

Analytics

Solution.

Page 205

100. The Event Log should record event-

related information (searchable by Service

name, Source and Event type)

Kindly Consider:

100. The Event Log should record event-related information

(searchable by Service name, Source and Event type). There should be

smart and Advanced activity search feature where we can get results

in few seconds.

As per RFP

686. Volume II

Annexure

B.24. Video

Manageme

nt Solution

& Video

Analytics

Solution.

Page 207

115.VA should provide real-time generation of

events to alert

operators to irregularities.

Kindly Consider:

115.VA should provide real-time generation of events to alert

operators to irregularities. The VA system should have 3D calibration

tool where 3D calibration objects are matched to the actual camera

viewing scene.

As per RFP

687. Volume II

Annexure

B.24. Video

93. The VMS should allow for continuous

monitoring of the operational status and

event-triggered alarms from servers, cameras

Kindly Consider:

93. The VMS should allow for continuous monitoring of the

operational status and event-triggered alarms from servers,

As per RFP

Page 212: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 212

Manageme

nt Solution

& Video

Analytics

Solution.

Page 204

and other devices. The health monitoring

module should provide a real-time overview of

alarm status or technical problems while allowing

for immediate visual verification and

troubleshooting.

cameras and other devices. The health monitoring module

should provide a real-time overview of alarm status or technical

problems while allowing for immediate visual verification and

troubleshooting using "help" option where quick offline support and

documentation of the operation of the software shall be available for

the operator for any instant help or support.

688. Volume II

Annexure

B.24. Video

Manageme

nt Solution

& Video

Analytics

Solution.

Page 200

52. The VMS should allow monitoring of archive

video of the selected camera under categories

such as events, motion or continuous recording.

The VMS should also show a report of cameras

indicating recording status for the selected

duration, critical video data and Incident Video

data.

Kindly consider:

52. The VMS should allow monitoring of archive video of the selected

camera under categories such as events, motion(three types-

Adaptive, Comparative and Hermeneutic or continuous recording. The

VMS should also show a report of cameras indicating recording status

for the selected duration, critical video data and Incident Video data.

As per RFP

689. Volume II

Annexure

B.24. Video

Manageme

nt Solution

& Video

Analytics

Solution.

Page 201

65. The Client Viewer should allow digital

zooming on live

view as well as on replay view on Fixed as well as

PTZ Cameras.

Kindly consider:

65. The Client Viewer should allow digital zooming on live

view as well as on replay view on Fixed as well as PTZ Cameras.

Software should have virtual camera feature up to 40 numbers for

detailed monitoring.

Refer

Corrigendum

No. 5

690. Volume II

Annexure

B.24. Video

Manageme

nt Solution

& Video

121. VA should have an alarm management

system enabling operators to view video feeds

streamed from multiple video cameras, from any

PC on the network.

Kindly consider:

121. VA should have an alarm management system enabling operators

to view video feeds streamed from multiple video cameras, from any

PC on the network. Alarm Filtering Option shall be there . It shall

possible to “silence” alarms for a desired time period Ranging from 5

Refer

Corrigendum

No. 5

Page 213: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 213

Analytics

Solution.

Page 207

Minutes till 24 Hours or more. This is useful if alarms are

unintentionally active all the heavy wind or rain.

691. Volume II

Annexure

B.24. Video

Manageme

nt Solution

& Video

Analytics

Solution.

Page 205

Video Analytic s (VA) Architecture Kindly consider the Deep learning based analytics as most of the smart

city authorities are using this.

Additional Point:

Advanced Deep learning video analytics and 3D Calibration:

The bidder shall be responsible for designing and implementing

Artificial Intelligence Based Intelligent Video Analytics on the Edge /

Central based for all Cameras as per city requirements for all the use

cases. VMS, Video analytics and Artificial intelligence should be of

same make for tight and integrated solution. Minimum 4 use-cases for

Video Analytics Software over minimum 50 Cameras & above based

on deep learning and 3D Calibration deployed in India /

Globally in last 5 Years. Bidder to provide minimun 5 different project

details with Customer certificate & work order / PO for satisfactory

performance

A. Deep learning and 3D calibrated analytics

• Debris and Garbage detection

• Garbage bin, cleaned or not

• Accident detection

• Wrong way or illegal turn detection

• Land Encroachment

• Abandoned Bag

• Graffiti and Vandalism detection

• Detection and classification of human, animal and vehicle

• Loitering detection

• Person climbing barricade

• Person collapsing

As per RFP

Page 214: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 214

• Crowd Detection

• Intrusion detection

692. Volume 2. The system should be format agnostic and

should allow storage of any digital data like

images, Office Files, engineering drawings, PDF,

PDF/A, photographs, video & audio files etc.

As per mentioned in the RFP, Document Management System should

have an inbuilt viewer to view various document formats.

Request you to include the following specification to ensure best of

breed solution for the Document Viewer.

- Server based Inbuilt Document Image Viewer for displaying image

document without native viewer

- Viewer should be platform independent and support Linux based

browser

- Support comprehensive annotation features like highlighting,

marking text, underlining putting sticky notes on documents, and

support for text and image stamps etc.

- Automatic stamping of annotations with user name, date and time of

putting annotations

- Securing annotations for selective users

As per RFP

693. Volume

2. Page 39.

Application should have a generic workflow

engine for citizen centric services. This generic

workflow engine will allow easy creation of

workflow for new services

Workflow Management System is one of the most important

requirement of this RFP. All the workflows mentioned in Core and

Common modules will be configured over Workflow Management

System. Therefore, the Workflow engine should be configurable in

order to provide the flexibility in terms of making changes in the

existing workflows, adding new workflows, changing routing rules,

introducing new business rules, etc.

So our recommendation is that the department needs COTS based

Business Process Management (BPM) platform having the capabilities

of graphically modeling the processes or workflows, in built Form

designer, process simulator, configurable Business Activity Monitoring

tool (Dashboards) and integrated Document Management System for

storing documents.

As per RFP

Page 215: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 215

Please confirm.

694. Volume

2.Annexure

C.8. Page

352. Point

C.8.1

Workflow Management System Request you to include the following specification to ensure best of

breed solution for the Workflow Management System. Workflow

management system should be compliant to workflow standards:

BPMN, BPEL and WFMC

As per RFP

695. Volume 2.

Page 36.

Point 5,

Para 2

The architecture should be scalable (cater to

increasing load of internal and external users and

their transactions) and capable of delivering high

performance till the system is operational.

So with respect to the requirement, we suggest that the department

should look out for a proven solution wrt to the scalability and the

volume. So the departmen should look for a Document Management

System which has at least one live implementation site in India in

Govt/PSU with more than 10 crores document archived in document

management repository with more than 5000 users using this

Document Management System

As per RFP

696. Page 67.

Point 4.

Data Digitization & Migration Please provide clarity on the volume and format of data that needs to

be migrated from the legacy application to the proposed application.

The total

number of

documents

that needs to

be digitized

are expected

to be

50,00,000 (fity

lakhs) (in

terms of A4

size papers). It

is expected

that these

documents

would be

digitized using

Page 216: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 216

various ways

like general

scanning (with

or without

OCR scanning)

and or manual

entry.

697. Volume 2.

C.7.2. point

5,8. Page

350

5. System should allow exporting documents

from scanner, email & Microsoft Office

documents directly to DMS.

We understand that less paper initiative is key requirement of project

and so there will be requirement of capture solution for scanning

paper documents with support for following :

As per RFP

8. The Scanning Module should allow officers to

scan single document as well as document in bulk

with facility of segregation of scanned images as

different document types like letter, circular, GR,

DPR etc.

• Both bulk and web scan capabilities

• Automatic extraction of data using OCR

• Automatic file and document separation using blank page separator,

barcode separator and fix page

• Automatic correction of parameters like improper resolution,

format/ compression not proper, skew, wrong orientation, error in

automatic cropping, punch hole marks etc. during scanning

Please confirm if our understanding is correct and also mention the

details on number of scanning location.

As per RFP

698. Volume 2.

C.7.1 Point

4. Page 349

All components of the proposed solution to be

interoperable and seamlessly integrated.

We assume that below are the mentioned systems, with which

proposed system (Document & workflow management) shall be

integrated:

1. ICCC modules

2. Egov - ERP

3. Portal/ E-forms

4. Email/SMS gateway

5. LDAP

6. Payment Gateway

7. Biometric system

The bidder has

to undertake

integration of

the DMS

system with all

the required

solution

modules that

requires

viewing of the

Page 217: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 217

8. Aadhar

9. GIS

10. Digital Signature

In case of integration with any other system, please let us know

system details & integration touchpoints.

scanned

documents.

The bidder has

to carefully

design the

solution is

such a way

that access to

the DMS is

secure enough

to ensure the

secrecy of the

various

documents

699. Volume 2.

Page 297

The platform should allow stakeholders to share

content relevant to the issue in the collaboration

space. This content may include text, pictures,

video, PDF/DOC/DOCX documents etc. and

stakeholders should be able to view the content

directly from the collaboration space.

"As per mentioned in the RFP, Document Management System should

have an inbuilt viewer to view various document formats.

Request you to include the following specification to ensure best of

breed solution for the Document Viewer.

- Server based Inbuilt Document Image Viewer for displaying image

document without native viewer

- Viewer should be platform independent and support Linux based

browser

- Support comprehensive annotation features like highlighting,

marking text, underlining putting sticky notes on documents, and

support for text and image stamps etc.

- Automatic stamping of annotations with user name, date and time of

putting annotations

- Securing annotations for selective users"

As per RFP

Page 218: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 218

700. Volume 2.

C.8.3, Page

352

Searching Knowledge As per our understanding the searching capability in Document

Management System which would include:

1. Indexed based search

2. Wildcard search

3. Document name based search

4. Folder name based search

Is the content based search required which would search the content

inside the documents and will fetch the results. If yes, kindly include

the ‘content based search’ as well.

As per RFP

701. General User Count Request you to please provide the clarity about the no of concurrent

internal users who will be using Document Management System &

BPM/Workflow Management system. Also please confirm if any

external users will use the system. If yes then, please provide the

number of external users. This is required to size the hardware and

infrastructure

Refer

corrigendum

No.5

702. General Number of Scanning Locations Please provide clarity on the number of locations from where the

scanning activity will be carried out.

The scanning

locations will

be based out

in Aligarh and

the same

would be

provided

during project

execution

703. General Implantation Phase :User Training Please provide clarity on the number of users to be trained on the

new application.

The training

infrastructure

would be

provided by

the Authority.

Training would

Page 219: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 219

be provided in

batches (no of

trainees would

be decided by

authority at

the time of

training). Refer

to Section 5.8

of Vol II of RFP

document for

further details

704. General Masters Our understanding is that the proposed solution should need Master

Data Management system where users can manage the masters

through a GUI. Please confirm our understanding is correct.

The solution

should give the

capability to

manage the

master data in

the system.

The bidder is

free to select

the mode for

the same

705. General Analyst Recognition As per our understanding, Smart city implementation being a large

scale implementation – the required DMS & workflow solution would

carry some analyst recognition like- Gartner & Forrester to add some

credibility to the potential of vendors to deliver

As per RFP

706. Volume-II,

Annexure

B.11. Server

Load

Balancer,

The proposed appliance should be multi-

tenanted appliance and have capabilities to

support multiple 3rd parties and open source

independent virtual instance of Network

We understand that the clause requires that the same appliance has

the capability to install and run open source and third party softwares,

However, The clause does not clearly specify the same and may lead

to assumptions. We request you to change the clause to "The

proposed appliance should be multi-tenanted appliance and

Refer

Corrigendum

No. 5

Page 220: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 220

Page no.

176, Clause

no. 1

functions with dedicated Hardware resources for

future requirements and scalability.

have capability to install and run third-party and open source

independent virtual instance of Network functions on the same

appliance with dedicated Hardware resources for future requirements

and scalability."

707. Volume-II,

Annexure

B.11. Server

Load

Balancer,

Page no.

176, Clause

no. 2

The appliance should have minimum 8 x10G

SFP+ interfaces from day one.

Should have min. 32 GB RAM, 2 TB Hard disk and

capability to create up to 16 virtual Network

functions from Day 1. Device to provide 20 Gbps

throughput.

The SLB should at least support the same throughput as the NGFW as

mentioned in the Specifications. Ideally, for hosting 16 Virtual

Network functions, a recommended 4 TB storage is needed. Also, The

RAM asked is 32 GB and the number of instances supported is 16

which results in only 2 GB RAM per Instance. For majority of major

network functions, 4 GB RAM is the minimum criteria. Also, since

majority of the SSL traffic is terminated on the Server Load Balancer,

sizing the device according to the SSL and ECC TPS is critical. Hence,

we request to modify the clause to "The appliance should have

minimum 8 x10G SFP+ and 2x40GE QSFP+ interfaces from day one.

Should have min. 64 GB RAM, 4 TB Hard disk and capability to create

up to 16 virtual Network functions from Day 1. Device to provide

minimum 50 Gbps throughput from Day 1 scalable to 80 Gbps (on the

same hardware). The appliance should support a minimum SSL TPS

(RSA 2K) of 50,000 and ECC TPS (ECDSA P256) of 35,000 from Day 1"

Refer

Corrigendum

No. 5

708. Volume-II,

Annexure

B.11. Server

Load

Balancer,

Page no.

176, Clause

no. 3

The appliance should provide application

delivery controllers with features like round

robin, weighted round robin, least connection,

Persistent IP, Hash IP, Hash Cookie, consistent

hash IP, shortest response, proximity, SNMP, SIP

session ID, hash header etc. and support for

policy nesting at layer7 and layer4, should also

have Script based functions support for content

inspection, traffic matching and monitoring of

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

Load balancer should support policies to

customize new features in

In addition to the mentioned functionalities, Caching and Webagent

functionalities are important to have in a next-generation ADC

appliance. Hence, we recommend to change the clause to "The

appliance should provide application delivery controllers with

features like round robin, weighted round robin, least connection,

Persistent IP, Hash IP, Hash Cookie, consistent hash IP, shortest

response, proximity, SNMP, SIP session ID, hash header etc. and

support for policy nesting at layer7 and layer4, should also have

Script based functions support for content inspection, traffic matching

and monitoring of HTTP, SOAP, XML, diameter, generic TCP, TCPS.

Load balancer should support policies to customize new features

in

As per RFP

Page 221: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 221

addition to existing feature/functions of load

balancer

addition to existing feature/functions of load balancer. The Appliance

should also support acting as a Webagent service to implement

explicit Forward proxy mode and to perform DNS Caching"

709. Volume-II,

Annexure

B.11. Server

Load

Balancer,

Page no.

176, Clause

no. 6

Should provide comprehensive and reliable

support for high availability with

Active- active & active standby unit

redundancy mode. Should support both device

level and VA level High availability for individual

Network Function.

Along with the mentioned requirements, it should be ensured that the

High Availability uses Industry standard protocol to ease

troubleshooting and simplify the deployment process. Hence, we

recommend to change the clause to "Should provide comprehensive

and reliable support for high availability with

Active- active & active standby unit redundancy mode. The

HA/Clustering should be done using Standard VRRP (RFC 2338) and

Should support both device level and VA level High availability for

individual Network Function. The solution should also support N+1

model of High availability with support for up to 32 Nodes in a single

cluster"

The bidder is

free to

propose any

product with

better or

higher

specifications

as mentioned

in the

minimum

technical

specifications

of Vol 2 of RFP.

710. Volume-II,

Annexure

B.12. Link

Load

Balancer,

Page no.

177, Clause

no. 1

The proposed device should be a dedicated

purpose built Multi-tenanted device which can

host multiple different virtual network

functions. It should have capabilities to support

3rd party and open source independent virtual

network functions with dedicated Hardware

resources for future requirements and

scalability.

We understand that the clause requires that the same appliance has

the capability to install and run open source and third party softwares,

However, The clause does not clearly specify the same and may lead

to assumptions. We request you to change the clause to "The

proposed appliance should be multi-tenanted appliance and

have capability to install and run third-party and open source

independent virtual instance of Network functions on the same

appliance with dedicated Hardware resources for future requirements

and scalability."

Refer

Corrigendum

No. 5

711. Volume-II,

Annexure

B.12. Link

Load

Balancer,

The appliance should have minimum 8 x10G

SFP+ interfaces from day one. Should have

built in 32 GB RAM, 2 TB Hard disk to create

virtual network functions and capability to

create up to 16 virtual Network functions from

The Link Load balancer should at least support the same throughput

as the NGFW as mentioned in the Specifications. Ideally, for hosting 16

Virtual Network functions, a recommended 4 TB storage is needed.

The RAM asked is 32 GB and the number of instances supported is 16

which results in only 2 GB RAM per Instance. For majority of major

Refer

Corrigendum

No. 5

Page 222: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 222

Page no.

177, Clause

no. 2

Day

1. Device to provide minimum 20 Gbps

throughput.

network functions, 4 GB RAM is the minimum criteria. To ensure

smooth integration and easy deployment and troubleshooting, it is

recommended that the SLB and LLB are from the same OEM. Hence,

we request to modify the clause to "The appliance should have

minimum 8 x10G SFP+ and 2x40GE QSFP+ interfaces from day one.

Should have min. 64 GB RAM, 4 TB Hard disk and capability to host up

to 16 virtual Network functions from Day 1. Device to provide

minimum 50 Gbps throughput from Day 1 scalable to 80 Gbps (on the

same hardware). The Link Load balancer and Server Load Balancer

should be from the same OEM for better interoperability and ease of

deployment."

712. Volume-II,

Annexure

B.12. Link

Load

Balancer,

Page no.

177, Clause

no. 3

Appliance should Support for multiple internet

links in Active-Active traffic balancing and

active-standby failover mode for both inbound

and outbound traffic using algorithms like

round robin, Weighted round robin, target

proximity and dynamic detect. Appliance should

also support WAN optimization with features of

Network de-duplication, TCP optimization with

SSL based secure WAN to avoid the repeated

content across the WAN and to ensure

efficient utilization WAN bandwidth.

In addition to the mentioned functionalities, Webagent functionality is

important to have in a next-generation ADC appliance. Also, WAN

optimization uses multiple techniques including Data De-Duplication

whereas the clause asks for Network de-duplication which we

understand points to the same feature. Hence, we recommend to

change the clause to "Appliance should Support for multiple

internet links in Active-Active traffic balancing and active-standby

failover mode for both inbound and outbound traffic using

algorithms like round robin, Weighted round robin, target

proximity and dynamic detect. Appliance should also support WAN

optimization with features of Data de-duplication, TCP

optimization with SSL based secure WAN to avoid the repeated

content across the WAN and to ensure efficient utilization WAN

bandwidth. The Appliance should also support acting as a Webagent

service to implement explicit Forward proxy mode and to perform

DNS Caching"

As per RFP

713. Volume-II,

Annexure

B.12. Link

Load

Should have IPV6 support with IPv6 to IP4 and

IPv4 to IPv6 translation and full IPv6 support.

Also should have IPV6 support with DNS 6 to DNS

4 & DNS 4 to

To ensure IPv6 compliance and support, the benchmark certification is

IPv6 Gold Certified. Also, for the inbound load balancing to work as

desired, the Link Load Balancer should support advanced DNS

Functions such as hosting critical DNS records. We recommend to

As per RFP

Page 223: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 223

Balancer,

Page no.

177, Clause

no. 6

DNS 6 translation based health check for

intelligent traffic routing and failover.

change the clause to "The solution should provide full ipv6 support

and OEM should be IPv6 gold-certified. OEM should be listed vendor

for ipv6 phase-2 certification. Also should have IPV6 support with DNS

6 to DNS 4 & DNS 4 to DNS 6 translation based health check for

intelligent traffic routing and failover. It should support advance

functions Authoritative name sever, DNS proxy/DNS NAT, full DNS

server with DNSEC, DNS DDOS, application load balancing from day

one. It should be capable of handling complete Full DNS bind records

including A,MX, AAAA, CNAME, PTR, SOA etc."

714. Volume-II,

Annexure

B.12. Link

Load

Balancer,

Page no.

177, Clause

no. 7

Should provide comprehensive and reliable

support for high availability with Active- active

& active standby unit redundancy mode.

Should support both

device level and VA level High availability of

individual virtual network function.

Along with the mentioned requirements, it should be ensured that the

High Availability uses Industry standard protocol to ease

troubleshooting and simplify the deployment process. Hence, we

recommend to change the clause to "Should provide comprehensive

and reliable support for high availability with

Active- active & active standby unit redundancy mode. The

HA/Clustering should be done using Standard VRRP (RFC 2338) and

Should support both device level and VA level High availability for

individual Network Function. The solution should also support N+1

model of High availability with support for up to 32 Nodes in a single

cluster"

The bidder is

free to

propose any

product with

better or

higher

specifications

as mentioned

in the

minimum

technical

specifications

of Vol 2 of RFP.

715. Volume-II,

Annexure

B.13. DDoS

Solution,

Page no.

178, Clause

no. 7

The DDoS solution should be a dedicated

hardware with 8 X 10GE SFP+ ports and dual

power supply.

The Anti-DDoS Appliance and the Link Load Balancer are both

perimeter devices and both should be able to interoperate and

integrate smoothly. The Anti-DDoS Solution should also be SSL and

ECC ready. Also, considering future scalability, a provision of 40Gbps

ports should be made. Since both of the mentioned devices are critical

to a Network operation point of view, it is strongly recommended that

the Anti-DDoS and LLB Appliance are from the same OEM. We

recommend to change the clause to "The DDoS solution should be a

dedicated hardware with 8 X 10GE SFP+ and 2 X 40GE QSFP+ ports

As per RFP

Page 224: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 224

and dual power supply. The Anti-DDoS Appliance and the Link Load

Balancer Appliance should be from the same OEM for seamless

interoperability. The Anti-DDoS Appliance should support a minimum

SSL TPS (RSA 2K) of 50,000 and ECC TPS (ECDSA P256) of 35,000 from

Day 1."

716. Volume-II,

Annexure

B.16. Web

Application

Firewall,

Page no.

183, Clause

no. 2

Proposed solution shall prevent the following

attacks (but not limited to): Brute force,

Access to predictable resource locations,

Unauthorized navigation, HTTP request

format and limitation violations (size,

unknown

method, etc.) and File upload violations

It is important to include certain new threats which pose a huge

danger to an organization's Application Infrastructure and we

recommend to change the clause to include them as follows:

"Proposed solution shall prevent the following attacks (but not

limited to): Brute force, Access to predictable resource

locations, Leech Protection, Page Prefetch Management, Server

Offline Takeover, Unauthorized navigation, HTTP request format

and limitation violations (size, unknown method, etc.) and File

upload and download violations"

Refer

Corrigendum

No. 5

717. Volume-II,

Annexure

B.16. Web

Application

Firewall,

Page no.

183, Clause

no. 5

Proposed WAF module should be from

different OEM than Firewall for better

security.

Along with the different OEM from Firewall, It is recommended that

the WAF module is also not from the Server Load Balancer OEM to

further strengthen the security. We recommend to change the clause

to "Proposed WAF module should be from different OEM than

Firewall and Server Load Balancer for better security."

Refer

Corrigendum

No. 5

718. Volume-II,

Annexure

B.16. Web

Application

Firewall,

Page no.

Should have positive security model with

machine learning capabilities to detect and

prevent anomaly in application traffic and

unknown attacks. Machine learning should be

based on true ML algorithms, and not just

automation of

dynamically learnt rules.

Machine learning helps identify unknown threats but the second

critical part is to patch the vulnerability from exposure at the earliest.

We recommend having a Web Vulnerability Scanner System from the

same OEM as the WAF module to identify and patch vulnerabilities on

the go. Request you to change the clause to "Should have positive

security model with machine learning capabilities to detect and

prevent anomaly in application traffic and unknown attacks

including Anti-Web Defacement. Machine learning should be based

As per RFP

Page 225: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 225

183, Clause

no. 6

on true ML algorithms, and not just automation of dynamically

learnt rules. The WAF module vendor should have their own Cloud

based web vulnerability scanning system to integrate with WAF for

smart patch. The WAF module should have and integrate with Ip

reputation feed provided by WAF module's OEM own Threat

Intelligence and not third party Threat Intelligence."

719. Volume-II,

Annexure

B.16. Web

Application

Firewall,

Page no.

183, Clause

no. 7

Should have 4-10Gig ports and storage capability

of 2 TB. Proposed solution should have

integrated Redundant power supply.

Similar to the Server load balancer and Link Load balancer, to qualify

for a true next-generation Security appliance, the WAF appliance

should support multi-tenancy, and third-party, Open source solution

support. WAF appliance should also support hardware-based SSL and

ECC decryption/encryption along with the support of 40Gbps

interfaces to be future-ready. Request to change the clause to "The

WAF appliance should be a multi-tenant hardware capable of hosting

up to 16 Virtual Instances with the capability to install and run Open

Source and Third-party software solutions from Day 1. The Appliance

should have 8X10G SFP+ and 2X40G QSFP+ ports and storage capacity

of 4 TB with 64 GB RAM to be able to run 16 Virtual Instances

smoothly. Proposed solution should have integrated Redundant

power supply and a license upgrade feature on same appliance to

support machine authentication based on combination of HDD ID,

CPU info and OS related parameters i.e. mac address to provide

secure access/authentication to critical resources. "

As per RFP

720. Volume-II,

Annexure

B.16. Web

Application

Firewall,

Page no.

183, Clause

no. 1

Solution should be deployed in HA (High

Availability) mode and protect the web

applications from attacks. WAF solution should

filter the HTTP/S traffic based on the rules set

defined. Proposed WAF should be able to

address top 10 OWASP vulnerabilities.

Along with OWASP Top 10 Protection, there should be additional

benchmarks to ensure that the City gets the latest and most secure

WAF for threat protection. Hence, we recommend to change the

clause to "Solution should be deployed in HA (High Availability) mode

and protect the web applications from attacks. WAF solution should

filter the HTTP/S traffic based on the rules set defined. Proposed WAF

should be able to address top 10 OWASP vulnerabilities. The WAF

module should be ICSA and Veracode LV4 Certified which ensures that

the software is developed using safe development practices. Web

As per RFP

Page 226: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 226

application firewall module should be ipv6ready logo phase 2

certified "

721. Volume-II,

Section 4.14

Quality

Standards

and pre-

eligibility

OEM

Criteria,

Page no. 69,

Clause no.

"a)"

All quoted OEM should have quality standard

certifications like ISO 9001-2008, ISO 14001, ISO

27001, CMMI 3 certification wherever applicable

to ensure only quality OEM participation, as on

date of RFP release.

All of the certifications do not apply to each of the product required to

be proposed in the RFP and this clause restricts almost all the OEMs to

participate. Hence, to ensure wider participation, we request to relax

the clause to "All quoted OEM should have quality standard

certifications like ISO 9001-2008/ISO 14001/ISO 27001/CMMI 3

certification wherever applicable to ensure only quality OEM

participation, as on date of RFP release."

Refer

Corrigendum

No. 5

722. Volume-II,

Annexure

B.17. DLP

(Data

Leakage

Prevention),

Page no.

184, Clause

no. 1

DLP for Endpoints – Proposed solution should

address the risks associated with the storage

and use of confidential /sensitive data on

laptops and desktops across organization. It

should prevent confidential/sensitive files

from downloading, copying to and from any

kind of portable storage device & removable

media. Proposed solution should monitor data

being copied and pasted from the clipboard to

prevent confidential/sensitive data from being

pasted to specific application.

Along with the functional specifications for the DLP, it is critical to

specify the kind of hardware the department needs for running the

DLP Function. As mentioned in some other solutions, we would

recommend the department to specify DLP as a network function

running on a next-generation, multi-tenant platform. Please change

the clause to "DLP for Endpoints – Proposed solution should address

the risks associated with the storage and use of confidential

/sensitive data on laptops and desktops across organization. It

should prevent confidential/sensitive files from downloading,

copying to and from any kind of portable storage device &

removable media. Proposed solution should monitor data being

copied and pasted from the clipboard to prevent

confidential/sensitive data from being pasted to specific application.

The solution should be appliance based with high performance

purpose built next generation multi-tenant hardware to run DLP as

module. It should have should 8x10GbE SFP+ ports and have

multicore CPU, 64GB RAM, 4TB HDD and dual power supply."

As per RFP

Page 227: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 227

723. Volume-II,

Annexure

B.17. DLP

(Data

Leakage

Prevention),

Page no.

184, Clause

no. 3

DLP for Network – Proposed solution must

passively inspect network traffic for confidential

data that is being sent in violation of security

policy.

To add on to the clause and the effective security parameters that the

solution supports, we strongly recommend that the product should

also support access rights, sensitive data authority etc. Please change

the clause to "DLP for Network – Proposed solution must passively

inspect network traffic for confidential data that is being sent in

violation of security policy. The solution should have rule or policy-

based capabilities such as assigning access rights, restricting where

users can store sensitive data, and so forth"

As per RFP

724. Volume-II,

Annexure

B.17. DLP

(Data

Leakage

Prevention),

Page no.

184, Clause

no. 5

The Solution should not use any third party

proxy Server to provide DLP functionality

To segregate functionality and increase the overall security posture of

the city, we recommend that the DLP solution should have a central

management to ease out administration and the DLP should not be a

part of the proxy solution to isolate the decisions made by the DLP to

its own threat intelligence. Please change the clause to "The Solution

should not use any third party proxy Server to provide DLP

functionality. DLP should support centralized administration. Ability to

support network, storage and endpoint DLP from single console, The

End point should support windows OS, MAC, Linux, iOS, Android and

the DLP should be from different than proxy solution."

As per RFP

725. Volume-II,

Annexure

B.17. DLP

(Data

Leakage

Prevention),

Page no.

184, Clause

no. 6

The solution must have identity and role based

policy capability.

Along with having identity and role-based policies, the solution should

be able to inspect data leaks and keep a track of the same. It is

strongly advised to change the clause to "The solution must have

identity and role based policy capability. The end point solution should

inspect data leaks from all portable storage and to keep track of what

data users are taking from and to their work computers on any kind of

portable storage device means what data is copied from USB storage

devices"

As per RFP

Page 228: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 228

726. Page No.

319, Sr. No.

6, VOIP

Protocol

Supports SIP-AST for enhanced features Request to kindly include the list of features required to be considered

under SIP-AST

Refer

Corrigendum

No.5

727. Page No.

319, Sr. No.

7, POE

Power over Ethernet Class 1, Class2 and

support for 802.3az.

Request to change the specification as " Power over Ethernet Class 1

or Class2 and support for 802.3af"

Refer

Corrigendum

No. 5

728. Page No.

322, Sr. No.

9

Audio standards: G.711, G.722, G.722.1, 64 kbps

MPEG-4 AAC-LD or equivalent standards must be

supported.

Request to replace "64 kbps MPEG-4 AAC-LD" with "AAC-LD" As per RFP

729. Page No.

323, Sr. No.

10

Along with the Support for basic algorithms like

G.711 and G.722.1 the bridge should also support

wideband Audio protocols like MPEG 4 AAC- LC /

MPEG 4 AAC – LD

Request to replace "MPEG 4 AAC- LC / MPEG 4 AAC – LD" with "AAC-

LD or equivalent standards"

As per RFP

730. B.56, 3 SIEM for Logs and deep packet inspection should

be from Single OEM.

Change Sought:SIEM for Logs and deep packet inspection should be

from Single OEM and should provide:

- Capability to investigate logs and packet data from single

investigation console

- Correlate and analyze logs and network session data in a unified

view.

Reason: Correlating logs and packet data is a core capability of

nextgen siem and is essential for deep visibility into attack.

Refer

Corrigendum

No. 5

731. B.56, 10 A solution should support minimum 10,000 EPS

and scalable up to 20,000 EPS.

Change Sought: The solution should support minimum 20,000 EPS and

should be able to handle peak EPS upto 40000 without any event loss

or additional license requirement.

Reason: Better ROI for appliance based solution and to avoid

additional cost due to complicated licensing terms.

As per RFP

Page 229: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 229

732. B.56, 11 Correlation Engine appliance should be

consolidated in a purpose build appliance and

should handle 50,000 EPS.

Change Sought: Correlation Engine appliance should be consolidated

in a purpose build appliance and should handle 90,000 EPS.

Reason: Better ROI for appliance based solution

Refer

Corrigendum

No.5

733. B.56, 13 The solution should be storing both raw logs as

well as normalized logs. The same should be

made available for analysis and reporting. The

proposed solution should be sized to provide

both raw logs and normalized logs with minimum

20 TB of storage.

The solution should be storing both raw logs as well as normalized

logs. The

same should be made available for analysis and reporting. The

proposed

solution should be sized to provide both raw logs and normalized logs

with

minimum 40 TB of onboard storage and possible expension with

external storage.

As per RFP

734. Clarification sought: No information available on:

Number of network link to be monitored for Deep packet inspection

and badwidth of links. Request to share this information.

As per RFP

735. Annexure

B.14. Next

Generation

Firewall 180

Security Management: A separate centralized

management appliance/software needs to be

provided for management and logging of NGFW

appliance. In case other security components like

APT solution etc. are from the same OEM then a

single centralized management, logging (and not

multiple management system) should manage all

such security devices. Security management

Hardware can be an OEM appliance or dedicated

server with software. The hardware appliance

should have minimum 2 TB Hard disk and

minimum dual 10/100/1000 Mbps network port.

The central management console and should be

able to handle 5000 log/sec.

The clause should read as:

Security Management: A separate centralized management

appliance/software needs to be provided for management and logging

of NGFW appliance. Security management Hardware can be an OEM

appliance or dedicated server with software. The hardware appliance

should have minimum 2 TB Hard disk and minimum dual 10/100/1000

Mbps network port. The central management console and should be

able to handle 5000 log/sec

As per RFP

Page 230: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 230

736. Annexure

B.15.

Anti-APT

Solution,

182

The APT appliance should be a purpose built on

premise appliance based solution with integrated

support for sandboxing. Cloud based solution will

not be accepted.

The clause should read as:

The APT appliance should be a purpose built dedicated on premise

appliance based solution with integrated support for sandboxing.

Cloud based, CPU /Chip based function and network perimeter

security component part devices like UTM and NGFW solution will not

be accepted.

As per RFP

737. Annexure

B.15.

Anti-APT

Solution

182

The quoted APT OEM must have NSS Lab’s

Recommended rating as per breach detection &

prevention system report.

The clause should read as:

The quoted APT OEM must have NSS Lab’s Recommended rating as

per breach detection/prevention system report.

As per RFP

738. Annexure

B.15.

Anti-APT

Solution

182

The APT appliance should support at least 24

virtual machines running simultaneously

The clause should read as:

The APT appliance should support at least 24 virtual machines scalable

up to 60 running simultaneously having an endpoint security

component with functionalities (Antivirus, Vulnerability Protection,

Data loss, Application control and EDR ability to automatically

block/Quarantine zero day malwares by sharing Indicators of

Compromise.

As per RFP

739. Annexure

B.15.

Anti-APT

Solution

182

The solution must be able to detect and report

malware by using multiple images of Windows

XP, 7, 8, 10 etc.

The clause should read as:

The solution must be able to detect and report malware by using

multiple images of Windows XP, Win7, Win8/8.1, Win 10, Windows

Server 2003, 2008, 2012, Mac OS with monitor Inter-VLAN traffic on a

Port Mirror Session with out installing any agent

Refer

Corrigendum

No. 5

740. Annexure

B.54.

Antivirus

The solution should automatically detects what

location a system is connecting from, such as a

hotspot, wireless network, or VPN and adjusts

The clause should read as:

The solution should automatically detects location of endpoint

As per RFP

Page 231: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 231

with EDR &

HIPS 309

the security to offer the best protection for the

environment.

machine and should provide automatic recommendations against

existing vulnerabilities

741. Annexure

B.54.

Antivirus

with EDR &

HIPS 309

If the host is non-compliant with the policies, the

solution must

automatically initiate remedial action, which may

include running isolating it

from network, downloading and

executing/inserting a software, running

scripts, by setting required registries keys. The

solution should recheck host

for compliance after remediation and grant

access for the compliant host to

the network.

The clause should read as:

The solution must automatically initiate remedial action, which may

include running isolating it from network.The solution should recheck

host for compliance after remediation and grant access for the

compliant host to the network.

Refer

Corrigendum

No.5

742. Annexure

B.54.

Antivirus

with EDR &

HIPS 309

Solution should collect and share the threat

intelligence from / to external

sources using industry formats such as STIX

,TAXII, etc.

The clause should read as:

Solution should collect and share the threat intelligence with On

Premise APT solution and sandboxing solution should support industry

formats such as STIX ,TAXII, etc

As per RFP

743. Annexure

B.54.

Antivirus

with EDR &

HIPS 309

The solution should utilize multiple detection

approach by combining

virtualization and emulation to capture more

malicious behavior across a

wider range of custom environments.

The clause should read as:

The solution should utilize multiple detection approach to capture

more malicious behavior across a wider range of custom

environments and Host IPS should be capable of recommending rules

based on vulnerabilities with the help of virtual patching and should

have capabilities to schedule recommendation scan and entire

features of solution should be both agent based and agentless

As per RFP

744. Annexure

B.54.

Antivirus

Solution should perform analysis on “known" &

"unknown" content.

Scanning files using whitelisting, file hash

The clause should read as:

Solution should perform analysis on “known" & "unknown" content.

As per RFP

Page 232: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 232

with EDR &

HIPS 309

reputation, & static code analysis

looking for known good & known bad content

and send unknown files &

URLs to sandbox for determination in a

customized sandbox environment.

Scanning files using whitelisting, file hash reputation looking for

known good & known bad content and send unknown files & URLs to

sandbox for determination in a customized sandbox environment.

745. Annexure

B.54.

Antivirus

with EDR &

HIPS 309

The solution should detect malware that evades

detection by using

polymorphic custom packers by unpacking in a

light weight virtual

environment with no performance over-head.

The clause should read as:

The solution should detect malware that evades detection by using

polymorphic detections and should provide automatic

recommendations against existing vulnerabilities, dynamically tuning

IDS/IPS sensors provide automatic recommendation of removing

assigned policies if vulnerability no longer exists

As per RFP

746. Annexure

B.54.

Antivirus

with EDR &

HIPS 309

Solution should provide anomaly detection to

detect and report on

suspicious information found in a file. Preferable

capabilities to include, TLS

callback activity, CVE and exploit detection, shell-

code detection, debugger

detection, watermark tampering, and non-

standard file alignment, RFC

compliant etc

The clause should read as:

Solution should provide anomaly detection to detect and report on

suspicious information found in a file. Preferable capabilities to

include, CVE and exploit detection and should have pre and post

execution machine Learning

Refer

corrigendum

No.5

747. Annexure

B.54.

Antivirus

with EDR &

HIPS 309

The proposed solution should support endpoint

quarantine from network

and bring back the endpoint after remediation

using ATP management

platform

The clause should read as:

The proposed solution should support endpoint quarantine from

network

and bring back the endpoint after remediation and should support

CVE cross referencing when applicable for vulnerabilities.

Refer

Corrigendum

No.5

Page 233: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 233

748. Annexure

B.54.

Antivirus

with EDR &

HIPS 310

Has sandboxing and process access control to

prevent against a new class of

threats utilizing comprehensive IPS protection.

Must not be dependent on

signatures for protecting server from malware.

The clause should read as:

Should have ability to prevent against a new class of threats utilizing

comprehensive IPS protection. Must not be dependent on signatures

for protecting server from malware.

Refer

Corrigendum

No.5

749. Annexure

B.54.

Antivirus

with EDR &

HIPS 310

Has host firewall to control inbound and

outbound network traffic to and

from servers. Has compensating HIPS controls to

restrict application and

operating system behavior using policy-based

least privilege access control.

The clause should read as:

Has host firewall to control inbound and outbound network traffic to

and

from servers and proposed solution should support OS i.e.

CentOS,Solaris,Oracle Linux,SUSE Linux,Ubuntu,Debian,Window

(XP,7,8,10,2003,2008,2012)

Refer

Corrigendum

No.5

750. Annexure

B.54.

Antivirus

with EDR &

HIPS 311

Provides process control based on the application

initiating the change, the

target file/registry key, the user/group

attempting the change and finally

based on additional arguments used when

starting the application.

The clause should read as:

Provides application control and to monitor any change target

file/registry key and should have feature to take backup of

ransomeware infected files and restoring the same

Refer

Corrigendum

No. 5

751.

NIST Certificate 1) NIST is essentially an American Standards Organization, designed to

further the development and adherence of Systems development for

a different operating & ambient environment, none of their tests will

simulate usage of equipment software, in Indian High humidity, High

temperature, high volume based situations.

2) The Organization is trying to cover thousands of technology areas,

and their expertise and due diligence over the certification any one

system, is highly suspect.

3) Our facial recognition software on the other hand has been trained

on over 3 lakh South Asian faces, which would be well near impossible

for most companies from Overseas

4) The organization has been accused of accommodation of backdoor

Refer

Corrigendum

No. 5

Page 234: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 234

entries of the NSA, thereby rendering this as a Security risk matter,

where their authorized systems may have openings and ways to relay

information to US agencies. You can read more about this in Wikipedia

at https://en.wikipedia.org/wiki/National_Institute_of_Standards_and

_Technology in the Section entitled “Controversial Backdoored NIST

Standard”

5) The government of India had announced a Preferred Market Access

(PMA) policy for Cyber Security & data gathering products through an

order notifying the Public Procurement (Preference to Make in India).

This has nowhere been provisioned for in the invitation to bid.

752. Volume-I,

(Instruction

s to bidder)

Quality

standards

and pre-

eligibility

OEM

criteria

(Point No : a

of 4.14,

page no: 69

of the RFP)

All quoted OEM should have quality standard

certifications like ISO 9001-2008, ISO 14001, ISO

27001, CMMI 3 certification wherever applicable

to ensure only quality OEM participation, as on

date of RFP release.

OEM with the proven products/solutions without these certifications

should also be allowed to bid.

Refer

Corrigendum

No. 5

753. Volume-I,

(Instruction

s to bidder)

Quality

standards

and pre-

eligibility

OEM

OEM for Command Control Software should have

deployed at least one Smart City solution in India

or globally.

Needs to be removed completely Refer

Corrigendum

No. 5

Page 235: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 235

criteria

(Point No : c

of 4.14,

page no: 69

of the RFP)

754. Volume-I,

(Instruction

s to bidder)

Quality

standards

and pre-

eligibility

OEM

criteria

(Point No :

h of 4.14,

page no: 69

of the RFP)

Each of the proposed OEMs should have existing

capability and infrastructure to provide 24x7x365

technical support with Indian Toll or Toll-Free

call in numbers.

The requirement of Indian Toll or Toll-Free call in numbers should

be removed

As per RFP

755. Volume-II,

Page no 63

Clause

3.1.12.

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

NIST benchmark test clause should be removed as NIST is esstentially

an American Standards Organization designed to further rhe

development and adherence of systems development for a different

operating & ambient environment, none of their tests will simulate

the usage of equipment software in Indian high humidity, high

temperature, high volume based situations. The Organization is trying

to cover thousand of technology areas, and their expertise and due

deligence over the certification on any one system is highly suspect.

The organization has been accused of accomodation of backdoor

entries of the NSA thereby rendering this as a security risk matter,

where their authorized system may have openings and ways to relay

information to US agencies. More on this can be read in Wikipedia at

https://en.wikipedia.org/wiki/National_Institute_of

Refer

Corrigendum

No. 5

Page 236: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 236

FRS algorithm/engine should have appeared in

top 10 listing of latest NIST benchmark test.

_Standards_and_Technology in the section entitled" Controversial

Backdoored NIST standard".

We strongly feel that the Indigenous products (Make in India) should

be exempted from foreign certifications

756. Core Router | Annexure B.6. | Pg 300

Non Stop Routing , Graceful Restart Deletion as per RFP

757. Core Router | Annexure B.6. | Pg 300

Router should support ISSU (In Service Software Upgrade)

Deletion as per RFP

758. Core Router | Annexure B.6. | Pg 301

3M Ipv4 routing entries per system 1M Ipv4 routing entries per system Refer

Corrigendum

No. 5

759. Core Router | Annexure B.6. | Pg 301

2 M Ipv6 routing entries per system 1M Ipv6 routing entries per system Refer

Corrigendum

No. 5

760. Core Router | Annexure B.6. | Pg 301

15 logical routers Deletion Refer Corrigendum No. 5

761. Core Router | Annexure B.6. | Pg 301

802.3ah (Ethernet transport OAM ‐UDLD equivalent)

Deletion Refer Corrigendum No. 5

762. Core Switch | Annexure B.7. | Pg 302

The Core Switch should be Modular (Distributed Architecture with 100% passive backplane/mid-plane) with aggregate capacity of at-least 4 Tbps. Should have at-least 6 payload slots with 32 x 10/100/1000 BaseT RJ 45 and 32 SFP+ Ports. The

The core layer switches should have hardware level redundancy (1+1) in terms of data plane and control plane. Issues with any of the plane should not impact the functioning of the switch.Switch should support non blocking, wire speed performance per line card and a minimum

Refer Corrigendum No. 5

Page 237: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 237

per slot bandwidth should be at-least 240 Gbps. All Interface Module should have local processing.

throughput of 3 Tbps per line card with aggregate minimum 28 Tbps minimum of switching capacity

763. Core Switch | Annexure B.7. | Pg 302

Should have 4 GB DRAM and 250,000 Nos. of MAC addresses and 4K VLAN, minimum 500,000 Route entries for IPv4 and IPv6. Should support 100,000 IPv4/IPv6 multicast routes

Should have 4 GB DRAM and minimum buffer of 150 Mb, alomg with 250,000 Nos. of MAC addresses and 4K VLAN, minimum 500,000 Route entries for IPv4 and IPv6. Should support 100,000 IPv4/IPv6 multicast routes

as per RFP

764. Core Switch | Annexure B.7. | Pg 302

Interface support: 40G and 100G from Day 1, Support up to 160 Nos of 10 Gigabit Ethernet or 240 Gigabit Ethernet ports.

Minimum 32 nos. of line rate and Non - Blocking 40/100G ports fully populated with 100G Bidi transrecievers

Refer

Corrigendum

No. 5

765. Core Switch | Annexure B.7. | Pg 302

Addition Switch should support VXLAN (RFC7348) and EVPN control plane Refer

Corrigendum

No. 5

766. Core Switch | Annexure B.7. | Pg 302

Addition Switch should support for external database for AAA using: a. TACACS+ b. RADIUS

Refer

Corrigendum

No. 5

767. Core Switch | Annexure B.7. | Pg 302

Addition Switch should support MAC ACLs Refer

Corrigendum

No. 5

768. Core Switch | Annexure B.7. | Pg 302

Addition Should support Standard & Extended ACLs using L2, L3 and L4 fields Refer

Corrigendum

No. 5

769. L3 Fiber Switch | Annexure B.9. | Pg 309

Switch forwarding rates – 1Bpps or higher Deletion Refer

Corrigendum

No. 5

770. L3 Fiber Switch | Annexure

10G SFP+- 24 ports populated with SFP module, scalable to 32 x1/10G fibre ports

Switch should have the following interfaces: a. 48 x 1G/10G/25G Multi Mode Fiber Interface

As per RFP

Page 238: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 238

B.9. | Pg 309

b. 6 x 100GbE QSFP ports fully populated with 100G Bidi transrecievers

771. L3 Fiber Switch | Annexure B.9. | Pg 309

Addition Switch should support native 25G ports As per RFP

772. L3 Fiber Switch | Annexure B.9. | Pg 309

Addition Swtch should support 25G SR optics with OR without the use of DAC cables (with integrated optics)

As per RFP

773. L3 Fiber Switch | Annexure B.9. | Pg 309

Addition 25G ports should support FC-FEC and RS-FEC As per RFP

774. L3 Fiber Switch | Annexure B.9. | Pg 309

Support at least 4000 VLAN and 150,000 MAC Address

Support at least 3000 VLAN and 90,000 MAC Address Refer Corrigendum No. 5.

775. L3 Fiber Switch | Annexure B.9. | Pg 309

Switch should support Link Aggregation on two different switches

Deletion Refer Corrigendum No. 5

776. L3 Fiber Switch | Annexure B.9. | Pg 309

Switch should be stackable/VPC/Equivalent (All accessories to be provided from day 1)

Deletion As per RFP

777. L3 Fiber Switch | Annexure

Addition Switch and optics must be from the same OEM As per RFP

Page 239: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 239

B.9. | Pg 309

778. L3 Fiber Switch | Annexure B.9. | Pg 309

Addition All relevant licenses for all the above features and scale should be quoted along with switch on day 1

Refer Corrigendum No. 5.

779. Core Switch | Annexure B.7. | Pg 302

Addition Should be supplied with single fabric so that spine and leaf architecture will be established, should support micro segmentation for Virtualized and non-virtualized environment, and should provide visibility of latency and packet drop between VM’s as well as physical machines and all combinations. Should provide visibility of data across DC and DR.

As per RFP

780. Server Addition server management software will be integrated with data center, hybrid cloud platforms and services to securely deploy and manage infrastructure resources across the data center and edge environments.

As per RFP

781. Video Conferencing Solution | Annexure B.21 | Pg 322

Audio Inputs: Should support minimum 4 Microphones, connected directly or in array. 4 needs to be supplied from day one.

Audio Inputs: Should support minimum 3 Microphones, connected directly or in array. 3 needs to be supplied from day one.

Refer Corrigendum No. 5.

782. Video Conferencing Solution | Annexure B.21 | Pg 322

the camera should be dual camera with automatic voice tracking feature and face recognition cameras and each camera should be 10x optical zoom.

the camera should be dual camera with automatic voice tracking feature and face recognition cameras and each camera should be 10x optical zoom or a room size of 30 feet or more

As per RFP

783. Citizen contact centre| Annexure B.23 | Pg 325

The call centre solution should have been implemented in minimum 2 projects of Emergency handling over 50,000 calls per day in India. Documentation proof should be submitted as part of the tender submission

Deletion Refer Corrigendum No. 5.

Page 240: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 240

784. Citizen contact centre| Annexure B.23 | Pg 325

All contact centre related components including ACD, PABX, Gateways, Recording, CTI, softphone, headphones, Chat bot, Notification System etc. must be from same OEM.

Deletion Refer Corrigendum No. 5.

785. Citizen contact centre| Annexure B.23 | Pg 325

VXML,CCXML,SMIL,SRGS/SISR,MRCP,SIP/H.323,WSDL/SOAP,HTML5

Deletion As per RFP

786. IP Phone | Annexure B.19 | 319

Supports SIP-AST for enhanced features Deletion Refer Corrigendum No.5

787. Scope of Work

Addition All switches to be from the same OEM As per RFP

788. Next Generation Firewall | Annexure B.14. | Pg 312

The Firewall appliance should be a purpose built appliance based solution with integrated functions like Firewall, VPN and User awareness. The product licensing should be device based and not user/IP based (should support unlimited users except for VPN). The Firewall & IPSEC module should be ICSA labs certified. The hardware platform & Firewall with integrated SSL/IPSec VPN application has to be from the same OEM. The quoted NGFW OEM must have NSS Lab’s Recommended rating as per latest NSS Labs NGFW Methodology testing with a minimum exploit blocking rate of 95%.

Please change the clause to ""The Firewall appliance should be a purpose built appliance based solution with integrated functions like Firewall, VPN and User awareness. The product licensing should be device based and not user/IP based (should support unlimited users except for VPN). The Firewall & IPSEC module should be ICSA labs or FIPS140 certified. The hardware platform & Firewall with integrated SSL/IPSec VPN application has to be from the same OEM. The quoted NGFW OEM must have NSS Lab’s Recommended rating as per latest NSS Labs NGFW Methodology testing with a minimum exploit blocking rate of 95%.""

Refer Corrigendum No. 5

Page 241: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 241

789. Next Generation Firewall | Annexure B.14. | Pg 312

Throughput capacity of firewall under test conditions should not be less than 50Gbps for IPV4 & IPV6. Threat Prevention throughput (Includes Firewall, Application Control, IPS, Antivirus, Antimalware etc.) capacity of 10 Gbps. Appliance should support Max 50,000,000 concurrent sessions. Appliance should support at least 200,000 connections per second. Solution should be based on multi core processors, Should have adequate memory on day 1 to handle concurrent connections asked

Please change the clause to "Threat Prevention throughput (Includes Firewall, Application Control, IPS, Antivirus/ Antimalware etc.) capacity of 10 Gbps. Appliance should support Max 5,000,000 concurrent sessions. Appliance should support at least 20,000 connections per second. Solution should be based on multi core processors, Should have adequate memory on day 1 to handle concurrent connections asked

Refer Corrigendum No. 5

790. Next Generation Firewall | Annexure B.14. | Pg 312

Solution should have following deployment modes mandatory: a) L3 Mode, b) L2/Transparent Mode. The solution should be deployed in High Availability. NGFW appliance should have inbuilt storage of min. 400 GB SSD / HDD.

Please change the clause to "Solution should have following deployment modes mandatory: a) L3 Mode, b) L2/Transparent Mode. The solution should be deployed in High Availability. NGFW appliance should have inbuilt storage of min. 200 GB SSD / HDD.

As per RFP

791. Next Generation Firewall | Annexure B.14. | Pg 312

Interface Requirement: 8 x 1G-T Copper Ports, 8 x 10 GB 10G SFP ports from day 1 and support for addition of 1 x Dedicated Management and 1 x Sync Ports

Please change the clause to "Interface Requirement: 8 x 1 / 10 GB SFP+ ports from day 1 and support for addition of 1 x Dedicated Management and 1 x Sync Ports.

As per RFP

792. Next Generation Firewall | Annexure B.14. | Pg 312

Firewall Feature: solution should be based on “stateful inspection” technology and must support access control for predefined /services/protocols with capability to define custom services. Must allow security rules to be enforced within time intervals to be configured with an expiry date/time. The communication between the management servers and the security gateways must be encrypted.

Please change the clause to "Firewall Feature: solution should be based on “stateful inspection” technology and must support access control for predefined /services/protocols with capability to define custom services. The communication between the management servers and the security gateways must be encrypted.

As per RFP

Page 242: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 242

793. Next Generation Firewall | Annexure B.14. | Pg 312

Authentication: schemes must be supported by the security gateway and VPN module: tokens (i.e. -SecureID), TACACS, RADIUS and digital certificates. Should support Ethernet Bonding functionality for Full Mesh deployment architecture. Must support user, client and session authentication methods. User authentication schemes must be supported by the security gateway and VPN module: tokens (i.e. -SecureID), TACACS, RADIUS and digital certificates. Firewall should support the system authentication with RADIUS and local authentication. Both should work simultaneously. Solution must support DCHP, server and relay. Solution must include the ability to work in Transparent/Bridge mode.

Please change the clause to "Authentication: schemes must be supported by the security gateway and VPN module: tokens (i.e. -SecureID), TACACS / RADIUS and digital certificates. Should support Ethernet Bonding functionality for Full Mesh deployment architecture. Must support user, client and session authentication methods. Firewall should support the system authentication with RADIUS and local authentication. Both should work simultaneously. Solution must support DCHP, server and relay. Solution must include the ability to work in Transparent/Bridge mode."

As per RFP

794. Next Generation Firewall | Annexure B.14. | Pg 312

User Identity / Awareness: Must be able to acquire user identity from Microsoft Active Directory without any type of agent installed on the domain controllers. Must support Kerberos transparent authentication for single sign on. Must support the use of LDAP nested groups. Must be able to create rules and policies based on identity roles to be used across all security applications. The solution should have the inherent ability to detect multi-stage attacks. For the purpose of detecting multi stage attacks the solution should include static analysis technologies like antivirus, antimalware/ anti bot however in an integrate mode with the solution. The

Please change the clause to "User Identity / Awareness: Must be able to acquire user identity from Microsoft Active Directory with or without any type of agent installed on the domain controllers. Must be able to create rules and policies based on identity roles to be used across all security applications. The solution should have the inherent ability to detect multi-stage attacks. For the purpose of detecting multi stage attacks the solution should include static analysis technologies like antivirus / antimalware/ anti bot however in an integrate mode with the solution. The bidder or SI may use additional appliances (at max 2) for the solution but should be provided by the same OEM in the solution."

As per RFP

Page 243: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 243

bidder or SI may use additional appliances (at max 2) for the solution but should be provided by the same OEM in the solution.

795. Next Generation Firewall | Annexure B.14. | Pg 312

The solution should inspect the web sessions (HTTP and HTTPS both) to detect and notify the malicious web activity including malicious file downloads through the internet. Third Party/Separate appliance for SSL offloading will not be accepted. The proposed solution should dynamically generate real-time malware intelligence for immediate local protection via integration with the separate Automated Management and Event Correlation System. This Automated Management and Event Correlation solution must be from the same OEM. Solution should have an ability to remove all the active content and macros sending only a clean document to the end user. Solution should be able to detect & Prevent the Bot communication with C&C.

Please change the clause to "The solution should inspect the web sessions (HTTP and HTTPS both) to detect and notify the malicious web activity including malicious file downloads through the internet. Third Party/Separate appliance for SSL offloading will not be accepted. The proposed solution should dynamically generate real-time malware intelligence for immediate local protection via integration with the separate Automated Management and Event Correlation System. This Automated Management and Event Correlation solution must be from the same OEM. Solution should be able to detect & Prevent the Bot communication with C&C."

As per RFP

796. Next Generation Firewall | Annexure B.14. | Pg 312

Security Management: A separate centralized management appliance/software needs to be provided for management and logging of NGFW appliance. In case other security components like APT solution etc. are from the same OEM then a single centralized management, logging (and not multiple management system) should manage all such security devices. Security management Hardware can be an OEM appliance or dedicated

Please change the clause to "Security Management: A separate centralized management appliance/software needs to be provided for management and logging of NGFW appliance. In case other security components like APT solution etc. are from the same OEM then a single centralized management, logging (and not multiple management system) should manage all such security devices. Security management Hardware can be an OEM appliance or dedicated

As per RFP

Page 244: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 244

server with software. The hardware appliance should have minimum 2 TB Hard disk and minimum dual 10/100/1000 Mbps network port. The central management console and should be able to handle 5000 log/sec

server with software. The hardware appliance should have minimum 1.5 TB Hard disk or higher and minimum dual 10G SFP network port. "

797. Anti APT Solution | Annexure B.15. | Pg 315

The APT appliance should be able to process min 1,000,000 files/month (either web or mail or both)

Please change the clause to "The APT appliance should be able to process min 40,000 files/month (either web or mail or both)

As per RFP

798. Anti APT Solution | Annexure B.15. | Pg 315

Min 4 Copper and 2 x 10G Fibber ports should be provided in APT appliances for achieving functionalities mentioned.

Please change it to "Min 2 Copper and 2 x 10G Fibber ports should be provided in APT appliances for achieving functionalities mentioned."

As per RFP

799. Anti APT Solution | Annexure B.15. | Pg 315

The solution must be able to detect and report malware by using multiple images of Windows XP, 7, 8, 10 etc.

Please change the clause "The solution must be able to detect and report malware by using multiple images of Windows XP/7/ 8, 10 etc."

As per RFP

800. Anti APT Solution | Annexure B.15. | Pg 315

The solution must be able to support scanning links for zero days & unknown malware and support sandboxing of file sizes of up to 50 MB. Solution should have an ability to remove all the active content, harmful links in documents and macros sending only a clean document to the end user

Please change the clause to "The solution must be able to support scanning links for zero days & unknown malware and support sandboxing of file sizes of up to 50 MB.

As per RFP

801. Antivirus with EDR and HIPS | Annexure B.54.| Pg 442

The solution should provide layered defense with Signature-based antivirus, Network Threat Protection, Browser protection, Machine Learning, Exploit mitigation, device controls & application control and should eradicate malware on a system to protect against viruses, worms, Trojans, spyware, bots, adware, and rootkits.

Please change the clause to "The solution should provide layered defense with Signature-based antivirus, Network Threat Protection, and should eradicate malware on a system to protect against viruses, worms, Trojans, spyware, bots, etc

As per RFP

Page 245: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 245

802. Antivirus with EDR and HIPS | Annexure B.54.| Pg 442

The solution’s EDR should be able expose advanced attacks with precision machine learning, behavioral analytics and threat intelligence minimizing false positives.

Please change the clause to "The solution’s EDR should be able expose advanced attacks with precision machine learning, behavioral analytics and threat intelligence minimizing false positives and should be different OEM of AV and HIPS

As per RFP

803. Field Switch | Annexure B.42. | Pg 398

Switch should have wire rate switching capacity of minimum 24 Gbps or more

Switch should have wire rate switching capacity of minimum 20 Gbps or more

As per RFP

804. | Page 92 Integrations with Existing Systems Bidder should undertake the activity of integrating the GIS solution with Municipality Portal, e- Governance services, various smart city components (which are part of scope of the project and future integration with more smart city services that are envisioned to come up) and Integrated Command & control System.

Request you define number of Integrations Existing Systems & future integration . Tender description is not clear for integration requirement, Pls provide list for integration. This will help us to size server requirement and overall optimized solution.

The ICCC would act as the nerve centre for all the smart applications that would form the smart ecosystem for the city of Aligarh. However majority of these smart applications are in the design & development phases. These would be implemented accordingly and once implemented they needs to to be integrated

Page 246: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 246

with the ICCC application stack. The Smart City platform should have all the required application & protocol supports that would enable the integration of various smart solution like but not limited to solid waste management, Smart street lighting, water & sewerage management & leak detection, smart parking, Smart education, smart poles, Septage management, Rain water harvesting, Smart electrical & water metering, Intelligent Building

Page 247: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 247

Management, smart energy management etc. These integrations should enable 2-way/ bi-directional data communication & control.

805. | Page 92 |3.1.16. IoTplatform

The city will be using various device vendors for various smart services. For example, in the Smart city journey of the city, various vendors of smart elements will be used for deployment and each will be generating data in their own format. This Platform should be able to define its own data model for each smart service like waste, lighting, transport, etc. and map data from different device vendors to the common data model.

Our understanding is, command center software (IOT+ICCC) will integrate to sensor through sensor application software like parking,lighting applications. ICCC & IoT platform must be exposed to application eco system using secure APIs or any other secure methodology. Pls confirm.

MSI need to coordinate with multiple application vendors for their API/SDK.

806. Scope of work | Page 93

GIS Map Support Our understanding is, GIS Map Support funcationalties of apploicable for GIS map, This is not part of IoT software. Pls confirm.

Need to integrate ASCL GIS platform

807. Annexure B.51. | Integrated Command & Control Centre Solution/ Data Aggregation, Normalization and Access | Page 288

Aggregation and abstraction of sensors: provides aggregation of sensors from diverse sensor cloud

As per tender DC should be on premise and DC will be in cloud. Pls clerify, we need to provide aggregation of sensors from diverse sensor using cloud service ?

DC will be on premise and DR will be on cloud

Page 248: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 248

808. Annexure B.51. | Integrated Command & Control Centre Solution/14.Integration capabilities | Page 293 of 366,

The platform should support all devices which are based on Industry standards. a. Protocol libraries of most standardized M2M Protocols like LWM2M,MQTT,LTN Gateway,DLMS,TR- 069,Zigbee,OMA DM etc.

Request to remove this requirement, Since command center software will integrate to sensor through sensor application middleware. All these protocols should be supported by vertical applications. Pls clarify.

Refer Corrigendum No.5

809. Annexure B.51.| Integrated Command & Control Centre Solution/15. Edge Devices & Application Gateways | Page 293

Provides standard appliance or software or hardware combination to connect IoT devices / applications, provide secure connection to IT infrastructure.

Request to provide scope of Qty, Scope and functionalities for Hardware appliance & software. This is not define under BOQ.

As per RFP

810. Annexure B.1. | Fixed Surveillance Camera | Page 159 of 366,

3. Wide Dynamic Range - 120dB or better 8: Lens type - Vari-Focal Motorized Lens 8-50 mm, Auto Iris, Corrected IR cut filter

- Request to change below clause " 8-50/12-50 mm IR Corrected Lens or better - Request to change as" 100 dB or better" Kindly Accept, Focal length 12.5 -50/8-50 mm, this change does not affect the functionality of the system. There are limited OEM for Lens and different OEM manufacture different size of lens. 12.5 -50 and 8-50 mm provide same performance and coverage.

As per RFP

811. Annexure B.1. | Fixed Surveillance Camera | Page 159 of 366,

Minimum illumination Color: 0.05 lux; B/W: 0.005 lux or better

- Request to allow below clause Minimum illumination Color: 0.07 lux; B/W: 0.005 lux or better

As per RFP

Page 249: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 249

812. Annexure B.1. | Annexure B.3. Surveillance Camera - PTZ | Page 162

4-Minimum Illumination 0.05 Lux (Colour) , 0.005 Lux (B/W), 0 Lux with IR illumination on

- Request to allow below clause 4-Minimum Illumination Color: 0.07 Lux at F1.6 B/W: 0.01 Lux at F1.6 0 Lux with IR illumination on

as per RFP

813. Annexure B.1. | Annexure B.4. Indoor Dome Camera | Page 164

3. Wide Dynamic Range - 120dB or better 8: Lens type - Vari-Focal Motorized Lens 2.8-12 mm, Corrected IR cut filter

- Request to change below clause " 2.8-12 mm/4-9 mm IR Corrected Lens or better - Request to change as" 100 dB or better" Kindly Accept, Focal length 2.8-12 mm/4-9 mm, this change does not affect the functionality of the system. There are limited OEM for Lens and different OEM manufacture different size of lens. 2.8-12 mm & 4-9 mm provide same performance and coverage.

As per RFP

814. Annexure B.24. | Video Management Solution & Video Analytics Solution | Page 195 of 366,

The VMS should support virtual computing environment and should support all the industry leading virtualisation platforms available for Windows, Linux or Unix environment.

Request to change below clause : The VMS should support virtual computing environment and should support all the industry leading virtualisation platforms available for Windows/Linux/Unix environment.

Refer

Corrigendum

No. 5

815. Annexure B.24. | Video Management Solution /Point 78| Page 203

MS should provide options for export format type (AVI/JPEG), timestamp, frame rate (full/half), digital zoom export, and AVI CODEC.

Kinldy allow below clause; MS should provide options for export format type (AVI/JPEG/MP4), timestamp, frame rate (full/half), digital zoom export, and AVI/Mp4 CODEC.

Refer

Corrigendum

No. 5

816. AnnexureB.59. | HyperConve

Addition The solution should provide hyper-converged software that allows delivery of enterprise-class storage services using latest x86 server infrastructures without dependence on a separate Storage Area Network & associated components such as SAN Switches & HBAs.

as per RFP

Page 250: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 250

rgedlnfrastructure

817. AnnexureB.59. | HyperConvergedlnfrastructure

Addition The proposed HCI solution should be a factory shipped engineered & integrated system . All the components of HCI such should be factory installed and shipped ready for fast deployment.

As per RFP

818. AnnexureB.59. | HyperConvergedlnfrastructure

Addition The solution should be provided with 2* 24 port 40 GbE port with necessary 2*10 GbE uplink Network switches for inter node connectivity and privde end-to-end network QoS to streamline HCI network traffic to improve traffic filtering, segmentation and performance.

As per RFP

819. AnnexureB.59. | HyperConvergedlnfrastructure

Addition The HCI solution should provide Inline Deduplication and compression across all storage tiers.

As per RFP

820. AnnexureB.59. | HyperConvergedlnfrastructure

Addition The HCI should support connecting to external 3rd party SAN (ISCSI, FC) and NAS (CIFS, NFS) storage into the HCI cluster for capacity expansion and ease of migration from existing environment to HCI

As per RFP

821. Application Perfomance Tool

Addition The solution should include an Application and Infrastructure performance management appliance quoted as part of the solution to improve operations and provide deep infrastructure performance insight. The appliance should have capability to capture each and every flow using the light weight sensors deployed on VM, Bare Metal host and Network switches and analyse them to provide rich telemetry information about network i.e. Buffer utilization, packet drops, network latency etc. and application i.e. process ID, process owner, application latency etc. The appliance should provide accurate inventory of the installed software packages on the workloads to quickly identify any known vulnerabilities and exposures. It should then provide actions to quarantine or restrict communications based on vulnerabilities or

As per RFP

Page 251: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 251

vulnerability score. The solution should be able to perform Application dependency mapping for the stipulated time and then it continuously monitors an application for compliance and also perform application behaviour analysis for anamoly detection. the solution must have capability of simulating and applying policy for validation on live as well as historical traffic.

822. Application Perfomance Tool

Addition The APM tool proposed should be part of Gartner Leader's quandrant, the tool proposed should be separate from the OEM of EMS vendors Single product and architecture to address Gartner’s 5 dimensions of Application Performance Management (end user experience monitoring, architecture discovery modeling and display, transaction profiling, deep-dive monitoring, analytics) Provide application performance monitoring tool of billing applications deployed across the data center the tool should automatically create a visualization of the entire application topology with all components. the tool should automatically discover standard back end systems (database, web services, SAP etc.) the tool should Provide code level diagnostics (class & method-level visibility) of poorly performing BTs The tool should monitor basic hardware metrics (CPU utilization, OS memory usage, disk I/O and network I/O) the tool should encrypt data transmissions end-to-end across the environment, it should have SSL Encrypted data transmission between EVERY monitoring component. The tool should provide easy upgrade paths across both major and minor releases, not requiring manual configuration edits The tool should provide Web based feature rich GUI without need for fat client (no installation, ongoing maintenance or management for web client) Provide the facility to create custom dashboards for business metrics and related application behavior Provide long term historical trending (metric persistence to enable historical observation (and comparison to baselines) The ability to view and drill into “Flow Map” for extended periods (e.g. 30 days, 6 months, 1 year etc).

As per RFP

Page 252: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 252

The ability to compare “Flow Maps” from different time frames for up to 2 years Provide automatic & dynamic baselining of all metrics to reduce false alarms and elimination of static thresholds Automatically pick up application configuration changes as a result of agile release Automatically baseline new components – no manual intervention required – no unnecessary alert storms or false negatives Platform Support for Oracle, SQL Server, MySQL, DB2, Sybase, PostgreSQL, and MongoDB Measure and monitor all databases in your environment without impacting stability or performance. Low overhead, production safe monitoring technology. Agentless installation - ability to rapidly deploy and eliminate risk on production database servers It should provide Web & Mobile Real User Monitoring The tool should support for the web browser, mobile bowser, applications that are being used today and provide detailed browser traces for poor performing end user requests The tool should monitor all page requests for enhancing end user experience The tool should track user sessions to understand user flows and behaviour and should give alert based on normal behaviour for mobile metrics

823. Video Conferencing Solution | Annexure B.21 | Pg 322

Addition The solution should be an OEM integrated executive video system with a minimum 22" touchscreen display or higher with inbuilt codec, inbuilt integrated full HD 1080p camera, inbuilt Microphones and integrated speakers. The unit should acts as PC Monitor and should support bandwidth of upto 2Mbps on IP. the camera should aslo dual up as document camera The unit should be H.323 and SIP compliant. The unit should support video call along with data sharing. The units should have 10/100/1000 ethernet ports

As per RFP

824. AnnexureB.59. | HyperConve

Proposed solution should support heterogeneous platforms that include ESXI/ Hyper V and next generation containers either independently or concurrently on the same cluster

Our understanding is the proposed solution should support heterogenous plaforms that include ESXi, Hyper V and next generation containers. This is required to have flexibility in terms of selecting the hypervisor platform

As per RFP

Page 253: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 253

rgedlnfrastructure

825. AnnexureB.59. | HyperConvergedlnfrastructure

The solution should provide software based storage services on server hardware available from leading server vendors in the industry. lt should support all flash configurations on the server

For guaranteed performance, it is best recommended to have an appliance form factor available, that will ensure 100% performance and reliabilty in overall solution

As per RFP

826. AnnexureB.59. | HyperConvergedlnfrastructure

HCI solution should have network and security solution which should offer virtualized workload at the VNIC level to be protected with a statefull firewall engine based on constructs such as Mac , lP ports, objects and tags , active directory groups, security groups etc. and the security policies must follow the VM in the event of migration (i.e. vMotion) within the data center

to be deleted As per RFP

827. AnnexureB.59. | HyperConvergedlnfrastructure

Network and security solution must provide the NAT function for multitenant deployment , distributed in-kernel routing with support of routing protocols like OSPF and BGP as well as it should support SSL VPN capabilities in the virtual environment

to be deleted As per RFP

828. AnnexureB.59. | HyperConvergedlnfrastructure

Network and security solution should be embedded in the kernelof the host architecture to protect east-west traffic by leveraging VM - based attributes like VM names , Security tags, OS type, logical switches etc.

to be deleted As per RFP

829. AnnexureB.59. | HyperConvergedlnfrastructure

Minimum 4 PCI-e (Express)slots in which minimum 2 x PCI-e 8Xslots Min 2 x USB 2.0, 1x Management port, 1x VGA

Minimum 6 PCI-e (Express)slots in which minimum 2 x PCI-e 8Xslots Min 2 x USB 2.0, 1x Management port, 1x VGA

As per RFP

830. AnnexureB.59. | HyperConvergedlnfrastructure

HCI solution should provide monitoring and management of virtualized infrastructure with configurable, customizable operations dashboards to provide real-time insight into infrastructure behavior, and for capacity

HCI solution should provide monitoring and management of virtualized and physical infrastructure including load balancer, network switches, storage with configurable, customizable operations dashboards to provide real-time insight into infrastructure behavior, and for capacity analytics. it should provide also provide infrastructure

As per RFP

Page 254: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 254

analytics. it should provide also provide infrastructure and operations analytics to eliminate time-consuming problem resolution processes through automated root cause analysis.

and operations analytics to eliminate time-consuming problem resolution processes through automated root cause analysis.

831. Core Router

| Annexure

B.6. | Pg

167

Router shall support 500 Mbps forwarding

performance. The performance is considered

with IPv4 & IPv6

Refer

Corrigendum

No. 5

832. Core Router

| Annexure

B.6. | Pg

167

The router should be chassis based and mid‐

plane architecture

Refer

Corrigendum

No. 5

833. Volume-II:

Page 171 of

366

S. No: 1

19" Rack Mountable stackable switch with min 24

Nos. 10/100/1000 base-T POE (15.4W) ports and

additional support of 4x1G SFP, support for

external/internal redundant power supply.

19" Rack Mountable stackable switch with min 24 Nos. 10/100/1000

base-T POE (15.4W) ports and additional support of 4x10G SFP,

support for external/internal redundant power supply.

As these ports are for backbone of network, 10G capacity is essential

for futureproof infrastructure. Available with all vendors. So please

change uplink 1G to 10G.

Refer

Corrigendum

No. 5

834. Volume-II:

Scope of

work Page

171 of 366

S. No: 3

The switch should support dedicated stacking

port separate from uplink ports with 80 Gbps of

stacking bandwidth to put minimum 8 switches

into a single stack group.

The switch should support 80 Gbps of stacking bandwidth to put

minimum 8 switches into a single stack group.

As per industry standard, total 28 ports switch available including

stacking and uplink ports. Thus dedicated port is unnecessary and will

increase cost. Removing the same will allow cost effective solution.

As per RFP

835. Volume-II:

Page 265 of

366

4. Security

Features

IP Route filtering Remove this clause

IP Router filtering related to L3 switching feature and not relevent to

Field Switch. So kinldy remove this clause.

Refer

Corrigendum

No. 5

Page 255: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 255

836. Volume-II:

Page 115 of

366

4.8. Cabling

Infrastructu

re

OM4 Cable and Components for Data Center Solution This change will

enable bidders to quote better product which is more suitable for

required applications.

As per RFP

Outdoor/ Armoured Cat6 Cable for last mile outdoor installations This

change will enable bidders to quote better product which is more

suitable for required applications.

Refer

Corrigendum

No. 5

IP 20 connector for cable terminations at outdoor installations. This

will enable durable terminations

As per RFP

837. Volume 1

Annexure

2.14.1.

Proposed

Bill of

material for

CAPEX

Page no.99

Vehicle Detector Camera (thermal ) Please help us to know the purpose of the thermal in the Vehicle

Detection Camera, as thermal cameras are used in an application like

border areas, dense forset, normally in city surveillence thermal

cameras are not proposed.Requesting you to ammend the clause to

Vehicle Dectector Camera as per Bidder's design

As per RFP

838. Volume 2

3.1.2. Red

Light

Violation

System

(RLVD)

Page no.50

Light sensors shall be placed to detect the change

in traffic light.Once the traffic light has turned

red, the sensors shall activate the camera to

capture images of the vehicles that jumped the

traffic light.

It is not necessary that the system should use light sensor to detect

the change in traffic, System can use traffic signal detector as well as

this will, provide accurate signal status which in turn will trigger the

cameras, thus, requesting you to ammend the clause that System shall

be able to detect the change in the traffic light by light sensor or by

signal detector.Once the traffic light has turned red, the system shall

activate the camera to capture images of the vehicles that jumped the

traffic light.

Refer

Corrigendum

No. 5

839. Volume 2

3.1.2. Red

Light

Violation

The system should be able to perform OCR

(optical character recognition) of number plates

(Read and Detect) written in English with

character in standard or non-standard fonts,

For more accuracy it is recommended to have standard fonts and size

charaters, also, as per Government, vehicles number plate has to

follow standard colours, size, fonts with no special characters, thus,

requesting you to ammend the clause to The system should be able to

As per RFP

Page 256: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 256

System

(RLVD)

Page no.51

unusual

characteristics like Different size characters, font,

colours, special characters etc.

perform OCR (optical character recognition) of number plates

(Read and Detect) written in English with character in standard fonts,

size characters, colours.

840. Volume 2

3.1.3. Speed

Violation

Detection

System

(SVD)

Page no.51

The SVD system should use radar & camera

based speed violation detection system that can

be produced in the court of law in case of any

litigation.

SVD system is used to create echallan to the violators, hence it is

necessary to have accurate speed calculations, RADAR provides

accurate speed , camera based speed violation system do not provide

accurate speed and faces issue during SVD implementation, thus,

requesting to amend the clause to The SVD system should use radar or

camera based speed violation detection system that can be produced

in the court of law in case of any litigation.

Refer

Corrigendum

No. 5

841. Volume 2

3.1.4.

Automatic

Number

Plate

Detection

System

(ANPR)

Page no.51

The ANPR server shall process the image using

OCR software for getting the registration number

of the vehicle with highest possible accuracy

The OCR function in the ANPR system can be done by software as well

hardware, thus requesting to provide an option of using either

software or by hardware in the ANPR System, thus, requesting you to

amend the clause to The ANPR system shall process the image using

OCR software or hardware for getting the registration number of the

vehicle with highest possible accueracy

Refer

Corrigendum

No. 5

842. Volume 2

3.1.4.

Automatic

Number

Plate

Detection

System

(ANPR)

Page no.52

Database so created from the images captured &

analysis shall store the following:

2) Number and time of entries and exits

4) Validation/Analysis results etc.

Please help to clarify and understand what does Number and time of

entries and exits and Validation/Analysis results etc. refers to.

Vehicles

registration

number with

correct time

stamp

Page 257: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 257

843. Volume 2

3.1.4.

Automatic

Number

Plate

Detection

System

(ANPR)

Page no.52

The proposed system should be capable to

perform OCR (optical character recognition) of

number plates (Detect and Read) written in

English and Hindi language with character in

standard or non-standard fonts, unusual

characteristics like different size characters, font,

colors, special characters etc

For more accuracy it is recommended to have standard fonts and size

characters in English only, also, as per Government, vehicles number

plate has to follow standard colors, size, fonts with no special

characters, thus, requesting you to amend the clause to The proposed

system should be capable to perform OCR (optical character

recognition) of

number plates (Detect and Read) written in English language with

character in standard fonts, size characters, colors.

As per RFP

844. Volume 2

3.1.5. e-

Challan

System

Page no.54

GUI should be Multi lingual i.e. English and Hindi It is recommended to have standard language in the system which will

be easy and convenient to understand, thus, requesting to amend the

clause to

GUI should be Multi lingual i.e. English

As per RFP

845. Volume 2

3.1.12.

Facial

Recognition

System

Page no.63

The FRS algorithm/engine should have appeared

in top 10 listing of latest NIST benchmark test.

In order to have open and healthy competition, requesting to give

opportunity to the NIST listed OEM for the Face Recognition System,

thus, requesting to amend the clause to The FRS algorithm/engine

should have appeared in listing of latest NIST benchmark test.

Refer

Corrigendum

No. 5

846. Volume 2

3.1.12.

Facial

Recognition

System

Page no.63

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.

It is recommend to match the face image of the crimainal with the

video feeds in the system, thus, requesting to remove the clause.

As per RFP

847. Volume 2 3.1.12. Facial

The user interface of the facial recognition system should have a report management tool without installation of any additional client software. It should be able to generate real time

It is not possible to have remote management tool without installation of any additional software,but can be done by Web Client, thus, requesting to ammend the clause to

As per RFP

Page 258: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 258

Recognition System Page no.64

report such as Audit log report, Hit List Report, Daily Statistics Report, and Distribution Report.

The user interface of the facial recognition system should have a report management tool on the Web client. It should be able to generate real time report such as Audit log report, Hit List Report, Daily Statistics Report, and Distribution Report.

848. Volume 2 3.1.12. Facial Recognition System Page no.64

The system should have combination of eye-zone extraction and facial recognition

Face recognition solution purely works on face capture, face detection and its comparision, not by eye zone extraction, thus, requesting to remove the clause.

As per RFP

849. Volume 2 Annexure B.35(II). Emergency Call Box System Page no.246

Inbuilt Class D Amplifier Please help to clarify the need of Class D amplifier.

As per RFP

850. Volume 2 Annexure B.35(II). Emergency Call Box System Page no.246

Minimum 3 Inputs ad 2 Output relay contacts Please help to clarify the use of 3 Inputs ad 2 Output, as Two Inpt and Output is sufficient to serve the purpose.

Refer Corrigendum No. 5

851. Volume 2 Annexure B.30. Automatic Number Plate Detection System Page no.235

Local Server at Intersection for ANPR Processing- The system must run on Outdoor INDUSTRIAL Grade multi core processor based server and should be able to cover at least 4 lanes or complete junction.

Local Server for ANPR is placed inside the Pole box, thus, requesting that Pole box should be with Outdoor Industrial grade, also, each OEM has its own processor used in the local server, thus,requesting to focus more on the performance and ammend the clause to The system must run on Outdoor based server without any effect on the performance and should be able to cover at least 4 lanes or complete junction.

As per RFP

852. Volume 2 Annexure B.31. Red

Red Light detection-System shall be Non-Intrusive. It shall not be connected with traffic

The main purpose of the RLVD system is to avoid the red light violations and to provide echallans to the violators, to provide echallan, is it necessary to have accurate information, the trigerring of

Refer Corrigendum No. 5

Page 259: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 259

Light Violation Detection System Page no.236

light and red-light status is detected without any physical connection to traffic light.

red light to the cameras has to be done with the physical connection in order to have accurate data, thus, requesting to ammend the clause that System should detect red light status with or without physical connection to the traffic light.

853. Volume 2 Annexure B.31. Red Light Violation Detection System Page no.238

Local Server at Intersection for RLVD processing-The system must run on Outdoor INDUSTRIAL Grade multi core processor based server and should be able to cover at least 4 lanes or complete junction.

Local Server for RLVD is placed inside the Pole box, thus, requesting that Pole box should be with Outdoor Industrial grade, also, each OEM has its own processor used in the local server, thus,requesting to focus more on the performance and ammend the clause to The system must run on Outdoor based server without any effect on the performance and should be able to cover at least 4 lanes or complete junction.

As per RFP

854. Volume 2 Annexure B.32. Speed Violation Detection System Page no.239

Speed should be measured using 3D advanced radar

Each OEM has it own specific design RADAR to measure the speed for the SVDS system, thus, requesting to give opporunity to use their RADAR based system, thus, requesting to ammend the clause to Speed should be measured using radar

As per RFP

855. Volume 2 Annexure B.32. Speed Violation Detection System Page no.239

Processor: minimum local storage 64 Gb, multicore processor GUI for configuration and diagnostic Security: Standard Digital signature on each violation to assure data integrity. Strong encryption on data during local storage and data transfer to Datacenter.

Each OEM has its own processor used in the local server, thus,requesting to focus more on the performance and ammend the clause to minimum local storage 64 Gb, Outdoor based server without any effect on the performance

As per RFP

856. Volume 2 Annexure B.32. Speed Violation Detection System Page no.240

Local Server at Intersection for SVD processing: The system must run on Outdoor INDUSTRIAL Grade multi core processor based server and should be able to cover at least 4 lanes or complete junction.

Local Server for SVDS is placed inside the Pole box, thus, requesting that Pole box should be with Outdoor Industrial grade, also, each OEM has its own processor used in the local server, thus,requesting to focus more on the performance and ammend the clause to The system must run on Outdoor based server without any effect on the performance and should be able to cover at least 4 lanes or complete junction.

As per RFP

Page 260: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 260

857. vol 1. 4.14 page 69

OEM criteria for ANPR; SPEED, RLVD Please confirm what are the Quality certifications required. We request to accept only ISO 9001 as it is primarily software solution

Refer Corrigendum No. 5

858. vol 1. 4.14 page 69

Spare depot and service centre Please clarify if Service centre and Spare depot has to be for Vehicle detector and all products

As per RFP

859. Vol 2 . 8 section 3.1.1 traffic detectors page 47

1. Non-intrusive video based traffic detectors for detecting traffic demand on major road approaches to junctions 2. It shall provide presence detection for all the lanes in a junction 3. The detector shall be able to detect the presence of vehicles near stop-line in non-lane based mixed traffic flow conditions. 4. It shall provide both non-directional and directional detection for all the arms of a junction with capability for user configured for each traffic zone. 5. The sensor firmware shall be capable of being upgraded after installation.

Please clarify if the sensors have to be necessarily thermal and what is the distance from the Stop line that should be covered. Thermal sensors based detectors also have limit to see the length of traffic and do stop and advance with single sensor. We request you to kindly allow usage of 4D radar based vehicle detectors. In another pages it has been mentioned as thermal, please clarify the technologies permitted and also how many sensors can be used per arm and how much traffic length needs to be seen as it is important for Adaptive system. 1- Please allow 4D forward firing radars to be quoted as that is the latest technology and has numerous advantages over the thermal sensors. 2- The single sensor should be able to do Stop line and Advance vehicle/queue length analysis for 200 meters.

MSI can decide to quote thermal camera/4D radar. Sensor should not require cleaning and should perform in FOG and night

860. Vol2. 3.1.3. Speed Violation Detection System (SVD) page 51

The SVD system should use radar & camera based speed violation detection system that can be produced in the court of law in case of any litigation.

We would request you to confirm the type of labs from which the Test reports are to be submitted. If Certificate of Speed system is also to be submitted we suggest both Test reports and Certificates/Approval/homologation be asked to avoid legal issues. Please also suggest if Test reports should be conducted in accordance to certain norms/ legal meteorology norms or it can be without any norms. Please suggest the standards( if any) to which the testing is to be done for generating the test reports .

Refer Corrigendum No.5

861. Vol 2. Section 3.1.3 SVD page 51

The SVD system should use radar & camera based speed violation detection system

Please confirm what it means. We understand speed detection should be using radar and camera will be for imagery proof

Refer Corrigendum No. 5

Page 261: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 261

862. Vol2. Ann B.30 point 9. Page 234

OEM should have experience with ANPR projects in India and should have at least done 3 such projects. Proper documents should be submitted to prove.

Please suggest how many camera project it should be for each project. Or can we please ignore this clause

As per RFP

863. Vol 2. Ann B.32 page 239

Test reports, certifications and OEM experience Please clarify if we need to have some OEM experience for SVD systems like ANPR and if we need to submit any Test reports & CERTIFICATION for the systems. Please also suggest if test reports should be accordance to some standards. Or can be from any lab doing tests of other purpose also.

Refer Corrigendum No. 5

864. Vol 2. Ann. B.38 page 252

Traffic detector Thermal camera shall be used for vehicle detection The detector shall work in all weather conditions including rain, fog, etc. without any drop in accuracy levels The detector shall be able to cover up to 4 lanes. The detector shall be capable of integration with trigger module which should support vehicle presence, speed, class, ETA, wrong way, etc.

We request you to replace thermal sensors with 4D radar sensors as they are much better than thermal cameras. They can provide very high accuracy for counting, classification, and long queue detection. More over they do not require cleaning. Also, thermal cameras have lot of issues when traffic is heavy like in Indian situation. In case of thermal cameras please provide the following clarifications: 1- What frequency of detector should be quoted as higher the frequency better are the results. We suggest better than 50 Hz 2- What field of view along with stop line is required? Please clarify distance from the stop line. if it has to be 200m or more .What is pixel resolution 640X480 or you want lower resolutions 3- How many colour palettes system should be quoted, higher the same better are results as in bad weather it can help a lot

MSI can use thermal/ Radar. In case of Radar it should be 4D forward firing.

865. Vol 2. Ann. B.38 page 252

ATCS shall use standard communication protocols UG405 or NTCIP or equivalent. It should also provide the functionality of integration with on-ground hardware of any third-party traffic controller that is UG405 or NTCIP or equivalent compliant.

We request you to please add OCIT 2.0 it’s the best EU protocol and most widely and effectively used in the world.

As per RFP

866. In Volume-II: Scope of

Disaster Recovery as service over the cloud .

Cloud Service provider should be in cloud services business for minimum 3 years as on 31st March 2019.

As per RFP

Page 262: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 262

work, Page 99 of 366

"MSI shall avail hosting services from MEITY Empanelled Cloud Service Provider to host DR site in addition to implement and manage the architecture accordingly."

Cloud Service provider should be MEITY compliant. Cloud Service provider should have its own proprietary cloud platform/services and should not be reselling any third party cloud platform/services. Cloud service provider should be delivering the cloud services hosted out of its own data center(s) and not from leased or third party data center(s). The data center should be Uptime Institute TIER III / TIER IV Certified. Cloud service provider should be delivering the cloud services hosted out of its own data center(s) and not from leased or third party data center(s). The data center should be Uptime Institute TIER III / TIER IV Certified. Cloud Service provider should be hosting at least 1 smart city project on their own proprietary cloud platform for a minimum of one year. The contract should have been awarded by the smart city authority(ies) directly on the cloud service provider. Cloud Service provider should have been awarded at least one cloud hosting contract by central or state government(s) of India , with total single PO value of in access of INR 100Crs.

867. Next Generation Firewall, page 179/664

The Firewall appliance should be a purpose built appliance based solution with integrated functions like Firewall, VPN and User awareness. The product licensing should be device based and not user/IP based (should support unlimited users except for VPN). The Firewall & IPSEC module should be ICSA labs certified. The hardware platform & Firewall with integrated SSL/IPSec VPN application has to be from the same OEM. The quoted NGFW OEM must have NSS Lab’s Recommended rating as per latest NSS Labs NGFW Methodology testing with a minimum exploit blocking rate of 95%.

The Firewall appliance should be a purpose built appliance based solution with integrated functions like Firewall, VPN and User awareness. The product licensing should be device based and not user/IP based (should support unlimited users except for VPN). The Firewall & IPSEC module should be ICSA labs certified. The hardware platform & Firewall with integrated SSL/IPSec VPN application has to be from the same OEM. The quoted NGFW OEM must have NSS Lab’s Recommended rating as per latest NSS Labs NGFW Methodology testing with a minimum exploit blocking rate of more than 99%.

Refer Corrigendum No. 5

Page 263: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 263

868. Next Generation Firewall, page 179/664

Throughput capacity of firewall under test conditions should not be less than 50Gbps for IPV4 & IPV6. Threat Prevention throughput (Includes Firewall, Application Control, IPS, Antivirus, Antimalware etc.) capacity of 10 Gbps. Appliance should support Max 50,000,000 concurrent sessions. Appliance should support at least 200,000 connections per second. Solution should be based on multi core processors, Should have adequate memory on day 1 to handle concurrent connections asked

Throughput capacity of firewall under test conditions should not be less than 50Gbps for IPV4 & IPV6 . Threat Prevention throughput (Includes Firewall, Application Control, IPS, Antivirus, Antimalware etc.) capacity of 10 Gbps and must be scalable up to 13 Gbps from day one. Appliance should support Max 50,000,000 concurrent sessions and must have option to upgrade to 25 Millionnas in when required. Appliance should support at least 200,000 connections per second. Solution should be based on multi core processors, Should have adequate memory on day 1 to handle concurrent connections asked

Refer Corrigendum No. 5

869. Next Generation Firewall, page 179/664

Solution should have following deployment modes mandatory: a) L3 Mode, b) L2/Transparent Mode. The solution should be deployed in High Availability. NGFW appliance should have inbuilt storage of min. 400 GB SSD / HDD.

Solution should have following deployment modes mandatory: a) L3 Mode, b) L2/Transparent Mode. The solution should be deployed in High Availability. NGFW appliance should have inbuilt storage of min. 1000 GB SSD / HDD in RAID 1.

As per RFP

870. Next Generation Firewall, page 179/664

new suggestion for storage and SSL acceleration card

local storage 2x 1TB HDD and acceleration of SSL traffic with dedicated hardware based acceleration card. SSL acceleration has to be provided either with dedicated SSL hardware card/module (not software based) or with SSL offloader devices.

As per RFP

871. Next Generation Firewall, page 179/664

New Suggestion for High Avilability Please ask " The Firewall Appliance must have high availability from day one and it must suppport Active-Active and Active -Standby configuration from day one."

As per RFP

872. Next Generation Firewall, page 179/664

New Suggestion for Virtual Firewall Please ask " The Firewall Appliance must support virtual firewall from day one." Having virtual firewall from day one will help organization to scale the solution in future without changing the hardware.

As per RFP

Page 264: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 264

873. Anti-APT Solution, Page number 182/366

The quoted APT OEM must have NSS Lab’s Recommended rating as per breach detection & prevention system report.

The quoted APT OEM must have NSS Lab’s Recommended rating as per breach prevention system report of december 2017 with more than 99% security effectivness

As per RFP

874. Anti-APT Solution, Page number 182/366

The APT appliance should be able to process min 1,000,000 files/month (either web or mail or both)

The APT appliance should be able to process min 1,000,000 files/month (either web or mail or both) and must be scalable up to 2,000,000 files/month from day one.

As per RFP

875. Anti-APT Solution, Page number 182/366

new suggestion for Anti-APT The APT appliance must be having optionfor hardware based fail open card with 2 x10G fiber port from day one.

As per RFP

876. Annexure B.54. Antivirus with EDR & HIPS 311/366

The solution should automatically detects what location a system is connecting from, such as a hotspot, wireless network, or VPN and adjusts the security to offer the best protection for the environment.

Please remove as this is not a feature of EDR solution. As per RFP

877. Annexure B.54. Antivirus with EDR & HIPS 311/366

The solution should manage single license for windows, linux and mac Operating Systems and management server should not be separate.

Please ask "The solution should manage single license for windows /linux/ mac Operating Systems and management server should not be separate."

As per RFP

878. Annexure B.54. Antivirus with EDR & HIPS 311/366

The Solution should provide manage windows, Linux and mac agents from same centralized console.

please ask "The Solution should provide manage windows/ Linux / mac agents from same centralized console.

As per RFP

879. Annexure B.54. Antivirus

Provides security monitoring across physical and virtual servers including

Please remove as this is not a feature of EDR solution, effetivly this feature must be part of Perimeter security.

As per RFP

Page 265: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 265

with EDR & HIPS 311/366

real-time file integrity monitoring, configuration monitoring, consolidated event logging, and file and system tamper prevention.

880. Annexure B.54. Antivirus with EDR & HIPS 311/366

Protects both physical and virtual servers by delivering application and protected whitelisting, fine grained intrusion detection and prevention; file system and admin lockdown; and file integrity and configuration monitoring.

Please remove as this is not a feature of EDR solution, effetivly this feature must be part of Perimeter security.

As per RFP

881. Annexure B.54. Antivirus with EDR & HIPS 311/366

Has out of the box Host IDS and IPS Policies. These prebuilt policies for Windows/Linux environments should monitor and prevent suspicious server activity.

Please remove as this is not a feature of EDR solution, effetivly this feature must be part of Perimeter security like NGFW and IPS

As per RFP

882. Annexure B.54. Antivirus with EDR & HIPS 311/366

Has sandboxing and process access control to prevent against a new class of threats utilizing comprehensive IPS protection. Must not be dependent on signatures for protecting server from malware.

Please ask "Has sandboxing and process access control to prevent against a new class of threats utilizing sandboxing solution." because ips has been asked in perimeter security and and when we are talking sandboxing which signature less technology then why coming back to signature based which is IPS, and IPS is not a part of EDR solution.

Refer Corrigendum No. 5

883. Annexure B.54. Antivirus with EDR & HIPS 311/366

Has host firewall to control inbound and outbound network traffic to and from servers. Has compensating HIPS controls to restrict application and operating system behavior using policy-based least privilege access control.

please remove this. Because HIPS is not used to restrict application and by overloading endpoints from multiple security feature will slow down the device, IPS functionality has been asked in perimeter security.

Refer Corrigendum No. 5

884. Annexure B.54. Antivirus with EDR & HIPS 311/366

Provides process control based on the application initiating the change, the target file/registry key, the user/group attempting the change and finally based on additional arguments used when starting the application.

Please remove as this is the part of application control feature and same has been asked in permeter security.

Refer Corrigendum No. 5

885. Annexure B.54.

Server Security solution must provide the ability to lock files/key down from

Please remove as this is the part of application control feature and same has been asked in permeter security.

As per RFP

Page 266: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 266

Antivirus with EDR & HIPS 311/366

all applications, while allowing other applications to edit or read the file/key - so that enterprise admin tools can perform their task without manual intervention.

886. Annexure B.54. Antivirus with EDR & HIPS 311/366

New Point Please ask "Solution must have automatic file restoration in case of ransomware compromise on end points."

As per RFP

887. Annexure B.54. Antivirus with EDR & HIPS 311/366

New Point Please ask " Should provide in browser protection through plugin or add on mechanism to prevent and control download of malicious and unknown attacks and by blocking access to data entering on phishing websites, by removal of harmful active content in files and by converting potentially harmful files to PDF."

As per RFP

888. Annexure B.54. Antivirus with EDR & HIPS 311/366

New Point The proposed Endpoint solution must be managed by Centralized management appliance which can manage NGFW,APT and EDR for better integration or Seprate device must be quoted to manage EDR and must be able to integrate with Sandboxing solution which is asked in RFP."

As per RFP

889. Developer Program tools (pg 289) Platform OEM should provide online/offline Developer Program tools that help City to produce new

More clarity on What kind of new applications needs to be developed and free of cost clause should be removed

As per RFP

Page 267: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 267

applications, and/or use solution APIs to enhance or manage existing solution free of cost. SI must ensure development of new applications for citizen services are compatible with the existing setup.

890. Video Display and Integration Capabilities (290) Should use dynamic channel coverage specifically for video stream function for efficient bandwidth usage for multiple

More clarity on dynamic channel coverage As per RFP

Page 268: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 268

Remote Control centre

891. API Repository / API Guide (291) Platform should have feature for Application development studio to create new applications for Smart City in Future. It will be responsibility of offered platform bidder to facilitate the future application development on deployed platform to build future applications.

More clarity on what sort of application development they are looking for

Refer Corrigendum No.5

892. Platform functionality (291)

This would be possible only if API for the integration is provided

Refer

corrigendum

No. 5

Page 269: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 269

The platform should provide other e-governance data as i-frames in the command and control centre dashboard

893. CCC Operations(293) Platform should support on the fly deployment of Sensors. Platform shall have the ability to add / remove sensors including new vendor types without a need for shutdown

Possible only if the new sensors have similar specifications as previous

It should be on the fly deployment but with similar specifications of the sensor as previous

As per RFP

894. Integration capabilities (293)

More clarity required As per RFP

Page 270: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 270

API Exposure and Interaction Studio (Web GUI) tools to building real time IOT applications

895. Notifications, Alerts and Alarms (295) System should generate Notification, Alert and Alarm messages that should be visible within the Dashboard and the Enforcement Officer Mobile App if required.

Enforcement Officer Mobile App should be OUT OF SCOPE of work from ICCC

As per RFP

896. Reports (296) There should have provision for automatical

More clarity on commentary for the SOP As per RFP

Page 271: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 271

ly logging the actions, changes, and commentary for the SOP and its activities, so that an electronic record is available for afteraction review

897. (296)Collaboration • The CCC platform should support an ability to bring multiple stake holders on to a common voice conference call as a standard operating procedure in response configured events

Does the feature needs to inbuilt in ICCC? It should allow integration with a third party application which has all the capabilities mentioned under collaboration

As per RFP

Page 272: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 272

898. Social Media Intelligence (302) Provides analytics based on the social media feed collected from the open source intelligence and collate with the surveillance inputs to alert the responders for immediate action on the ground.

Is it mandatory to have Open Source Intelligence?

It should allow integratio with any third party software either paid or free

As per RFP

899. Platform Software (304) There shall be no use of freeware, shareware .

Does it means we cannot use open source applications to build plaform

It should allow usage of freeware and shareware Bidder has to provide valid perpetual licenses for all modules.

900. ERP module: (108) FinanceMgmt

Please confirm ,how many users will use finance Refer corrigendum No.5

Page 273: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 273

901. ERP module: HRMS (108)

Please confirm ,Number of employee for HRMS and Payroll

Refer

corrigendum

No.5

902. ERP module: Project Mgmt.

project Mgmt. will be used by how many users , please confirm

Refer

corrigendum

No.5

903. ERP module: Utility Billing

How many bill we generate in month or how many customer we have

As per RFP

904. 6. Smart Application and Integration Layer Page 164

The smart applications layer will contain data aggregation and management systems (rules engines, alerting systems, diagnostics systems, control systems, messaging system, events handling system), and reporting / dashboard system to provide actionable information to city administrators and citizens. It will be an evolving layer with applications added and integrated as and when new applications are developed at ASCL

As RFP emphasis Integration is the key building block (specially when it comes to integrating various smart city applications and external systems which may be built using various different technologies of overall command control center solution. We highly recommend bidder should propose industry leading integration platform (Scalable, Secure & Available) with following capabilities but not limited to below mentioned list. • Integration platform should be in Application integration leader’s quadrant by leading analyst like Gartner, Forrester. • Integration platform should support industry leading application server as an infrastructure. Application server should also be in leading analyst reports as leader • Integration platform should support adapters base framework mechanism to enable efficient integration with various smart city applications. • Integration platform should have built in caching technologies to enable Service Result Caching will dramatic improvement in performance and high availability through cached service results. • Should provide integration debugger to enable set break points, change variables while debugging, view payloads (XML/non-XML) for faster development & troubleshooting • Integration Platform from Orchestration perspective- Should support BPEL 2.0

As per RFP

Page 274: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 274

• Platform should provide Encrypt inbound and Decrypt outbound data based on sensitivity of the data • Platform to monitor all integration touch points using single management console. • Platform to enable SOAP/REST Services to be consumed both by desktop application & mobile applications • Platform should have support to integrate various Industry leading ERP's like Oracle, SAP

905. 6. Smart Application and Integration Layer Page 165

It is through the integration layer – that data will be exchanged to and from the underlying architecture components and other data from system developed by government (such as police department, meteorological department, street lights department, water department, irrigation department, transport organizations with ASCL ICCC) and non-government agencies (if required).

Request to please clarify indicative integration touch points with mentioned applications to be integrated with command control center application. - Indicative Data level integration (data sets) with other applications as specified to enable SOP- Standard Operating Procedures - Indicative Size (KB) & volumetrics during integration touch points. - Type of API's Available for integration with respective applications. - Frequency -realtime or near realtime or batch Above information is required for sizing the Integration platform infrastructure. In addition this will help in sizing the effort of integration touch points.

Integration of various smart solution with ICCC are like but not limited to solid waste management, Smart street lighting, water & sewerage management & leak detection, smart parking, Smart education, smart poles, Septage management, Rain water harvesting, Smart electrical & water metering, Intelligent Building Management, smart energy

Page 275: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 275

management etc. These integrations should enable 2-way/ bidirectional data communication & control.

906. 4. Security and privacy of data Point d. Page 167

Security design should provide for a well-designed identity management system, security of physical and digital assets, data and network security, backup and recovery and disaster recovery system.

To ensure best of the class security at the Database Tier it is highly critical from the overall data security perspective, please suggest on below database security capabilities: 1. Should RDBMS natively provide transparent to application encryption at table and column level data, backup encryption and data encryption over the network. 2. Should database provide separation of duties, row level security and restrict privilege users to access the transactional data. 3. Should database provide EAL4 ( Evaluation Assurance Level 4) security certification standard, please clarify.

DB Encryption tool and other security systems are already considered in RFP.

907. 4. Security and privacy of data Point e. Page 167

The solution should provide for maintaining an audit trail of all the transactions and should also ensure the non-repudiation of audit trail without impacting the overall performance of the system.

For Smart City the Database will be the most critical asset for its operations to be successful. Is the requirement is the the database system to provide adequate auditing trail facility. Audit trail should also be maintained at database level for any changes made in database and it should be ensured that these audit trails cannot be manipulated by anyone including super users and DBAs.

As per RFP

908. 4. System and Application Monitoring. Page 353

The solution should support Virtual platforms - VMware and Microsoft Hyper-V, Citrix Xen, AWS, Azure and provide capability to monitor both Microsoft .NET and J2EE applications from the same platform

It is requested to added OVM into the list of hypervisor required to be supported for the Virtual platform in addition to the listed set of product mentioned in the RFP.

As per RFP

909. Annexure B.45. GIS Page 408

The GIS server should be based on a Services Oriented Architecture (SOA).

GIS integration and storing and processing GIS and spatial data is one of the key requirements for any smart city application, it is suggested that database should comply by OGC(Open Geospatial Consortium) standards and Should able to store spatial topology data model, network data model, able to store 2-D, 3-D and LiDAR, TIN data types and storage, support spatial indexes like r-tree indexes and store

As per RFP

Page 276: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 276

Raster and Vector data. Please suggest /clarify GMDA requirement on these capabilities

910. Annexure B.45. GIS Page 403

GIS Functions It is recommended to use Database with the capability to offer spatial analytic functions for data mining applications, such as binning, spatial correlation, colocation mining, spatial clustering, and location prospecting

As per RFP

911. 64 The system should have ability to handle initial real-time watch list of 50,000 Faces (should be scalable to at least 1 Million faces) and 50 Camera Feeds simultaneously and generate face matching alerts.

In the BOQ, the FRS camera quantity is 10 numbers. Please clarify which camera quantity shall we consider for licensing.

FRS camera quantity is 10 in numbers.

912. 69 All quoted OEM should have quality standard certifications like ISO 9001-2008, ISO 14001, ISO 27001, CMMI 3 certification wherever applicable to ensure only quality OEM participation, as on date of RFP release.

ISO 9001:2008 is an old version of certificates. Kindly update the certificate to ISO 9001:2015.

Refer Corrigendum No. 5

913. 100 Video Analytics software for specific cameras: 2 Please provide the number of Video analytics license to be considered for designing the solution.

Refer corrigendum No.5

914. ANPR and RLVD Solution Please provide the number of lanes at each junction for optimum solution design.

Refer corrigendum No.5

915. Video Management System redundancy Please let us know if we need to consider N:N or N:1 failover option for the redundancy of recorder servers.

N:N+1 (where N=10)

916. 198 CE and RoHS compliant certificate CE or RoHS certificates are applicable to the hardware components. We understand that this will be applicable to the hardware components only in the solutions such as speed detection or RLVD. Please let us know if our assumption is correct.

CE or RoHS certificates are applicable to the hardware components

917. 235 The system should be integrated with the proposed Video Management System.

Does the requirement mean that the ANPR and RLVD overview cameras need to be considered for continuous monitoring and recording in the VMS application at the central location? Kindly confirm.

All cameras should be monitored and recorded in the VMS application at

Page 277: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 277

the central location

918. 235 The entire unit should be capable to perform under overall operating temperature of minimum 70 deg. Letter or test report from OEM in this regard to be submitted along with technical bid.

For RLVD LPU, the working temperature mentioned as 0 to 60 degrees C. However on page 235, it is mentioned as 70 degrees C. For outdoor application LPUs work in the temperature rating of 0-60 degrees. We assume the LPU temperature rating to consider is 0-60 degrees. Please confirm if our understanding is correct.

LPU temperature rating should be from 0 to 60 degrees

919. 239 Speed should be measured using 3D advanced radar

Video Analytics based speed detection technology is proven and deployed in multiple smart city and safe city projects in India. Also, recently released smart city RFPs (Ranchi, Rourkela, Gurugram etc..) have considered video based speed detection technology as an option. We request you to please allow the use of video analytics based speed detection system along side the radar based system.

As per RFP

920. 239 Working temperature -5 to +60 deg.C Based on the common temperature profile, 0 degree C to 60 degree C works well for the speed detection system. We request you to kindly amend the clause.

Refer Corrigendum No. 5

921. Volume 1, Section 3.6 Technical Bid Evaluation Criteria, B. Project Experience - B1, Pgno. 48

Experience in establishment and management of ICCC(Integrated command and control center) The Bidder (any member in case of consortium) shall have successfully executed projects in last five (5) years (excluding civil work): Each project should include any three(03) of following components from below list- 1) Data Center/ Data Recovery 2) Network/LAN/WAN with more than 50 locations 3) Command and control center and Security Operations Centre / Network Operation Centre 4) Laying of fiber network for min. 100 KMs. Marks shall be allotted as below:

Number of Projects 4 or more = 10 marks Number of Projects 3 = 8 marks Number of Projects 2 = 5 marks

The cumulative value of project should not be less than 100 Cr.

Only large MSI's can be eligible for this Clause as a single company needs to have implementation experience with the below mentioned categories of ICT components. This requirement can be fully met by 1 or 2 MSI's only. So, kindly request you to amend the clause as below in order to allow fair competion. Experience in establishment and management of ICCC(Integrated command and control center) The Bidder (any member in case of consortium) shall have successfully executed projects in last five (5) years (excluding civil work): Each project should include any two(02) of following components from below list- 1) Data Center/ Data Recovery 2) Network/LAN/WAN with more than 50 locations 3) Command and control center / Security Operations Centre / Network Operation Centre 4) Laying of fiber network for min. 100 KMs. 5) ICT Utility Management Applications.(Power, Waste, Gas) Marks shall be allotted as below:

Number of Projects 4 or more = 10 marks Number of Projects 3 = 8 marks

Refer Corrigendum No. 5

Page 278: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 278

Number of Projects 2 = 5 marks The cumulative value of project should not be less than 100 Cr.

922. Volume 1, Section 3.6 , B. Project Experience - B5, Pgno. 50

Smart Solution Integration The Bidder (any member in case of consortium) shall have demonstrable expertise & project implementation experience in integration of following smart features with a centralized system: GIS system/ smart parking/ Smart Street lighting/ environmental sensors/ ERP/ traffic enforcement system/ SCADA/ e-Challan/ Solid Waste Management/ Water Grid / smart education/Smart Classroom/ Digital library/solar/sewerage management/ Smart Health/smart pole/asset management during last five (5) years Marking:

Integration of 10 or more smart features: 5 marks

Integration of 07 to 09 smart features: 3 marks

Integration of 04 to 06 smart features: 1 mark

Request you to kindly amend the clause by additional few other smart features as below Smart Solution Integration The Bidder (any member in case of consortium) shall have demonstrable expertise & project implementation experience in integration of following smart features with a centralized system: GIS system/ smart parking/ Smart Street lighting/ environmental sensors/ ERP/ traffic enforcement system/ SCADA/ e-Challan/ Solid Waste Management/ Water Grid / smart education/Smart Classroom/ Digital library/solar/sewerage management/ Smart Health/smart pole/asset management/ Public address system/ Intelligent bus transport/ Public WiFi/ Emergency call Box/ Variable messaging displays during last five (5) years Marking:

Integration of 10 or more smart features: 5 marks Integration of 07 to 09 smart features: 3 marks Integration of 04 to 06 smart features: 1 mark

Refer Corrigendum No. 5

923. Volume 1, Section 3.6 , B. Project Experience - B6, Pgno. 51

Experience on working with GIS Platform. The Bidder (any member in case of consortium) shall have demonstrable expertise & project implementation experience of GIS platform and integration with minimum 01 (one) e-governance project .The cumulative value of project should be min five (5) crore

3 or more project : 5 mark 2 project: 3 mark 1 project: 1 mark

Request you to kindly amend the clause as below Experience on working with GIS Platform. The Bidder (any member in case of consortium) shall have demonstrable expertise & project implementation/ integration experience of GIS platform .The cumulative value of project should be min five (5) crore

3 or more project : 5 mark 2 project: 3 mark 1 project: 1 mark

Refer Corrigendum No. 5

924. Volume 2, Section 5. Sustainable & scalable

The data centre infrastructure shall be capable of serving at least 1000 concurrent users. The expectation is that the system should sustain at least 10 years from GO-Live.

Please provide the tentative count of concurrent internal users accessing only ICCC application from various departments. And also please provide the growth percentage for atleast next 5 years

Concurrency of user already provided in RFP

Page 279: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 279

solution, Page 36

925. Volume 2, Section 5. Sustainable & scalable solution, Page 36

The data centre infrastructure shall be capable of serving at least 1000 concurrent users. The expectation is that the system should sustain at least 10 years from GO-Live.

Please provide the tentative count of concurrent internal users accessing only eGovernance application from various departments. And also please provide the growth percentage for atleast next 5 years

Refer corrigendum No.5

926. Volume 2, Section 5. Sustainable & scalable solution, Page 36

The data centre infrastructure shall be capable of serving at least 1000 concurrent users. The expectation is that the system should sustain at least 10 years from GO-Live.

Please provide the tentative count of concurrent citizens accessing mobile application.

The initial concurrent number of citizens accessing the mobile app is expected to be 200

927. Volume 2, Annexure B26 Primary Storage, Page 213. B27 Secondary Storage, page 215

Minimum Primary Storage & Secondary storage capacity to be mentioned in requirements

Request authorities to provide minimum storage capacity for Primary & Secondary storages

All the camera feeds would be recorded in the Primary Storage for minimum 30 days on 25 FPS and full HD with H.264/265. MSI also needs to keep incident/flagged video data and non-video data (ANPR, RLVD, SVD, FRS, Incidents, e-Governance etc.) for 90 days in

Page 280: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 280

primary storage. In addition to that, MSI should also provision for additional 5% of space in primary storage. All incident/flagged video data and non-video data (ANPR, RLVD, SVD, FRS, and Incidents etc.) should be available on secondary storage for additional 90 days. MSI is expected to provision secondary storage for e-Governance related data for complete duration of contract including O&M phase.

Page 281: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 281

928. Volume 1,Annexure 2.14.1., Schedule A : Adaptive Traffic Control System (ATCS),Page No. 99

As per proposed Bill of Material for CAPEX part in RFP, Vehicle Detector Camera (thermal ) cameras are mentioned, but the Camera specification are not mentioned. Kindly provide minimum specifications of the same.

Vehicle Detector Camera (thermal ) @74 nos. Min. requirement given under ATCS specs, please consider them

929. Volume 1,Annexure 2.14.1.,Schedule D : Traffic Enforcement System,Page No. 102

As per proposed Bill of Material for CAPEX part in RFP, RLVD cameras are mentioned, but the Camera specification are not mentioned. Kindly provide minimum specifications of the same.

Red Light Violation Detection (RLVD) cameras for covering all the arms & lanes at each junction with complete hardware

Same fixed camera specs all applicable for RLVD cameras

930. Volume 1,Annexure 2.14.1.,Schedule D : Traffic Enforcement System,Page No. 102

As per proposed Bill of Material for CAPEX part in RFP, ANPR cameras are mentioned, but the Camera specification are not mentioned. Kindly provide minimum specifications of the same.

Automatic Number Plate Recognition (ANPR) cameras for covering all the arms & lanes at each junction with complete hardware

Same fixed camera specs all applicable for ANPR cameras

931. Volume 1,Annexure 2.14.1.,Schedule D : Traffic Enforcement System,Page No. 102

As per proposed Bill of Material for CAPEX part in RFP, Speed Detection Cameras are mentioned, but the Camera specification are not mentioned. Kindly provide minimum specifications of the same.

Speed Detection cameras with complete accessories Same fixed camera specs all applicable for SVD cameras

Page 282: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 282

932. Volume 1,4.14 Quality standards and pre-eligibility OEM criteria,Page No. 69

CMMI levels determine maturity level toward achieving a mature software process and applicable on software system integrators and developers. We understand that CMMI 3 certification here is applicable on System Integrators and VMS/ other software OEMs and not on CCTV camera OEM, as we manufacture hardware devices. Pls confirm. CP PLUS is an Indian OEM having own manufactureing Unit in Tirupati (India) and manufacture 2.5 Lac cameras per month in India.

All quoted OEM should have quality standard certifications like ISO 9001-2008, ISO 14001, ISO 27001, CMMI 3 certification wherever applicable to ensure only quality OEM participation, as on date of RFP release.

Refer Corrigendum No. 5

933. Annexure B.42, Page No 398, Point 1

The switch should provide 8 ports 10/100/1000 Mbps T POE+ ports, (with minimum power budget of 240W) and switch should additionally have 4 GE SFP uplinks.

Since all the ports are not used for HPoE , we would request you to kindly reduce Power budget to 150W.

Refer Corrigendum No. 5

934. Annexure B.42, Page No 398, Point 2

Spanning tree protocol as per IEEE 801.1d, 802.1s and 802.1w

801.1D is repalced by 802.1Q in the latest standard Refer Corrigendum No. 5

935. Annexure B.42, Page No 398, Point 11

0⁰ C to +60⁰ C For extreme conditions we would recommend atleast -10 C to 60 C As per RFP

936. Annexure B.42, Page No 398, Point 12

IEC 60068-2-27 IEC 60068-2-64 IEC 60068-2-32

60068 series of shock & vibration test are very old. Latest ones are 60255 series. We would recommend 60068 or better to 60255-21-2(mechanical shock) and 60255-21-1(Vibration)

Refer Corrigendum No. 5

937. Annexure B.42, Page No 398

New addition Surge Protection on all LAN ports Reason: This is very important for outdoor implementation where surge from other cables affetc the switch and the devices connected to switch. The recommended surge protection should be 6 KV.

Refer Corrigendum No. 5

938. New addition Include NEMA TS-2 Reason: NEMA TS2 is a standard for traffic control assemblies, such as traffic lights, emergency road condition signs and walk/don't walk signs. The standard is designed for manufacturers to meet or exceed

As per RFP

Page 283: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 283

a set of minimum requirements. This covers traffic control cabinet applications that require Ethernet Switches, Fiber Media Converters, Serial Isolators, Ethernet Extenders, Ethernet Routers and Wireless communications equipment.

939. New addition Include MACSEC Reason: Very important in IoT implementation to secure the switch port that are deployed in public places. MACSEC specifies provision of connectionless user data confidentiality, data integrity, and data origin authenticity by media access independent protocols and entities that operate transparently to MAC Clients.

As per RFP

940. Annexure B.7. Core Switch & Page no. 303

Interface support: 40G and 100G from Day 1, Support up to 160 Nos of 10 Gigabit Ethernet or 240 Gigabit Ethernet ports.

100 G Interface is not required from Day one. Even 40 Gig interface not asked in requirement. Kindly remove Support of 100Gig interface from Day one.

As per RFP

941. Annexure B.7. Core Switch & Page no. 303

Should have 4 GB DRAM and 250,000 Nos. of MAC addresses and 4K VLAN, minimum 500,000 Route entries for IPv4 and IPv6. Should support 100,000 IPv4/IPv6 multicast routes

Asked Route enteries and MAC table is very High side. Kinldy modify clause as" Should have 4 GB DRAM and 160,000 Nos. of MAC addresses and 4K VLAN, minimum 64,000 Route entries for IPv4 and IPv6 and multicast."

As per RFP

942. Annexure B.7. Core Switch & Page no. 303

Protocols: IEEE 802.1w RSTP and IEEE 802.1s MSTP, RIP V1/v2, OSPF v1/v2, BGPv4, IS-IS, IPv6 packet switching. VRRP, Should support MPLS, GRE tunnelling, IP Multicast PIM - SSM, MSDP, IGMP v1, v2 , v3, IGMP Snooping, H/W based IPv4 and IPv6 Multicasting.

MPLS and GRE Tunnel is a feature of Router. Kinldy remove from Core switch on which direct ISP links never terminate.

As per RFP

943. Annexure B.8. Access Switch & Page no. 304

Switch should support automated image installation, configuration & automatic configuration of per port QoS to reduce switch provisioning time & effort.

Kindly clarify by this clause requirement is remote image installation, SDN functionality, Voice VLAN.

As per RFP

944. Annexure B.9. L3 Fibre Switch & Page no. 305

The switch should support MACsec, SSH v1 & v2 and Dynamic ARP inspection

MACsec feature is not relevant in data center Fiber Switch. Kindly remove it for all leading OEM's to participate.

As per RFP

Page 284: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 284

945. Annexure B.9. L3 Fibre Switch & Page no. 305

Layer3 routing protocols like Static, RIP, OSPF, RIPnG, OSPFv3 from day 1 for the solution.

OSPFv3 is used instead of RIPng for faster convergence and better scalablity. Kinldy remove RIPng as its not used in IPv6 deployment.

Refer Corrigendum No. 5

946. Annexure B.9. L3 Fibre Switch & Page no. 305

The switch should support MPLS, L2 and L3 VPN and IPv6 Tunnelling

MPLS, VPN and tunneling features required and used in routers. Kinldy remove it from switch specifications

As per RFP

947. Annexure

B.23, Citizen

contact

centre,

Page 325

Contact Center Specification

10. Live data reporting gadgets

This is an optional feature and not supported by all the vendor. Kindly

remove it or make it optional

Refer

Corrigendum

No. 5

948. Annexure

B.9. L3 Fibre

Switch &

Page no.

306

The switch should support NEBS NEBS is a certificate which is used in Telecom Sector and its not

required in enterprise Data center switch. Kinldy remove it for leading

OEM's to participate.

As per RFP

949. Suggestion

for Backup

Apliances

Specs as

specs for

same is not

clear

Proposed disk based backup appliance should be

able to interface with various industry leading

server platforms, operating systems and Must

support LAN/SAN based D2D backup and VTL

backup simultaneously via NFS v3, CIFS, FC , OST

and NDMP protocols.

Specs missing Minimum

technical

requirement

has been

given, SI can

propose better

solution

950. Suggestion

for Backup

Apliances

Specs as

Proposed appliance should support global and

inline data duplication using automated variable

block length deduplication technology.

Specs missing Minimum

technical

requirement

has been

Page 285: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 285

specs for

same is not

clear

given, SI can

propose

better solution

951. Suggestion

for Backup

Apliances

Specs as

specs for

same is not

clear

Proposed appliance should be offered with

protocols like VTL, OST, CIFS and NFS. All of the

protocols should be available to use concurrently

with global deduplication for data ingested

across all of them

Specs missing Minimum

technical

requirement

has been

given, SI can

propose

better solution

952. Suggestion

for Backup

Apliances

Specs as

specs for

same is not

clear

Proposed appliance should support industry

leading backup software like EMC Networker,

Symantec Netbackup, Commvault and HP Data

Protector etc and should Support eduplication at

backup server/ host / application level so that

only changed blocks travel through network to

backup device.

Specs missing Minimum

technical

requirement

has been

given, SI can

propose

better solution

953. Suggestion

for Backup

Apliances

Specs as

specs for

same is not

clear

Proposed appliance should be sized appropriately

for backup of 50 TB (50% DB and 50% File

System) data as per below backup policies a.

Daily Incremental Backup – retained for 4 weeks

in disk based appliance b. Weekly Full Backup for

all data types – retained for 1 month in disk

based appliance

Specs missing Minimum

technical

requirement

has been

given, SI can

propose

better solution

954. Suggestion

for Backup

Apliances

Specs as

specs for

Proposed Appliance should have the capability to

tier backup data in deduplicated format to an

external cloud storage (on premise / public

cloud)

Specs missing Minimum

technical

requirement

has been

given, SI can

Page 286: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 286

same is not

clear

propose

better solution

955. Suggestion

for Backup

Apliances

Specs as

specs for

same is not

clear

Proposed appliance should have the ability to

perform different backup, restore, replication

jobs simultaneously and Must supports

communications and data transfers through

8GB/16GB SAN, 10 Gb & 1 Gb ethernet LAN over

copper and SFP+. The proposed backup appliance

should be offered with min. 2 x 1Gbps NIC, 4 x

10Gbps NIC and 2 x 16Gbps FC ports

Specs missing Minimum

technical

requirement

has been

given, SI can

propose

better solution

956. Suggestion

for Backup

Apliances

Specs as

specs for

same is not

clear

Proposed appliance should support minimum

backup throughput of 22 TB/hr while

maintaining a single deduplication pool with RAID

6 and min. one hot spare disk as well.

Specs missing Minimum

technical

requirement

has been

given, SI can

propose

better solution

957. Suggestion

for Backup

Apliances

Specs as

specs for

same is not

clear

Proposed appliance should support different

retentions for primary and DR backup storage

and should support instant copy creation on

remote site for better DR readiness with support

for transmittimg only deduplicated unique data

in encrypted format to remote sites.

Specs missing Minimum

technical

requirement

has been

given, SI can

propose

better solution

958. Suggestion

for Backup

Apliances

Specs as

specs for

Proposed appliance should support retention

lock (WORM) feature which ensures that no data

is deleted accidently and support for point- in-

time copies of a LUN or volumes with minimal

performance impact.

Specs missing Minimum

technical

requirement

has been

given, SI can

Page 287: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 287

same is not

clear

propose

better solution

959. Suggestion

for Backup

Apliances

Specs as

specs for

same is not

clear

Proposed disk appliance should be offered with

battery backed up RAM / NVRAM for protection

against data loss in power failure scenario and

continuous automated file system check to

ensure data integrity

Specs missing Minimum

technical

requirement

has been

given, SI can

propose

better solution

960. Suggestion

for Backup

Apliances

Specs as

specs for

same is not

clear

Proposed appliance should Support Enterprise

Applications and Database Backups without

integration with Backup Software, for better

visibility of Backups to Application and database

Owners, thus ensuring faster and direct recovery

on application/database level. This integration

should be available for Oracle, SAP, SAP HANA,

DB2, MS SQL, Hadoop, MongoDB, Cassandra etc.

Specs missing Minimum

technical

requirement

has been

given, SI can

propose

better solution

961. Suggestion

for Backup

Apliances

Specs as

specs for

same is not

clear

Proposed appliance should support bi-

directional, many-to-one, one-to- many, and one-

to-one replication

Specs missing Minimum

technical

requirement

has been

given, SI can

propose

better solution

962. Suggestion

for Backup

Apliances

Specs as

specs for

Proposed appliance should support 256 bit AES

encryption for data at rest and data-in-flight

during replication. It should offer internal and

external key management for encryption

Specs missing Minimum

technical

requirement

has been

given, SI can

Page 288: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 288

same is not

clear

propose

better solution

963. Suggestion

for Backup

Apliances

Specs as

specs for

same is not

clear

Proposed appliance should be offered RAID-6

with SATA/NL-SAS disk drives along with hot-

spare disks in the ratio of 15:1 or lesser ratio.

Specs missing Minimum

technical

requirement

has been

given, SI can

propose

better solution

964. Suggestion

for Backup

Apliances

Specs as

specs for

same is not

clear

Proposed appliance should be offered with Multi-

Tenancy features which provides a separate

logical space for each tenant user while

maintaining a global deduplication across data

from all tenant users

Specs missing Minimum

technical

requirement

has been

given, SI can

propose

better solution

965. Suggestion

for Backup

Apliances

Specs as

specs for

same is not

clear

Product should offered with 5 years 24x7

warranty support

Specs missing Minimum

technical

requirement

has been

given, SI can

propose

better solution

966. B.56 SIEM for Logs and deep packet inspection should

be from Single OEM.

Change Sought:SIEM for Logs and deep packet inspection should be

from Single OEM and should provide: - Capability to investigate logs

and packet data from single investigation console - Correlate and

analyze logs and network session data in a unified view. Reason:

Correlating logs and packet data is a core capability of nextgen siem

and is essential for deep visibility into attack.

Refer

corrigendum

no. 5

Page 289: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 289

967. B.56 A solution should support minimum 10,000 EPS

and scalable up to 20,000 EPS.

Change Sought: The solution should support minimum 20,000 EPS and

should be able to handle peak EPS upto 40000 without any event loss

or additional license requirement. Reason: Better ROI for appliance

based solution and to avoid additional cost due to complicated

licensing terms.

As per RFP

968. B.56 Correlation Engine appliance should be

consolidated in a purpose build

appliance and should handle 50,000 EPS.

Change Sought: Correlation Engine appliance should be consolidated

in a purpose build appliance and should handle 90,000 EPS. Reason:

Better ROI for appliance based solution

Refer

Corrigendum

No.5

969. B.56 The solution should be storing both raw logs as

well as normalized logs. The same should be

made available for analysis and reporting. The

proposed solution should be sized to provide

both raw logs and normalized logs with minimum

20 TB of storage.

The solution should be storing both raw logs as well as normalized

logs. The same should be made available for analysis and reporting.

The proposed solution should be sized to provide both raw logs and

normalized logs with

minimum 40 TB of onboard storage and possible expansion with

external storage.

As per RFP

970. Clarification sought: No information available on: Number of network

link to be monitored for Deep packet inspection and bandwidth of

links. Request to share this information.

As per RFP

971. B.56 SIEM for Logs and deep packet inspection should

be from Single OEM.

Change So184ught: SIEM for Logs and deep packet inspection should

be from Single OEM and should provide: - Capability to investigate

logs and packet data from single investigation console - Correlate

and analyze logs and network session data in a unified view. Reason:

Correlating logs and packet data is a core capability of nextgen siem

and is essential for deep visibility into attack.

Refer

Corrigendum

No. 5

972. B.56 A solution should support minimum 10,000 EPS

and scalable up to 20,000 EPS.

Change Sought: The solution should support minimum 20,000 EPS and

should be able to handle peak EPS upto 40000 without any event loss

or additional license requirement. Reason: Better ROI for appliance

based solution and to avoid additional cost due to complicated

licensing terms.

As per RFP

Page 290: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 290

973. B.56 Correlation Engine appliance should be

consolidated in a purpose build

appliance and should handle 50,000 EPS.

Change Sought: Correlation Engine appliance should be consolidated

in a purpose build appliance and should handle 90,000 EPS. Reason:

Better ROI for appliance based solution

Refer

Corrigendum

No.5

974. B.56 The solution should be storing both raw logs as

well as normalized logs. The same should be

made available for analysis and reporting. The

proposed solution should be sized to provide

both raw logs and normalized logs with minimum

20 TB of storage.

The solution should be storing both raw logs as well as normalized

logs. The same should be made available for analysis and reporting.

The proposed solution should be sized to provide both raw logs and

normalized logs with

minimum 40 TB of onboard storage and possible expension with

external storage.

As per RFP

975. Clarification sought: No information available on: Number of network

link to be monitored for Deep packet inspection and badwidth of links.

Request to share this information.

As per RFP

976. Core Router

| Annexure

B.6. | Pg

300

Non Stop Routing , Graceful Restart Deletion As per RFP

977. Core Router

| Annexure

B.6. | Pg

300

Router should support ISSU (In Service Software

Upgrade)

Deletion As per RFP

978. Core Router

| Annexure

B.6. | Pg

301

3M Ipv4 routing entries per system 1M Ipv4 routing entries per system As per RFP

979. Core Router

| Annexure

2 M Ipv6 routing entries per system 1M Ipv6 routing entries per system As per RFP

Page 291: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 291

B.6. | Pg

301

980. Core Router

| Annexure

B.6. | Pg

301

15 logical routers Deletion Refer

corrigendum

no,3

981. Core Router

| Annexure

B.6. | Pg

301

802.3ah (Ethernet transport OAM -UDLD

equivalent)

Deletion As per RFP

982. Core Switch

| Annexure

B.7. | Pg

302

The Core Switch should be Modular Distributed

Architecture with 100% passive backplane/mid-

plane) with aggregate capacity of at-least 4 Tbps.

Should have at-least 6 payload slots with 32 x

10/100/1000 BaseT RJ 45 and 32 SFP+ Ports. The

per slot bandwidth should be at-least 240 Gbps.

All Interface Module should have local

processing.

The core layer switches should have hardware level redundancy (1+1)

in terms of data plane and control plane. Issues with any of the plane

should not impact the functioning of the switch. Switch should

support non blocking, wire speed performance per line card and a

minimum throughput of 3 Tbps per line card with aggregate

minimum 28 Tbps minimum of switching capacity

As per RFP

983. Core Switch

| Annexure

B.7. | Pg

302

Should have 4 GB DRAM and 250,000 Nos. of

MAC addresses and 4K VLAN, minimum 500,000

Route entries for IPv4 and IPv6. Should support

100,000 IPv4/IPv6 multicast routes

Should have 4 GB DRAM and minimum buffer of 150 Mb, alomg with

250,000 Nos. of MAC addresses and 4K VLAN, minimum 500,000

Route entries for IPv4 and IPv6. Should support 100,000

IPv4/IPv6 multicast routes

As per RFP

984. Core Switch

| Annexure

B.7. | Pg

302

Interface support: 40G and 100G from Day 1,

Support up to 160 Nos of 10 Gigabit Ethernet or

240 Gigabit Ethernet ports.

Minimum 32 nos. of line rate and Non - Blocking 40/100G ports fully

populated with 100G Bidi transrecievers

As per RFP

Page 292: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 292

985. Core Switch

| Annexure

B.7. | Pg

302

Switch should support VXLAN (RFC7348) and EVPN control plane As per RFP

986. Core Switch

| Annexure

B.7. | Pg

302

Switch should support for external database for AAA using: a.

TACACS+ b. RADIUS

As per RFP

987. Core Switch

| Annexure

B.7. | Pg

302

Switch should support MAC ACLs As per RFP

988. Core Switch

| Annexure

B.7. | Pg

302

Should support Standard & Extended ACLs using L2, L3 and L4 fields As per RFP

989. Core Switch

| Annexure

B.9. | Pg

309

Switch forwarding rates – 1Bpps or higher Deletion As per RFP

990. Core Switch

| Annexure

B.9. | Pg

309

10G SFP+- 24 ports populated with SFP module,

scalable to 32 x1/10G

fibre ports

Switch should have the following interfaces: a. 48 x

1G/10G/25G Multi Mode Fiber Interface b. 6 x 100GbE QSFP

ports fully populated with 100G Bidi transrecievers

As per RFP

991. Core Switch

| Annexure

Switch should support native 25G ports As per RFP

Page 293: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 293

B.9. | Pg

309

992. Core Switch

| Annexure

B.9. | Pg

309

Swtch should support 25G SR optics with OR without the use of DAC

cables (with integrated optics)

As per RFP

993. Core Switch

| Annexure

B.9. | Pg

309

25G ports should support FC-FEC and RS-FEC As per RFP

994. Core Switch

| Annexure

B.9. | Pg

309

Support at least 4000 VLAN and 150,000 MAC

Address

Support at least 3000 VLAN and 90,000 MAC Address As per RFP

995. Core Switch

| Annexure

B.9. | Pg

309

Switch should support Link Aggregation on two

different switches

Deletion As per RFP

996. Core Switch

| Annexure

B.9. | Pg

309

Switch should be stackable/VPC/Equivalent (All

accessories to be provide

d from day 1) Deletion As per RFP

997. Core Switch

| Annexure

B.9. | Pg

309

Switch and optics must be from the same OEM As per RFP

Page 294: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 294

998. Core Switch

| Annexure

B.9. | Pg

309

All relevant licenses for all the above features and scale should be

quoted along with switch

Refer

Corrigendum

No. 5

999. Core Switch

| Annexure

B.7. | Pg

302

Should be supplied with single fabric so that spine and leaf

architecture will be established, should

support micro segmentation for Virtualized and non-virtualized

environment, and should provide visibility of latency and packet drop

between VM’s as well as physical machines and all

combinations. Should provide visibility of data across DC and DR.

As per RFP

1000. Video

Conferencin

g Solution |

Annexure

B.21 | Pg

322

Audio Inputs: Should support minimum 4

Microphones, connected directly or in array. 4

needs to be supplied from day one.

Audio Inputs: Should support minimum 3 Microphones, connected

directly or in array. 3 needs to be supplied from day one.

Refer

Corrigendum

No. 5

1001. Video

Conferencin

g Solution |

Annexure

B.21 | Pg

322

the camera should be dual camera with

automatic voice tracking feature and face

recognition cameras and each camera should be

10x optical zoom.

the camera should be dual camera with automatic voice tracking

feature and face recognition cameras and each camera should be 10x

optical zoom or a room size of 30 feet or more

As per RFP

1002. Citizen

contact

centre|

Annexure

B.23 | Pg

325

The call centre solution should have been

implemented in minimum 2 projects of

Emergency handling over 50,000 calls per day in

India. Documentation proof should be submitted

as part of the tender submission

We request you to delete this clause as this contact centre is only for

20 agents and is for citzen help desk. This RFP clause is not applicable

in smart city

Refer

Corrigendum

No. 5

Page 295: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 295

1003. Citizen

contact

centre|

Annexure

B.23 | Pg

325

All contact centre related components including

ACD, PABX, Gateways, Recording, CTI, softphone,

headphones, Chat bot,

Notification System etc. must be from same

OEM.

We request you to delete this clause as it restricts competitive bidding Refer

Corrigendum

No. 5

1004. Citizen

contact

centre|

Annexure

B.23 | Pg

325

VXML,CCXML,SMIL,SRGS/SISR,MRCP,SIP/H.323,

WSDL/SOAP,HTML5

We request you to delete this clause as it restricts competitive bidding As per RFP

1005. IP Phone |

Annexure

B.19 | 319

Supports SIP-AST for enhanced features Please delete AST as it is not a standard feature in IP Phones. Refer

Corrigendum

No.5

1006. Next

Generation

Firewall |

Annexure

B.14. | Pg

312

The Firewall appliance should be a purpose built

appliance based solution with integrated

functions like Firewall, VPN and User awareness.

The product licensing should be device based and

not user/IP based (should support unlimited

users except for VPN). The Firewall & IPSEC

module should be ICSA labs certified. The

hardware platform & Firewall with integrated

SSL/IPSec VPN application has to be from the

same OEM. The quoted NGFW OEM must have

NSS Lab’s Recommended rating as per latest NSS

Labs NGFW Methodology testing with a

minimum exploit blocking rate of 95%.

Please change the clause to ""The Firewall appliance should be a

purpose built appliance based solution with integrated functions like

Firewall, VPN and User awareness. The product licensing should be

device based and not user/IP based (should support unlimited users

except for VPN). The Firewall & IPSEC module should be ICSA labs or

FIPS140 certified. The hardware platform & Firewall with integrated

SSL/IPSec VPN application has to be from the same OEM. The quoted

NGFW OEM must have NSS Lab’s Recommended rating as per latest

NSS Labs NGFW Methodology testing with a minimum exploit blocking

rate of 95%.""

Refer

Corrigendum

No. 5

Page 296: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 296

1007. Next

Generation

Firewall |

Annexure

B.14. | Pg

312

Throughput capacity of firewall under test

conditions should not be less than 50Gbps for

IPV4 & IPV6. Threat Prevention throughput

(Includes Firewall, Application Control, IPS,

Antivirus, Antimalware etc.) capacity of 10 Gbps.

Appliance should support Max 50,000,000

concurrent sessions.

Appliance should support at least 200,000

connections per second. Solution should be

based on multi core processors, Should have

adequate memory on day 1 to handle concurrent

connections asked

Please change the clause to "Threat Prevention throughput (Includes

Firewall, Application Control, IPS, Antivirus/ Antimalware etc.)

capacity of 10 Gbps. Appliance should support Max 5,000,000

concurrent sessions. Appliance should support at least 20,000

connections per second. Solution should be based on multi core

processors, Should have adequate memory

on day 1 to handle concurrent connections asked

Refer

Corrigendum

No. 5

1008. Next

Generation

Firewall |

Annexure

B.14. | Pg

312

Solution should have following deployment

modes mandatory: a) L3 Mode, b)

L2/Transparent Mode. The solution should be

deployed in High Availability. NGFW appliance

should have inbuilt storage of min. 400 GB SSD /

HDD.

Please change the clause to "Solution should have following

deployment modes mandatory: a) L3 Mode, b) L2/Transparent Mode.

The solution should be deployed in High Availability. NGFW appliance

should have inbuilt storage of min. 200 GB SSD / HDD.

As per RFP

1009. Next

Generation

Firewall |

Annexure

B.14. | Pg

312

Interface Requirement: 8 x 1G-T Copper Ports, 8 x

10 GB 10G SFP ports from day 1 and support for

addition of 1 x Dedicated Management and 1 x

Sync Ports

Please change the clause to "Interface Requirement: 8 x 1 / 10 GB

SFP+ ports from day 1 and support for addition of 1 x Dedicated

Management and 1 x Sync Ports.

As per RFP

1010. Next

Generation

Firewall |

Annexure

Firewall Feature: solution should be based on

“stateful inspection” technology and must

support access control for predefined

/services/protocols with capability to define

custom services. Must allow security rules to be

enforced within time intervals to be configured

Please change the clause to "Firewall Feature: solution should be

based on “stateful inspection” technology and must support access

control for predefined /services/protocols with capability to define

custom services. The communication between the management

servers and the security gateways must be encrypted.

As per RFP

Page 297: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 297

B.14. | Pg

312

with an expiry date/time. The communication

between the management servers and the

security gateways must be encrypted.

1011. Next

Generation

Firewall |

Annexure

B.14. | Pg

312

Authentication: schemes must be supported by

the security gateway and VPN module: tokens

(i.e. -SecureID), TACACS, RADIUS and digital

certificates. Should support Ethernet Bonding

functionality for Full Mesh deployment

architecture. Must support user, client and

session authentication methods. User

authentication schemes must be supported by

the security gateway and VPN module: tokens

(i.e. -SecureID), TACACS, RADIUS and digital

certificates. Firewall should support the system

authentication with RADIUS and local

authentication. Both should work

simultaneously. Solution must support DCHP,

server and relay. Solution must include the ability

to work in Transparent/Bridge mode.

Please change the clause to "Authentication: schemes must be

supported by the security gateway

and VPN module: tokens (i.e. -SecureID), TACACS / RADIUS and digital

certificates. Should support Ethernet Bonding functionality for Full

Mesh deployment architecture. Must support user, client and session

authentication methods. Firewall should support the system

authentication with RADIUS and local authentication. Both should

work simultaneously. Solution must support DCHP, server and relay.

Solution must include the ability to work in Transparent/Bridge

mode."

As per RFP

1012. Next

Generation

Firewall |

Annexure

B.14. | Pg

312

User Identity / Awareness: Must be able to

acquire user identity from Microsoft Active

Directory without any type of agent installed on

the domain controllers. Must support Kerberos

transparent authentication for single sign on.

Must support the use of LDAP nested groups.

Must be able to create rules and policies based

on identity roles to be used across all security

applications. The solution should have the

inherent ability to detect multi-stage attacks. For

the purpose of detecting multi stage attacks the

solution should include static analysis

Please change the clause to "User Identity / Awareness: Must be able

to acquire user identity from Microsoft Active Directory with or

without any type of agent installed on the domain controllers. Must

be able to create rules and policies based on identity roles to be used

across all security applications. The solution should have the inherent

ability to detect multi-stage attacks. For the purpose of detecting

multi stage attacks the solution should include static analysis

technologies like antivirus / antimalware/ anti bot however in an

integrate mode with the solution. The bidder or SI may use additional

appliances (at max 2) for the solution but should be provided by the

same OEM in the solution."

As per RFP

Page 298: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 298

technologies like antivirus, antimalware/ anti bot

however in an integrate mode with the solution.

The bidder or SI may use additional appliances (at

max 2) for the solution but should be provided by

the same OEM in the solution.

1013. Next

Generation

Firewall |

Annexure

B.14. | Pg

312

The solution should inspect the web sessions

(HTTP and HTTPS both) to detect and notify the

malicious web activity including malicious file

downloads through the internet. Third

Party/Separate appliance for SSL offloading will

not be accepted. The proposed solution should

dynamically generate real-time malware

intelligence for immediate local protection via

integration with the separate Automated

Management and Event Correlation System. This

Automated Management and Event Correlation

solution must be from the same OEM. Solution

should have an ability to remove all the active

content and macros sending only a clean

document to the end user. Solution should be

able to detect & Prevent the Bot

communication with C&C.

Please change the clause to "The solution should inspect the web

sessions (HTTP and HTTPS both) to detect and notify the malicious

web activity including malicious file downloads through the internet.

Third Party/Separate appliance for SSL offloading will not be accepted.

The proposed solution should dynamically generate real-time malware

intelligence for immediate local protection via integration with the

separate Automated Management and Event Correlation System. This

Automated Management and Event Correlation solution must be from

the same OEM. Solution should be able to detect & Prevent the Bot

communication with C&C."

As per RFP

1014. Next

Generation

Firewall |

Annexure

B.14. | Pg

312

Security Management: A separate centralized

management appliance/software needs to be

provided for management and logging of NGFW

appliance. In case other security components like

APT solution etc. are from the same OEM then a

single centralized management, logging

(and not multiple management system) should

manage all such security devices. Security

management Hardware can be an OEM appliance

Please change the clause to "Security Management: A separate

centralized management

appliance/software needs to be provided for management and logging

of NGFW appliance. In case other security components like APT

solution etc. are from the same OEM then a single centralized

management, logging (and not multiple management system) should

manage all such security devices. Security management Hardware can

be an OEM appliance or dedicated server with software. The hardware

As per RFP

Page 299: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 299

or dedicated server with software. The hardware

appliance should have minimum 2 TB Hard disk

and minimum dual 10/100/1000 Mbps network

port. The central management console and

should be able to handle 5000 log/sec

appliance should have minimum 1.5 TB Hard disk or higher and

minimum dual 10G SFP network port. "

1015. Anti APT

Solution |

Annexure

B.15. | Pg

315

The APT appliance should be able to process min

1,000,000 files/month (either web or mail or

both)

Please change the clause to "The APT appliance should be able to

process min 40,000 files/month

(either web or mail or both)

As per RFP

1016. Anti APT

Solution |

Annexure

B.15. | Pg

315

Min 4 Copper and 2 x 10G Fibber ports should be

provided in APT appliances for achieving

functionalities mentioned.

Please change it to "Min 2 Copper and 2 x 10G Fibber ports should be

provided in APT appliances for achieving functionalities mentioned."

As per RFP

1017. Anti APT

Solution |

Annexure

B.15. | Pg

315

The solution must be able to detect and report

malware by using multiple images of Windows

XP, 7, 8, 10 etc.

Please change the clause "The solution must be able to detect and

report malware by using multiple images of Windows XP/7/ 8, 10

etc."

Refer

Corrigendum

No. 5

1018. Anti APT

Solution |

Annexure

B.15. | Pg

315

The solution must be able to support scanning

links for zero days & unknown malware and

support sandboxing of file sizes of up to 50 MB.

Solution

should have an ability to remove all the active

content, harmful links in documents and macros

sending only a clean document to the end user

Please change the clause to "The solution must be able to support

scanning links for zero days & unknown malware and support

sandboxing of file sizes of up to 50 MB.

As per RFP

Page 300: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 300

1019. Antivirus

with EDR

and HIPS |

Annexure

B.54.| Pg

442

The solution should provide layered defense with

Signature-based antivirus, Network Threat

Protection, Browser protection, Machine

Learning, Exploit mitigation, device controls &

application control and should eradicate

malware on a system to protect against viruses,

worms, Trojans, spyware, bots, adware, and

rootkits.

Please change the clause to "The solution should provide layered

defense with Signature-based

antivirus, Network Threat Protection, and should eradicate malware

on a system to protect against

viruses, worms, Trojans, spyware, bots, etc

As per RFP

1020. Antivirus

with EDR

and HIPS |

Annexure

B.54.| Pg

442

The solution’s EDR should be able expose

advanced attacks with precision machine

learning, behavioral analytics and threat

intelligence minimizing false positives.

Please change the clause to "The solution’s EDR should be able expose

advanced attacks with precision machine learning, behavioral

analytics and threat intelligence minimizing false positives and should

be different OEM of AV and HIPS

As per RFP

1021. Field Switch

| Annexure

B.42. | Pg

398

Switch should have wire rate switching capacity

of minimum 24 Gbps or more

Switch should have wire rate switching capacity of minimum 20 Gbps

or more

As per RFP

1022. Annexure

B.ll. Server

Load

Balancer I

Pg 309

The proposed appliance should be multi-

tenanted appliance and have capabilities to

support multiple 3rd parties and open source

independent virtual instance of Network

functions with dedicated

Hardware resources for future requirements and

scalability.

The proposed appliance should be multi featured appliance and have

capabilities to support

multiple modules like ADC, SSLVPN, WAF, DDOS and fraud prevention

with dedicated Hardware

resources for future requirements and scalability.

As per RFP

1023. Annexure

B.ll. Server

Load

The appliance should have minimum 8 x10G SFP+

interfaces from day one. Should have min. 32 GB

RAM, 2 TB Hard disk and capability to create up

The appliance should have minimum 8 x10G SFP+ & 4 x40G QSFP +

interfaces from day one. Should have min. 32 GB RAM, 2 TB Hard

disk/ 400GB SSD and capability to create up to 16 virtual Network

domain domain from Day 1. Device to provide 60 Gbps throughput.

Refer

Corrigendum

No. 5

Page 301: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 301

Balancer I

Pg 309

to 16 virtual Network functions from Day 1.

Device to provide 20 Gbps throughput

1024. Annexure

B.ll. Server

Load

Balancer I

Pg 309

Device to have capabilities to support ADC and

SSL VPN as independent Network Function and

not an integrated solution to ensure required

performance. Should also provide machine

authentication based on combination of HDD ID,

CPU info and OS related parameters like mac

address to provide secure access to corporate

resources.

Device to have capabilities to support ADC and SSL VPN as an

integrated solution to ensure required performance. Should also

provide machine authentication based on combination of HDD

ID, CPU info and OS related parameters like mac address to provide

secure access to corporate resources.

As per RFP

1025. Annexure

B.ll. Server

Load

Balancer I

Pg 309

Should provide comprehensive and reliable

support for high availability with Active- active &

active standby unit redundancy mode. Should

support both device level and VA level High

availability for individual Network Function.

Should provide comprehensive and reliable support for high

availability with Active- active & active standby unit redundancy

mode.

Refer

Corrigendum

No. 5

1026. Annexure

B.12. Link

Load

Balancer

I pg 310

The proposed device should be a dedicated

purpose built Multi- tenanted device which can

host multiple different virtual network functions.

It should have capabilities to support 3rd party

and open source independent virtual network

functions with dedicated Hardware resources for

future requirements and scalability.

The proposed appliance should be multi-featured appliance and have

capabilities to support

multiple modules like ADC, SSLVPN, WAF, DDOS and fraud prevention

with dedicated Hardware

resources for future requirements and scalability.

As per RFP

1027. Annexure

B.12. Link

Load

Balancer

I pg 310

The appliance should have minimum 8 x10G SFP+

interfaces from day one. Should have built in 32

GB RAM, 2 TB Hard disk to create virtual

network functions and capability to create up to

16 virtual Network functions from Day 1. Device

to provide minimum 20 Gbps throughput.

The appliance should have minimum 8 x10G SFP+ & 4 x40G QSFP +

interfaces from day one. Should have min. 32 GB RAM, 2 TB Hard

disk/ 400GB SSD and capability to create up to 16 virtual Network

domain from Day 1. Device to provide 60 Gbps throughput.

Refer

Corrigendum

No. 5

Page 302: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 302

1028. Annexure

B.12. Link

Load

Balancer

I pg 310

Appliance should Support for multiple internet

links in Active-Active traffic balancing and active-

standby failover mode for both inbound and

outbound traffic using algorithms like round

robin, Weighted round robin, target proximity

and dynamic detect. Appliance should also

support WAN optimization with features of

Network de-duplication, TCP optimization with

SSL based secure WAN to avoid the repeated

content across the WAN and

to ensure efficient utilization WAN bandwidth.

Appliance should Support for multiple internet links in Active-Active

traffic balancing and active-

standby failover mode for both inbound and outbound traffic using

algorithms like round robin, Weighted round robin, target proximity

and dynamic detect.

As per RFP

1029. Annexure

B.12. Link

Load

Balancer

I pg 310

Should provide comprehensive and reliable

support for high availability with Active- active &

active standby unit redundancy mode. Should

support both device level and VA level High

availability of individual virtual network function.

Should provide comprehensive and reliable support for high

availability with Active- active & active standby unit redundancy

mode.

Refer

Corrigendum

No. 5

1030. Annexure

B.12. Link

Load

Balancer

I pg 310

Should have capabilities to support independent

Virtual Network Functions like WAN

Optimization, DDoS etc.

Should have capabilities to support independent Virtual Network

domain

As per RFP

1031. Annexure

B.13. DDoS

Solution I

pg 311

The solution should support 25 Gbps SSL

Throughput.

T he solution should support 40 Gbps SSL Throughput & 100 Mpps. Refer

Corrigendum

No. 5

1032. Annexure

B.13. DDoS

Solution I

pg 311

T he DDoS solution should be a dedicated

hardware with 8 X 10GE SFP+ ports and dual

power supply.

The DDoS solution should be a dedicated hardware with 8 X 10GE

SFP+and 4x40G QSFP + ports and dual power supply. Latency should

be less than 20 micro second

As per RFP

Page 303: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 303

1033. Annexure

B.16. Web

Application

Firewall II

pg 316

Should have 4-10Gig ports and storage capability

of 2 TB. Proposed solution should have

integrated Redundant power supply.

Should have4x1g ports and 2x10G ports and storage capability of 500

GB. Proposed solution should have integrated Redundant power

supply.

As per RFP

1034. Volume 1 |

Annexure

B.1. Fixed

Surveillance

Camera |

Page 159 of

366

Fixed Surveillance Camera Kindly Confirm the Fixed Camera type here. Is it Fixed Box Camera or

Fixed Bullet Camera

Fixed Box

camera

1035. Fixed Surveillance Camera For the general surveillance camera The fixed Bullet Camera provides

a better operational functionality as compared to the Fixed Box

Camera as it contains an inbuilt IR Illuminator and

Housing which is IK10 and IP67 Rated. Also Bullet camera is price

effective as compared to Box camera. Hence,We request the

committee to kindly consider the Bullet camera for the general city

surveillance.

As per RFP

1036. Volume 1 |

Annexure

B.1. Fixed

Surveillance

Camera |

Page 159 of

366

5. Video Compression: H.265, H.264, and MJPEG

Min. three individually configurable streams

Kindly make H.265 along with H.264 compression for a fixed box

Camera

As per RFP

1037. Volume 1 |

Annexure

B.1. Fixed

8. Lens type: Vari-Focal Motorized Lens 8-50 mm,

Auto Iris, Corrected IR cut filter

The Fixed Box camera uses an external Lens which is manual Veri-

Focal. The motorized lens is a

feature of Bullet camera and not a Box camera. Kindly remove the

Refer

Corrigendum

No. 5

Page 304: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 304

Surveillance

Camera |

Page 159 of

366

motorized lens as this clause would restrict many reputed camera

OEM from participating in this Tender

1038. Volume 1 |

Annexure

B.3.

Surveillance

Camera -

PTZ| Page

162 of 366

8: S/N Ratio: 55 dB Kindly change S/N Ratio to 50dB as 55dB is specific to certain OEM

only and this clause would restrict many reputed camera OEM from

participating in this Tender

Refer

Corrigendum

No. 5

1039. Volume 1 |

Annexure

B.3.

Surveillance

Camera -

PTZ| Page

162 of 366

9. ONVIF: ONVIF Support Kindly mention the ONVIF profile also. I.e Kindly add Profile S and

Profile G to the ONVIF Support

As per RFP

1040. Volume 1 |

Annexure

B.3.

Surveillance

Camera -

PTZ| Page

162 of 366

10. Lens Type| 4.3-129 or 4.7–142 mm or better,

Auto Iris, Full HD (1080P), F/1.6, IR Corrected –

Day / Night mode- Colour

kindly change the Lens size to 4.8 to 150mm as 4.7mm would restrict

other OEMs to bid.

Refer

corrigendum

no.5

1041. Volume 1 |

Annexure

B.3.

Surveillance

24. Casing IP66, IK10 Also add TVS 4000V Lightning Protection, Surge Protection and

Voltage Transient Protection

As per RFP

Page 305: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 305

Camera -

PTZ| Page

163 of 366

1042. Volume 1 |

Annexure

B.3.

Surveillance

Camera -

PTZ| Page

163 of 366

26. Operating Temperature | 0°C to 50°C or

better

50°C is not sufficient considering the fact that the maximum

temperature in Aligarh as reached to 44°C is past. In time to come if

the temperature reached beyond this there is high chance of camera

failure. Hence Ideally the max Tem shall be 60°C or better

As per RFP

1043. Volume 1 |

Annexure

B.4. Indoor

Dome

Camera|

Page 164 of

366

4.Minimum illumination: Colour: 0.05 lux; B/W:

0.005 lux or better

Kindly add 0 lux at IR also. Inbulit IR should be added to ensure

camera's function in cae of no soure of natural light.

As per RFP

1044. Volume 1 |

4.14 Quality

standards

and pre-

eligibility

OEM

criteria|

Page 164 of

366

d) OEM for the all active network, security,

compute, storage should have a registered office

in India and should be directly present for last 3

years, from date of RFP publication. They should

also have a development center in India

The OEM of CCTV camera shall have a registered office in India for

minimum Last 8 years. They should also have self owned Own RMA

set up in India for last 3 years

As per RFP

1045. Volume 1 |

4.14 Quality

standards

Additional Clause The CCTV OEM should have at least 5 project references of any City

Surveillance or smart city projects in India with total of minimum 1000

cameras

As per RFP

Page 306: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 306

and pre-

eligibility

OEM

criteria|

Page 164 of

366

1046. Volume 1 |

4.14 Quality

standards

and pre-

eligibility

OEM

criteria|

Page 164 of

366

Additional Clause The MAC address of the IP cameras must be registered in the same

name of OEM supplying the cameras.

As per RFP

1047. Page No.

319, Sr. No.

6, VOIP

Proto

col Supports SIP-AST for enhanced features Request to kindly include the list of features required to be considered

under SIP-AST

Refer

Corrigendum

No.5

1048. Page No.

319, Sr. No.

7, POE

Power over Ethernet Class 1, Class2 and support

for 802.3az.

Request to change the specification as " Power over Ethernet Class 1

or Class2 and support for

802.3af"

Refer

corrigendum

no. 5

1049. Page No.

322, Sr. No.

9

Audio standards: G.711, G.722, G.722.1, 64 kbps

MPEG-4 AAC-LD or equivalent standards must be

supported.

Request to replace "64 kbps MPEG-4 AAC-LD" with "AAC-LD" As per RFP

1050. Page No.

323, Sr. No.

10

Along with the Support for basic algorithms like

G.711 and G.722.1 the bridge should also

support wideband Audio protocols like MPEG 4

Request to replace "MPEG 4 AAC- LC / MPEG 4 AAC – LD" with "AAC-

LD or equivalent standards"

As per RFP

Page 307: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 307

AAC-

LC / MPEG 4 AAC – LD

1051. Page No.

69, Sr. No.

a)

All quoted OEM should have quality standard

certifications like ISO 9001:2008, ISO 14001, ISO

27001, CMMI 3 certification where applicable to

ensure only quality OEM participation, as on date

of RFP release.

Request for removal/relaxation of ISO 27001 and CMMI 3 certification

for Video Conferencing OEM's.

Refer

Corrigendum

No. 5

1052. Volume 1,

Section:

4.14 Quality

standards

and pre-

eligibility

OEM

criteria,

Page No.:

69

a) All quoted OEM should have quality standard

certifications like ISO 9001-2008, ISO 14001, ISO

27001, CMMI 3 certification wherever

applicable to ensure only quality OEM

participation, as on date of RFP release.

The requirement of CMMi3 Certficate for OEMs of ICCC, VMS, VA,

ANPR, RLVD & other sub-system

applications (Environmental Sensors, ATMS, Variable Message

Signboards, ECBs, etc) is restrictive in nature and such requirments

have not been prescribed in any of the Smart City RFPs published &

awarded so far to the best of our understanding. CMMi requirements

are generally applicable for vendors of applications like ERPs,

eGovernance, bespoke development etc. It is therefore requested to

remove the requirements of CMMI 3 Certifcate for such Application

OEMs for a level

playing field and for a healthy competition especially keeping in mind

Make in India / Indian OEMs.

Refer

Corrigendum

No. 5

1053. RFP Volume

I, 3.5 Pre-

Qualificatio

n criteria,

Page No- 42

Company Financial Profile The

Bidder/Consortium shall have an average annual

turnover of INR

500 Crores over the last three (3) consecutive

Financial Years and this is to be derived only

from ICT/IT Infrastructure/System, Integration

Services/ IT, ITES, e Governance services projects.

If the bidder has different divisions then the

turnover only should be derived from ICT/IT

Infrastructure/System, Integration Services/ IT,

ITES, e Governance services division. In case of

In recent similar tenders, the bidders were allowed to submit their

foreign/Indian parent company

credentials to meet technical & financial criterias, if and only if the

bidder is a wholly owned/ 99.99% subsidiary of their foreign/Indian

parent company from the same domain. 1) Hence we kindly request

the authority to allow the bidders who are wholly owned/ 99.99%

subsidiaries to use their parent company credentials for qualification.

2) Inorder to increase the participation of more competitive bidders,

we request to decrease the

turnover requirement of the bidder/ consortium to INR 300 Crores

over last three FY for a competitive bidding. 3) Also request to allow

As per RFP

Page 308: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 308

Consortium, at least 60% of the turnover criteria

shall be met by the Lead Bidder and the

remaining may be fulfilled by the other

Consortium partners.

bidder to use the financials of their preceding last three years ie

(2014- 15,2015-16 & 2016-17), if their current financial year auditing

is under process and submit a

declaration for non submission of financials for the said year.

1054. RFP Volume

I, 3.5 Pre-

Qualificatio

n criteria,

Page No- 42

Financials- Net worth The entire Consortium

partner (including sole/lead bidder and other

consortium partners) should have positive net

worth as per the audited consolidated financial

statements in each of the last three (3) financial

years.

As per RFP

1055. RFP Volume

I, 3.5 Pre-

Qualificatio

n criteria,

Page No- 43

Key Certifications The Bidder (any member of

consortium) shall have any one of the following

three (3) Certifications valid at the time of

Bidding along with CMMi level 3 or better: ISO

9001:2008 ISO 20000:2011 for IT Service

Management or equivalent certification ISO

27001:2013 for Information Security

Management System or

equivalent certification AND CMMI level 3 or

above

Since ISO 9001:2008 is an old version of ISO 9001:2015, requesting

authority to modify this clause as below: "The Bidder (any member of

consortium) shall have any one of the following three (3) Certifications

valid at the time of Bidding along with CMMi level 3 or better: ISO

9001:2008/9001:2015 ISO 20000:2011 for IT Service Management or

equivalent certification ISO 27001:2013 for Information Security

Management System or equivalent certification

AND CMMI level 3 or above"

As per RFP

1056. RFP Volume

I, 3.5 Pre-

Qualificatio

n criteria,

Page No- 43

ICT components "The Bidder (any member in

case of consortium) shall have successfully

executed below mentioned projects with

cumulative value of INR 150 crore in last five (5)

years (excluding civil work): a) Data Center

including Servers- Storage Infrastructure

establishment (Min cut- off value of successfully

executed cumulative projects in this

segment is INR 10 Crores) b) Experience in

installation of min. 500 outdoor cameras (with

Inorder to evaluate bidder's operational experience in each segment,

we request the authority to consider projects which were

implemented over a period of last ten (10) years.

Refer

Corrigendum

No. 5

Page 309: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 309

300

outdoor camera in a single project) (Min cut- off

value of successfully executed cumulative

projects in this segment is INR 20 Crores) c)

ICCC/Command and control center (Min cut- off

value of successfully

executed cumulative projects in this segment is

INR 5 Crores) d) Intelligent traffic management

(Min cut- off value of successfully executed and

cumulative value projects in this segment is INR

10 Crores) e) e-Municipality/e-Governance

project (Min cut- off value of successfully

executed cumulative projects in this segment

is INR 5 Crores) f) GIS solution & integration

with smart solutions experience (Min cut- off

value of successfully executed cumulative

projects in this segment is INR 5 Crores)

1057. RFP Volume

I, 3.6.1.

Technical

Bid

Evaluation

Criteria,

Page No -

46

Annual Turnover Average annual turnover from

“Specific Business Areas” as mentioned below in

Note under column “Required Supporting

documents” for Sole bidder or Lead bidder (in

case of consortium) and consortium partners

over the last three (3) Financial years.Out of total

value of turnover; at least 60% should be from

the lead bidder In case of sole bidder 100%

turnover to be from sole bidder. Marks shall be

allotted as given below: More than RS. 901 Cr. =

06 marks More than RS. 701 Cr. – RS. 900 Cr.=

04 marks More than RS. 500 Cr. – RS. 700

Cr.=02 marks Less than 500 cr. Not eligible to bid

We request the authority to reduce the turnover to help competitve

bidder's with field expertise to achieve more score and become

qualified bidder's. So we request to modify the turnover criteria as

shown below. More than RS. 401 Cr. = 06 marks More than RS. 200

Cr. – RS. 400 Cr.= 04 marks

More than RS. 100 Cr. – RS. 200 Cr.=03 marks

Less than 100 cr. Not eligible to bid

Refer

Corrigendum

No. 5

Page 310: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 310

1058. RFP Volume

I, 3.6.1.

Technical

Bid

Evaluation

Criteria,

Page No -

47

Certifications The Bidder (any member of

consortium) shall have to submit following

Certifications valid at the time of Bidding: •ISO

9001:2008 •ISO 20000:2011for IT Service

Management or equivalent certification

•ISO 27001:2013 for Information Security

Management System or equivalent certification

Any 1 certificate = 1 mark Any 2 certificate = 2

marks All above three (3) certificates = 2.5

marks For CMMI certification: CMMI level 3

= 1 mark CMMI level 5 = 1.5 marks

We request the authority to remove this criteria as the quality

standards along with CMMI Level of the bidder is already evaluated

under Pre Qualification under clause no 5. Key Certifications

As per RFP

1059. RFP Volume

I, 3.6.1.

Technical

Bid

Evaluation

Criteria,

Page No -

48

Experience in establishment and management of

ICCC (Integrated command and control center)

The Bidder (any member in case of consortium)

shall have successfully executed projects in last

five (5) years (excluding civil work): Each project

should include any three (03) of following

components

from below list- 1) Data Center/ Data Recovery 2)

Network/LAN/WAN with more than 50 locations

3) Command and control center and Security

Operations Centre/Network Operation Centre 4)

Laying of fiber network for min. 100 KMs. Marks

shall be allotted as below: Number of

Projects 4 or more = 10 marks Number of

Projects 3 = 8 marks Number of Projects 2 = 5

marks The cumulative value of project should not

be less than 100 Cr.

Requesting authority to consider projects executed over last ten (10)

years to showcase bidder's vast experience and expertise over the

execution and operation of Data Centres and Command Centres.

Requesting to evaluate fibre network connectivity experience based

on the area covered rather than location count/ distance. Please

revise the clause as below: "The Bidder (any member in case of

consortium) shall have successfully executed projects in last ten (10)

years (excluding civil work): Each project should include any three (03)

of following components from below list- 1) Data Center/ Data

Recovery 2) Network/LAN/WAN with more than 500 Sq.Kms 3)

Command and control center OR Security Operations Centre/Network

Operation Centre 4) Laying of fiber network for min. 500 Sq. Kms

Marks shall be allotted as below: Number of Projects 4 or more

= 10 marks Number of Projects 3 = 8 marks Number of Projects 2

= 5 marks The cumulative value of project should not be less than 100

Cr."

Refer

Corrigendum

No. 5

Page 311: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 311

1060. RFP Volume

I, 3.6.1.

Technical

Bid

Evaluation

Criteria,

Page No -

48

Experience in implementation of ITMS (Intelligent

traffic management system) "The Bidder (any

member in case of consortium) shall have

successfully executed projects in last five (5)

years. 1. Variable Message Sign Board 2. ITMS

including ANPR, RLVD/SVD 3. Emergency Call

Box and PA System, Mobile App/Desktop Portal

for Citizen Services, and Kiosk based

government/citizen services 4. Adaptive Traffic

Control System Number of projects

implemented. Marks will be allotted as follows:

No. of successfully executed projects 4 or more =

5 marks No. of Successfully executed projects 3 =

3 Marks No. of Successfully executed projects 2 =

1 Marks The cumulative value of project should

not be less than INR 60 Cr and each project

should be at least 10 Cr.

As the execution of an ITMS project with all the three components

mentioned here is not so common, we request the authority to allow

bidder's to use projects that include any of the two

components mentioned below. Also we request to split the multiple

components mentioned under clause 3 and also add other

components under ITMS like Traffic counter and classifier, Echallan

system & Surveillance system along with the mentioned list Hence we

request to modify the clause as mentioned below Each project should

include any of the two (02) components from below list- 1.

Implementation/Integration of Variable Message Sign Board 2.

Implementation /Integration of Echallan System 3. ITMS including

ANPR, RLVD/SVD/Surveillance 4. Emergency Call Box and PA

System, 5. Mobile App/Desktop Portal for Citizen Services, and Kiosk

based government/citizen services

4. Adaptive Traffic Control System 5. Traffic Counter and Classifier

Refer

Corrigendum

No. 5

1061. Inorder to evaluate bidder's operational experience, we request the

authority to consider projects which were implemented over a period

of last ten (10) years.

1062. RFP Volume

I, 3.6.1.

Technical

Bid

Evaluation

Criteria,

Page No -

49

CCTV surveillance system The Bidder (any

member in case of consortium) shall have

successfully

executed minimum 500 outdoor CCTV

surveillance systems or ANPR solution (with one

project having minimum 300 outdoor cameras)

during last five (5) years. Markings Number of

cameras implemented 901 & above = 5 marks

Number of cameras implemented 801 to

900 = 4 marks

Number of cameras implemented 701 to

Requesting authority to modify the marking as below: Number of

cameras implemented 900 & above = 5 marks

Number of cameras implemented 800 to 899 = 4 marks

Number of cameras implemented 700 to 799 = 3 marks

Number of cameras implemented 600 to 699 = 2 marks

Number of cameras implemented 500 to 599 = 1 marks

Refer

Corrigendum

No. 5

Page 312: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 312

800 = 3 marks

Number of cameras implemented 601 to

700 = 2 marks

Number of cameras implemented 500 to

600 = 1 marks

1063. RFP Volume

I, 3.6.1.

Technical

Bid

Evaluation

Criteria,

Page No -

50

Smart Solution Integration The Bidder (any

member in case of consortium) shall have

demonstrable expertise & project

implementation experience in integration of

following smart features with a centralized

system: GIS system/ smart parking/ Smart Street

lighting/ environmental

sensors/ ERP/ traffic enforcement system/

SCADA/ e-Challan/ Solid Waste Management/

Water Grid / smart education/Smart Classroom/

Digital library/solar/sewerage management/

Smart Health/smart pole/asset management

during last five (5) years Marking: Integration of

10 or more smart features: 5 marks Integration of

07 to 09 smart features: 3 marks Integration of

04 to 06 smart features: 1 mark

Requesting the authority to add additional components as mentioned

below , which are also considered as smart features in an ITMS

project. Please modify the clause as mentioned below GIS

system/mobile app/ smart parking/ Smart Street lighting/

environmental sensors/variable message sign boards/ ERP/ traffic

enforcement system/CCTV Surveillance/ adaptive traffic control

system/ traffic count & classifier/ SCADA/ e-Challan/ Solid Waste

Management/ Water

Grid / smart education/Smart Classroom/ Digital

library/solar/sewerage management/ Smart

Health/smart pole/asset management

Refer

Corrigendum

No. 5

1064. Inorder to evaluate bidder's operational experience, we request the

authority to consider projects which were implemented over a period

of last ten (10) years.

Refer

Corrigendum

No. 5

1065. RFP Volume

II, 3.1.3.

Speed

Violation

Detection

System

The SVD system should use radar & camera

based speed violation detection system that can

be produced in the court of law in case of any

litigation.

We hope bidder can use either radar or camera based detection

system. Please confirm.

Refer

Corrigendum

No. 5

Page 313: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 313

(SVD), Page

No- 51

1066. RFP Volume

II, Annexure

A.2. Page

No- 152

Locations for ITMS (ATCS, RLVD & supporting

ANPR) assets

Please provide the lane count of the locations for ANPR, RLVD and

SVD

Refer

Corrigendum

No.5

1067. RFP Volume

II, Annexure

A.3. Page

No- 153

Locations for SVD assets (with supporting ANPR

assets)

As per RFP

1068. Annexure

B.56. SIEM

solution 314

1. SIEM and Forensics Platform is required for

complete visibility to identify and investigate

attacks, the ability to detect and analyze even

the most advanced of attacks before they can

impact critical data, and the tools to take

targeted action on the most important incidents.

Complete visibility across logs, packets and end

point is critical.

Appliance based solution for better performance

is required. The solution should collect, analyze,

and archive massive volumes of data at very high

speed using multiple modes of analysis. The

platform should also be able to ingest threat

intelligence about the latest tools, techniques

and procedures in use by the attacker community

to alert government on potential threats that are

active. Amendment request: Please allow SIEM &

Network Forensics cum packet capture solution

to be proposed as a separate solution.

SIEM and forensic analysis are specialized solutions. Combining this is

favouring only one OEM. With regards to forensic analysis, it should

be dedicated solution so that it can take care of IR. Hence,

instead of locking to a single OEM, request to make it two different

solutions.

As per RFP

Page 314: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 314

1069. Annexure

B.56. SIEM

solution 314

2. Next generation platform should encompass

log, packet and end point data with added

context and threat Intelligence. Should provide

complete network visibility through deep packet

inspection high speed packet capture and

analysis. Amendment request: Please allow SIEM

& Network Forensics cum packet capture

solution to be proposed as a separate solution.

IEM and forensic analysis are specialized solutions.. Combining this is

favoring only one OEM. With

regards to deep packet inspection, Threat hunting, Incident response

etc. should be dedicated solution and should not be part of a SIEM

solution. Which main work is collect logs and co-relate

events. . Hence, instead of locking to a single OEM, request to make it

two different solutions.

As per RFP

1070. Annexure

B.56. SIEM

solution

3. SIEM for Logs and deep packet inspection

should be from Single OEM.

SIEM and forensic analysis two different solution. Combining this is

favoring only one OEM. Hence,

instead of locking to a single OEM, request to make it two different

solutions and delete this clause. So that maximum vendor can

participate.

Refer

Corrigendum

No. 5

1071. 6: The SIEM & Log Monitoring solution should be

from a different OEM than the Prevention

Security solutions like F/W, IPS, HIPS, AV, DLP,

and

Encryption.

Its limited to participate by other cyber security vendor. This will

limited to only one particular vendor. Hence request for delete this

clause.

Refer

Corrigendum

No. 5

1072. 315 16: Should be able to provide complete packet-

by-packet details pertaining to one or more

session of interest including Session replay, page

reconstruction, image views, artefact & raw

packet and object extractions. Amendment

request: Please allow SIEM & Network Forensics

cum packet capture solution to be proposed as a

separate solution.

SIEM and packet capture two different solution. Combining this is

favoring only one OEM. With regards to complete packet capture, re-

construction of events etc. should be dedicated solution

and should not be part of a SIEM solution. Hence request for change

As per RFP

1073. 315 19. The proposed solution must be able to

provide the complete platform to perform

Network forensics solution Amendment request:

SIEM is a purpose built log collect and co-relation solution. It should

not be a complete solution.

Combining this means limiting functionality of both solutions. Hence

As per RFP

Page 315: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 315

Please allow SIEM & Network Forensics cum

packet capture solution to be proposed as a

separate solution.

request for change and solution should be2 dedicated purpose built

solutions.

1074. 315 20. The solution must be able to detect malicious

payload in network traffic Amendment request:

Please allow SIEM & Network Forensics cum

packet capture solution to be proposed as a

separate solution.

Solution should be a dedicated solution instead of combine solution

with SIEM. This is favoring only one OEM. Hence request for make it as

a dedicated solutions

As per RFP

1075. 315 21. The solution must have the ability to capture

network traffic and import PCAP files using the

same infrastructure. Amendment request: Please

allow SIEM & Network Forensics cum packet

capture solution to be proposed as a separate

solution.

Solution should be a dedicated solution instead of combine solution

with SIEM. This is favoring only one OEM. Hence request for make it as

a dedicated solutions

As per RFP

1076. 315 Network Forensics cum Packet capture solution

functionality Addition Request: Support

importing other structured and unstructured

content for analysis

Adding this functionality, which will help Aligarh Smart City to analyze

all structured and unstructured logs.

As per RFP

1077. 315 Network Forensics cum Packet capture solution

functionality Addition Request: Should provide

Regeneration and Playback functionality: Ability

to create shadow networks. Regeneration and

Playback: Point and click to instantly regenerate

traffic (at configurable speeds) to a chosen NIC

on a shadow network for further analysis in 3rd

party systems. Without interruption of regular

services.

Adding this functionality, which will help Smart City to analyze and re-

construct complete incident and carry forward with evidence.

As per RFP

Page 316: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 316

1078. 315 Network Forensics cum Packet capture solution

functionality Addition Request: The solution

should support - classification from more

than 2,800 protocols/applications(natively

without writing any custom parsers) and

thousands of descriptive, metadata attributes,

including

content types, file names, and more - for easy

analysis and recall without writing any custom

parsers.

Adding this functionality, which will help organization to identify treat

as per CnC center of a smart

city.

As per RFP

1079. 315 Network Forensics cum Packet capture solution

functionality

Adding this functionality will help organization to mitigate

immediately with integrating with other proposed solutions. Addition

Request: Should support Integration With Endpoint Detection and

Response (EDR) technology as proposed in the RFP which should

remediate and blacklist the suspicious/malicious files in entire

network with one click.

As per RFP

1080. 315 Network Forensics cum Packet capture solution

functionality, Addition Request: Proposed

solution should Integrate with On Premise

Malware Sandbox Analytics solution aske din this

RFP for on prem sandboxing. Security analytics

should be able submit files for detonation and

analysis.

Adding this functionality, which will integrate with already asked

solution integration and help organization from advance threats.

As per RFP

1081. 315 Network Forensics cum Packet capture solution

functionality Addition Request: Security

Analytics should be proposed with required SSL

visibility solution to enable meticulous network

forensics and

monitoring across all network traffic, thousands

of applications, dozens of file transports, all

Adding this functionality, which will help you to analyze encrypted

traffic. SSL decryption functionality asked in many products in RFP

(DDoS/FW etc.). They should be capable of plain data after decrypting

them to forensic analysis tools. If that it not possible, forensic analysis

will do half works. So, request this functionality.

As per RFP

Page 317: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 317

flows, and all packets—including encrypted

traffic. Should provide total visibility into

network traffic with actionable intelligence so

that department can quickly shut down exposure

and mitigate ongoing risk. Should provide: •

Detailed insights from all forensic captures •

Establish policies to selectively decrypt SSL traffic

• Share encrypted traffic insight with your

security applications The provided solution for

SSL decryption must support 78+ Ciphers and

TLS 1.3.

1082. Annexure

B.54.

Antivirus

with EDR

& HIPS 309

HIPS Functionality Clarification Request: Please

clarify if the HIPS functionality asked under

point 21 to 28 is only applicable to server, sinc

this is common section along with AV, request

you to clarify this and advise if same can be

provided though separate solution.

HIPS

functionality is

asked for

servers

1083. Annexure

B.16. Web

Application

Firewall 183

4: Support dynamic source IP blocking and should

be able to block attacks based on IP source and

automatic updates (if required) to the signature

database, ensuring complete protection against

the latest application threats. Amendment

request: 4: Support dynamic source IP blocking

or should be able to block attacks based on IP

source and automatic updates (if required) to

the signature database, ensuring complete

protection against the latest application threats.

Every OEM has a different way of achieve this functionality. Hence

request for make it ether source IP blocking or should be able to block

attacks based on IP source

As per RFP

Page 318: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 318

1084. 6: Should have positive security model with

machine learning capabilities to detect and

prevent anomaly in application traffic and

unknown attacks. Machine learning should be

based on true ML algorithms, and not just

automation of dynamically learnt rules.

Machine learning technologies are for endpoint or APT solutions, not

for WAF solution. This clause favoring one OEM. Hence request for

delete this clause.

As per RFP

1085. Annexure

B.17. DLP

(Data

Leakage

Prevention)

9:The Solution should have built in automated

policy synthesis mechanism and ability to

monitor APT

DLP solution is a dedicated purpose built solution and whatever and

how a endpoint sending data it

should be monitor and block. If it is sensitive data going through

malicious channel also be blocked as per policy. As per mentioned

line, it is borrowing a functionality from APT solutions, not a

purpose built functionality of DLP. It is favoring a single OEM. Hence,

request for Delete this clause.

Refer

Corrigendum

No. 5

1086. 184 4. DLP for Files shares, Databases and Document

Repositories (Storage) – Proposed solution must

discover stored confidential data throughout the

enterprise; monitor the ownership and use of

stored data; and protect sensitive data according

to centrally administered policies. Amendment

request: DLP for Files shares, Databases and

Document. Repositories (Storage) – Proposed

solution must discover stored confidential data

throughout the enterprise; monitor the

ownership and use of stored data; and protect

sensitive data according to centrally administered

policies and provide over 50 templates or

equivalent to

enable out-of-the-box discovery of sensitive data

mapped to different industry and regulatory

directives

DLP solution should also have ready-made template to define the

same. Hence request for emend this as per changes request.

As per RFP

Page 319: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 319

1087. 184 DLP functionality Addition request: DLP Solution should discover confidential data

wherever it resides and identifies

those endpoints with the highest risk. Until and unless if you not able

to discover and segregation of sensitive data, you can't fulfill a

complete DLP solution. Hence request for add this functionality.

Refer

Corrigendum

No. 5

1088. Annexure

B.15. Anti-

APT

Solution

182

4. The quoted APT OEM must have NSS Lab’s

Recommended rating as per breach detection &

prevention system report.

Amendment request: The quoted APT OEM must have NSS Lab’s

Recommended rating as per breach detection & prevention system

report/ Leader in 2018 Analyst report such Radicati Market Quadrant

for Advanced Threat Protection. Or remove this point. In complete

RFP no qualification is mentioned for other product/ security products

for 3rd party

reports. Incas you are asking for this please consider all the top analyst

and consider for other products also. Else this will restrict the

particular OEM.

As per RFP

1089. 182 6. The APT appliance should be able to process

min 1,000,000 files/month (either web or mail or

both)

Amendment request: The APT appliance should be able to process

min 500,000 files/month (either

web or mail or both) As pre required infrastructure, 10 lac files are

huge in numbers. It will not only increase cost, but also overhead with

unnecessary HW. Hence request for optimized the numbers.

As per RFP

1090. 182 7. Appliance should have minimum 2 x 1 TB

storage and should support RAID.

Amendment request: Appliance should have minimum 1 TB storage

and should support RAID. It is favoring a particular vendor HW sizing.

Hence request for change, so that other vendor can also participate.

As per RFP

1091. 182 8. The APT appliance should support at least 24

virtual machines running simultaneously

Amendment request: The APT appliance should support multiple

instances to support multiple files submission and processing through

Sandboxing. Rather than locking on the proprietary measurement of

24 virtual machines, please ask the

functionality to ensure multiple files submissions can be processed by

solution.

As per RFP

Page 320: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 320

1092. 182 9. Min 4 Copper and 2 x 10G Fibber ports should

be provided in APT appliances for achieving

functionalities mentioned.

Amendment request: Min 2 Copper and 4 x 10G Fibber ports should

be provided in APT appliances for achieving functionalities mentioned.

Where 10G infrastructure is asking, maximize copper ports will limited

functionalities, hence

request for changes.

As per RFP

1093. 10. The Hypervisor used by sandboxing solution

must not be an OEM solution such as from

VMWare ,Hyper-V, Virtual Box, RHEV etc.

however it should be a custom Hypervisor

purpose built for sandboxing requirement

Deletion Request Every OEM has a different way of act. Making with

popular hyper visor vendor means expose the technologies. Hence

request for delete this clause

As per RFP

1094. 182 11. The solution must be able to detect and

report malware by using multiple images of

Windows XP, 7, 8, 10 etc.

Amendment request: The solution must be able to detect and report

malware by using multiple images of Windows 7, 10 etc. Microsoft

make EoL of XP long back. Same as they stop promoting Windows 8.

Currently all PC either run on Windows 7 or 10. All IoT devices are

running on Windows 7 or 10. Hence request or amend the clause

Refer

Corrigendum

No. 5

1095. 15. The solution should inspect the web sessions

(HTTP and HTTPS both) to detect and notify the

malicious web activity including malicious file

downloads through the internet.

Deletion Request Anti-APT Sandboxing solution should be work closely

with proxy solution. Whereas in tender, there are no requirement of

Proxy server. Hence, this line is no relevant at all. Hence request for

delete

this clause.

As per RFP

1096. Annexure

B::

Minimum

Techno-

Functional

Requiremen

ts 159

Web Gateway Security You are requested to add the web gateway security as mandatory

requirement in RFP as this is extremely critical from the Web Cyber

security point of view. There is no mention of Proxy solution. When

Internet is available and expose to servers and all. There should be

proxy in place for control all internet bound traffic. So, request for

clarification on

the same. If you consider the same, please add required

spec/functionalities accordingly. Please refer next sheet (annexure 1)

for proxy requirement.

As per RFP

Page 321: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 321

1097. Annexure

B.56. SIEM

solution 314

3. SIEM for Logs and deep packet inspection

should be from Single OEM.

Please remove the Clause SIEM and forensic analysis two different

solution. Combining this is favouring only one OEM. Hence,

instead of locking to a single OEM, request to make it two different

solutions and delete this clause. So that maximum vendor can

participate.

Refer

Corrigendum

No. 5

1098. 314 6: The SIEM & Log Monitoring solution should be

from a different OEM than the Prevention

Security solutions like F/W, IPS, HIPS, AV, DLP,

and

Encryption.

Please remove the Clause Its limited to participate by other cyber

security vendor. This will limited to only one particular vendor. Hence

request for delete this clause.

Refer

Corrigendum

No. 5

1099. 314 10. A solution should support minimum 10,000

EPS and scalable up to 20,000 EPS.

Amendment request: A solution should support minimum 2500 EPS

and scalable up to 7500 EPS. As per tender asked network, 10K is very

high in number. Which will overhead the project cost. Hence request

for optimized the numbers.

As per RFP

1100. 314 11. Correlation Engine appliance should be

consolidated in a purpose build appliance and

should handle 50,000 EPS.

Please remove the Clause In point no 10, already asked for sizing, then

why need a separate parameter. That is also very high in numbers.

This will overhead the cost of solution. Hence request for delete this

clause.

Refer

Corrigendum

No.5

1101. 315 13. The solution should be storing both raw logs

as well as normalized logs. The same should be

made available for analysis and reporting. The

proposed solution should be sized to provide

both raw logs and normalized logs with minimum

20 TB of storage.

Change request: The solution should be storing both raw logs as well

as normalized logs. The same should be made available for analysis

and reporting. The proposed solution should be sized to

provide both raw logs and normalized logs with minimum 5 TB of

storage. When we requested for Forensic analysis as a separate

solution, 20TB storage is high in numbers

for a SIEM solutions. Hence request for reduce the storage capacity.

Which will be helping in reduce overall product cost.

As per RFP

Page 322: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 322

1102. Annexure

B.28. EMS

224

Network Flow- based Traffic Analysis Please remove the Clause When there is a requirement for NBA with

SIEM, then why need the same functionality on EMS solution.

As per RFP

1103. Annexure

B.13. DDoS

Solution

178

DDoS Solution Please remove the Clause: Request you to Remove this section, since

this is overlapping functionality in other section and un-necessarily

increasing the project cost. When you are asking DDoS functionality in

LLB itself (Annexure B.12. Link Load Balancer, clause 8),

then why need of a separate DDoS solution. Now ISP's provide clean

pipe. Same functionality available in FW and switches also. This

solution not required at all.

As per RFP

1104. 178 6. The solution should support 25 Gbps SSL

Throughput.

Clarification needed DDoS solution always works based on

connections, where SSL doesn’t play any role. Why SSL decryption

performance needed. It is favouring a particular vendor.

Refer

Corrigendum

No. 5

1105. 2.3 Eligible

Bidders

Page No. 25

2. Consortium of Firms Bids can be submitted by

a consortium of firms. A consortium should

not consist of more than 2 parties (including the

Lead Bidder)

We request to accept Consortium of 4 Members ( Lead Bidder+3

Consortium Members)

Refer

Corrigendum

No. 5

1106. 3.5 Pre-

Qualificatio

n criteria

S.No.1

Company

Profile

Page No.42

Documentary Proof: For Lead Bidder: Copy of

purchase orders showing at least 10 years of

perations or Certified true copy of relevant

extracts of balance sheet and PL statements for

last 10 years For Consortium Member: Copy of

purchase orders showing at least 5 years of

operations or Certified true copy of relevant

extracts of balance sheet and PL statements for

last 5 years

As Eligibility Criteria, The Lead Bidder should be in operations from

last 5 years and consortium partner should be in operation from last 3

years but as per documentary proof it is different.

Kindly amend the documentary proof as per eligibility criteria

Refer

Corrigendum

No. 5

Page 323: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 323

1107. 3.5 Pre-

Qualificatio

n criteria

S.No.7 ICT

Component

s

Page No. 44

ICT components "The Bidder (any member in

case of consortium) shall have successfully

executed below mentioned projects with

cumulative value of INR 150 crore in last five (5)

years (excluding civil work)

We request to amend as "The Bidder (any member in case of

consortium) shall have successfully

executed any of 3 below mentioned projects with cumulative value of

INR 150 crore in last five (7)

years (excluding civil work)

Refer

Corrigendum

No. 5

1108. 3.6.1.

Technical

Bid

Evaluation

Criteria

S.No. A1

Annual

Turnover

Page No. 47

Average annual turnover from “Specific Business

Areas” as mentioned below in Note under

column “Required Supporting documents”

We request to amend as Morethan Rs. 701 Crore= 6M Morethan RS.

601 Crore -Rs. 700 Crore= 4M

Morethan Rs. 501 Crore-Rs. 600 Crore =2M

Refer

Corrigendum

No. 5

1109. 3.6.1.

Technical

Bid

Evaluation

Criteria

S.No. B1

Experience

in

establishme

nt and

manageme

nt of ICCC

(Integrated

command

and control

The Bidder (any member in case of consortium)

shall have successfully executed projects in last

five (5) years (excluding civil work): Each project

should include any three(03) of following

components from

below list- Marks shall be allotted as below: The

cumulative value of project should not be less

than 100 Cr.

We request to amend as The Bidder (any member in case of

consortium) shall have successfully executed projects in last Seven (7)

years (excluding civil work): Each project should include any Two (2) of

following components from below list- Marks shall be allotted as

below: and request to delete the clause of cumulative value of project

should not be less than 100 Cr.

Refer

Corrigendum

No. 5

Page 324: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 324

center)

Page No. 49

1110. 3.6.1.

Technical

Bid

Evaluation

Criteria

S.No. B2

Experience

in

implementa

tion of ITMS

(Intelligent

traffic

manageme

nt

system)

Page No. 49

"The Bidder (any member in case of consortium)

shall have successfully executed projects in last

five (5) years. Each project should include any of

the three(3) Components from below list- 1.

Variable Message Sign Board 2. ITMS including

ANPR, RLVD/SVD 3. Emergency Call Box and PA

System, Mobile App/Desktop Portal for Citizen

Services, and Kiosk based government/citizen

services 4. Adaptive Traffic Control System

"The Bidder (any member in case of consortium) shall have

successfully executed projects in last Seven (7) years. Each project

should include any of the one (1)components from below list- 1.

Variable Message Sign Board 2. ITMS including ANPR, RLVD/SVD 3.

Emergency Call Box and PA System, Mobile App/Desktop Portal for

Citizen Services, and Kiosk based government/citizen services 4.

Adaptive Traffic Control System

Refer

Corrigendum

No. 5

1111. 3.6.1.

Technical

Bid

Evaluation

Criteria

S.No. B3.

CCTV

surveillance

system

Page No. 50

The Bidder (any member in case of consortium)

shall have successfully executed minimum 500

outdoor CCTV surveillance systems or ANPR

solution (with one project having minimum 300

outdoor cameras)

during last five (5) years.

We request to amend as The Bidder (any member in case of

consortium) shall have successfully executed minimum 500 outdoor

CCTV surveillance systems or ANPR solution (with one project having

minimum 300

outdoor cameras) during last Seven (7) years.

Refer

Corrigendum

No. 5

Page 325: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 325

1112. 3.6.1.

Technical

Bid

Evaluation

Criteria

S.No. B4. e-

Governance

/e-

Municipal

services

Page No. 51

The Bidder (any member in case of consortium)

shall have successfully implemented/ integrated

minimum two (02) project related to e-

governance which include at least one (01) ULB

/e-municipal services (excluding CCTV system)

and cumulative value of min INR 5 crores per

project during last 5 years.

We request to amend as The Bidder (any member in case of

consortium) shall have successfully implemented/ integrated

minimum two (02) project related to e-governance which include at

least one (01) ULB /e-

municipal services (excluding CCTV system) and cumulative value of

min INR 5 crores per project during last 7 years.

Refer

Corrigendum

No. 5

1113. Volume-II:

Scope of

work

Page 171 of

366 S. No: 1

19" Rack Mountable stackable switch with min 24

Nos. 10/100/1000 base-T POE (15.4W) ports and

additional support of 4x1G SFP, support

for external/internal redundant power supply.

19" Rack Mountable stackable switch with min 24 Nos. 10/100/1000

base-T POE (15.4W) ports and

additional support of 4x10G SFP, support for external/internal

redundant power supply. As these ports are for backbone of network,

10G capacity is essential for futureproof infrastructure.

Available with all vendors. So please change uplink 1G to 10G.

Refer

Corrigendum

No. 5

1114. Volume-II:

Page 171 of

366 S. No: 3

The switch should support dedicated stacking

port separate from uplink ports with 80 Gbps of

stacking bandwidth to put minimum 8 switches

into a single stack group.

The switch should support 80 Gbps of stacking bandwidth to put

minimum 8 switches into a single stack group. As per industry

standard, total 28 ports switch available including stacking and uplink

ports. Thus dedicated port is unnecessary and will increase cost.

Removing the same will allow cost effective

solution.

As per RFP

1115. Volume-II:

Page 265 of

366 4.

Security

Features

IP Route filtering Remove this clause IP Router filtering related to L3 switching feature

and not relevant to Field Switch. So kindly remove this clause.

Refer

Corrigendum

No. 5

Page 326: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 326

1116. Volume-II:

Page 115 of

366 4.8.

Cabling

Infrastructu

re

OM4 Cable and Components for Data Centre Solution As per RFP

1117. Outdoor/ Armoured Cat6 Cable for last mile outdoor installations This

change will enable bidders to quote better product which is more

suitable for required

applications.

Refer

Corrigendum

No. 5

1118. IP 20 connector for cable terminations at outdoor installations. This

will enable durable terminations.

As per RFP

1119. Annexure

B.56. SIEM

solution 314

1. SIEM and Forensics Platform is required for

complete visibility to identify and investigate

attacks, the ability to detect and analyze even

the most advanced of attacks before they can

impact critical data, and the tools to take

targeted action on the most important incidents.

Complete visibility across logs, packets and end

point is critical.

Appliance based solution for better performance

is required. The solution should collect, analyze,

and archive massive volumes of data at very high

speed using multiple modes of analysis. The

platform should also be able to ingest threat

intelligence about the latest tools, techniques

and procedures in use by the attacker community

to alert government on potential threats that are

active.

Amendment request: Please allow SIEM & Network Forensics cum

packet capture solution to be proposed as a separate solution. SIEM

and forensic analysis are specialized solutions. Combining this is

favoring only one OEM. With regards to forensic analysis, it should be

dedicated solution so that it can take care of IR. Hence,

instead of locking to a single OEM, request to make it two different

solutions.

As per RFP

Page 327: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 327

1120. Annexure

B.56. SIEM

solution 314

2. Next generation platform should encompass

log, packet and end point data with added

context and threat Intelligence. Should provide

complete network visibility through deep packet

inspection high speed packet capture and

analysis.

Amendment request: Please allow SIEM & Network Forensics cum

packet capture solution to be proposed as a separate solution. IEM

and forensic analysis are specialized solutions. Combining this is

favoring only one OEM. With regards to deep packet inspection,

Threat hunting, Incident response etc. should be dedicated solution

and should not be part of a SIEM solution. Which main work is collect

logs and co-relate

events. . Hence, instead of locking to a single OEM, request to make it

two different solutions.

As per RFP

1121. Annexure

B.56. SIEM

solution

3. SIEM for Logs and deep packet inspection

should be from Single OEM.

Deletion Request SIEM and forensic analysis two different solution.

Combining this is favouring only one OEM. Hence, instead of locking

to a single OEM, request to make it two different solutions and delete

this clause. So that maximum vendor can participate.

Refer

Corrigendum

No. 5

1122. 6: The SIEM & Log Monitoring solution should be

from a different OEM than the Prevention

Security solutions like F/W, IPS, HIPS, AV, DLP,

and

Encryption.

Deletion Request Its limited to participate by other cyber security

vendor. This will limited to only one particular

vendor. Hence request for delete this clause.

Refer

Corrigendum

No. 5

1123. 315 16: Should be able to provide complete packet-

by-packet details pertaining to one or more

session of interest including Session replay, page

reconstruction, image views, artefact & raw

packet and object extractions.

Amendment request: Please allow SIEM & Network Forensics cum

packet capture solution to be proposed as a separate solution.

SIEM and packet capture two different solution. Combining this is

favoring only one OEM. With regards to complete packet capture, re-

construction of events etc. should be dedicated solution and should

not be part of a SIEM solution. Hence request for change

As per RFP

1124. 315 19. The proposed solution must be able to

provide the complete platform to perform

Network forensics solution

Amendment request: Please allow SIEM & Network Forensics cum

packet capture solution to be proposed as a separate solution.

SIEM is a purpose built log collect and co-relation solution. It should

As per RFP

Page 328: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 328

not be a complete solution. Combining this means limiting

functionality of both solutions. Hence request for change and solution

should be2 dedicated purpose built solutions.

1125. 315 20. The solution must be able to detect malicious

payload in network traffic

· Detect and reconstruct files back to its original

type

· Detect hidden or embedded files

· Detect and flag out renamed files

Amendment request: Please allow SIEM & Network Forensics cum

packet capture solution to be proposed as a separate solution.

Solution should be a dedicated solution instead of combine solution

with SIEM. This is favoring only one OEM. Hence request for make it as

a dedicated solutions

As per RFP

1126. 315 21. The solution must have the ability to capture

network traffic and import PCAP files using the

same infrastructure.

Amendment request: Please allow SIEM & Network Forensics cum

packet capture solution to be proposed as a separate solution.

Solution should be a dedicated solution instead of combine solution

with SIEM. This is favoring only one OEM. Hence request for make it as

a dedicated solutions

As per RFP

1127. 315 Network Forensics cum Packet capture solution

functionality

Addition Request: Support importing other structured and

unstructured content for analysis

Adding this functionality, which will help Aligarh Smart City to analyze

all structured and unstructured logs.

As per RFP

1128. 315 Network Forensics cum Packet capture solution

functionality

Addition Request: Should provide Regeneration and Playback

functionality: Ability to create shadow networks. Regeneration and

Playback: Point and click to instantly regenerate traffic (at

configurable speeds) to a chosen NIC on a shadow network for further

analysis in 3rd party systems. Without interruption of regular services.

Adding this functionality, which will help Smart City to analyze and re-

construct complete incident and carry forward with evidence.

As per RFP

Page 329: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 329

1129. 315 Network Forensics cum Packet capture solution

functionality

Addition Request: The solution should support - classification from

more than 2,800

protocols/applications(natively without writing any custom parsers)

and thousands of descriptive, metadata attributes, including content

types, file names, and more - for easy analysis and recall without

writing any custom parsers. Adding this functionality, which will help

organization to identify treat as per CnC center of a smart city.

As per RFP

1130. 315 Network Forensics cum Packet capture solution

functionality

Addition Request: Should support Integration With Endpoint

Detection and Response (EDR)

technology as proposed in the RFP which should remediate and

blacklist the suspicious/malicious

files in entire network with one click. Adding this functionality will help

organization to mitigate immediately with integrating with other

proposed solutions.

As per RFP

1131. 315 Network Forensics cum Packet capture solution

functionality

Addition Request: Proposed solution should Integrate with On

Premise Malware Sandbox Analytics solution aske din this RFP for on

prem sandboxing. Security analytics should be able submit files for

detonation and analysis. Adding this functionality, which will integrate

with already asked solution integration and help organization from

advance threats.

As per RFP

1132. 315 Network Forensics cum Packet capture solution

functionality

Addition Request: Security Analytics should be proposed with

required SSL visibility solution to enable meticulous network forensics

and monitoring across all network traffic, thousands of

applications, dozens of file transports, all flows, and all packets—

including encrypted traffic. Should

provide total visibility into network traffic with actionable intelligence

so that department can quickly shut down exposure and mitigate

ongoing risk. Should provide:

• Detailed insights from all forensic captures

As per RFP

Page 330: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 330

• Establish policies to selectively decrypt SSL traffic

• Share encrypted traffic insight with your security

applications The provided solution for SSL decryption must support

78+ Ciphers and TLS 1.3. Adding this functionality, which will help you

to analyze encrypted traffic. SSL decryption

functionality asked in many products in RFP (DDoS/FW etc.). They

should be capable of plain data

after decrypting them to forensic analysis tools. If that it not possible,

forensic analysis will do half

works. So, request this functionality.

1133. Annexure

B.54.

Antivirus

with EDR

& HIPS 309

HIPS Functionality Clarification Request: Please clarify if the HIPS functionality asked

under point 21 to 28 is only applicable to server, sinc this is common

section along with AV, request you to clarify this and advise if same

can be provided though separate solution.

HIPS

functionality is

asked for

servers

1134. Annexure

B.16. Web

Application

Firewall 183

4: Support dynamic source IP blocking and should

be able to block attacks based on IP source and

automatic updates (if required) to the signature

database, ensuring complete protection against

the latest application threats.

Amendment request: 4: Support dynamic source IP blocking or should

be able to block attacks based on IP source and automatic updates (if

required) to the signature database, ensuring

complete protection against the latest application threats.

As per RFP

1135. 6: Should have positive security model with

machine learning capabilities to detect and

prevent anomaly in application traffic and

unknown attacks. Machine learning should be

based on true ML algorithms, and not just

automation of dynamically learnt rules.

Deletion Request Machine learning technologies are for endpoint or

APT solutions, not for WAF solution. This clause favouring one OEM.

Hence request for delete this clause.

As per RFP

Page 331: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 331

1136. Annexure

B.17. DLP

(Data

Leakage

Prevention)

9:The Solution should have built in automated

policy synthesis mechanism and ability to

monitor APT

Deletion Request DLP solution is a dedicated purpose built solution

and whatever and how a endpoint sending data it

should be monitor and block. If it is sensitive data going through

malicious channel also be blocked as per policy. As per mentioned

line, it is borrowing a functionality from APT solutions, not a purpose

built functionality of DLP. It is favoring a single OEM. Hence, request

for Delete this clause.

Refer

Corrigendum

No. 5

1137. 184 4. DLP for Files shares, Databases and Document

Repositories (Storage)

– Proposed solution must discover stored

confidential data throughout the enterprise;

monitor the ownership and use of stored data;

and protect sensitive data according to centrally

administered policies.

Amendment request: DLP for Files shares, Databases and Document

Repositories (Storage) –

Proposed solution must discover stored confidential data throughout

the enterprise; monitor the ownership and use of stored data; and

protect sensitive data according to centrally administered policies and

provide over 50 templates or equivalent to enable out-of-the-box

discovery of sensitive data mapped to different industry and

regulatory directives DLP solution should also have ready-made

template to define the same. Hence request to amend

As per RFP

1138. 184 DLP functionality Addition request: DLP Solution should discover confidential data

wherever it resides and identifies those endpoints with the highest

risk. Until and unless if you not able to discover and segregation of

sensitive data, you can't fulfil a complete DLP solution. Hence request

for add this functionality.

Refer

Corrigendum

No. 5

1139. Annexure

B.15. Anti-

APT

Solution

182

4. The quoted APT OEM must have NSS Lab’s

Recommended rating as per breach detection &

prevention system report.

Amendment request: The quoted APT OEM must have NSS Lab’s

Recommended rating as per breach detection & prevention system

report/ Leader in 2018 Analyst report such Radicati Market Quadrant

for Advanced Threat Protection. Or remove this point. In complete

RFP no qualification is mentioned for other product/ security products

for 3rd party reports. Incas you are asking for this please consider all

the top analyst and consider for other products also. Else this will

restrict the particular OEM.

As per RFP

Page 332: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 332

1140. 182 6. The APT appliance should be able to process

min 1,000,000 files/month (either web or mail or

both)

Amendment request: The APT appliance should be able to process

min 500,000 files/month (either web or mail or both) As pre required

infrastructure, 10 lac files are huge in numbers. It will not only

increase cost, but

also overhead with unnecessary HW. Hence request for optimized the

numbers.

As per RFP

1141. 182 7. Appliance should have minimum 2 x 1 TB

storage and should support RAID.

Amendment request: Appliance should have minimum 1 TB storage

and should support RAID. It is favouring a particular vendor HW sizing.

Hence request for change, so that another vendor can also participate.

As per RFP

1142. 182 8. The APT appliance should support at least 24

virtual machines running simultaneously

Amendment request: The APT appliance should support multiple

instances to support multiple files submission and processing through

Sandboxing. Rather than locking on the proprietary measurement of

24 virtual machines, please ask the

functionality to ensure multiple files submissions can be processed by

solution.

As per RFP

1143. 182 9. Min 4 Copper and 2 x 10G Fibber ports should

be provided in APT appliances for achieving

functionalities mentioned.

Amendment request: Min 2 Copper and 4 x 10G Fibber ports should

be provided in APT appliances for achieving functionalities mentioned.

Where 10G infrastructure is asking, maximize copper ports will limited

functionalities, hence

request for changes.

As per RFP

1144. 10. The Hypervisor used by sandboxing solution

must not be an OEM solution such as from

VMWare ,Hyper-V, Virtual Box, RHEV etc.

however it should be a custom Hypervisor

purpose built for sandboxing requirement

Deletion Request Every OEM has a different way of act. Making with

popular hyper visor vendor means expose the technologies. Hence

request to delete this clause

As per RFP

1145. 182 11. The solution must be able to detect and

report malware by using multiple images of

Windows XP, 7, 8, 10 etc.

Amendment request: The solution must be able to detect and report

malware by using multiple images of Windows 7, 10 etc. Microsoft

make EoL of XP long back. Same as they stop promoting Windows 8.

Refer

Corrigendum

No. 5

Page 333: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 333

Currently all PC either run on Windows 7 or 10. All IoT devices are

running on Windows 7 or 10. Hence request or amend the clause

1146. 15. The solution should inspect the web sessions

(HTTP and HTTPS both) to detect and notify the

malicious web activity including malicious file

downloads through the internet.

Deletion Request Anti-APT Sandboxing solution should be work closely

with proxy solution. Whereas in tender, there are no requirement of

Proxy server. Hence, this line is no relevant at all. Hence request for

delete

this clause.

As per RFP

1147. Annexure

B::

Minimum

Techno-

Functional

Requiremen

ts 159

Web Gateway Security You are requested to add the web gateway security as mandatory

requirement in RFP as this is extremely critical from the Web Cyber

security point of view. There is no mention of Proxy solution. When

Internet is available and expose to servers and all. There should be

proxy in place for control all internet bound traffic. So, request for

clarification on the same. If you consider the same, please add

required spec/functionalities accordingly. Please refer next sheet

(annexure 1) for proxy requirement.

As per RFP

1148. Annexure

B.56. SIEM

solution 314

3. SIEM for Logs and deep packet inspection

should be from Single OEM.

Please remove the Clause SIEM and forensic analysis two different

solution. Combining this is favoring only one OEM. Hence,

instead of locking to a single OEM, request to make it two different

solutions and delete this clause. So that maximum vendor can

participate.

Refer

Corrigendum

No. 5

1149. 314 6: The SIEM & Log Monitoring solution should be

from a different OEM than the Prevention

Security solutions like F/W, IPS, HIPS, AV, DLP,

and Encryption.

Please remove the Clause Its limited to participate by other cyber

security vendor. This will limited to only one particular vendor. Hence

request for delete this clause.

Refer

Corrigendum

No. 5

1150. 314 10. A solution should support minimum 10,000

EPS and scalable up to 20,000 EPS.

Amendment request: A solution should support minimum 2500 EPS

and scalable up to 7500 EPS. As per tender asked network, 10K is very

high in number. Which will overhead the project cost. Hence request

for optimized the numbers.

As per RFP

Page 334: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 334

1151. 314 11. Correlation Engine appliance should be

consolidated in a purpose build appliance and

should handle 50,000 EPS.

Please remove the Clause In point no 10, already asked for sizing, then

why need a separate parameter. That is also very high in numbers.

This will overhead the cost of solution. Hence request for delete this

clause.

Refer

Corrigendum

No.5

1152. 315 13. The solution should be storing both raw logs

as well as normalized logs. The same should be

made available for analysis and reporting. The

proposed solution should be sized to provide

both raw logs and normalized logs with minimum

20 TB of storage.

Change request: The solution should be storing both raw logs as well

as normalized logs. The same should be made available for analysis

and reporting. The proposed solution should be sized to provide both

raw logs and normalized logs with minimum 5 TB of storage. When we

requested for Forensic analysis as a separate solution, 20TB storage is

high in numbers

for a SIEM solutions. Hence request for reduce the storage capacity.

Which will be helping in reduce overall product cost.

As per RFP

1153. Annexure

B.28. EMS

224

Network Flow- based Traffic Analysis Please remove the Clause When there is a requirement for NBA with

SIEM, then why need the same functionality on EMS solution.

As per RFP

1154. Annexure

B.13. DDoS

Solution

178

DDoS Solution Please remove the Clause: Request you to Remove this section, since

this is overlapping functionality in other section and un-necessarily

increasing the project cost. When you are asking DDoS functionality in

LLB itself (Annexure B.12. Link Load Balancer, clause 8),

then why need of a separate DDoS solution. Now ISP's provide clean

pipe. Same functionality available in FW and switches also. This

solution not required at all.

As per RFP

1155. 178 6. The solution should support 25 Gbps SSL

Throughput.

Clarification needed DDoS solution always works based on

connections, where SSL doesn’t play any role. Why SSL decryption

performance needed. It is favoring a particular vendor.

Refer

Corrigendum

No. 5

1156. ICCC NIIT

Section -

2.3, Page no

GIS Solution & its Integration- MSI shall

undertake deployment of a GIS solution platform

and creation of various data layers. Additionally,

Please clarify about what GIS data is avaiable with the authority that

may be utilized for the project? What is the volume of the data?

ASCL will

provide the

available data

Page 335: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 335

-

38

MSI should undertake detail assessment for

integration of the Smart Governance,

Surveillance System and all other components

commissioned as a part of scope of the project

with the Geographical Information System (GIS).

MSI is required to carry out the seamless

integration to ensure ease of use of GIS in the

Dashboards in Integrated Command & Control

Centres. If this requires field survey, it needs to

be done by MSI. If such a data is already available

with city, it shall facilitate to provide the same.

MSI should check the availability of such data and

its suitability for the project. MSI is required to

update GIS maps from time to time.

of property tax

in excel or

other raw

format , bidder

has to collect

the rest data

and create the

required

layers.

1157. ICCC NIIT

Section -

3.1.11.,

Page

no - 63

Drone based Surveillance High resolution photos

received from the feeds can be stored as records

and can provide valuable evidence for

subsequent analysis. The Solution should also

support drone based GIS surveying & mapping.

In Drone based survelliance, solution should also support drone based

GIS Surveying & mapping. We understand that system must have

capability for drone based survey however, Drone survey for GIS

mapping is not part of the scope of work. If yes, then please clarify the

Scope of drone base

GIS survey and mapping. What data need to collect. Also, Add the

same in BOQ line item.

System should

have capability

for drone

based survey

and bidder

may use the

drone asked in

the RFP for the

survey, if

required.

1158. ICCC NIIT

Section -

3.1.15. Page

number - 74

Base Map Creation Kindly elaborate what data is available with authority that need

migration & incorporation. Please let us know the volume. Does it

require any data cleansing & rectifications.

ASCL will

provide the

available data

of property tax

in excel or

other raw

format , bidder

Page 336: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 336

has to collect

the rest data

and create the

required

layers.

1159. ICCC NIIT

Section -

3.1.15. Page

number - 75

Positional Accuracy: Selected Bidder will check

whether the positional accuracy of the existing

data available with Municipal Corporation /

Smart City is in sync with the Satellite Imagery

provided by Municipal Corporation / Smart City.

Kindly clarify that Bidder is required to procure Satellite imagery or it

will be supplied by Authority/ municipal corporation? As

contradictory responsibility is mentioned in RFP for the same.

Bidder needs

to check the

positional

accurqacy of

the existing

data available

with Muncipal

Corporation

/Smart City

with the

Satellite

imagery if

provided by

Muncipal

Corporation/S

mart City.

1160. ICCC NIIT

Section -

Annexure

B.45..

Page

number - 75

Selected Bidder will collect the available maps

and secondary data from Municipal Corporation /

Smart City (soft copy and or hard copy) namely;

municipal boundary, Zone boundary, Town

survey maps, Field measurement book (if

available), ward boundary maps, slum related

data, sanitation, and basic infra-structural

facilities and land marks, details of Town Planning

Schemes to be incorporated superimposed /

We understand that Aligarh smart city will provide base map layer

data of Pincode polygons, locality and sub-locality polygons as well for

address layer. Kindly confirm.

ASCL will

provide the

available data

of property tax

in excel or

other raw

format , bidder

has to collect

the rest data

and create the

Page 337: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 337

synchronized and corrected suitably to match

current field data;

required

layers.

1161. ICCC NIIT

Section -

Annexure

B.45.. Page

number - 75

Same as above Will Auhtority provide support by providing information available with

various departments of City,

to incorporate them in base-map layer attributes of hospitals, banks,

educational institutions, town

planning etc. Kindly confirm.

Yes , The

Authority will

provide all the

relevant

information to

facilitate the

process

1162. ICCC NIIT

Section -

3.1.15. Page

number - 77

Creation of Data Model Does the datamodel need to be rule based that restricts manual errors

and support for spatial/non spatial rules, relationships, GIS network

based on industry standards with attribute values as a

domain and subtype or this need to be general?

The data

model should

have rules that

restricts

manual error

as

per industry

standards

1163. ICCC NIIT

Section -

3.1.15. Page

number - 80

Bidder will provide three licenses of COTS Based

Standard Desktop GIS and Image Processing

Software for Data creation/Updating and Change

Deduction and Image Classification

We understand there are total three licenses are required for COTS

based standard desktop GIS and Image processing software. Please

clarify?

Only one

license is

required

1164. ICCC NIIT

Section -

3.1.15. Page

number - 80

The bidder has to undertake property survey &

tagging using GIS enabled Survey Mobile

application for all the properties of Municipal

corporation/Smart City and validate the existing

data field available.

Please let us know the number of properties that need to be surveyed

& Geotagged ?

No.of

properties are

around

3,00,000

1165. ICCC NIIT

Section -

MODULE FOR DISASTER FIRE & EMERGENCY

SERVICES MANAGEMENT

Is there any requirement of Emergency analytics & planning such as

water logging analysis in city in

Clause is self

explanatory

Page 338: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 338

3.1.15. Page

number - 87

This system will enable user to do the advance

planning of all possible disasters to control the

situation effectively and rapidly locating the

incident location which requires immediate

rescue and administrative support.

case of heavy rain based on the DEM generations & raster calculation.

With affected area and

routes etc.

1166. ICCC NIIT

Section -

3.1.15. Page

number - 88

MODULE FOR PARK AND GARDENS

MANAGEMENT SYSTEM: It will provide detail

information about the garden and parks available

in the city such as location detail, garden area

number of trees etc.

We understand that the trees within the park facitlity count is the only

requirement and not survey of entire city trees? . Please confirm?

Asked

information is

all about with

in the park

facility.

1167. ICCC NIIT

Section -

Annexure

B.45..

Page

number -

270

Platform for GIS Application Software should be

able to operate on Windows

We request & recommend authority to GIS Application server

software to be operate on cross platform technology including

windows and linux platform and Software must have capability to

operate on both.

Platform for

GIS application

software

should be able

to operate on

Window/Linux.

1168. ICCC NIIT

Section -

Annexure

B.45..

Page

number -

270

Platform for GIS Application Software should be

able to operate on Windows

We request and recommend GIS application server to to support

standard Web server/application server like IIS, Apache, Tomcat,

Oracle HTTP server, etc.

Platform for

GIS application

software

should be able

to operate on

Window/Linux.

1169. ICCC NIIT

Section -

Annexure

B.45..

Page

ODBC compliance enabling interface with RDBMS

like Oracle, SQL server, Access etc. should be

available.

We request and recommend authority to ODBC compliant enabling

interface with cross platform technologies with multiple DBMS

including Oracle, DB2, SQL Server, Postgre SQL, Informix,

Windows Azure SQL Database, IBM Netezza, Tera data etc.

As per RFP

Page 339: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 339

number -

270

1170. Vol. I,

Section 4.14

Quality

standards

and pre-

eligibility

OEM

criteria, Pg

69

a) All quoted OEM should have quality standard

certifications like ISO 9001-2008, ISO 14001, ISO

27001, CMMI 3 certification wherever applicable

to ensure only quality OEM participation, as on

date of RFP release

We understand that ISO 14001 and CMMI certification is applicable

for Service Provider. Kindly modify the quality standards for OEM as

ISO 9001-2008 and ISO 27001 only.

Refer

Corrigendum

No. 5

1171. Vol. II,

Other

expectation

s from SI,

page No. 40

The MSI shall ensure there is a 24x7

comprehensive onsite support for

duration of the contract for respective

components to meet SLA requirement

We understand that MSI is required to provide Comprehensive

support and OEM would be required Onsite if required for any issue

resolution only. Kindly confirm.

As per RFP

1172. Page 69 of

132 of

Volume I:

Instructions

to bidder

should also have a development center in India. should have a development center in India or globally. As per RFP

1173. Page 69 of

132 of

Volume I:

Instructions

to bidder

Each of the proposed OEM should have existing

capability and infrastructure to provide 24x7x365

technical support with Indian Toll or Toll-Free call

in numbers.

will establish a support center in India with required infrastructure

and capability to provide 24x7x365 technical support within 30days of

award of contract

As per RFP

Page 340: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 340

1174. Page 69 of

132 of

Volume I:

Instructions

to bidder

OEM should have spare depot across India for

hardware replacement.

OEM should have spare depot in India for hardware replacement. Refer

Corrigendum

No. 5

1175. Page 69 of

132 of

Volume I:

Instructions

to bidder

a) All quoted OEM should have quality standard

certifications like ISO 9001-2008, ISO14001, ISO

27001, CMMI 3 certification wherever applicable

to ensure only quality OEM participation, as on

date of RFP release.

Request you to remove ISO27001,& CMMI3 because it is applicable

for Software IT Hardware OEM only

Refer

Corrigendum

No. 5

1176. Page 69 of

132 of

Volume I:

Instructions

to bidder

1/2.8''CMOS or Better with min1920X1080 or

better ,25fps or better

Request you to change 1/2.8''OR 1/3'' CMOS or Better with min

1920X1080 or better,25fps or better

As per RFP

1177. Page 69 of

132 of

Volume I:

Instructions

to bidder

Minimum illumination-.05 Lux

(colour),.005Lux(B/W),0 lux with iR illumination

on

Request you to change it .4Lux (colour) .01 Lux (B/W) As per RFP

1178. Volume

II,Annexure

B.3, 162

IPv4, IPv6, TCP/IP, HTTP, HTTPS,RTSP/RTP/RTCP,

IGMP, SMTP, FTP, DHCP, NTP,Quality of Service

(QoS)

Request you to accept to remove QOS Quality of Service (QoS)

protocal and it is proprietary with

specifc Quality of Service OEM Kindly accept, to remove the QOS

Protocol , this change does not affect the functionality of the

system. This is availble with limited & Specific OEM .So request pls

make it standard as per industry standard and accept .Accepting this

clause will allow maximum participation from the leading camera's

OEM's.

As per RFP

Page 341: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 341

1179. Volume

II,Annexure

B.4, 164

IPv4, IPv6, TCP/IP, HTTP, HTTPS,RTSP/RTP/RTCP,

IGMP, SMTP, FTP, DHCP, NTP,Quality of Service

(QoS)

Request you to accept to remove QOS Quality of Service (QoS)

protocol and it is proprietary with

specific Quality of Service OEM Kindly accept, to remove the QOS

Protocol , this change does not affect the functionality of the

system. This is available with limited & Specific OEM .So request pls

make it standard as per industry standard and accept .Accepting this

clause will allow maximum participation from the

leading camera's OEM's.

As per RFP

1180. Volume II,

Annexure

B.1, 159

IPv4, IPv6, TCP/IP, HTTP, HTTPS,RTSP/RTP/RTCP,

IGMP, SMTP, FTP, DHCP, NTP, Quality of Service

(QoS)

Request you to accept to remove QOS Quality of Service (QoS)

protocol and it is proprietary with

specific Quality of Service OEM Kindly accept, to remove the QOS

Protocol , this change does not affect the functionality of the

system. This is available with limited & Specific OEM .So request pls

make it standard as per

industry standard and accept .Accepting this clause will allow

maximum participation from the

leading camera's OEM's.

As per RFP

1181. Volume

II,Annexure

B.31,236

Working temeprature-0 to +60 deg.C Request you to change it -10 to 50deg.C Kindly accept to change it.

This change does not affect the functionality of the system. Accepting

this clause will allow maximum participation from leading Camera's

OEM.

As per RFP

1182. Annexure

B.26

Secondary

storage

Each controller/node should be provided with

minimum 128 GB RAM usable protected data

cache for disk IO Operations. If NAS controllers

with separate controllers additional RAM cache

to be provided. The storage array shall have

complete cache protection mechanism either by

destagingdata to disk/flash or protecting with

NVRAM

Request you to please modify and read the clause as : Each

controller/node should be provided with minimum 64 GB RAM usable

protected data cache for disk IO Operations. If NAS controllers

with separate controllers additional RAM cache to be provided. The

storage array shall have complete cache protection mechanism either

by destagingdata to disk/flash or protecting with

NVRAM. Justification: since the RFP asks for 1ms response

Refer

Corrigendum

No. 5

Page 342: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 342

time from storage increasing the cache will only lead to increase the

cost.

1183. Annexure

B.27

Secondary

storage

Minimum 64 GB cache per controller. Request you to please modify and read the clause as : "Minimum 32

GB cache per controller." Justification: since the RFP asks for 1ms

response time from storage increasing the cache will only

lead to increase the cost.

Refer

Corrigendum

No. 5

1184. Annexure

B.13. DDoS

Solution,

Page

No.178

The solution should support 25 Gbps SSL

Throughput.

Since DDoS appliance will be placed at perimeter before the Firewall &

WAF, the SSL inspection happen will happen either at Firewall or WAF

hence there is no relevance for asking SSL

inspection in DDoS solution as SSL will not be decrypted at perimeter.

25 Gbps throughput on DDoS solution asked is too high and would

inflate the solution overall cost. Kindly mention the throughput which

is inline to the internet bandwidth capacity. It is suggested that the

DDoS

inspection throughputput should be mentioned inline to the size of

the bandwidth being factored.

Refer

Corrigendum

No. 5

1185. Annexure

B.13. DDoS

Solution,

Page

No.178

New Clause Since the DDos appliance placed in perimeter latency play major role

in overall performance.

Request you to ask for: "The proposed applicance should have lower

latency in microseconds "

As per RFP

1186. Annexure

B.14, Next

Generation

Firewall,

Section-2,

Page

No.179

Throughput capacity of firewall under test

conditions should not be less than 50Gbps for

IPV4 & IPV6. Threat Prevention throughput

(Includes Firewall, Application Control, IPS,

Antivirus, Antimalware etc.) capacity of 10 Gbps.

Appliance should support Max 50,000,000

concurrent sessions. Appliance should support at

least 200,000 connections per second. Solution

Today there are many applications which keep running on PCs /

Servers / Laptops and which try to

connect to internet for various downloads like windows updates /

antivirus updates and other

online applications. These application keeps opening sessions

automatically. The firewall should

not become a bottleneck in case of a virus or trojan generating huge

nos of connections. To ensure

Refer

Corrigendum

No. 5

Page 343: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 343

should be based on multi core processors, Should

have adequate memory on day 1 to handle

concurrent connections asked

that the firewall is capable of handling such traffic scenarios it is

important that firewall is capable

of handling very high concurrent sessions and new sessions per

second. "It is suggested that the

"Appliance should support at least double the value of connections

per second as asked in the

RFP"

1187. Annexure

B.14, Next

Generation

Firewall,

Section-2,

Page

No.179

New Clause Since 8 x 1G-T Copper Ports, 8 x 10G SFP ports asked in rfp , the

solution should be capable of processing the traffic while all

interfaces are connectd hence it is suggested that "The solution

should be able to deliver very high Packet per Second in the tune of 50

to 60

Mpps"

As per RFP

1188. Annexure

B.14, Next

Generation

Firewall,

Section-2,

Page

No.179

New Clause Since most of the web traffic will be on encrypted (SSL) It is suggested

that the "The Firewall solution should support SSL Inspection and the

SSL inspection throughput should

be similar to the threat prevention asked"

As per RFP

1189. Annexure

B.15, Anti-

APT

Solution

New Clause Network security applicance deployed at perimeter can be

incorporated with APT solution to share the threat intelligence to each

other for threat detection and mitigation hence It is suggested that

the "Proposed ATP applicance and Firewall should be from same OEM

only"

As per RFP

1190. Annexure

B.16, Web

Application

Proposed WAF module should be from different

OEM than Firewall for

better security.

Today mostly web traffic is encrypted and decryption of traffic is done

at the WAF layer before the

traffic can be inspectied. It is strongly suggested that the WAF

Refer

Corrigendum

No. 5

Page 344: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 344

Firewall,

Section-5,

Page

No.183

solution should be able to scan the for malacious fles / malwares

being uploaded to the server and mitigate the attacks. To acheive this

the WAF should should have inbuilt antivirus and be able to integrate

with the proposed APT solution for zero day threat detection and

mitigation. Kindly allow the WAF vendor to be from same OEM of

Firewall so that the solution can have tight

integration with Pertimeter Security appliance and APT solution to

provide end to end security

1191. Annexure

B.16, Web

Application

Firewall,

Section-5,

Page

No.183

New Clause Considering 4 x 10Gbps interfaces, It is suggested that the WAF

solution should not be part of load balancer or any module in SLB. It is

suggsted that a dedicated WAF applliance should be proposed and not

as part of SLB or ADC solution.

Refer

Corrigendum

No.5

1192. Annexure

B.16, Web

Application

Firewall,

Section-5,

Page

No.183

New Clause Since FortiWeb Deployed in Front of Web Servers. Protection for

automated attacks, malicious sources, DDoS, Phishing, Botnet, Spam,

Anonymous proxies and infected sources It is suggested that the

"Should support scanning for malicious content in file uploads through

integrated antivirus engine and also support integration with on-

premise Sandbox solution to scan and block zero day / unknown

malwares".

As per RFP

1193. Volume 1,

Section 3.5

and Page

number 44

"The Bidder (any member in case of consortium)

shall have successfully executed below

mentioned projects with cumulative value of INR

150 crore in last five (5) years (excluding civil

work): a) Data Center including Servers- Storage

Infrastructure establishment (Min cut- off value

of successfully executed cumulative projects in

this segment is INR 10 Crores) b) Experience in

Request the authoritities to please provide clarity on following points

a) Data Center including Servers- Storage Infrastructure: BSNL is a

MeiTY empanelled cloud service provider having 6 internet cloud data

centers across the country. Being a cloud service provider, BSNL offers

services like data center co-hosting, infrastructure as a service,

platform as a service and software as a service to multiple

government and private instituions. Request the authotities to please

clarify if DC/DR server and storage cloud hosting experience would be

Refer

Corrigendum

No.5

Page 345: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 345

installation of min 500 outdoor cameras (with

300 outdoor camera in a single project) (Min cut-

off value of successfully

executed cumulative projects in this segment is

INR 20 Crores) c) ICCC/Command and control

center (Min cut- off value of successfully

executed cumulative projects in this segment is

INR 5 Crores) d) Intelligent traffic management

(Min cut- off value of successfully executed and

cumulative value projects in this segment is INR

10 Crores) e) e-Municipality/ e-Governance

project (Min cut- off value of successfully

executed cumulative projects in this segment is

INR 5 Crores) f) GIS solution & integration with

smart solutions experience (Min

cutoff value of successfully executed cumulative

projects in this segment is INR 5 Crores)

considered or not. 2) Experience in installation of min 500 outdoor

cameras: Cumulative experience of installing 500 outdoor cameras

demonstrates the capability of the bidder to execute outdoor

surveillance camera projects. In leiu of this, we request the authorities

to reduce the total number of out door cameras from 300 to 200 to

ensure wide participation 3) ICCC/Command and control center:

ICCC/Command and Control Center do not have a clear

defination and are used interchangeabily with other terms like City

Operations Centre/ Operations

Centre/City Control Center/Network Ooperations Center/Security

Operations Center. Request the

authorities to replace ICCC/Command and Control Center to

ICCC/Command and Control

Center/City Operations Centre/ Operations Centre/City Control

Center/Network Ooperations

Center/Security Operations Center 4) Intelligent Traffic Management

System: Request the authorities to please clarifiy the minimum

cut off value and cumulative value of the ITMS projects. As per our

understanding the cumulative

value of multiple ITMS projects should be greater than 10 Cr. 5) e-

Municipality/ e-Governance project: Request the authorities to please

which components can

be considered by e - municipality projects. Can projects like ICT based

Solid waste managaement, E-

SBM platforms, Kiosks, public wifi etc. considered for such projects?

1194. Volume 1,

Section 3.6

and Page

number 48

The Bidder (any member in case of consortium)

shall have successfully executed projects in last

five (5) years (excluding civil work): Each project

should include any three(03) of following

components from below list- 1) Data Center/

Data Recovery 2) Network/LAN/WAN with more

than 50 locations 3) Command and control center

The clause in its current state is very restrictive in nature and would

restrict wide participation in the tender. In leiu of this, we request the

authorities to relax the clause to ensure wider participation. The

components mentioned in the criteria are very limited and does not

provide

enough options for MSI to present different projects. Criteria in its

current state would give undue

Refer

Corrigendum

No. 5

Page 346: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 346

and Security Operations Centre / Network

Operation Centre 4) Laying of fiber network for

min. 100 KMs. Marks shall be allotted as below:

The cumulative value of project should not be

less than 100 Cr.

advantage to certain players andhence should be relaxed Relaxed

Clause: The Bidder (any member in case of consortium) shall have

successfully executed projects in last five

(5) years (excluding civil work): Each project should include any two

(02) of following components from below list- 1) Data Center/ Data

Recovery 2) Network/LAN/WAN with more than 50 locations 3)

Command and control center and Security Operations Centre /

Network Operation Centre

4) Laying of fiber network for min. 100 KMs. Marks shall be allotted as

below: The cumulative value of project should not be less than 100 Cr.

1195. Volume 1,

Section 3.6

and Page

number 49

"The Bidder (any member in case of consortium)

shall have successfully executed projects in last

five (5) years. Each project should include any of

the three(03) components from below list- 1.

Variable Message Sign Board 2. ITMS including

ANPR, RLVD/SVD 3. Emergency Call Box and PA

System, Mobile App/Desktop Portal for Citizen

Services, and Kiosk based government/citizen

services 4. Adaptive Traffic Control System

Number of projects implemented. Marks will be

allotted as follows: No. of Successfully executed

projects 3 = 3 Marks The cumulative value of

project should not be less than INR 60 Cr and

each project should be at least 10 Cr.

The clause in its current state is very restrictive in nature and would

restrict wide participation in the tender. In leiu of this, we request the

authorities to relax the clause to ensure wider participation.

Considering the fact that only 3 members are allowed per consoritum,

it would be

difficult for the 3 consoritum members to show cumulative experience

of such projects. It is request either increase the number of

consoritum members to 4 or relax the criteira to Relaxed Clause: "The

Bidder (any member in case of consortium) shall have successfully

executed projects in last five (5) years. Each project should include any

of the three(03) components from below list- 1. Variable Message Sign

Board 2. ITMS including ANPR, RLVD/SVD 3. Emergency Call Box and

PA System, Mobile App/Desktop Portal for Citizen Services, and Kiosk

based government/citizen services 4. Adaptive Traffic Control System

Number of projects implemented. Marks will be allotted as

follows: No. of successfully executed projects 3 or more = 5 marks No.

of Successfully executed projects 2 = 3 Marks No. of Successfully

executed projects 1 = 1 Marks The cumulative value of project should

not be less than INR 60 Cr and each project should be at

least 5 Cr.

Refer

Corrigendum

No. 5

Page 347: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 347

1196. Volume 1,

Section 3.6

and Page

number 49

The Bidder (any member in case of consortium)

shall have successfully executed minimum 500

outdoor CCTV surveillance systems or ANPR

solution (with one project having minimum 300

outdoor cameras) during last five (5) years.

Markings

Experience in installation of min 500 outdoor cameras: Cumulative

experience of installing 500 outdoor cameras demonstrates the

capability of the bidder to execute outdoor surveillance camera

projects. In leiu of this, we request the authorities to reduce the total

number of out door cameras from 300 to 200 to ensure wide

participation. Considering the fact that only 3 members are allowed

per consoritum, it would be difficult for the 3 consoritum members to

show cumulative

experience of such projects. It is request either increase the number

of consoritum members to 4 or relax the criteira to Relaxed Clause

The Bidder (any member in case of consortium) shall have successfully

executed minimum 500 outdoor CCTV surveillance systems or ANPR

solution (with one project having minimum 200

outdoor cameras) during last five (5) years. Markings

Refer

Corrigendum

No. 5

1197. Volume 1,

Section 3.6

and Page

number 50

The Bidder (any member in case of consortium)

shall have successfullyimplemented/ integrated

minimum two (02) project related to e-

governance which include at least one (01) ULB

/e-municipal services (excluding CCTV system)

and cumulative value of min INR 5 crores per

project during last 5 years.

5) e-Municipality/ e-Governance project: Request the authorities to

please which components can

be considered by e - municipality projects. Can projects like ICT based

Solid waste managaement, E-

SBM platforms, Kiosks, public wifi etc. considered for such projects?

Request the authorities to please clarify if the bidder needs to

demonstrate experience of

cumulative 5 Cr or experience of 5 Cr per project. The criteira in its

current state is unclear The clause in its current state is very restrictive

in nature and would restrict wide participation in the tender. In leiu of

this, we request the authorities to relax the clause to ensure wider

participation. Considering the fact that only 3 members are allowed

per consoritum, it would be difficult for the 3 consoritum members to

show cumulative experience of such projects. It is request either

increase the number of consoritum members to 4 or relax the criteira

to The Bidder (any member in case of consortium) shall have

successfullyimplemented/ integrated

minimum two (02) project related to e-governance which include at

Refer

Corrigendum

No. 5

Page 348: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 348

least one (01) ULB /e-

municipal services (excluding CCTV system) and cumulative value of

INR 5 crores during last 5

years.

1198. Volume 1,

Section 3.6

and Page

number 57

In case project is on-going a certificate from the

Charted Accountant/Statutory Auditor has to be

provided mentioning that 80%

of Capex is complete.

Being a Public Sector Undertaking of National Importance, we are

implementing mission critical

projects of national importance having worth greater than 20,000 Cr.

Considering the fact that such implementation phase of such large

projects are distributed over a large span of time, 10 years in some

instances, it is request to consider greater than 50% capex completion

in such projects. If the criteria is kept at 80%, such projects wont be

considered even if total implementation of greater than 10,000 Cr has

been achieved. There we request the authorities to please relax the

criteria to In case project is on-going a certificate from the Charted

Accountant/Statutory Auditor has to be

provided mentioning that 50% of Capex is complete.

As per RFP

1199. Volume 1

Annexure 9

-

Consortium

Agreement.

Page

number 130

The Parties do hereby undertake to be jointly and

severally responsible for all obligations and

liabilities relating to the Works and in accordance

with the terms of the RFB, Bidding Document and

the Contract Agreement

Request the authorities to remove Joint and Severally responsible

clause. The liability of the consortium members should be limited to

the scope of work of the consortium member. Since the lead bidder

would be the major driving force in the entire implementation and

operations phase, the entire liability of the project should be borne by

the lead bidder. Considering the size of the

project JSL, clause will restrict the participation of MSMEs as a

consoritum member in the bid.

Hence request the authorities to remove this clause

Refer

Corrigendum

No. 5

1200. Addional

Query

Telecom Component forms the backbone of all the Master System

Integration Projects. It has been observed that despite forming a

crucial component of the entire project, telecom comment is not

given due importance as MAF is not mandatory by Telecom Supplier.

Keeping this mind, we request the authorities to even request for MAF

As per RFP

Page 349: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 349

from TSP and ISP. This would bound the MSIs to one particular TSP

and would not lead changing of TSP provides only on the basis of price

after allotment of LOI

1201. Additonal

Query

Considering the fact that ASCL has requested for large number of

projects in Technical Qualification

criteria for scoring maximum marks, it is requested to either change

the number of maximum consortium members from 3 to 4 or even

allow OEM experience to considered for these projects. The tender in

its current state comes out as a very restrictive tender and should be

relaxed to allow

wider participation

Refer

Corrigendum

No. 5

1202. Additional

Query

Request the authorities to consider Global experience as well. Smart

Cities is a relatively new phenomenon in India but has been in

existence for a long time. Considering this, acceptance of global

experience would attract wider participation from various players who

have installed and

commissioned smart solutions across the world. This would help ASCL

in getting benefitted from

global experience of such distinguished players

As per RFP

1203. Additional

Query

Request the authorities to allow for Data Centre on Cloud as it has low

maintenance cost and can be scaled up as per requirement with no

additional hardware deployment

As per RFP

1204. 70 of 581 All quoted OEM should have quality standard

certifications like ISO 9001-2008, ISO 14001, ISO

27001, CMMI 3 certification wherever

applicable to ensure only quality OEM

participation, as on date of RFP

release.

Refer

Corrigendum

No. 5

Page 350: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 350

1205. 292 of 581 ONVIF ONVIF Support ONVIF Profile S compliant

camera can be supported by all the VMS

ONVIF Profile S Compliant As per RFP

1206. 294 of 581 Casing IP67 rated / NEMA 4X , IK10 vandal

resistance Normally all the Reputed OEM have

IP66 rated only for IR Illuminator.

So we request you to change as we mentioned.

IP66 rated / NEMA 4X, IK10 vandal resistance As per RFP

1207. 294 of 581 Safety Certifications CE, FCC, UL, RoHS IR

illuminate normally don't have the UL certificate.

So we request you to remove the UL certification

CE, FCC, RoHS As per RFP

1208. 296 of 581 Alarm 2 alarm input, 1 alarm output In PTZ

camera, 1 alam input is more then enough to

control the external device. So we request you to

change as we mentioned

1 alarm input, 1 alarm output As per RFP

1209. 164 of 581 ONVIF ONVIF Support ONVIF Profile S compliant

camera can be supported by all the VMS

ONVIF Profile S, G Compliant As per RFP

1210. 304 of 581 19" Rack Mountable stack Uplink ports must be

with the option of 10G for better data transfer.

Also RPS not required in access switches, it'll

increase the cost.ble switch with min 24 Nos.

10/100/1000 base-T POE (15.4W) ports and

additional support of 4x1G SFP, support for

external/internal redundant

power supply.

19" Rack Mountable stackable switch with min 24 Nos. 10/100/1000

base-T POE (15.4W) ports and additional support of 4x1G/10G Fiber

Slots.

Refer

Corrigendum

No. 5

1211. 304 of 581 The switch should support dedicated stacking

port separate from uplink ports with 80 Gbps of

stacking bandwidth to put minimum 8 switches

into a single stack group. Extra stacking ports will

The switch should support stacking with 40 Gbps of stacking

bandwidth to put minimum 8 switches into a single stack group.

As per RFP

Page 351: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 351

increase the cost so better to use the 10G uplink

ports

1212. 306 of 581 The switch should support NEBS It is supported

by the specific OEM only

Please remove this As per RFP

1213. 306 of 581 The Switch should be EAL3/ NDPP certified These

are good for Firewall and Security devices

Please remove this As per RFP

1214. 367 of 581 OEM Experience OEM should have experience

with ANPR projects in India and should

have at least done 3 such projects. Proper

documents should be submitted to prove. Kindly

consider the changes

OEM should have experience with ANPR projects in India and should

have at least 1 such project with 1 crore value

As per RFP

1215. 398 of 581 Certifications CE, FCC, UL EN 60950-1 CE & FCC

are the sufficient certificates for the field

switches

CE, FCC As per RFP

1216. 398 of 581 EMC Compliance FCC, IEC/ EN 61000-(3-2, 3-3, 4-

2 to 4-6, 4-8, 4-11), RoHS

FCC is the sufficient certificates for the field switches As per RFP

1217. Volume

1,Annexure

B.54.

Antivirus

with EDR & HIPS, 442 ,Annexure B.54. Antivirus

with EDR & HIPS

The solution has three or more solution combined together to favour

single OEM. OEMs in individual space of AV/HIPS/EDR will not be able

to participate in the RFP. We request to divide the specifications into

three different solutions.

As per RFP

1218. Volume

1,Annexure

B.54.

Antivirus

The solution should provide layered defence with

Signature-based antivirus, Network Threat

Protection, Browser protection, Machine

Learning, Exploit mitigation, device controls &

application control and should eradicate malware

on a system to protect against viruses, worms,

Trojans,

Signature based technologies are passe, signature less, kernel level

protection provides better protection than signature based solution

and need to be updated 24x7. We suggest to allow signatureless OEM

to participate which provide application/process behaviour control

and whitelisting, endpoint malware and Command and Control

As per RFP

Page 352: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 352

spyware, bots, adware, and rootkits. with EDR &

HIPS, 442

detection and blocking, forensics

support.

1219. Volume

1,Annexure

B.54.

Antivirus

The Solution should check for the existence for

antivirus software, patches, hot fixes, and other

security requirements. For example, the policy

may check whether the latest patches have been

applied to the operating system. with EDR &

HIPS, 442

This is OEM Specific. Patch management is not part of Endpoint

protection. Solution should protect from exploits which can exploit

missing patches. We request you to remove or rephrase the

specification to : "The Solution should provide protection against

malware when the patches are missing." More over this contradicts

with Spec : 25 on page 443.

As per RFP

1220. Volume

1,Annexure

B.54.

Antivirus

If any endpoint is having more than three days

older virus definition and if such endpoint tries to

connect the network, then the solution must

immediately install latest virus definition by

connecting to the endpoint management server

with EDR & HIPS, 442

This is a OEM Specific. If solution provides better protection with

signature less technology, then

this specification does not hold valid. We request you to rephrase the

specification to allow other OEMs to participate : "If any endpoint is

having more than three days older virus definition and if such

endpoint tries to connect the network, then the solution must

immediately install latest virus definition by connecting to the

endpoint management server or provide signatureless solution to

protect endpoints and servers"

As per RFP

1221. Volume

1,Annexure

B.54.

Antivirus

If the host is non-compliant with the policies, the

solution must automatically initiate remedial

action, which may include running isolating it

from network, downloading and

executing/inserting a software, running scripts,

by setting required registries keys. The solution

should recheck host for compliance after

remediation and grant access for the compliant

host to the network. with EDR & HIPS, 442

This is OEM specific and will work for Windows only while the

protection asked is for Linux and mac also. We request you to delete

the specification.

Refer

Corrigendum

No. 5

1222. Volume

1,Annexure

The solution should utilize multiple detection

approach by combining virtualization and

emulation to capture more malicious behavior

This is OEM specific. Request you repharse the specification to allow

other OEMs to participate to

"The solution should utilize multiple detection approach by combining

As per RFP

Page 353: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 353

B.54.

Antivirus

across a wider range of custom environments.

with EDR & HIPS, 442

virtualization and emulation to capture more malicious behavior

across a wider range of custom environments orZero Trust polices to

lock down endpoints"

1223. Volume

1,Annexure

B.54.

Antivirus

Solution should perform analysis on “known" &

"unknown" content. Scanning files using

whitelisting, file hash reputation, & static code

analysis looking for known good & known bad

content and send unknown files & URLs to

sandbox for determination in a customized

sandbox environment. with EDR & HIPS, 442

This is APT/ATP functionality and favours OEMs which have the

solution. We request you to have this in APT/APT functionality or

remove for Anti-virus.

As per RFP

1224. Volume

1,Annexure

B.54.

Antivirus

The solution should manage single license for

windows, linux and mac Operating Systems and

management server should not be separate.

with EDR & HIPS, 443

We understand that single license for servers and endpoint

protection. Is our understanding

correct?

As per RFP

1225. Volume

1,Annexure

B.54.

Antivirus

The solution should detect malware that evades

detection by using polymorphic custom packers

by unpacking in a light weight virtual

environment with no performance over-head.

with EDR & HIPS, 443

OEM specific. Request you to remove the same. As per RFP

1226. Volume

1,Annexure

B.54.

Antivirus

The solution should have dashboard with search

capabilities, sandbox execution time, event

count, tasks complete and risk scores over say

last 24 hours. with EDR & HIPS, 443

This is an APT/ATP specification. Request you to move it to ATP/APT

section or create one to have other OEMs to participate.

As per RFP

1227. Volume

1,Annexure

B.54.

Antivirus

The solution should have the ability to find

whether the endpoint is out of compliance and

should accomplish remediation, either via self-

contained capabilities or integration with

external resources with EDR & HIPS, 443

This is OEM Specific. Please delete this specification. As per RFP

Page 354: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 354

1228. Volume

1,Annexure

B.54.

Antivirus

The solution’s EDR should be able expose

advanced attacks with precision machine

learning, behavioral analytics and threat

intelligence minimizing false positives. with EDR

& HIPS, 443

False positives come when the engine is making guess about the

malware, with signature less technology, there are no guesses and

provides better protection. We suggest to remove this or

move it into APT/ATP section.

As per RFP

1229. Volume

1,Annexure

B.54.

Antivirus

The proposed solution should support endpoint

quarantine from network and bring back the

endpoint after remediation using ATP

management platform with EDR & HIPS, 443

OEM specific. Request you to remove the same. Refer

Corrigendum

No. 5

1230. Volume

1,Annexure

B.54.

Antivirus

Solution should be able to perform EDR and

targeted attack protection without installing any

additional agents with EDR & HIPS, 443

OEM specific. Request you to move to ATP/APT section. As per RFP

1231. Volume

1,Annexure

B.54.

Antivirus

Has out of the box Host IDS and IPS Policies.

These prebuilt policies for Windows/Linux

environments should monitor and prevent

suspicious server activity. with EDR & HIPS, 443

As per our specifications metioned, polices mentioned are for

windows, linux and mac. Wanted to know if these are required for all

the three OS. We understand that this is server protection

specification. Moreover, server protection license is separate from the

endpoint license (desktop/laptop/pc) which then contradicts

specifications 11 on page 442

As per RFP

1232. Volume

1,Annexure

B.54.

Antivirus

Has sandboxing and process access control to

prevent against a new class of threats utilizing

comprehensive IPS protection. Must not be

dependent on signatures for protecting server

from malware. with EDR & HIPS, 443

This is server protection solution. This again contradicts specifications

of antivirus mentioned under Annexure B.54.

Refer

Corrigendum

No. 5

1233. Volume

1,Annexure

B.54.

Antivirus

The solution should automatically detects what

location a system is connecting from, such as a

hotspot, wireless network, or VPN and adjusts

This is an OEM specific and restricts to allow other OEMs to

participate.

As per RFP

Page 355: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 355

the security to offer the best protection for the

environment. with EDR & HIPS, 442

1234. Volume

1,Datacentr

e,231

16) MSI must ensure that virtual machine is into

separate network tenant and virtual LAN. Also,

Micro segmentation shall be part of solution

architecture which enables the fine grained

security policies to be assigned to data centre

applications down to workload level.

Usually zones are created using VLAN and ACL, but they are highly

insecure. They define VLANs network traffic isolation policy, but they

are not technologically capable of preventing a malicious

actor moving between zones and gaining access to privileged. More

importantly, VLANs, subnets, and ACLs have all proven to be

cumbersome and time consuming to configure, deploy, and manage.

Maintaining compliance becomes challenging. To overcome these

challenges, it is suggested to have host based zoning - work-load

centric, network-agnostic and hypervisor-

agnostic which will provide following benefits and improves

complinace and security : 1. Solution allows applications/servers to be

grouped into a logical group (zones) based on the

business function as opposed to technical, infrastructure or network

related attributes and parameters. 2. Solution controls lateral

movement by detecting unauthorized traffic between zones and uses

host as an enforcement point to prevents the spread of breaches. 3.

Solution provides visibility of applications running across all data

centers, clouds, hypervisor, or baremetal servers and gain a better

understanding of zone dependencies and application relationships. A

built in tightly integrated component visualization provides policy

modeling, creation, and validation, as well as the identification of

potential policy violations which may not be

possible in VLAN/ACLs 4. Solution provides policies that can extend

across multiple applications, environments, and

locations for uniform security anywhere, on anything and applied

without infrastructure or

application changes. 5. Solution is operating system agnostic,

hypervisor and works uniformly on bare metal, virtual, or

As per RFP

Page 356: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 356

containerized infrastructure across multiple applications, locations or

environments.

1235. Volume 1,

2.3. Survey,

Design

Considerati

on for

finalization

of

detailed

technical

architecture

and project

plan, 164

General To ensure that there is no other way to access customer applications,

it is necessary to provide

situational awareness with visibility to the potential application

connections within a data centre

that a bad actor can leverage. We suggest to have a solution which

will provide host based, infrastructure agnostic zoning with following

benefits: 1. Solution to visualize a map of web applications and their

associated software vulnerabilities within them and compute an

exposure score based on the number of application workloads that

can communicate with a vulnerable port. 2. Classify vulnerable

workloads based on the role they play in an application, the

application that they are part of, their environment, and location. 3.

Solution to provide probe maps that give an application-centric,

dynamic view of vulnerabilities

across all bare-metal, virtualized, containerized, and cloud

environments. 4. Solution to provide real-time visualization into how

vulnerable applications are communicating

with one another by integrating with leading third parties vulnerability

assessment . Contextualize

how vulnerabilities may be exploited by bad actors and help you

prioritize your security decisions

by combining vulnerability data and application traffic in real time.

As per RFP

1236. Volume: 2

Annexure B:

Minimum

Techno-

Functional

Requiremen

Annexure B.1. Fixed Surveillance Camera

16. Safety Certifications: UL , CE, FCC, ONVIF

UL/IS certificate are equivalent certificate for safety based on

American/Indian standard

respectively. For reference please find enclosed the MHA Letter which

also states that these certificate are

equivalent to each other. DOT policy also states that domestic

manufacturer should not be barred from participation due to

mandatory requirement of certifiaction from foreign lab, ref Page 13,

As per RFP

Page 357: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 357

ts Page No:

159- 160

point 10 of DOT policy. "For any telecom product, service and work as

in Table-A, the procuring entity should not specify

to bidder to mandatory qualify any foreign eligibility specifications or

certification(s) issued by

any foreign testing/security lab(s)." Requesting you to please accept

the following and amend the clause as under:

CE, FCC & UL/IS-13252-1

1237. Volume: 2

Annexure B:

Minimum

Techno-

Functional

Requiremen

ts Page No:

161

Annexure B.2. IR Illuminator - Field Location 6.

Safety Certifications: CE, FCC, UL, RoHS

As per RFP

1238. Volume: 2

Annexure B:

Minimum

Techno-

Functional

Requiremen

ts Page No:

162- 163

Annexure B.3. Surveillance Camera - PTZ 25.

Safety Certifications: UL , CE, FCC, ONVIF

As per RFP

1239. Volume: 2

Annexure B:

Minimum

Techno-

Functional

Requiremen

Annexure B.4. Indoor Dome Camera 16. Safety

Certifications UL , CE, FCC, ONVIF

As per RFP

Page 358: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 358

ts Page No:

162- 163

1240. Annexure

B.5.

B.4.Internet

Router

Router Should have minimum 35 Gbps

throughput from day 1 with minimum 50 Mbps

with services on IPv4 and IPv6. Route Processors

should have minimum 4GB of flash memory, 4GB

of RAM/DRAM

Router Should have minimum 35 Gbps throughput from day 1 with

minimum 50 Mbps with services on IPv4 and IPv6.

As per RFP

1241. Annexure

B.5.

B.4.Internet

Router

Minimum 6 x Gigabit Ethernet routing ports with

copper transceiver and 4x Gigabit Ethernet Ports

(Supporting long haul and short haul SFP). Should

support wide variety of interfaces including 10G,

OC3,OC48, DS3, ChE1/T1 WAN interfaces, should

support 4 x 10G ports.

Minimum 6 x Gigabit Ethernet routing ports with copper transceiver

and 4x Gigabit Ethernet Ports

(Supporting long haul and short haul SFP). Should support wide variety

of interfaces including 10G,

40G, should support 4 x 10G ports.

As per RFP

1242. Annexure

B.5.

B.4.Internet

Router

Certifications: EAL3/ NDPP or above Certified Request you to delete this clause As per RFP

1243. Annexure

B.6. Core

Router

Software based Logical Routers to segment a

router into multiple administrative and routing

domains, so that two completely different

organizations can share infrastructure should be

offered

Request you to delete this clause As per RFP

1244. Annexure

B.6. Core

Router

Should support Bridge domain and virtual switch. As this is core router, hence request you to delete virtual switch

clause.

Refer

Corrigendum

No. 5

Page 359: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 359

1245. Annexure

B.6. Core

Router

Shall support NAT64 and IPv6 Tunnelling Shall support NAT64 As per RFP

1246. Annexure

B.6. Core

Router

3M Ipv4 routing entries per system 1.5M Ipv4 routing entries per system As per RFP

1247. Annexure

B.6. Core

Router

2 M Ipv6 routing entries per system 1.5 M Ipv6 routing entries per system As per RFP

1248. Annexure

B.6. Core

Router

15 logical routers Request you to delete this clause Refer

Corrigendum

No. 5

1249. Annexure

B.6. Core

Router

Router should be NEBS certified Request you to delete this clause As per RFP

1250. Annexure

B.6. Core

Router

The router should be EAL 3/NDPP certified under

Common Criteria.

Request you to delete this clause As per RFP

1251. Annexure

B.7. Core

Switch

Should have 4 GB DRAM and 250,000 Nos. of

MAC addresses and 4K VLAN, minimum 500,000

Route entries for IPv4 and IPv6. Should support

100,000 IPv4/IPv6 multicast routes

Should have 250,000 Nos. of MAC addresses and 4K VLAN, minimum

500,000 Route entries for IPv4 and IPv6. Should support 1,000

IPv4/IPv6 multicast routes

As per RFP

1252. Annexure

B.7. Core

Switch

Certification: EAL3/ NDPP or above Certified Request you to delete this clause As per RFP

Page 360: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 360

1253. Annexure

B.8. Access

Switch

The switch should support dedicated stacking

port separate from uplink ports with 80 Gbps of

stacking bandwidth to put minimum 8 switches

into a single stack group.

Request you to delete this clause As per RFP

1254. Annexure

B.8. Access

Switch

The switch should be IPv6 ready Request you to delete this clause As per RFP

1255. Annexure

B.9. L3 Fibre

Switch

Should have Control plane (DoS) protection Request you to delete this clause As per RFP

1256. Annexure

B.9. L3 Fibre

Switch

The switch should support MACsec, SSH v1 & v2

and Dynamic ARP inspection

The switch should support MAC based ACL, SSH v1 & v2 As per RFP

1257. Annexure

B.9. L3 Fibre

Switch

Layer3 routing protocols like Static, RIP, OSPF,

RIPnG, OSPFv3 from day 1 for the solution.

Layer3 routing protocols like Static, RIP, OSPF, OSPFv3 from day 1 for

the solution.

Refer

Corrigendum

No. 5

1258. Annexure

B.9. L3 Fibre

Switch

The switch should support MPLS, L2 and L3 VPN

and IPv6 Tunnelling

The switch should support MPLS, L2 and L3 VPN As per RFP

1259. Annexure

B.9. L3 Fibre

Switch

The switch should support NEBS Request you to delete this clause As per RFP

1260. Annexure

B.9. L3 Fibre

Switch

Switch should be stackable/VPC/Equivalent (All

accessories to be provided from day 1)

Request you to delete this clause As per RFP

Page 361: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 361

1261. Annexure

B.9. L3 Fibre

Switch

The Switch should be EAL3/ NDPP certified Request you to delete this clause As per RFP

1262. Mechanical Enclosure Single enclosure with all components inside or simplified mounting

and should be Compliant as per IP-64 and ROHS standards.

As per RFP

1263. Data validity and stabilization Sensors must ensure data of sensors is valid and not require

stabilization times in case of power outages less than 5 hours.

As per RFP

1264. Environment Sensor System Processor The Environmental Monitoring system should have Intel Quark, 400

MHz or higher end processor to support over the air update (OTA) and

remote diagnostics.

As per RFP

1265. Certificates The Environmental Monitoring System should be certified as per CE

,FCC and safety standards complies to UL62368-1, CSA C22.2 and

system should ensure data security with multi layered

security

As per RFP

1266. OEM Qualification Criteria A) OEM should have a valid CMMI level 5 As per RFP

1267. OEM Qualification Criteria B) OEM should have the following certificates: As per RFP

1268. OEM Qualification Criteria a. ISO 9001:2015 As per RFP

1269. OEM Qualification Criteria b. ISO 27000:2013 As per RFP

1270. OEM Qualification Criteria C) OEM should be located in India and product should be “Made in

India”.

As per RFP

1271. OEM Experience OEM should have been installed minimum 50 No's of Environment

Sensor in India for a single smart city project and maintained the

sensor network for more than 12months.

As per RFP

Page 362: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 362

1272. REQUEST

FOR

PROPOSAL

FOR

SELECTION

OF MASTER

SYSTEM

INTEGRATO

R FOR

IMPLEMENT

ATION OF

INTEGRATE

D

COMMAND

&

CONTROL

CENTER

AND e-

GOVERNAN

CE BASED

SMART CITY

SOLUTION

AT

ALIGARH_V

olume 1 -

Scope of

Work :

Tender should have a clause saying that GOI

Preferential Market Access Policy to promote

domestic manufacturing under Make in India is

applicable in this project- as per the following

notifications a. Notification No.8(78)/2010-

IPHW dated 10 Feb 2012 b. DoT notification

No.18-07/2010-IPdated 05 Oct 2012 c.

Guidelines issued by DeitY vide No.8(78)/2010-

IPHW dated 12Jun 2013. d. Notification issued

by DeitY vide No.33(3)/2013-IPHW dated 23Dec

2013. e. Guidelines issued by DeitY vide

No.33(7)/2015-IPHW dated 16th

November,2015. This PMA policy is made

mandate by MoUD via notification D.O. No. K-

14012/101(17)/2017-SC-III-A dated 27th April

2017. Please do confirm the implementation of

the policy.

We would like to bring to your notice that Government of India has

come up with a Preferential Market Access Policy giving preference to

domestic manufacturers in all government funded projects. In

addition, the policy dated 23rd December,2013 vide clause 4.3.4

states that the tender

conditions would ensure that domestically manufactured electronic

products are encouraged and are not subjected to restrictive product

specifications or mandatory requirement of prior

experience. In view of the same, we request you to include the

implementation of PMA policy on this tender and help in creating a

stronger domestic industry. Many of the government projects are

already covered under the Policy.Enclosed are various copies of

tenders where PMA policy is already appearing in the tender. In view

of this, we request you for Implementation GOI Preferential

Market Access Policy to promote domestic manufacturing under Make

in India- as per the following notifications a. DIPP Notification dated

15th June 2017 b. DoT Notification dated 28th August 2018 c.

Notification No.8(78)/2010-IPHW dated 10 Feb 2012 d. DoT

notification No.18-07/2010-IPdated 05 Oct 2012 e. Guidelines issued

by DeitY vide No.8(78)/2010-IPHW dated 12Jun 2013. f. Notification

issued by DeitY vide No.33(3)/2013-IPHW dated 23Dec 2013. g.

Guidelines issued by DeitY vide No.33(7)/2015-IPHW dated 16th

November,2015. Below Tender Documents/clarifications reference

mentions PMA policy:- 1. RailTel Corporation of India Limited - Tender

No. RailTel/Tender/OT/CO/Project/2012- 13/211 - Clause 23 (Page-50)

2. BSNL Indian Navy Tender - CA/CNP/NCN-EQPT/T-464/2014 DATED

31 JAN 2014 Clause 4.1.6 (Page-6) 3. Raipur Smart City -

108/RSCL/ITMS-ICCC/2017-18, dated 21/04/2017 4. BSNL Indian Navy

Tender - CA/CNP/NCN-EQPT/T-464/2014 DATED 31 JAN 2014 Clause

4.1.6 (Page-6) 5. Bhubaneshwar Smart City - BSCL/243/16/620, dated

4th March 2017

As per RFP

Page 363: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 363

1273. _Volume-

II, Scope of

Work -

Annexure

B.8. Access

Switch:

Page

171 of 366

19" Rack Mountable stackable switch with min

24 Nos. 10/100/1000 copper input POE/PoE+

(15.4W) ports and additional support of 4x1G

SFP, support for external/internal redundant

power supply.

We would like to bring in your notice that 24*1G Ports will be catering

to traffic of 24G and considering 4*1G ports, it will be a bottle neck to

the network from day 1 itself. We recommend to consider 4*10G

ports of uplink so that there is ample of bandwidth at uplink to handle

client traffic.

Additionally external power supply should be removed as it occupies

additional space in the rack and doesn't provide the resiliency that

internal power supplies provide. Kindly consider to amend

the clause as "19" Rack Mountable stackable switch with min 24 Nos.

10/100/1000 copper input POE/PoE+ (15.4W/30W) ports and

additional support of 4x10G SFP, support for internal redundant field

replacable power supply." Kindly confirm.

Refer

Corrigendum

No. 5

1274. II, Scope of

Work -

Annexure

B.8. Access

Switch:

Page

171 of 366

Annexure B.8. Access Switch : 2. Switch should

support for minimum 96

Gbps of forwarding throughput & minimum 70

mbps forwarding rate

We would like to bring in your notice that switching Capacity is

calculated as 2*No. of 1G ports (bidirectional Traffic). For 24+4 1G

ports, maximum possible switching capacity is 56 Gbps. Forwarding

rate is calculated as total no. of 1G ports X 1.488. For the asked switch

of 24+4 1G ports, maximum forwarding rate possible is 41.664 Mpps.

Kindly consider to amend the clause as

"Switch should support for minimum 56 Gbps of forwarding

throughput & minimum 40 mbps forwarding rate". Please confirm.

As per RFP

1275. Volume-

II, -

Annexure

B.8. Access

Switch:

Page

171 of 366

Annexure B.8. Access Switch : 11

The switch should be IPv6 ready

We would like to bring in your notice that IPv6 ready refers in the

process of IPv6 certification. Currently very limited OEMs are under

the process as inception of complete IPv6 network is relatively less.

However, the hardware available currently is IPv6 supportive. In line

to same we

request to kindly consider to ammend the clause as "The switch

should be IPv6 Feature ready". Please confirm.

As per RFP

Page 364: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 364

1276. _Volume-

II, -

Annexure

B.9. L3 Fibre

Switch:

Page 172 of

366

Annexure B.9. L3 Fibre Switch: 15. The switch

should support MACsec, SSH v1 & v2 and

Dynamic ARP

inspection

We would like to rquest to Kindly amend the clause as " The Switch

should support SSHv1 & v2 and Dynamic ARP inspection". Please

confirm.

As per RFP

1277. _Volume-

II, -

Annexure

B.9. L3 Fibre

Switch:

Page 172 of

366

Annexure B.9. L3 Fibre Switch: 17. Layer3 routing

protocols like Static, RIP, OSPF, RIPnG, OSPFv3

from day 1 for the solution.

We would like to bring in your notice that RIP is an outdated protocol

and no more used in the network. Moreover usually out of multiple

protocols, only one routing protocol will be typically deployed. Kindly

consider to ammend the clause as "Layer3 routing protocols like

Static, OSPF, RIPnG, OSPFv3 from day 1 for the solution." Kindly

confirm.

Refer

Corrigendum

No. 5

1278. Volume-

II, -

Annexure

B.9. L3 Fibre

Switch:

Page 173 of

366

Annexure B.9. L3 Fibre Switch: 36. The Switch

should be EAL3/ NDPP certified

We would like to bring in your notice that the said certifications are

specific to US market and are available with foreign OEMs only.

Moreover the labs to conduct such tests are not in India. In recent

guidelines released by MoHUA and DoT, it is highlighted and outlined

that such certificate

requirements become restrictive to domestic OEMs and shall be

excluded. Kindly consider to remove the certificate requirement.

Please confirm.

As per RFP

1279. _Volume-

II, -

Annexure

B.9. L3 Fibre

Switch:

Page 173 of

366

Annexure B.9. L3 Fibre Switch: 34. The switch

should support NEBS

We would like to bring in your notice that the said certifications are

specific to US market and are available with foreign OEMs only.

Moreover the labs to conduct such tests are not in India. In recent

guidelines released by MoHUA and DoT, it is highlighted and outlined

that such certificate

requirements become restrictive to domestic OEMs and shall be

As per RFP

Page 365: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 365

excluded. Kindly consider to remove the certificate requirement.

Please confirm.

1280. II, -

Annexure

B.42. Field

Switch:

Page

173 of 366

Annexure B.42. Field Switch 6. Standards :

IPv4/IPv6, IEEE1588v2 PTP, IEEE 802.3af,

802.3at,802.3az,

NTP, PTP

We would like to bring in your notice that PTP clock is normally used

in carrier grade network where clock synchronization is critical to the

network and is available with expensive high grade network

equipments. In the access layer network, such implementations are

recommended to use

NTP. Kindly consider to ammend the clause as "IPv4/IPv6, IEEE

802.3af, IEEE 802.3at, 802.3az, NTP". Please confirm.

As per RFP

1281. VOLUME-II,

Section no.

4.5, page

no. 113

Corresponding lightning arrester shall be erected

for the entrance cables of power line, video line,

data transmission cables.

REMARKS- It is important to Specify at-least 3 parameters of Lightning

Arresters/Surge Protection Devices to be used for Indian power supply

conditions i.e. Wiring Configuration, Voltage and Current Ratings as

suggested for the Power lines. Without the mention of above and the

point of

installation, it may lead to insufficient protection which may not add

the required value. Pluggability in these devices will be an added

benefit.

As per RFP

1282. Suggested specifications: Pluggable Type 1+2 SPD shall be installed as

per TT system wiring conforming to IEC/EN 61643-11 for all single &

three phase power lines including the power supply to Command

Control Centres. The device shall be suitable for handling Nominal

discharge current

(8/20 μs) (In) of 30KA and Lightning impulse current (10/350 μs) (Iimp)

of 10KA.

As per RFP

1283. Type 2 Pluggable SPD suitable for TT system wiring conforming to

IEC/EN 61643-11 shall be installed for all single phase and DC power

lines including that of UPS etc. The device shall be suitable for

handling Nominal discharge current (8/20 μs) (In) of 10KA between

and maximum discharge current (8/20 μs) (Imax) of 20KA.

As per RFP

Page 366: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 366

1284. VOLUME-II,

Section no.

4.5, page

no. 113

Data line protection shall be used for security

system, server data path and other

communication equipment. Data line protection

shall be installed as per zone defined in

REMARKS - Here also it is important to give basic values of surge

Current Handling values of SPD and important to mention which type

of SPD to be used for which application

As per RFP

1285. IEC 62305. Type 2+3 device shall be used for protection of RS485 data lines &

other telecommunication lines. The device shall have nominal

discharge current In (8/20 μs) core-core of 5KA and total discharge

cores-PE of 10KA.

As per RFP

1286. Type 3 device conforming to EN 61643-21 shall be used for all

Ethernet, POE (Power over Ethernet) and network dataline

transmission systems. The device shall have nominal discharge current

(8/20 μs) between L-L of 200A and between L-PE of 1.5 KA.

As per RFP

1287. VOLUME-II,

Section no.

4.5, page

no. 113

MSI shall comply with lightning-protection and

anti –interference measures for system structure,

equipment type selection, equipment

Earthing, power, signal cables laying.

REMARKS - No details about humidity & temperature inside the

control panels or distribution panels can be found here. For Indian

Conditions, it is important to give the appropriate specs for climate

conditioning of the control panels which are connected outdoors. We

request to add few specifications of Temperature & humidity

monitoring inside the control & distribution panels with the help of a

thermostat or Hygrostat.

As per RFP

1288. Suggested specifications: All the cabinets should be equipped with a

DIN rail mountable Thermostat & Hygrostat to monitor and control

both temperature & humidity with a 10A potential free output to

generate alarm or activate a space heater up to 100W.

As per RFP

1289. VOLUME-

II,Annexure

B.14. Next

Generation

Firewall,

Security Management: A separate centralized

management appliance/software needs to be

provided for management and logging

of NGFW appliance. In case other security

components like APT solution etc. are from the

This clause is restricting dedicated APT solution providers from

participating in RFP and only favouring NGFW vendors. Hence its a

humble request to amend existing clause as below : The clause should

read as: Security Management: A separate centralized management

appliance/software needs to be provided for management and logging

As per RFP

Page 367: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 367

Page no.

180

same OEM then a single centralized

management, logging (and not multiple

management system) should manage all such

security devices. Security management Hardware

can be an OEM appliance or dedicated server

with software. The hardware appliance should

have minimum 2 TB Hard disk and minimum dual

10/100/1000 Mbps network port. The central

management console and should be able to

handle 5000 log/sec.

of NGFW appliance. Security management Hardware can be an OEM

appliance or dedicated server with software. The hardware appliance

should have

minimum 2 TB Hard disk and minimum dual 10/100/1000 Mbps

network port. The central management console and should be able to

handle 5000 log/sec

1290. VOLUME-

II,Annexure

B.15.

Anti-APT

Solution,

Page no.

182

The APT appliance should be a purpose built on

premise appliance based solution with integrated

support for sandboxing. Cloud based

solution will not be accepted.

APT is a dedicated sophisticated technology to cater unknown/zero

day specific threats using sandbox technology which require dedicated

H/W resources to learn and analyse malicious packet. Hence it is

always recommended that APT as a technology should not be deliverd

as a partial functionality bundling with other security layers as it will

not surve the purpose of RFP. The clause should read as: The APT

appliance should be a purpose built dedicated on premise appliance

based solution with integrated support for sandboxing. Cloud based,

CPU /Chip based function and network perimeter

security component part devices like UTM and NGFW solution will not

be accepted.

As per RFP

1291. VOLUME-

II,Annexure

B.15.

Anti-APT

Solution,

Page no.

182

The quoted APT OEM must have NSS Lab’s

Recommended rating as per breach detection &

prevention system report.

To test the effectivity of APT solution NSS publish both breached

detection as well as breach prevention system test report as catering

unknown threat is a strategy adapted by OEM to detect and mitigate

threat. Hence it a humble request to consider both the NSS test Lab

reports to allow maximum participation of best in the breed solution

providers. The clause should read as: The quoted APT OEM must have

NSS Lab’s Recommended rating as per breach detection/prevention

system report.

As per RFP

Page 368: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 368

1292. VOLUME-

II,Annexure

B.15.

Anti-APT

Solution,

Page no.

182

The APT appliance should support at least 24

virtual machines running simultaneously

APT solution should have scalable sandbox capbility to handle future

traffic needs of Smart City without replacing appliance along with an

unified agent to provide holistic protection from kown and unknown

theats at endpoint level. The clause should read as: The APT appliance

should support at least 24 virtual machines scalable up to 60 running

simultaneously having an endpoint security component with

functionalities (Antivirus, Vulnerability Protection, Data loss,

Application control and EDR ability to automatically block/Quarantine

zero

day malwares by sharing Indicators of Compromise.

As per RFP

1293. VOLUME-

II,Annexure

B.15.

Anti-APT

Solution,

Page no.

182

The solution must be able to detect and report

malware by using multiple images of Windows

XP, 7, 8, 10 etc.

To achieve holistic protection APT solution should inspect/analyze

malicious packet pertaining to server class operating systems along

with Laptop/Desktop OS. APT solution not having capability to analyze

unknown threat lies in server class OS will going to

bypass the threat without inspecting malicious packet. Hence its a

humble suggestion to include server class OS as supported sandbox

image. The clause should read as: The solution must be able to detect

and report malware by using multiple images of Windows XP, Win7,

Win8/8.1, Win 10, Windows Server 2003, 2008, 2012, Mac OS

Refer

Corrigendum

No. 5

1294. VOLUME-

II,Annexure

B.54.

Antivirus

with EDR &

HIPS, Page

no. 309

If the host is non-compliant with the policies, the

solution must automatically initiate remedial

action, which may include running isolating it

from network, downloading and

executing/inserting a software, running scripts,

by setting required registries keys. The solution

should recheck host for compliance after

remediation and grant access for the compliant

host to the network.

Specification is favouring particular OEM and restricting us from

participation. Hence it’s a humble request to amend the current

clause as below : The clause should read as: The solution must

automatically initiate remedial action, which may include running

isolating it

from network.The solution should recheck host for compliance after

remediation and grant access for the compliant host to the network.

Refer

Corrigendum

No.5

Page 369: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 369

1295. VOLUME-

II,Annexure

B.54.

Antivirus

with EDR &

HIPS, Page

no. 309

Solution should provide anomaly detection to

detect and report on suspicious information

found in a file. Preferable capabilities to include,

TLS callback activity, CVE and exploit detection,

shell-code detection, debugger detection,

watermark tampering, and non-standard file

alignment, RFC compliant etc

Specification is favouring particular OEM and restricting us from

participation. Hence it’s a humble request to amend the current

clause as below : The clause should read as: Solution should provide

anomaly detection to detect and report on suspicious information

found in a file. Preferable capabilities to include, CVE and exploit

detection and should have pre and post

execution machine Learning

Refer

Corrrigendum

No.5

1296. VOLUME-

II,Annexure

B.54.

Antivirus

with EDR &

HIPS, Page

no. 309

The proposed solution should support endpoint

quarantine from network and bring back the

endpoint after remediation using ATP

management platform

Specification is favouring particular OEM and restricting us from

participation. Hence it’s a humble request to amend the current

clause as below : The clause should read as: The proposed solution

should support endpoint quarantine from network and bring back the

endpoint after remediation and should support CVE cross referencing

when applicable for vulnerabilities.

Refer

Corrigendum

No.5

1297. VOLUME-

II,Annexure

B.54.

Antivirus

with EDR &

HIPS, Page

no. 310

Has sandboxing and process access control to

prevent against a new class of threats utilizing

comprehensive IPS protection. Must not be

dependent on signatures for protecting server

from malware.

Specification is favouring particular OEM and restricting us from

participation. Hence it’s a humble request to amend the current

clause as below : The clause should read as: Should have ability to

prevent against a new class of threats utilizing comprehensive IPS

protection. Must not be dependent on signatures for protecting server

from malware.

Refer

Corrigendum

No.5

1298. VOLUME-

II,Annexure

B.54.

Antivirus

with EDR &

HIPS, Page

no. 310

Has host firewall to control inbound and

outbound network traffic to and from servers.

Has compensating HIPS controls to restrict

application and operating system behavior using

policy-based least privilege access

control.

Specification is favouring particular OEM and restricting us from

participation. Hence it’s a humble request to amend the current

clause as below : The clause should read as: Has host firewall to

control inbound and outbound network traffic to and from servers

and proposed solution should support OS i.e. CentOS,Solaris,Oracle

Linux,SUSE Linux,Ubuntu,Debian,Window (XP,7,8,10,2003,2008,2012)

Refer

Corrigendum

No.5

Page 370: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 370

1299. VOLUME-

II,Annexure

B.54.

Antivirus

with EDR &

HIPS, Page

no. 311

Provides process control based on the application

initiating the change, the target file/registry key,

the user/group attempting the change and finally

based on additional arguments used when

starting the

application.

Specification is favouring particular OEM and restricting us from

participation. Hence it’s a humble request to amend the current

clause as below : The clause should read as: Provides application

control and to monitor any change target file/registry key and should

have feature to take backup of ransomeware infected files and

restoring the same

Refer

Corrigendum

No. 5

1300. Annexure

B.5,B.4.Inte

rnet Router

, Page No.

299

Router Should have minimum 35 Gbps

throughput from day 1 with minimum 50 Mbps

with services on IPv4 and IPv6. Route Processors

should have minimum 4GB of flash memory, 4GB

of RAM/DRAM

OEM Specific Product Sizing. The Flash is used to keep copy of OS and

configuration Files . Suggested Flash is capable of keeping more than 2

Copies ( industry Standard ) of OS and Configurations as we need very

less space due to Modular OS architecture.Kindly modify the clause as

"Router Should have minimum 35 Gbps throughput from day 1 with

minimum 50 Mbps with services on IPv4 and IPv6. Route Processors

should have minimum 1GB of flash memory, 4GB of RAM/DRAM" to

allow leading OEM to participate.

As RFP

1301. Annexure

B.5,B.4.Inte

rnet Router

, Page No.

299

Minimum 6 x Gigabit Ethernet routing ports with

copper transceiver and 4x Gigabit Ethernet Ports

(Supporting long haul and short haul SFP). Should

support wide variety of interfaces including 10G,

OC3, OC48, DS3, ChE1/T1 WAN interfaces, should

support 4 x 10G ports.

As per industary standard, Ethernet and 10G WAN links are only

availeble in the edge Data Center from SP for the WAN/MPLS

connectivity and lagacy interface are not required. Kindly remove

these lagacy interfaces and modify the clause as "Minimum 6 x Gigabit

Ethernet routing ports with copper transceiver and 4x Gigabit

Ethernet Ports (Supporting long haul and short haul SFP).should

support 4 x 10G ports."

As RFP

1302. Annexure

B.5,B.4.Inte

rnet Router

, Page No.

299

Should support 250K IPv4 and 250k IPv6 Routes,

100k MAC addresses, 1000 VRFs and should have

32K Multicast route

OEM Specific Product Sizing. Router is used for WAN connectivity to

forward layer 3 packets.High MAC address is only required in

Switching Components like Core and Aggregation switches..Also The

multicast is form of Broadcast, so one multicast entry means route for

group of many IP Devices. .We understand that asked Multicast

entries are very high These high sizing values is only required in

Carrier Grade deployment, Kindly modify the clause as "Should

support 250K IPv4 and 250k IPv6 Routes, 32k MAC addresses, 1000

As RFP

Page 371: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 371

VRFs and should have 4K Multicast route" to allow leading OEM to

participate meeting soluton requirement.

1303. Annexure

B.6. Core

Router ,

Page No.

300

The router should be chassis based and mid‐

plane architecture

Different OEM have different product architecture. Kindly modify the

clause as " The router should be chassis based and mid‐plane /

Distributed architecture"

Refer

corrigendum

No. 5

1304. Annexure

B.6. Core

Router ,

Page No.

300

Should support virtual switch or bridge domain

for local switching

Different OEM have different technology to meet the solution

requirement. Kindly modify the clause as " Should support virtual

switch or bridge domain for local switching or equivalent " to leading

OEM to participate

As RFP

1305. Annexure

B.6. Core

Router ,

Page No.

300

Software based Logical Routers to segment a

router into multiple administrative and routing

domains, so that two completely different

organizations can share infrastructure should be

offered

This is very specific to Single OEM and this feature is also not required

in the soluton, Pls delete the clause

As RFP

1306. Annexure

B.6. Core

Router ,

Page No.

300

Should support Bridge domain and virtual switch. Different OEM have different technology to meet the solution

requirement. Kindly modify the clause as " Should support virtual

switch or bridge domain for local switching or equivalent " to leading

OEM to participate

Refer

corrigendum

No. 5

1307. Annexure

B.6. Core

Router ,

Page No.

300

15 logical routers This is very specific to Single OEM and this feature is also not required

in the soluton, Pls delete the clause

Refer

corrigendum

No. 5

Page 372: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 372

1308. Annexure

B.6. Core

Router ,

Page No.

300

Router should be NEBS certified This is carrier grade certification and applicable for telco grade

product only. Kindly remove the clause.

As RFP

1309. Annexure

B.7. Core

Switch Page

No.303

The Core Switch should be Modular (Distributed

Architecture with 100%. passive backplane/mid-

plane) with aggregate capacity of at-least 4 Tbps.

Should have at-least 6 payload slots with 32 x

10/100/1000 BaseT RJ 45 and 32 SFP+ Ports. The

per slot bandwidth should be at-least 240 Gbps.

All Interface Module should have local

processing.

Different OEM have different technology and Product Architecture to

meet the solution requirement. Kindly modify the clause as " The Core

Switch should be Modular (Distributed Architecture with 100%.

passive backplane/mid-plane) with aggregate capacity of at-least 4

Tbps. Should have at-least 6 payload slots with 32 x 1G BaseT RJ 45

and 32 SFP+ Ports. The per slot bandwidth should be at-least 160

Gbps. All Interface Module should have local processing. " to leading

OEM to participate

Refer

corrigendum

No. 5

1310. Annexure

B.7. Core

Switch Page

No.303

Should have 4 GB DRAM and 250,000 Nos. of

MAC addresses and 4K VLAN, minimum 500,000

Route entries for IPv4 and IPv6. Should support

100,000 IPv4/IPv6 multicast routes

OEM Specific Product Sizing. The multicast is form of Broadcast, so

one multicast entry means route for group of many IP Devices. .We

understand that asked Multicast entries are very high.These high

sizing values is only required in Carrier Grade deployment, Kindly

modify the clause as "Should have 4 GB DRAM and 250,000 Nos. of

MAC addresses and 4K VLAN, minimum 500,000 Route entries for IPv4

and IPv6. Should support 8,000 IPv4/IPv6 multicast routes" to allow

leading OEM to participate meeting soluton requirement for this

setup.

As RFP

1311. Annexure

B.7. Core

Switch Page

No.303

Certification: EAL3/ NDPP or above Certified Pls remove this clause to allow OEM to propose best solution as

certification is applicable to specific product only.

As per RFP

1312. Annexure

B.8. Access

19" Rack Mountable stackable switch with min 24

Nos. 10/100/1000 base-T POE (15.4W) ports and

Considering the high bandwidth requirement, Product should be

capable to increase the bandwidth from Access Layer to Core Layer

without any Hardware replacement.Kindly modify the clause as "19"

Refer

corrigendum

No. 5

Page 373: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 373

Switch Page

No. 304

additional support of 4x1G SFP, support for

external/internal redundant power supply.

Rack Mountable stackable switch with min 24 Nos. 10/100/1000 base-

T POE (15.4W) ports and additional support of 4x10G SFP+ , support

for external/internal redundant power supply." to meet the future

scalability requirement.

1313. Annexure

B.8. Access

Switch Page

No. 304

Switch should have static, default IP routing

enabled.

Switch should have basic routing protocol at Access Layer as many

application works on Layer 3 only. Kindly modify the clause as "Switch

should have static, default IP routing, RIP,OSPFv3 enabled" to meet

the future scalability requirement

As per RFP

1314. Annexure

B.9. L3 Fibre

Switch Page

No. 305

Switch capacity - 1.4 Tbps or higher As per the port requirement, the switching capacity and forwarding

rate will be ( 32x 10 x 2 + 40x4x2 = 960 Gbps and 800x1.488/2=714

mpps in non blocking arcitecture and line rate. Kindly modify the

clause as "Switch capacity - 960Gbps or higher"

Refer

corrigendum

No. 5

1315. Annexure

B.9. L3 Fibre

Switch Page

No. 305

Switch forwarding rates – 1Bpps or higher As per the port requirement, the switching capacity and forwarding

rate will be ( 32x 10 x 2 + 40x4x2 = 960 Gbps and 800x1.488/2=595

mpps in non blocking arcitecture and line rate. Kindly modify the

clause as "Switch forwarding rates – 714 mpps or higher"

Refer

corrigendum

No. 5

1316. Annexure

B.9. L3 Fibre

Switch Page

No. 305

Support at least 4000 VLAN and 150,000 MAC

Address

OEM Specific Product Sizing. These high sizing values is not required in

TOR which will connect to servers only, Kindly modify the clause as

"Support at least 4000 VLAN and 120,000 MAC Address"

Refer

corrigendum

No. 5

1317. Annexure

B.9. L3 Fibre

Switch Page

No. 305

The switch should support NEBS This is carrier grade certification and applicable for telco grade

product only. Kindly remove the clause.

As per RFP

1318. Annexure

B.9. L3 Fibre

The Switch should be EAL3/ NDPP certified Pls remove this clause to allow OEM to propose best solution as

certification is applicable to specific product only.

As per RFP

Page 374: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 374

Switch Page

No. 305

1319. Annexure

B.26.

Primary

storage

Page No.

346

Each controller/node should be provided with

minimum 128 GB RAM h usable protected data

cache for disk IO Operations. If NAS controllers

with separate controllers additional RAM cache

to be provided. The storage array shall have

complete cache protection mechanism either by

destaging data to disk/flash or protecting with

NVRAM.

Kindly revise this clause to "

Each controller/node should be provided with minimum 64 GB RAM h

usable protected data cache for disk IO Operations. If NAS controllers

with separate controllers additional RAM cache to be provided. The

storage array shall have complete cache protection mechanism either

by destaging data to disk/flash or protecting with NVRAM." 128GB

cache requirement is on the higher side considering dual controller

configuration.Therefore kindly request to lower the same to 64GB so

that bidder's can propose an economical solution without having an

impact on performance of applications deployed.

Refer

corrigendum

No. 5

1320. Annexure

B.27.

Secondary

storage

Page No.

348

Minimum 64 GB cache per controller. Kindly revise this clause to "

Minimum 64 GB cache per controller." 64GB cache requirement is on

the higher side considering dual controller configuration.Therefore

kindly request to lower the same to 32GB so that bidder's can propose

an economical solution without having an impact on performance of

applications deployed.

Refer

corrigendum

No. 5

1321. Annexure

B.59, Page

No. 6

HyperConve

rged

4. The solution should provide software based

storage services on server hardware available

from leading server vendors in the industry. lt

shouldsupport all flash configurations on the

server

4. The solution should provide software based storage services on

server

hardware available from leading server vendors in the industry. lt

should

be offered with all flash configurations on the server

Request the change in Specs to SSD must be offered :

1. Better availability & reduced drive failure in SSD: While SAS/SATA

disk drives use rotating spindles and prone to fail in high performance

workload environment, SSD offers higher availability with latest

features like wear level monitoring to proactively replace or fix any

issues that can arise. With the scale of deployment planned, it’s highly

recommended to use latest technologies for long life cycle of the

Refer

corrigendum

No. 5

Page 375: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 375

infrastructure

2. Power and cooling savings using SSD: Each all flash/SSD HCI node

will consume 100 to 120 watts lesser power comparing to Hybrid

node. This will deliver 43 KW of power savings per hour in addition to

43 KW of savings from cooling.

3. Storage efficiency in all flash HCI: With all flash HCI, better

deduplication and compression efficiencies can be achieved which will

result in storage capacity savings

4. Performance: The hybrid systems comprising one or two SSD drives

as cache with multiple SAS/SATA drives for capacity drives, will not be

able to deliver the IOPS performance for applications in production. As

in such cases IOPS are delivered by Cache Tier, in case the data size

grows larger than Cache the data needs to be fetched from low

performing SAS or SATA HDDs. Hence IOPS will not be consistent for

entire storage capacity.

5. All Flash/SDD option is available across industry by all Vendors.

1322. Annexure

B.59, Page

No. 6

HyperConve

rged

9. Proposed solution should ensure best

performance by leveraging all the drives in the

cluster for l/O and not depend on the locality of

data

This clause is OEM Specific and request deletion. Refer

corrigendum

No. 5

1323. Annexure

B.59, Page

No. 6

HyperConve

rged

13. Proposed HCI solution should support fault

tolerance of at least two nodes failure within a

cluster

13. Proposed HCI solution should support fault tolerance of at least

two nodes failure within a cluster or 1 node failure along with 1 disk

per node simultaneously.

As different vendors have different HCI architecture, request the

change for maximum vendor participation.

Refer

corrigendum

No. 5

1324. Annexure

B.59, Page

No. 6

18. HCI solution should use VM based replication

to asynchronously replicate VMs across both the

18. HCI solution should use VM based replication to asynchronously

replicate VMs based on configurable schedules.

As per RFP

Page 376: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 376

HyperConve

rged

traditional and hyper converged sites based on

configurable schedules.

As different vendors have different HCI architecture, request the

change for maximum vendor participation.

1325. Annexure

8.60.

Non-HCI

Server, Page

No. 7

14 Prefailure Alert :

Should provide predictive failure monitoring &

proactive alerts of actual or impending

component failure for fan, power supply,

memory, CPU, RAID, NlC, HDD

14 Prefailure Alert :

Should provide predictive failure monitoring & proactive alerts of

actual or impending component failure for memory, CPU, HDD

Refer

corrigendum

No. 5

1326. Annexure

B.41. Video

wall

controller

To- Include

in controller

Pls include - Wireless sharing Any content like jpeg, video with audio can be shared by control room

operator onto the video wall wirelessly without interrupting the

existing control room network

As per RFP

1327. 4.14 Quality

standards

and pre-

eligibility

OEM

criteria 70

d) OEM for the all active network, security,

compute, storage should

have a registered office in India and should be

directly present for last 3

years, from date of RFP publication. They should

also have a development center in India.

d) OEM for the all active network, security, compute, storage should

have a registered office in India and should be directly present for last

2 years, from date of RFP publication. They should also have a

development center in India.

As per RFP

1328. Annexure

B.1. Fixed

Surveillance

Camera 295

8.Lens type:Vari-Focal Motorized Lens 8-50 mm,

Auto Iris, Corrected IR

cut filte

8.Lens type:Vari-Focal Motorized Lens 4.7-47 mm, Auto Iris, Corrected

IR cut filte Less Focal length will cover wider angle. Hence request you

to amend the spec as requested

Refer

Corrigendum

No. 5

1329. Annexure

B.3.

Surveillance

Camera -

PTZ 295

17.Audio Capability: Two-way Audio, G.711,

G.726 with Interface

External microphone input

17.Audio Capability: Two-way Audio, G.711U/G.711A/G.726 with

Interface External microphone input Most of the cameras will have

audio coding with G.711U and G.711A. Hence request you to amend

the spec as requested.

Refer

corrigendum

no. 5

Page 377: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 377

1330. Annexure

B.31. Red

Light

Violation

Detection

System 369

No camera spec There is no proper spec for camera for ANPR. Like megapixel, frame,

rate , lens size Request you to add the spec for ANPR camera as per

annexure 1

As per RFP

1331. Annexure

B.31.Red

Light

Violation

System

(RLVD) 369

No camera spec There is no proper spec for camera for RLVD. Like megapixel, frame,

rate , lens size Request you to add the spec for RLVD camera as per

annexure 1

As per RFP

1332. Annexure

B.32.Speed

Violation

Detection

System 372

No camera spec There is no proper spec for camera for SVD. Like megapixel, frame,

rate , lens size Request you to add the spec for SVD camera as per

annexure 1

As per RFP

1333. Annexure

B.35(1)Publi

c

Announcem

ent System

377

IP amplifier with minimum 250 Watts, Class D.

Speaker: Minimum 4 Speakers 20 W capacity IP

55 Housing for amplifier

Request you to give additional specfication as per attached for smart

city Projects Speakers will be fixed in outdoors, hence its should IP65

rated. And its connectivity should be IP and PoE , so no need of power

amplifier. Hence request you to add the

detailed specification as per attached Annexure 2

As per RFP

1334. Annexure

B.56. SIEM

solution 314

1. SIEM and Forensics Platform is required for

complete visibility to identify and investigate

attacks, the ability to detect and analyse even

the most advanced of attacks before they can

impact critical data, and the tools to take

targeted action on the most important incidents.

Amendment request: Please allow SIEM & Network Forensics cum

packet capture solution to be proposed as a separate solution. SIEM

and forensic analysis are specialized solutions. Combining this is

favouring only one OEM. With

regards to forensic analysis, it should be dedicated solution so that it

As per RFP

Page 378: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 378

Complete visibility across logs, packets and end

point is critical. Appliance based solution for

better performance is required. The solution

should collect, analyse, and archive massive

volumes of data at very high speed using multiple

modes of analysis. The platform should also be

able to ingest threat intelligence about the latest

tools, techniques and procedures in use by the

attacker community to alert government on

potential threats that are active.

can take care of IR. Hence, instead of locking to a single OEM, request

to make it two different solutions.

1335. Annexure

B.56. SIEM

solution 314

2. Next generation platform should encompass

log, packet and end point data with added

context and threat Intelligence. Should provide

complete network visibility through deep packet

inspection high speed packet capture and

analysis.

Amendment request: Please allow SIEM & Network Forensics cum

packet capture solution to be proposed as a separate solution. IEM

and forensic analysis are specialized solutions. Combining this is

favouring only one OEM. With regards to deep packet inspection,

Threat hunting, Incident response etc. should be dedicated solution

and should not be part of a SIEM solution. Which main work is collect

logs and co-relate events. Hence, instead of locking to a single OEM,

request to make it two different solutions.

As per RFP

1336. Annexure

B.56. SIEM

solution 314

3. SIEM for Logs and deep packet inspection

should be from Single OEM.

Deletion Request SIEM and forensic analysis two different solution.

Combining this is favouring only one OEM. Hence, instead of locking

to a single OEM, request to make it two different solutions and delete

this clause. So that maximum vendor can participate.

Refer

Corrigendum

No. 5

1337. Annexure

B.56. SIEM

solution 314

6: The SIEM & Log Monitoring solution should be

from a different OEM than the Prevention

Security solutions like F/W, IPS, HIPS, AV, DLP,

and

Encryption.

Deletion Request Its limited to participate by other cyber security

vendor. This will limited to only one particular vendor. Hence request

for delete this clause.

Refer

Corrigendum

No. 5

Page 379: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 379

1338. Annexure

B.56. SIEM

solution 315

16: Should be able to provide complete packet-

by-packet details pertaining to one or more

session of interest including Session replay, page

reconstruction, image views, artefact & raw

packet and object

extractions.

Amendment request: Please allow SIEM & Network Forensics cum

packet capture solution to be proposed as a separate solution.

As per RFP

1339. Annexure

B.56. SIEM

solution 315

19. The proposed solution must be able to

provide the complete platform to perform

Network forensics solution

Amendment request: Please allow SIEM & Network Forensics cum

packet capture solution to be proposed as a separate solution. SIEM is

a purpose built log collect and co-relation solution. It should not be a

complete solution. Combining this means limiting functionality of both

solutions. Hence request for change and solution should be2

dedicated purpose built solutions.

As per RFP

1340. Annexure

B.56. SIEM

solution 315

20. The solution must be able to detect malicious

payload in network

traffic

Amendment request: Please allow SIEM & Network Forensics cum

packet capture solution to be proposed as a separate solution.

Solution should be a dedicated solution instead of combine solution

with SIEM. This is favouring only one OEM. Hence request for make it

as a dedicated solutions

As per RFP

1341. Annexure

B.56. SIEM

solution 315

21. The solution must have the ability to capture

network traffic and import PCAP files using the

same infrastructure.

Amendment request: Please allow SIEM & Network Forensics cum

packet capture solution to be proposed as a separate solution.

Solution should be a dedicated solution instead of combine solution

with SIEM. This is favouring only one OEM. Hence request for make it

as a dedicated solutions

As per RFP

1342. Annexure

B.56. SIEM

solution 315

Network Forensics cum Packet capture solution

functionality

Addition Request: Support importing other structured and

unstructured content for analysis Adding this functionality, which will

help Aligarh Smart City to analyse all structured and unstructured logs.

As per RFP

1343. Annexure

B.56. SIEM

solution 315

Network Forensics cum Packet capture solution

functionality

Addition Request: Should provide Regeneration and Playback

functionality: Ability to create shadow networks. Regeneration and

Playback: Point and click to instantly regenerate traffic (at

As per RFP

Page 380: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 380

configurable speeds) to a chosen NIC on a shadow network for further

analysis in 3rd party systems. Without interruption of regular services.

Adding this functionality, which will help Smart City to analyse and re-

construct complete incident and carry forward with evidence.

1344. Annexure

B.56. SIEM

solution 315

Network Forensics cum Packet capture solution

functionality

Addition Request: The solution should support - classification from

more than 2,800

protocols/applications (natively without writing any custom parsers)

and thousands of descriptive, metadata attributes, including content

types, file names, and more - for easy analysis and recall without

writing any custom parsers. Adding this functionality, which will help

organization to identify treat as per CnC center of a smart

city.

As per RFP

1345. Annexure

B.56. SIEM

solution 315

Network Forensics cum Packet capture solution

functionality

Addition Request: Should support Integration With Endpoint

Detection and Response (EDR) technology as proposed in the RFP

which should remediate and blacklist the suspicious/malicious

files in entire network with one click. Adding this functionality will help

organization to mitigate immediately with integrating with other

proposed solutions.

As per RFP

1346. Annexure

B.56. SIEM

solution 315

Network Forensics cum Packet capture solution

functionality

Addition Request: Proposed solution should Integrate with On

Premise Malware Sandbox Analytics solution aske din this RFP for on

prem sandboxing. Security analytics should be able submit files for

detonation and analysis. Adding this functionality, which will integrate

with already asked solution integration and help organization from

advance threats.

As per RFP

1347. Annexure

B.56. SIEM

solution 315

Network Forensics cum Packet capture solution

functionality

Addition Request: Security Analytics should be proposed with

required SSL visibility solution to enable meticulous network forensics

and monitoring across all network traffic, thousands of applications,

dozens of file transports, all flows, and all packets—including

encrypted traffic. Should

As per RFP

Page 381: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 381

provide total visibility into network traffic with actionable intelligence

so that department can quickly shut down exposure and mitigate

ongoing risk. Should provide: • Detailed insights from all

forensic captures • Establish policies to selectively decrypt SSL

traffic • Share encrypted traffic insight with your security

applications The provided solution for SSL decryption must support

78+ Ciphers and TLS 1.3. Adding this functionality, which will help you

to analyze encrypted traffic. SSL decryption

functionality asked in many products in RFP (DDoS/FW etc.). They

should be capable of plain data after decrypting them to forensic

analysis tools. If that it not possible, forensic analysis will do half

works. So, request this functionality.

1348. Annexure

B.54.

Antivirus

with EDR &

HIPS 309

HIPS Functionality Clarification Request: Please clarify if the HIPS functionality asked

under point 21 to 28 is only applicable to server, sinc this is common

section along with AV, request you to clarify this and

advise if same can be provided though separate solution.

HIPS

functionality is

asked for

servers

1349. Annexure

B.16. Web

Application

Firewall 183

4: Support dynamic source IP blocking and should

be able to block attacks based on IP source and

automatic updates (if required) to the signature

database, ensuring complete protection against

the latest application threats.

Amendment request: 4: Support dynamic source IP blocking or should

be able to block attacks based on IP source and automatic updates (if

required) to the signature database, ensuring complete protection

against the latest application threats. Every OEM has a different way

of achieve this functionality. Hence request for make it either source

IP blocking or should be able to block attacks based on IP source

As per RFP

1350. Annexure

B.16. Web

Application

Firewall 183

6: Should have positive security model with

machine learning capabilities to detect and

prevent anomaly in application traffic and

unknown attacks. Machine learning should be

based on true ML algorithms, and not just

automation of dynamically learnt rules.

Deletion Request Machine learning technologies are for endpoint or

APT solutions, not for WAF solution. This clause

favouring one OEM. Hence request for delete this clause.

As per RFP

Page 382: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 382

1351. Annexure

B.17. DLP

(Data

Leakage

Prevention)

184

9:The Solution should have built in automated

policy synthesis

mechanism and ability to monitor APT

Deletion Request DLP solution is a dedicated purpose built solution

and whatever and how a endpoint sending data it should be monitor

and block. If it is sensitive data going through malicious channel also

be blocked as per policy. As per mentioned line, it is borrowing a

functionality from APT solutions, not a purpose built functionality of

DLP. It is favouring a single OEM. Hence, request for Delete this clause.

Refer

Corrigendum

No. 5

1352. Annexure

B.17. DLP

(Data

Leakage

Prevention)

184

4. DLP for Files shares, Databases and Document

Repositories (Storage)

– Proposed solution must discover stored

confidential data throughout

the enterprise; monitor the ownership and use of

stored data; and protect sensitive data according

to centrally administered policies.

Amendment request: DLP for Files shares, Databases and Document

Repositories (Storage) –

Proposed solution must discover stored confidential data throughout

the enterprise; monitor the ownership and use of stored data; and

protect sensitive data according to centrally administered policies and

provide over 50 templates or equivalent to enable out-of-the-box

discovery of sensitive data mapped to different industry and

regulatory directives DLP solution should also have ready-made

template to define the same. Hence request for emend this as per

changes request.

As per RFP

1353. Annexure

B.17. DLP

(Data

Leakage

Prevention)

184

DLP functionality Addition request: DLP Solution should discover confidential data

wherever it resides and identifies those endpoints with the highest

risk. Until and unless if you not able to discover and segregation of

sensitive data, you can't fulfill a complete DLP solution. Hence request

for add this functionality.

Refer

Corrigendum

No. 5

1354. Annexure

B.15. Anti-

APT

Solution

182

4. The quoted APT OEM must have NSS Lab’s

Recommended rating as per breach detection &

prevention system report.

Amendment request: The quoted APT OEM must have NSS Lab’s

Recommended rating as per breach detection & prevention system

report/ Leader in 2018 Analyst report such Radicati Market Quadrant

for Advanced Threat Protection. Or remove this point. In complete

RFP no qualification is mentioned for other product/ security products

for 3rd party reports. Incas you are asking for this please consider all

As per RFP

Page 383: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 383

the top analyst and consider for other products also. Else this will

restrict the particular OEM.

1355. Annexure

B.15. Anti-

APT

Solution

182

6. The APT appliance should be able to process

min 1,000,000 files/month (either web or mail or

both)

Amendment request: The APT appliance should be able to process

min 500,000 files/month (either web or mail or both) As pre required

infrastructure, 10 lac files are huge in numbers. It will not only

increase cost, but also overhead with unnecessary HW. Hence request

for optimized the numbers.

As per RFP

1356. Annexure

B.15. Anti-

APT

Solution

182

7. Appliance should have minimum 2 x 1 TB

storage and should support

RAID.

Amendment request: Appliance should have minimum 1 TB storage

and should support RAID. It is favoring a particular vendor HW sizing.

Hence request for change, so that other vendor can also participate.

As per RFP

1357. Annexure

B.15. Anti-

APT

Solution

182

8. The APT appliance should support at least 24

virtual machines

running simultaneously

Amendment request: The APT appliance should support multiple

instances to support multiple files submission and processing through

Sandboxing. Rather than locking on the proprietary measurement of

24 virtual machines, please ask the

functionality to ensure multiple files submissions can be processed by

solution.

As per RFP

1358. Annexure

B.15. Anti-

APT

Solution

182

9. Min 4 Copper and 2 x 10G Fibber ports should

be provided in APT appliances for achieving

functionalities mentioned.

Amendment request: Min 2 Copper and 4 x 10G Fibber ports should

be provided in APT appliances for achieving functionalities mentioned.

Where 10G infrastructure is asking, maximize copper ports will limited

functionalities, hence request for changes.

As per RFP

1359. Annexure

B.15. Anti-

APT

Solution

182

10. The Hypervisor used by sandboxing solution

must not be an OEM solution such as from

VMWare ,Hyper-V, Virtual Box, RHEV etc.

however it should be a custom Hypervisor

purpose built for sandboxing requirement

Deletion Request Every OEM has a different way of act. Making with

popular hyper visor vendor means expose the technologies. Hence

request for delete this clause

As per RFP

Page 384: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 384

1360. Annexure

B.15. Anti-

APT

Solution

182

11. The solution must be able to detect and

report malware by using

multiple images of Windows XP, 7, 8, 10 etc.

Amendment request: The solution must be able to detect and report

malware by using multiple images of Windows 7, 10 etc. Microsoft

make EoL of XP long back. Same as they stop promoting Windows 8.

Currently all PC either run on Windows 7 or 10. All IoT devices are

running on Windows 7 or 10. Hence request or amend the clause

Refer

Corrigendum

No. 5

1361. Annexure

B.15. Anti-

APT

Solution

182

15. The solution should inspect the web sessions

(HTTP and HTTPS both)

to detect and notify the malicious web activity

including malicious file

downloads through the internet.

Deletion Request Anti-APT Sandboxing solution should be work closely

with proxy solution. Whereas in tender, there are no requirement of

Proxy server. Hence, this line is no relevant at all. Hence request for

delete this clause.

As per RFP

1362. Annexure

B::

Minimum

Techno-

Functional

Requiremen

ts 159

Web Gateway Security You are requested to add the web gateway security as mandatory

requirement in RFP as this is extremely critical from the Web Cyber

security point of view. There is no mention of Proxy solution. When

Internet is available and expose to servers and all. There should be

proxy in place for control all internet bound traffic. So, request for

clarification on the same. If you consider the same, please add

required spec/ functionalities accordingly. Please refer next sheet

(annexure 1) for proxy requirement.

As per RFP

1363. Display

controller

Controller to be able to control cubes Controller should be with minimum 15 outputs for ICCC and 4 output

for Municipal office.

Refer

Corrigendum

No.5

1364. Redundancy Redundant Hot Swappable HDD in RAID 1 Redundant Hot Swappable HDD in RAID 0,1, 5 and 10 As per RFP

1365. Inputs 10 universal for ICCC and 4 Universal for Municipal office Offcie As per RFP

1366. Video Wall,

Controller,

Cube & wall

Video Wall, Controller, Cube & Wall management software should be

from same OEM for ensuring smooth operations. All licenses of the

software supplied with Controller and Video Wall should be with

As per RFP

Page 385: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 385

manageme

nt

perpetual license and cost of the same should be included in the

quoted cost.

1367. Display Wall

Screen Size

70" diagonal 70" diagonal, rear Projection DLP Cube with Laser Light Source , all

cubes must be of same size

As per RFP

1368. Projection

Technology

DLP Rear Projection DLP Rear Projection , with Laser light source. Projection engine

sShould be IP6X certified by third party

Refer

Corrigendum

No.5

1369. Light Source LED Individual cube should be equipped with multiple laser banks and

each laser bank should have an array of diodes. Single or multiple

diode failure should not impact image display on the screen. Laser

light source with Nichia Laser diodes

Refer

Corrigendum

No.5

1370. Brightness on screen brightness Minimum 300 cd/m2 on screen brightness should be Minimum 500 cd/m2 Refer

Corrigendum

No.5

1371. Brightness

Uniformity

95% Uniformity to be 98% or betetr , to be certified by third party. Refer

Corrigendum

No.5

1372. Color

Calibration

Automatic & Continuous colour and brightness

management to be achieved inbuilt sensors in

each cube

Automatic colour and brightness management to be achieved inbuilt

sensors in each cube

As per RFP

1373. Connectivit

y

Each display Module shall support 4HD @ 30Hz

inputs

pls Delete Refer

Corrigendum

No. 5

Page 386: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 386

1374. Inputs Dual link DVI-D in/out DVI-D in/out Refer

Corrigendum

No. 5

1375. Power 100 - 240 VAC, 60 - 50Hz, (below values are for

230V;

110V +5%)

Dual Redundant and Hot Swappable Power Supply. This should be

built inside the cube for fail safe operation with cooling features.

As per RFP

1376. Eco mode Less than 120 Watt Less than 350 Watt Refer

Corrigendum

No. 5

1377. Eco mode Less Than 400 BTU/h 1250 BTU/h Refer

Corrigendum

No. 5

1378. Remote

manageme

nt through

IP

Remote management through IP for

parameteradjustment. Each cube should have

built-in web server

Should have remote control for ease of operations As per RFP

1379. Pixel clock 320 Mhz Minmum 162 MHz or higher to ensure flicker less display As per RFP

1380. Cooling

Inside Cube

Any advanced cooling mechanism and Cooling mechanism should not

have any hazardous liquid.

As per RFP

1381. Volume-II:

3.1.10. City

Surveillance

Storage of

Video Feeds

on SAN

(Primary

Storage &

MSI also needs to keep incident/flagged video

data and non-video data (ANPR, RLVD, SVD, FRS,

Incidents, e-Governance etc.) for 90 days in

primary storage.

What % of total video data should be considered for flagged video

sizing for 90 days? ( For Example - 5% or 10% of total number of

cameras).

The storage size of the flagged video data need to be estimated as it

directly impacts the storage estimation.

As per RFP Any

incident /

flagged data

captured by

any camera

should for 90

days.

Page 387: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 387

Secondary

Storage)

Page 58 of

366

1382. Volume-II:

3.1.10. City

Surveillance

Storage of

Video Feeds

on SAN

(Primary

Storage &

Secondary

Storage)

Page 58 of

366

All incident/flagged video data and non-video

data (ANPR, RLVD, SVD, FRS, and Incidents etc.)

should be available on secondary storage for

additional 90 days.

The incident/flagged video data is required for total 180 days ( 90 in

Primary Storage +90 in Secondary Storage), please confirm the

understanding.

The

understanding

is correct

1383. Volume-II:

3.1.10. City

Surveillance

Storage of

Video Feeds

on SAN

(Primary

Storage &

Secondary

Storage)

Page 58 of

366

The DR site would have 50 % capacity for

compute, storage & video feeds.

At DR, only 50% of the total cameras will be recorded.

For example, if total 100 cameras are recorded at DC, then only 50

cameras (50% of 100) will be recorded at DR. Therefore video

recording infrastructure for only 50 cameras will be proposed for DR

(including Recording Servers and Storage).

Please confirm if this understanding is correct.

The

understanding

is correct

Page 388: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 388

1384. Volume-II:

3.1.10. City

Surveillance

Video

Analytics –

Functional

Specificatio

nsPage 62

of 366

Type of video analytics that shall be supported on

identified cameras are:I. Attribute Based Search

II. Loitering detectionIII. Improper ParkingIV.

Camera Tampering V. Abandoned objects

detectionVI. Tripwire/Intrusion VII. Motion in the

zone, user-defined with any polylineVIII. Motion

from one area to another

Please provide an individual quantity of each video analytic which

needs to be supported.For example :I. Attribute Based Search - 30

camerasII. Loitering detection - 20 camerasIII. Improper Parking - 30

cameras etc.

Refer

Corrigendum

No.5

1385. Volume II:

Scope of

Work

2.3. Survey,

Design

Considerati

on for

finalization

of detailed

technical

architecture

and project

plan

Page 36 of

366

5. Sustainable & Scalable Solution

The data centre infrastructure shall be capable of

serving at least 1000 concurrent users.

Which type of users are these?

Are these the concurrent operators using the Smart City Operations

Platform?

These users

will be from

various

stakeholders

of this project.

1386. Volume II:

Scope of

Work

Annexure

B.51.

Integrated

Command

9. API Repository / API Guide

Platform should have feature for Application

development studio to create new applications

for Smart City in Future.

Application Studio are OEM specific terms. Reference to such points

can be found on the internet for specific OEM.

Please make it generic.

Refer

Corrigendum

No.5

Page 389: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 389

& Control

Centre

Solution

Page 291 of

366

1387. Volume II:

Scope of

Work

Annexure

B.51.

Integrated

Command

& Control

Centre

Solution

Page 291 of

366

12. Platform Functionality

The platform should provide other e- governance

data as i-frames in the command and control

centre dashboard

"as i-frames" should be removed.

Platform should provide other e-governance data in the command and

control center dashboard.

Refer

Corrigendum

No.5

1388. Volume II:

Scope of

Work

Annexure

B.51.

Integrated

Command

& Control

Centre

Solution

14. Integration capabilities

b. API Exposure and Interaction Studio (Web GUI)

tools to building real time IOT applications

Same as above, OEM spcific.

Please make this generic

Refer

Corrigendum

No.5

1389. Volume II:

Scope of

WorkAnnex

24. Collaboration The requirements are too exhaustive and elaborate. It provides

advantage to an OEM which has such "Collaboration application" in its

portfolio.Collaboration should be a feature in the ICCC application to

As per RFP

Page 390: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 390

ure B.51.

Integrated

Command

& Control

Centre

Solution

Page 293 of

366

fulfill basic requirements. However here it is defined in detail as per

functionalities of an exhaustive standalone system Please curtail the

requirements to make it generic

1390. Volume II:

Scope of

Work

Annexure

B.51.

Integrated

Command

& Control

Centre

Solution

Page 298 of

366

27. Video Integration

a. Platform should be capable of integrating the

existing & new surveillance camera and provide

viewing of camera feeds on visualization

dashboard or display server

c. Video module of Platform should dynamically

reduce the bit rate and bandwidth for each

stream based on the viewing resolution at the

remote location

d. Video module should POSTS data to Integrated

platform on a regular basis for Camera details,

notification and status

e. City Operation & Control platform should use

dynamic channel coverage for video stream

function for efficient bandwidth usage and only

transmits video stream required to display on

monitor to maximize bandwidth efficiency

f. Platform shall process and transmit video

streams adaptive to each video requests from a

display server to optimize network bandwidth

usage

The requirements mentioned here are specific to how a particular

OEM supports Video Integration to the Smart City Platform.

Different OEMs support different methodology for video integration,

generally the most effective way is to have a tight integration of Video

Management System via SDK/API. This allows the Smart City Platform

to have extensive Video Handling capability (including Video Export,

Playback and PTZ control) from its own GUI rather than opening VMS

GUI for the same.

Hence please make this generic.

All the points in bold are specific to how the OEM handles such

functionality and it is not generic.

Refer

Corrigendum

No.5

Page 391: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 391

1391. Volume II:

Scope of

Work

Annexure

B.51.

Integrated

Command

& Control

Centre

Solution

Page 299 of

366

28. Analytics Engine

Integrated City Operations "Platform shall be

integrated with analytics engine" and which shall

support following capability.

Smart City Platform can have an in-built analytics enigine or can be

integrated with an analytics engine.

Request you to please modify and make it generic.

As per RFP

1392. Volume I:

Instructions

to Bidder

Annexure

2.14.1.

Proposed

Bill of

material for

CAPEX

Page 100 of

132

Schedule B : General Surveillance System

4. Video Management System for recording and

viewing of all types of proposed cameras (1

each for DC & DR)

Do we need to record and management the ATCS camera and Traffic

Enforcement Cameras (RLVD, ANPR, Speed Detection) via the

proposed Video Management System OR only General Surveillance

cameras. Please confirm

All cameras

asked in

tender

document

1393. Volume I:

Instructions

to

BidderAnne

xure 2.14.1.

Proposed

Bill of

material for

Schedule B : General Surveillance System 5.

Video Analytics software for specific cameras (1

each for DC & DR)

For how many Cameras do we need to support Video Analytics (VA)

capability? Please confirm.Video Analytics Software license is equal to

the number of Cameras on which Video Analytics is supported.

Refer Corrigendum No.5

Page 392: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 392

CAPEX

Page 100 of

132

1394. Vol

1.,Section

4.14,page

69

a) All quoted OEM should have quality standard

certifications like ISO 9001-2008, ISO 14001, ISO

27001, CMMI 3 certification wherever applicable

to ensure only quality OEM participation, as on

date of RFP release.

Request you to kindly make it optional for CMMI 3 certification for

OEM since it is not applicable for most OEM.

Refer

Corrigendum

No. 5

1395. vol2 ,section B 24 annexure,page 195

The VMS architecture should support automatic assignment of the available cameras on the network to the available Recorder Servers based on the recorder server’s resources such as number of cores, available RAM and resource utilisation. The VMS should support dynamic load balancing. No recording server should be kept idle. This should happen without manual intervention.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1396. vol 2,section B 24,annexure,page 195

The VMS should support virtual computing environment and should support all the industry leading virtualisation platforms available for Windows, Linux or Unix environment.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote.Request you to make windows/linux/Unix to make it generic.

Refer

Corrigendum

No. 5

1397. vol2,section B24,annexure,page 196

The VMS should support redundancy at each level to avoid single point of failure. The redundancy should be built in to the platform and should offer failover support for Management Servers, Media / Recording Servers, Database Servers and Storage Medium.

OEM specific ,request you to kindly remove it so that it is generic and more oems will come and participate .

As per RFP

1398. vol 2,section B 24,annexure,page 196

VMS should support industry standard database, e.g., PostgreSQL, MySQL, MS SQL and Oracle. The VMS should be capable of supporting SQL or Non SQL databases.

Request you to kindly make as database postgreSQL/mysql/MS SQL/Oracle/ and oracle .The vms should be capable either if the two systems either in SQL or NON SQL databases otherwise the specs are specific to one OEM .

Refer

Corrigendum

No.5

Page 393: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 393

1399. vol2,section B24,annexure,page 196

In case of the failure of the Recording Server, the VMS should automatically assign the cameras on the failed recording server to other operational recording servers on the network. Manual intervention of any kind should not be required in such a case. When the failed server becomes active again, the cameras should be automatically allocated to the recorder server again without manual intervention. Deployment of a dedicated redundant server for this purpose should not be required.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1400. vol2,section B24,annexure,page 196

The Media Server should allow recording of camera feeds on network storage. In case the network storage fails, the recording server should start recording on the local storage. The local recording should get synchronised with the network storage as and when it is available again.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1401. vol2,section B24,annexure,page 197

The VMS should have ONVIF Profile S & G compliance.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1402. vol2,section B24,annexure,page 198

The VMS should offer desktop client and web client.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1403. vol2,section B24,annexure,page 198

The VMS should support ONVIF Profile G. The VMS should intelligently synchronise the edge recording on the camera with the central recording in case the camera loses the network connection.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1404. vol2,section B24,annexure,page 198

VMS should store all configuration data of Servers, Analytics Application Settings, Camera Recording Schedules, User Login Credentials, and Archived Video Files etc. in a relational database.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1405. vol2,section B24,annexure,page 199

The VMS should allow monitoring of the desktop screen activity of a user from the Administrator user console. This feature should replicate the

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

Page 394: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 394

entire user desktop and not just the VMS application window. This feature is required for audit control of the operators. It should also be possible to monitor desktops of multiple users and record the entire activity to a file for any duration required.

1406. vol2,section B24,annexure,page 199

The VMS should have a feature to restrict a user to a particular hardware workstation.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1407. vol2,section B24,annexure,page 198

It should be possible to send messages to a particular user from the Administrator login. In case the user is offline or not logged in, the message should be delivered after the user logs in to the system.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1408. vol2,section B24,annexure,page 198

The VMS should allow creation of customised, layered maps using standard picture files and it should be possible to drag and drop the cameras on the map for easy navigation based on the location on the map. It should be possible to select any camera or group of cameras on the map for live viewing or archive viewing.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1409. vol2,section B24,annexure,page 199

VMS should integrate with GIS maps developed for Aligarh smart city project.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1410. vol2,section B24,annexure,page 200

The system should retain the VMS client screen state (including Video Analytics alert window, message window, Video Matrix, etc.) in case of an accidental shut down of the machine and should offer the exact same screen to the operator upon logging back into the system.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1411. vol2,section B24,annexure,page 201

The Client Viewer should have the capability to receive multicast streams if a pre-set number of clients are requesting the same live view camera.The Operator should have the option to configure the system to always receive unicast streams at the discretion of the system

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

Page 395: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 395

administrator. The system should 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.

1412. vol2,section B24,annexure,page 201

The Client Viewer should display motion activated sequences for the selected camera in a drop-down menu. A line with the date, start time and duration should represent each sequence. A drop-down preview screen should allow the user to view the recorded sequence.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1413. vol2,section B24,annexure,page 201

The Client Viewer should allow an area of interest in an image to be searched for motion by time.Search parameters should include sensitivity and interval. A grid feature should allow only specific regions of interest to be searched.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1414. vol2,section B24,annexure,page 201

The Client Viewer should allow a surveillance report to be printed from the image with specific information including the camera name, capture time, print time, user and user notes.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1415. vol2,section B24,annexure,page 203

VMS should provide options for export format type (AVI/JPEG), timestamp, frame rate (full/half), digital zoom export, and AVI CODEC. Video clip may be exported to desktop/CD/DVD or a specific file path.All audio associated with the video being exported should automatically be included in the AVI export.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1416. vol2,section B24,annexure,page 203

VMS should watermark 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

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1417. vol2,section B24,annexure,page 203

Map function can use standard graphical file formats including jpg, gif, png, tif, etc.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

Page 396: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 396

1418. vol2,section B24,annexure,page 204

The VMS desktop client should show vital system parameters for components such as Database Server, Media Servers and Storage System (all available storages). The client should show the parameters such as CPU Core Usage, RAM Utilisation and Storage Utilisation.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1419. vol2,section B24,annexure,page 204

The VMS should have reports such as camera uptime availability, camera recording percentage, recording status, critical events, incident video, etc.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1420. vol2,section B24,annexure,page 205

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.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1421. vol2,section B24,annexure,page 205

Automatically close an alarm based on a corresponding event.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1422. vol2,section B24,annexure,page 206

All the VA servers should form a cluster so that the Master server can allocate the VA processing tasks symmetrically amongst various servers to use available computational bandwidth judiciously. If the master VA server fails, the system should automatically select another master VA server without any manual intervention.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1423. vol2,section B24,annexure,page 207

VA should allow multiple instances of Client Viewer in a single workstation.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1424. vol2,section B24,annexure,page 207

It should be possible to enable different settings for the same VA application on the same camera automatically, based on hour of the day. The schedule to activate various settings at different hours of the day can be created by the user on the fly.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

Page 397: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 397

1425. vol2,section B24,annexure,page 207

Applying common configuration settings on multiple sensors at a time

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1426. vol2,section B24,annexure,page 208

For all event types, a report that contains the details for each event and also includes a captured image of the event.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1427. vol2,section B24,annexure,page 208

VA should be capable to generate Statistical analysis of various Events across different hours of the day.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1428. vol2,section B24,annexure,page 208

VA should be capable to compare the occurrences of various Events across multiple days (at least 7 Days).

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1429. vol2,annexure,page 208

Person Climbing Barricade & Intrusion Detection OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1430. Vol 2 The attributes of the API key(s) must restrict / allow access to relevant data, i.e. (the attributes can be like: specific domain(either parking or lighting or waste etc. or combination of these), RO / RW /, specific to City (city, street within city etc.)).

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1431. Volume 2 Data Aggregation system of offered platform should be access/ connectivity agnostic, it should support the connectivity of offered platform through all type of network - Cellular (GSM-2g/3G), Wi-Fi, Wireline Broadband, LPWAN etc.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1432. vol 2 Platform should have feature for Application development studio to create new applications for Smart City in Future. It will be responsibility of offered platform bidder to facilitate the future application development on deployed platform to build future applications.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1433. volume 2 The platform shall support data aggregation systems, management systems (rules engines, alerting systems, diagnostics systems, control systems, fulfilment, messaging system, and events handling system), and reporting /

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

Page 398: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 398

dashboard system to provide actionable information to city administrators and citizens. It will be an ever evolving layer with applications added and integrated in a seamless manner with the existing applications.

1434. volume 2 The Platform shall also be able to integrate, connect, and correlate information from CCTV, IoT Platform and other IT & non-IT systems, providing rule based information drawn from various sub-systems for an alert.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1435. volume 2 a. Protocol libraries of most standardized M2M Protocols like LWM2M,MQTT,LTN Gateway,DLMS,TR- 069,Zigbee,OMA DM etc.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1436. volume 2 b. API Exposure and Interaction Studio (Web GUI) tools to building real time IOT applications

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1437. volume 2 The Smart city platform should be able to alert any incidents in the network proactively on command and control centre

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1438. volume 2 The smart city platform should have integrations with the network layer to proactively monitor any incidents on the network for active troubleshooting and triaging

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1439. volume 2 The smart city platform is should be able to provide API access based on roles and access control policies defined for each user and the key issued to that user.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1440. volume 2 The platform should allow smart city devices (cameras, lights, various sensors etc.) to be added to the collaboration spaces. It should also allow the stakeholders to acquire data from such devices and to Visualise directly from the collaboration space, subject to access privileges for each user and device.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1441. volume 2 The System should enable the city operations to seamlessly integrate citizen service request and grievance.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

Page 399: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 399

1442. volume 2 It should be possible to integrate service request from various channels like social media (twitter,facebook, whatspp), email, chat, , etc.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1443. volume 2 It should be integrated with Citizen Mobile App through which the citizen can make request for various city services. The APIs must be available for carrying out this integration.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1444. volume 2 It should be possible to integrate the service request to the Incident Management platform for managing and acting on the service request.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1445. volume 2 It should be also possible to collate this data with social media intelligence to have understanding of the pulse of the citizen

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1446. volume 2 c. Video module of Platform should dynamically reduce the bit rate and bandwidth for each stream based on the viewing resolution at the remote location

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1447. volume 2 d. Video module should POSTS data to Integrated platform on a regular basis for Camera details, notification and status

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1448. volume 2 e. City Operation & Control platform should use dynamic channel coverage for video stream function for efficient bandwidth usage and only transmits video stream required to display on monitor to maximize bandwidth efficiency

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1449. volume 2 f. Platform shall process and transmit video streams adaptive to each video requests from a display server to optimize network bandwidth usage

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1450. volume 2 Integrated City Operations Platform shall be integrated with analytics engine and which shall support following capability.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1451. volume 2 Analytics engine should support Big Data Storage for structure and unstructured storage

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

Page 400: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 400

1452. volume 2 • System should support following security features

As per RFP

1453. volume 2 e. Platform should have appropriate technical controls in place to prevent attacks that target virtual infrastructure

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1454. volume 2 f. Platform should have appropriate controls in place to detect source code security defects, functionalities for any outsourced software development activities from suppliers, open source libraries

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1455. volume 2 · Data Protection / Production Data integrity: Platform should support procedure in place to ensure production data shall not be replicated or used in non production environment

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1456. volume 2 · Data disclosure & privacy: Platform should disclose data attributes, elements collected from source. All the attributes should be disclosed & appraised to data owner. With appropriate approval from City authority, Platform should have ability to encrypt sensitive data element at rest.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1457. volume 2 · Secure SDLC: Platform should support automated source code analysis tool to detect security anomalies / defects in code prior to production

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1458. volume 2 Provides analytics based on the social media feed collected from the open source intelligence and collate with the surveillance inputs to alert the responders for immediate action on the ground.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1459. volume 2 Analysis of citizen sentiment across topics should represented through news and social media feeds.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1460. volume 2 Identification of recently emerging and trending topics of interest and local influencers as well.

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

Page 401: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 401

1461. volume 2 Geo spatial enabled analysis of data collected from social media channels

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1462. volume 2 There should be a mechanism to retrieve and cache open social data from Facebook, Twitter, Instagram, Youtube, G+,, Web Sites, News , blogs, etc. The system should have the capability to use the cached social data for analysis

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1463. Platform should support logging frame with following functionalities

As per RFP

1464. volume 2 Platform should implement mechanisms to trigger alerts and facilitate users to analyze and review logs efficiently

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1465. volume 2 Centralized logging shall be configurable to report for exceptions and generate reports based on desired filters

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1466. volume 2 The central syslog shall be able to normalize logs from wide variety of platforms / components for monitoring and analysis and support logical data segregation so that the different user groups can only view their own managed equipment logs

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1467. volume 2 • SIEM integration is must. OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1468. volume 2 Logging should have following retrieval time Timeline : Log Duration o 6 Hrs : 0 – 30 days o 1 day : 30 – 90 days o 5 days : Older than 90 days

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1469. Performance monitoring tool shall include following functionalities

As per RFP

1470. volume 2 · Provide email, SMS and/or mobile alert mechanism if performances fall below predefined thresholds

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1471. · Platform provider shall have 3 environments As per RFP

Page 402: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 402

1472. volume 2 · Platform provider shall transfer all licenses with maintenance service supports to authority

OEM specific ,request you to kindly remove/delete it so that other OEM should b able to quote

As per RFP

1473. volume 2 · There shall be no use of freeware, shareware As per RFP

1474. volume 2 · Platform backup and recovery solution functionality shall meet following requirements

As per RFP

1475. Suggested points to be added which is left out in the tender

Attribute Based Search Track a specific person identified by the facial recognition system or through visual description or general monitoring based on events/alerts etc. across several surveillance cameras. The FRS or other edge devices must be able to provide the full frame of the person for enhanced tracking.

As per RFP

1476. The application shall allow access to all relevant associated VMS recordings with following Attribute Based Search Initiators:

As per RFP

1477. i. Recorded Video content in the Video Management System; As per RFP

1478. ii. Photographic images i.e. image of a human as received from the Facial Recognition System or other edge devices;

As per RFP

1479. iii. Artificial sketch builder allowing selection of various attributes i.e. body color, body figure, male/female/child, Hair styles, Texture and color of cloths, various accessories i.e. Spectacles, Shoes, bag/ suitcase, Tie etc.

As per RFP

1480. When initiating a query on recorded content, the operator shall initiate the query for a specific VMS video channel and time range in order to precisely get results of individual’s signature as indexed in the image database that was generated in real- time by the analytics application.

As per RFP

1481. The application shall support a list of at least 20 different textures types.

As per RFP

1482. The application shall support map images and GIS maps and the movement of the individual should be tracked on the map.

As per RFP

1483. The application users shall be integrated with the VMS users and user privileges shall be derived from the VMS.

As per RFP

1484. Post Incident Analysis a) Platform should allow for a graphical user- interface for search, replay and to simultaneously search and replay recorded video feeds, recorded telephone systems, VOIP, screen recording, GPS data on GIS

Refer

Corrigendum

No.5

Page 403: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 403

maps, conventional and digital radio channels as well as trunked radio communications.

1485. b) For an Incident, all the communications regarding it should be replayed in a sequence in which the communications occurred so as to allow time coded playback of the incident on a synchronized timeline.

Refer

Corrigendum

No.5

1486. c) Incident review should have incident logs including video & voice events as well as the operator’s onscreen activities. This is required for finding out operator efficiency and for planning training activities for the operators.

Refer

Corrigendum

No.5

1487. d) The review tool allows displaying of multimedia search results graphically arranged by the time of recording to present a full view of the incident picture.

Refer

Corrigendum

No.5

1488. e) Provide capability of replaying an unlimited number of multimedia channels in synchronized mode. The software must allow the user the capability of selecting and replaying part of a call, transmission, and video in either single item selection or when selecting multiple items.

Refer

Corrigendum

No.5

1489. f) Should support upload of incident related information into a single folder. The information should include: recordings made by the system as well as other related files - documents, photos, video clips, etc.

Refer

Corrigendum

No.5

1490. g) Should allow simple and quick search based on frequently used search parameters

Refer

Corrigendum

No.5

1491. h) Should provide detailed incident reporting and debriefing with time-coded playback of incident data on a single timeline.

Refer

Corrigendum

No.5

Page 404: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 404

1492. i) It should allow synchronized playback - Exactly as it happened for post-mortem analysis and review.

Refer

Corrigendum

No.5

1493. J) It should enable the authorities to find gaps in the incident handling and improve or rewrite SOPs

Refer

Corrigendum

No.5

1494. k) Should have capability of integrating operator screen recording, Police (100), Fire (101) and Health (102/108) Services (whenever they are available).

Refer

Corrigendum

No.5

1495. l) Providing recorded and archived media to authorized persons Refer

Corrigendum

No.5

1496. Content of

RFP

requiring

clarification

Clarification Sought Page 72 of the RFP reads as:

All quoted OEM should have quality standard certifications like ISO

9001-2008, ISO 14001, ISO 27001, CMMI 3 certification wherever

applicable to ensure only quality OEM participation, as on date of RFP

release.

Suggested:

Certifications: The OEM of the Smart City Platform should have the

following Certifications valid at the time of Bidding:

For CMMI certification:

• CMMI level 3 = 1 mark

• CMMI level 5 = 1.5 marks 3 marks

As per RFP

1497. Vol 1 Page

48

Experience

in

establishme

The Bidder (any member in case of consortium)

shall have successfully executed projects in last

five (5) years (excluding civil work):

Each project should include any three(03) of

following components from below list-

Clarification

This clause is binding the lead bidders or consortium members

capabilities for having experience in establishment & management of

ICCC

Refer

Corrigendum

No. 5

Page 405: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 405

nt and

manageme

nt of ICCC

1) Data Center/ Data Recovery

2) Network/LAN/WAN with more than 50

locations

3) Command and control center and Security

Operations Centre / Network Operation Centre

4) Laying of fiber network for min. 100 KMs.

Marks shall be allotted as below:

• Number of Projects 4 or more = 10 marks

• Number of Projects 3 = 8 marks

• Number of Projects 2 = 5 marks

The cumulative value of project should not be

less than 100 Cr.

however we would like to draw your attention towards seeking the

experience of such capabilities from the OEM of such solutions as it

would be the core competence of the OEM / Solution provider to

exhibit & demonstrate such integration capabilities.

More so, we need to mention the integrations of all current & which

are futuristic for seeking compliance from the Solution provider

Suggested:

The bidder / consortium member / OEM of proposed ICCC Platform

should have successfully implemented in at least one project with one

smart city in India, as on date of bid submission, with at least 4 or

more different smart application integrations (in a single project)

covering bi- directional integration (centrally command, controlled

and operated by ICCC platform) mandatorily having any four of the

below:

1. Water SCADA integration with controls

2. Street light integration with controls

3. ITMS integration

4. CCTV surveillance solution integration with controls

5. Energy SCADA integration with controls

6. Bus Transport System integration including CCTV integrations in Bus

Shelter along with controls

7. IBMS Solution integration with controls

8. e-Governance Solution integrations

9. Smart network integration

10. Helpdesk integration

11. Leak Detection monitoring & controls

• Integration of 10 or more smart features: 10 marks

• Integration of 07 to 09 smart features: 8 marks

• Integration of 04 to 06 smart features: 5 mark

• City Surveillance System

Page 406: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 406

• Smart Governance

• Parking System

• Intelligent Traffic Management System

• Water / Power SCADA

· Access Control System /Building Management

• Smart Lighting/LED lights

10 marks

1498. Vol 1 Page

48

Experience

in

establishme

nt and

manageme

nt of ICCC

OEM for Command Control Software should have

deployed at least one Smart City solution in India

or globally.

OEM for Command Control Software should have deployed at least

one Smart City solution in India & One globally This is to demonstrate

its capabilities of successful deployment in Indian environment

As per RFP

1499. Vol 1 Page

48

Experience

in

establishme

nt and

manageme

nt of ICCC

All current Smart City Platform deployment should be done by OEM

only not out sourcing or sub contracting

As per RFP

1500. Vol 1 Page

49

Approach &

Methodolog

y

10 Marks

2 Marks

Recommend the clause be amended to include Proof of Concept (25

Marks)

We recommend that a bidders capabilities can be illustrated through a

successful demonstration of the Solution, hence suggest that

additional 25 marks be allocated for Demonstrations

Suggested:

PoC use cases

will be

intimated later

to PQ qualified

bidders only.

Page 407: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 407

Presentatio

n

Some of the integrations should be included to make the ICCC

Platform complete & future ready

1. Platform Demonstration – 10 Marks

a. Demonstrate how policies and events can be configured and

executed on Smart City Platform – 4 Marks

b. Demonstrate the ability to automate the process for incident

response – 3 Marks

c. Demonstrate that the platform has a pluggable architecture

(Example plugin a new GIS engine with no effect to any other modules

/ policies in the platform) – 3 Marks

2. Sub System Integration with ICCC platform Demonstration – 5

Marks

a. CCTV surveillance solution – 1 Mark

b. IBMS solution – 1 Mark

c. LED Street Light solution – 1 Mark

d. Water SCADA – 1 Marks

e. Energy SCADA – 1 Mark

3. Sub system control from ICCC platform demonstration – 10 Marks

a. CCTV surveillance solution controls – 2.5 Marks

b. IBMS solution with controls – 2.5 Marks

c. LED Street Light solution with controls – 2.5 Marks

d. Water SCADA with controls – 2.5 Marks

1501. Vol II page

24

Integration

with Smart

Solutions

The solution should have sufficient flexibility and

scalability to integrate any Smart solution which

may be implemented in future in the city of

Aligarh. The Smart City platform should have all

the required application & protocol supports that

would enable the integration of various smart

solution like but not limited to solid waste

management, Smart street lighting, water &

Integration with Bi-directional control as mentioned need to be

specific for the different vertical solutions that it is intended for:

The Smart City platform should have ability to take over control of

subsystems with bi-directional control wherever it

is applicable and required. For e.g. Water SCADA

& Electrical SCADA Systems. Ex: ability to

start / stop pumps in pump house, open/close valves in

distribution network in case of emergency like

As per RFP

Page 408: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 408

sewerage management & leak detection, smart

parking, Smart education, smart poles, Septage

management, Rain water harvesting, Smart

electrical & water metering, Intelligent Building

Management, smart energy management etc.

These integrations should enable 2-way/

bidirectional data communication & control.

flood, earthquake or any disaster which may

disrupt normal operations, control PTZ cameras,

switching on/off street lights, setting the traffic signal etc.

Suggested:

the Smart City platform should have different smart

application integrations (in a single project) covering bi-directional

integration (centrally command, controlled and operated by Smart

City platform) with the following subsystems:

Water System

Sewerage system

Light system

Surveillance system

Traffic Management System

Building Management

1502. Vol II page

27

2.1.

Solution

Component

s & services

overview

3. Integration various smart city solutions to

enable bi-directional control & management of

Smart Solutions that would be implemented as

part of scope of work of the project and also

various smart city solutions that will be

implemented in a later phase within ASCL Smart

City ICT landscape, not limited to:

a. Smart solid waste management

b. Smart street lighting

c. Water & sewerage management & leak

detection

d. Smart parking

e. Smart education

f. Smart poles

g. Smart Septage management

h. Rain water harvesting

Integration with Bi-directional control as mentioned need to be

specific for the different vertical solutions that it is intended for:

The Smart City platform should have ability to take over control of

subsystems with bi-directional control wherever it is applicable and

required. For e.g. Water SCADA & Electrical SCADA Systems. Ex: ability

to

start / stop pumps in pump house, open/close valves in distribution

network in case of emergency like

flood, earthquake or any disaster which may

disrupt normal operations, control PTZ cameras,

switching on/off street lights, setting the traffic signal etc.

Suggested:

The Smart City platform should have different smart

application integrations (in a single project) covering bi-directional

integration (centrally command, controlled and operated by Smart

As per RFP

Page 409: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 409

i. Smart electrical & water metering

j. Intelligent Building Management

k. Smart energy management

City platform) with the following subsystems:

Water SCADA integration with controls

Street light integration with controls

ITMS integration

CCTV surveillance solution integration with controls

Energy SCADA integration with controls

Bus Transport System integration including CCTV Integrations in Bus

Shelter along with controls

IBMS Solution integration with controls

e-Governance Solution integrations

Smart network integration

Helpdesk integration

Water network optimization with Leak likelyhood monitoring &

controls

* All those highlighted/ bold will enable the platform to be future

ready however they need to be mentioned explicitly to understand

the Smart City Platform capabilities

1503. Vol II page

31

7. Service

delivery and

Publishing

Layer

The output field devices layer will contain display

devices or bi-directional (input & output) devices

connected to the network which will be used by

citizens to consume and for administrators to

provide - actionable information. Such field

devices include digital messaging boards,

environmental data displays, etc. The Integrated

command & Centre publishes the information

which will enable citizens and administrators

alike to get a holistic view of city conditions.

Platform should support Citizen centric solutions and other

integrations as required in the future. Ability to integrate with

subsystems via Native protocols or OPC driving unified user interface

providing ease of operations and facilitating central control across

multiple operations. Platform should also have ability to take over the

specific allowable control of the integrated subsystems through single

user interface of Smart City platform empowering the operator to

manage critical incidences and events through directly initiating

control over the subsystem

As per RFP

1504. 16.

Integration

The solution should have sufficient flexibility and

scalability to integrate any Smart solution which

Same as above

The Smart City platform should have built-in supervisory control to

As per RFP

Page 410: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 410

with Smart

Applications

that would

be

implemente

d in future

in Aligarh

may be implemented in future in the city of

Aligarh. The Smart City platform should have all

the required application & protocol supports that

would enable the integration of various smart

solution like but not limited to solid waste

management, Smart street lighting, water &

sewerage management & leak detection, smart

parking, Smart education, smart poles, Septage

management, Rain water harvesting, Smart

electrical & water metering, Intelligent Building

Management, smart energy management etc.

These integrations should enable 2-way/

bidirectional data communication & control

send control signals to the end systems in case of emergency and

process overrides.

Suggested:

The solution should have sufficient flexibility and scalability to

integrate any Smart solution which may be implemented in future in

the city of Aligarh. The Smart City platform should have all the

required application & protocol supports that would enable the

integration via native protocol or OPC for various smart solution like

but not limited to solid waste management, Smart street lighting,

water & sewerage management & leak detection, smart parking,

Smart education, smart poles, Septage management, Rain water

harvesting, Smart electrical & water metering, Intelligent Building

Management, smart energy management etc. These integrations

should enable 2-way/ bidirectional data communication & control

1505. Vol II page

58

3.1.9.

Environmen

tal sensors

3) The data should be collected on a data

analytics application server housed in the Smart

City. Various environment sensors shall sense the

environment conditions and send the data to the

integrated control system where real time data

resides and the same shall be made available to

various other departments and applications for

decision making. The platform must include

intelligent analytical engines that make

information meaningful to all stakeholders and

helps ease decision making.

Need to explicitly mention the capabilities of Smart City Platform with

intelligent analytical engines

Suggested:

The analytics tool should be able to produce performance analysis and

produce dashboard reports on performance.

Platform should allow users to define benchmarks against

performance parameters. Performance reports shall have the option

to generate reports with or without benchmark comparison

iii. The Platform should use analytics to create a view of hazards and

prioritizes based on a severity and risk profile

iv. The Platform shall be able to import data into its analytical tool.

v. Platform should be capable of easily interfacing with any other

external analytical tool that might be required in future to provide

warning inputs to Smart City.

vi. The Smart City Platform shall present a prioritized list of key actual

As per RFP

Page 411: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 411

incidents, and tasks requiring action.

vii. Smart City Platform should be able to perform multi-dimensional

analysis on incidents data. This should provide capability to do Trends

Analysis.

viii. The Smart City Platform should provide a clear reporting function

following an incident for: Management dashboard reporting and

Analysis of what went well and “lessons learnt”

1506. Vol II page

94

IOT

Platform

As part of scope of the project various ground

level sensors would be installed which would

collect ground level data and communicate the

same to the Smart City for further processing.

This IoT platform would act as the ground level

information gathering layer for Aligarh Smart city

platform. The various capabilities of the IoT

platform is as under:

Data Aggregation, Normalization and Access

Smart City solution ecosystem offers end to end solutions i.e. sensors

and devices along with application layers like Solid Waste collection,

adaptive traffic etc. The city command center platform integrates with

application layer of different smart city applications and not with

sensors and devices. therefore an IoT platform is not recommended as

Smart City platform.

as it integrates with the field sensors &devices for data aggregation on

single platform. The Data is then pulled by different applications which

is not real time & makes the system slow

Suggested:

The Smart City platform should be able to integrate with any type of

sensor platform – Standalone Sensor System, IoT Gateway connected

Sensors etc. being used for the urban services irrespective of the

technology used. Smart City platform should also be able to connect

to operational technologies with bi-directional control via native

protocols like OPC DA, OPC UA, BACNet, Serial

communication, MODBUS,IEC protocols etc. Smart City platform

should have built-in supervisory control to send control signals to the

end systems in case of emergency and process overrides.

As per RFP

1507. Vol I page

118

MSI has to integrate all smart components of the

project at Integrated Command & Control and

Smart City Platform provider has to……& not the MSI As per RFP

Page 412: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 412

Smart City

Platform

Communication Centre with an integrated

operations and dashboard application that will

integrate various Smart City components

implemented in this project and in future. As part

of this RFP, MSI shall ensure that redundancy and

fault tolerance is considered at the Smart City

components level in the actual deployment.

1508. Vol I page

118

Integrated city operation platform should be able

to carter to following requirements;

1. Urban Services and Data APIs:

a. Live data and visual feed from diverse sensors

should be connected to the platform

b. Application integration at APIs level: for listed

domain (Parking, Outdoor Lighting, Traffic,

Environment, Urban mobility etc.) to monitor,

control sensor and/or actuators functionality

which are part of the project scope and others

which would be integrated in future.

c. Cross APIs Integration: Enabling contextual

information (API-API Bi-directional) and

correlation across domains and verticals

(Multiple vendor and Multi-sensor in future) **

Normalized APIs should be available to carry out integration with any

domains (like Parking, Outdoor Lighting, Traffic, Environment, Urban

mobility, and other systems.) to monitor, control sensor and/or

actuators functionality to enable app developers to develop apps on

the platform. For example Lighting APIs: Vendor agnostic APIs to

control Lighting functionality.

** Enables City and/or its partners to write software adaptors based

on the API(s) provided by device vendors and have the ability to

control, monitor and collect the data from these street devices

Refer

Corrigendum

No. 5

1509. Vol II page

290

Developer

Program

tools

Platform OEM should provide online/offline

Developer Program tools that help City to

produce new applications, and/or use solution

APIs to enhance or manage existing solution free

of cost. SI must ensure development of new

applications for citizen services are compatible

with the existing setup.

ICCC platform should expose API/ SDK tools that help the City to

produce new applications, and/or use solution APIs to enhance or

manage existing solution.

As per RFP

Page 413: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 413

1510. Vol II page

294

Integration

Capabilities

The platform should support all devices which

are based on Industry standards.

a. Protocol libraries of most standardized M2M

Protocols like LWM2M,MQTT,LTN

Gateway,DLMS,TR- 069,Zigbee,OMA DM etc.

b. API Exposure and Interaction Studio (Web GUI)

tools to building real time IOT applications???

City servises are diverse in nature and communication methadology,

eloboration is required in order to choose true technology to support

the service demand which will help city to address the critical

operation on Real-time basis.

• ICCC platform should have ability to integrate with subsystems

natively, driving unified user interface providing ease of operations

and facilitating central control across multiple operations. IT, OT and

IoT conversion in Single Platform. This enables integration server to

integrate seamlessly with Operational Technology, Information

Technology (IT)/ IoT based subsystems. Operational Technology

Integration should include inbuilt support for protocols like: OPC

UA/DA (SCADA), BACNET (BMS), MODBUS (Metering & field

controller-PLCs/DCS), IEC etc. Bidder to give undertaking for inbuilt

support for above mentioned OT protocols. IT Application should

integrate via ESB (Enterprise Service Bus) with IT protocols like: Web-

services/APIs/ REST/SOAP (City Surveillance, ITMS, BRTS, GIS), ERP (e-

Gov, payment gateway) etc.

Refer

Corrigendum

No. 5

1511. Vol II page

294

Integration

Capabilities

The platform should support all devices which

are based on Industry standards.

a. Protocol libraries of most standardized M2M

Protocols like LWM2M,MQTT,LTN

Gateway,DLMS,TR- 069,Zigbee,OMA DM etc.

b. API Exposure and Interaction Studio (Web GUI)

tools to building real time IOT applications???

City servises are diverse in nature and communication methadology,

eloboration is required in order to choose true technology to support

the service demand which will help city to address the critical

operation on Real-time basis.

a.Refer

Corrigendum

No. 5

b.As per RFP

1512. Vol II page

294

Integration

Capabilities

The platform should support all devices which

are based on Industry standards.

a. Protocol libraries of most standardized M2M

Protocols like LWM2M,MQTT,LTN

Gateway,DLMS,TR- 069,Zigbee,OMA DM etc.

City servises are diverse in nature and communication methadology,

eloboration is required in order to choose true technology to support

the service demand which will help city to address the critical

operation on Real-time basis.

a.Refer

Corrigendum

No. 5

Page 414: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 414

b. API Exposure and Interaction Studio (Web GUI)

tools to building real time IOT applications???

b.As per RFP

1513. Vol II page

295

Integration

Capabilities

The platform should support all devices which

are based on Industry standards.

b. API Exposure and Interaction Studio (Web GUI)

tools to building real time IOT applications???

What is the context, to provide interaction Studio (Web GUI-Graphical

user interface) to real time IoT application.

Suggested:

ICCC platform should expose API/ SDK tools that help the City to

produce new applications, and/or use solution APIs to enhance or

manage existing solution.

As per RFP

1514. Vol II page

291

Platform

functionalit

y

Addition Eloborated GUI capabilities in order to get future ready solution

Suggested:

Main GUI Dashboard for Integrated Command & Control Centre

should support multi-monitor application. This core application should

not be just a web based terminal application, which can only run on

web-browser interface. However, the core application should be OS

based and capable of extending the same to terminal based web

interface as a futuristic capability for easy accessibility or availability to

perform remote or emergency operations with a secure access to

authorized personals only. All of these data should be rendered /

visualized on the command and control center dashboard.

As per RFP

1515. Vol I page

24

Consortium

of Firms

The Lead bidder and consortium partners shall be

jointly and severally responsible for complete

scope and ensuring the delivery of products and

services mentioned in all volumes/Parts of this

RFP.

consortium partners shall be responsible for their scope only and

cannot take the responsibility of the entire scope of work of the Lead

bidder & consortium partners

Suggested:

The Lead bidder shall be jointly and severally responsible for

complete scope and ensuring the delivery of products and services

mentioned in all volumes/Parts of this RFP

Refer

Corrigendum

No.5

Page 415: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 415

While the consortium partners shall be responsible for their scope

only

1516. VOL 2 | Page No. 47 | 3. Detailed Scope of Work | 3.1. Solution Components | 3.1.1. Adaptive Traffic Control System (ATCS)

Traffic detectors: 1. Non-intrusive video based traffic detectors for detecting traffic demand on major road approaches to junctions

At Page no. 47, it is asked for video based traffic detector whereas at Page no. 52 only Thermal camera is asked for Traffic Detector. Spec of thermal camera at page no. 258, s. no. 33, prefers single OEM and restricts other OEMs to participate. Hence we hereby request you to kindly make the specs open as "Thermal camera/video based traffic detector."

Refer

corrigendum

No.5

1517. VOL 2 | Page No. 252 | Annexure B.38. Adaptive Traffic Control System

6. Traffic detectors: Thermal camera shall be used for vehicle detection

At Page no. 47, it is asked for video based traffic detector whereas at Page no. 52 only Thermal camera is asked for Traffic Detector. Spec of thermal camera at page no. 258, s. no. 33, prefers single OEM and restricts other OEMs to participate. Hence we hereby request you to kindly make the specs open as "Thermal camera/video based traffic detector."

Refer

corrigendum

No.5

1518. VOL 2 | Page No. 252-232 | Annexure B.38. Adaptive Traffic

Traffic controller signal: 11.The controller shall be able to take queue inputs from the Thermal Camera and optimize the signal timing based on queue lengths. 15. The controller shall be able to interface with the Thermal Camera based detector using an industry standard open collector interface as well

At Page no. 47, it is asked for video based traffic detector whereas at Page no. 52 only Thermal camera is asked for Traffic Detector. Spec of thermal camera at page no. 258, s. no. 33, prefers single OEM and restricts other OEMs to participate. Hence we hereby request you to kindly make the specs open as "Thermal camera/video based traffic detector."

Refer

corrigendum

No.5

Page 416: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 416

Control System

other standard communication protocols as per the requirement

1519. VOL 2 | Page No. 258 | Annexure B.38. Adaptive Traffic Control System

32. Traffic sensor General: 1. Thermal camera & detector board integrated in compact, esthetical housing

At Page no. 47, it is asked for video based traffic detector whereas at Page no. 52 only Thermal camera is asked for Traffic Detector. Spec of thermal camera at page no. 258, s. no. 33, prefers single OEM and restricts other OEMs to participate. Hence we hereby request you to kindly make the specs open as "Thermal camera/video based traffic detector."

Refer

corrigendum

No.5

1520. VOL 2 | Page No. 258 | Annexure B.38. Adaptive Traffic Control System

33.Thermal Camera Details: 1.Technology: long wave infrared (7-14μm) 2. Array format: QVGA resolution 3. Pixel pitch: 17μm minimum 4. Frame Rate: 30 FPS minimum

Refer

corrigendum

No.5

1521. VOL 2 | Page No. 252 | Annexure B.38. Adaptive Traffic Control System

9. Traffic detectors: The detector shall be capable of integration with trigger module which should support vehicle presence, speed, class, ETA, wrong way, etc.

ETA: Kindly provide its full form. wrong way: Since ATCS system will not be able to detect number plate of the vehicle, hence detection of wrong way direction of the vehicle cannot be penalised. Hence we request you to kindly delete "wrong way " from here.

As per RFP

Page 417: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 417

1522. VOL 2 | Page No. 52 | 3.1.4. Automatic Number Plate Detection System (ANPR)

g)The proposed system should be capable to perform OCR (optical character recognition) of number plates (Detect and Read) written in English and Hindi language with character in standard or non-standard fonts, unusual characteristics like different size characters, font, colours, special characters etc.

As per Central Motor Vehicle Act 1989 and its corresponding amendments, Legal License plates are with standard English alphanumeric fonts only. Other than that any other language like Hindi number plates are illegal. Hence we request you to kindly delete the requirement of reading Hindi number plates and amend it as "The proposed system should be capable to perform OCR (optical character recognition) of number plates (Detect and Read) written in English language with character in standard or non-standard fonts, unusual characteristics like different size characters, font, colours, special characters etc."

As per RFP

1523. VOL 2 | Page No. 51 | 3.1.3. Speed Violation Detection System (SVD)

The SVD system should use radar & camera based speed violation detection system that can be produced in the court of law in case of any litigation.

There are various technology available in the market for detection of vehicle speed. This also prefers single OEM technology. To allow other OEMs to participate, we request you to kindly remove this point 7, and amend it as "Speed should be measured use advanced forward firing radar technology/Video based technology"

Refer

Corrigendum

No.5

1524. VOL 2 | Page No. 239 | Annexure B.32. Speed Violation Detection System

7. Speed should be measured use advanced forward firing radar technology (a) -Speed should be measured using 3D advanced radar i. Frequency band should be 24.0 to 24.25 GHz or 77 GHz ii. Max. Transmit Power (EIRP)- 20 dBm iii. Operating temp -40 °C ÷ 85 °C (b) Speed: 30 to 320 km/h (c) Range Accuracy typ. <+/-2,5% or +/-0,25m (bigger of) (d) Speed Accuracy: typ. <+/-1% or <+/-0,28m/sec (bigger of) (e) Tracking radar with possibility to take control image (f) Cycle Time. -50 Msec (g) Vibration; 14g rms (h) Power Consumption: 7V ÷ 32V

As per RFP

Page 418: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 418

(i) Lanes: Multilane (j) Number of tracked objects: 64

1525. VOL 2 | Page No. 240 | Annexure B.32.

16. CE and RoHS compliant certificate with third party speed test report

For solutions only CE is applicable, not RoHS. Being an OEM for solution provider, we request you to kindly amend this clause as "CE/RoHS compliant certificate with third party speed test report from govt. approved third party test lab as mentioned in Central Motor Vehicle act rule no. 126"

RoHS is

applicable for

hardware part

of the solution

1526. VOL 2 | Page No. 240 | Annexure B.32. Speed Violation Detection System

17. Test reports for IP 66 for cameras, laser should be provided. this is to support harsh rainy season and dust environment in Delhi

Central Motor Vehicle act rule no. 126 approves four agencies to conduct various tests including speed measurement of vehicles. As the Speed Violation Detection system will be used for penalizing the offenders. Speed Detection system should be tested and certified for accuracy by approved agencies under CMV act. Hence we request you to kindly amend the clause as " Speed detection accuracy of the speed detection system should certified from a govt. approved third party test lab as mentioned in Central Motor Vehicle act rule no. 126. "

As per RFP

1527. 18. Certification should be provided for the system (and not for the sensor only) and Road test reports should be tested for speed tests.

As per RFP

1528. VOL 2 | Page No. 234 | Annexure B.30.

9. OEM Experience: OEM should have experience with ANPR projects in India and should have at least done 3 such projects. Proper documents should be submitted to prove.

To ensure the sustainability of the system we request you to kindly amend the clause as "OEM should have experience with ANPR projects in India and should have at least done 3 such projects in last 3 financial years with 100 lanes in each.Proper documents should be submitted to prove."

As per RFP

1529. VOL 2 | Page No. 236 | Annexure B.31. Red Light Violation

System shall provide Context image (always color to have proof of signal light) of the signal and shall show wide angled context of the offence as well as details of the offending vehicle. Multiple stitched images of the same is possible.

Stitching of images is considered as tempering of the evidence image, which will not be acceptable on the court of law as an acceptable evidence for violation. Hence we request you to kindly remove this line "Multiple stitched images of the same is possible."

System shall

provide

Context image

(always color

to have proof

of signal light)

Page 419: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 419

Detection System

of the signal

and shall show

wide angled

context of the

offence as well

as details of

the offending

vehicle.

1530. VOL 2 | Page No. 237 | Annexure B.31. RLVD

19. Compliance certificate: CE and RoHS compliant certificate

For solutions only CE is applicable, not RoHS. Being an OEM for solution provider, we request you to kindly amend this clause as "CE/RoHS compliant certificate""

RoHS is

applicable for

hardware part

of the solution

1531. VOL 2 | Page No. 234 | Annexure B.30. ANPR

9. OEM Experience: OEM should have experience with ANPR projects in India and should have at least done 3 such projects. Proper documents should be submitted to prove.

To ensure the sustainability of the system we request you to kindly amend the clause as "OEM should have experience with ANPR projects in India and should have at least done 3 such projects in last 3 financial years with 100 lanes in each.Proper documents should be submitted to prove."

As per RFP

1532. VOL 2 | Page No. 152-153

Annexure A.2. Locations for ITMS (ATCS, RLVD & supporting ANPR) assets

Please clarify the exact number of lanes in each arm for every location Refer

corrigendum

No. 5

1533. VOL 2 | Page No. 153

Annexure A.3. Locations for SVD assets (with supporting ANPR assets)

Please clarify the exact number of lanes at each location Refer

corrigendum

No. 5

Page 420: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 420

1534. VOL 2 | Page No. 239 | Annexure B.32. SVD

Request to add Since same set of hardware is capable of doing No- Helmet detection and Triple riding detection for 2-wheelers, hence we request you to kindly add these features in - Annexure B.32. Speed Violation Detection System

As per RFP

1535. VOL 2 | Page No. 236 | Annexure B.31. RLVD

Request to add Since same set of hardware is capable of doing No- Helmet detection and Triple riding detection for 2-wheelers, hence we request you to kindly add these features in - Annexure B.31. Red Light Violation Detection System

As per RFP

1536. Vol 1| Page No. 35 | Evaluation of Eligibility Criteria

Request to add To ensure the quality of the system along with the Financial status of the company, we hereby request you to kindly add the following OEM criteria: "8. The OEM should be a profit making company for past 05 (Five) years"

As per RFP

1537. Annexure B.46. Database encryption (HSM Device) 277 (GENERAL)

The solution must be able to protect data-at-rest against root/system privileged user account access. It should also protect file level encryption. The DSM should be a hardware device with FIPS level 3 HSM. The solution should be able to support file level encryption in transparent manner. No downtime is expected while data is transformed into encrypted data

we request to open this Specifications more to allow new generation technologies which are platform to protect end to end data weather in use, rest or motion using latest generation Format preserving encryption which are stateless in nature, requires no HSM/ Key maanger.Are not dependednt on database and application, works on all. Are NIST compliant and uses breachproof technology FF1. Benefit: This will open space for more players, will reduce requirement of un-neccesary HSM and key maanger devices and will ensure latest next generation technology along with cost saving.

As per RFP

1538. Data Encryption capabilities & token management

The proposed data protection and encryption solution must support transparent data protection on all major operating system include: • Microsoft: Windows Server, 2008, 2012 • Linux: Red Hat Enterprise Linux (RHEL), SuSE Linux Enterprise Server, Oracle RedHat Compatible Kernel and

we request to open this Specifications more to allow new generation technologies which are platform to protect end to end data weather in use, rest or motion using latest generation Format preserving encryption which are stateless in nature, requires no HSM/ Key maanger.Are not dependednt on database and application, works on all. Are NIST compliant and uses breachproof technology FF1.

As per RFP

Page 421: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 421

Ubuntu • UNIX: IBM AIX, HP-UX, and SolarisDatabase

Benefit: This will open space for more players, will reduce requirement of un-neccesary HSM and key maanger devices and will ensure latest next generation technology along with cost saving.

1539. The proposed platform should support vault based tokenization

Why vault is required, which is old technology, it must be only vaultless

As per RFP

1540. Support industry proven cryptograph security standard:3DES, AES128, AES256, ARIA128, and ARIA256 and asymmetric key RSA-4096/2048, SHA-256 algorithm

Must be as per requirement of customer As per RFP

1541. The Key management repository must provide virtualization option, with OVF image for deployment option - Hardened Operating System, root account must be disabled, all unnecessary software packages must be removed. A firewall in place that only opens a limited set of required ports.

Valid for old technologies which requires key management, stateless technologies do not require

As per RFP

1542. Hardware Capabilities

Should be a FIPS 140-2 level 3 and Common Criteria Certified

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

1543. Should have support for column level encryption This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

1544. Should support RSA 1024, RSA 2048, RSA 4096, AES

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

1545. 128, AES 256, 3DES, ARIA 128, ARIA 256 This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

1546. Should support Clustering for high availability This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

Page 422: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 422

1547. Should support multi tenancy This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

1548. Should have Secure Web-based GUI, secure shell (SSH), and console

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

1549. Should be able to encrypt of all databases This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

1550. Should be scalable upto 10000 connectors This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

1551. Should have File servers support on Windows, Linux etc.

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

1552. Should be a TCP/IP based FIPS certified appliance This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

1553. Should Support delegated admin, “M of N” keys. Capable of storing one million keys in hardware.

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

1554. Should have support for standard libraries and protocols - PKCS#11, KMIP, REST

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

1555. Should support live data transformation (encrypting existing data without downtime)

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

1556. Should allow Key Caching, Key rotation, key Versioning, Schedule Key Rotation

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

1557. Should support web Service architecture for easy integration with different application

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

Page 423: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 423

1558. Should be supplied with redundant power supply This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

1559. Should support operating temperature 10° to 35° C (50° to 95° F)

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

1560. Should support humidity 8% to 90% (non- condensing)

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

1561. Should support FCC, UL, BIS or equivalent certifications

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

1562. Should support two factor authentication (for administrator to login to Key manager web console)

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

1563. Should support SNMP, NTP, Syslog-TCP This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

1564. Should support syslog formats CEF, LEEF, RFC 5424 or equivalent

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

1565. The proposed data protection solution must support hardware cryptographic acceleration including • Intel and AMD AES-NI • SPARC encryption • IBM P8 cryptographic coprocessor

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

1566. The proposed data protection solution must provide fine-grained auditing records that show system accounts and processes accessing data based on security policy.

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

1567. The proposed data protection solution must support integration with SIEM solution and deliver centralized access audit and monitoring report

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

Page 424: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 424

1568. The encryption key manager must be Common Criteria (ESM PP PM V2.1) certified

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

1569. The encryption key manager should have option with FIPS 140-2 Level 3 HSM in the box.

This section is only for vendor who needs key manager/hsm for managing keys which is complicated , must be open for technologies which does not require key mangement and are stateless.

As per RFP

1570. 314 SIEM

SIEM and Forensics Platform is required for complete visibility to identify and investigate attacks, the ability to detect and analyze even the most advanced of attacks before they can impact critical data, and the tools to take targeted action on the most important incidents. Complete visibility across logs, packets and end point is critical. Appliance based solution for better performance is required. The solution should collect, analyze, and archive massive volumes of data at very high speed using multiple modes of analysis. The platform should also be able to ingest threat intelligence about the latest tools, techniques and procedures in use by the attacker community to alert government on potential threats that are active.

We request SIEM and invetigate as they are part of SIEM solution. End point has been asked seprately along with Antivirus and Packet is part of NBAD, why duplicacy is required. SIEM and investigate platform must integrate with specilised EDR and NBAD solutions asked for in tender rather then asking as part of SIEM with limited functionalities. SIEM must focus on real time corrlation and investigation. It must have integrated big data platform to provide predective analytics. SI must be allowed to give as appliance or HW form factor to give best results

As per RFP

1571. 314 SIEM

Next generation platform should encompass log, packet and end point data with added context and threat Intelligence. Should provide complete network visibility through deep packet inspection high speed packet capture and analysis.

Packet and end point are seprate solution and has been asked . SIEM must provide Logs capability and real time correlation and analytics

As per RFP

1572. 314 SIEM

SIEM for Logs and deep packet inspection should be from Single OEM.

SIEM must be from specilaised SIEM vendor and packet must be part of NBAD solution, not required as part of SIEM with limited functionality. SIEM must focus on log , real time correlation and predective analytics using big data platform integrated.

Refer corrigendum No. 5

1573. The SIEM & Log Monitoring solution should be from a different OEM than the Prevention Security solutions like F/W, IPS, HIPS, AV, DLP, and Encryption.

There is no relation between Encryption, DLP here, why same cant be from same OEM

Refer corrigendum No. 5

Page 425: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 425

1574. The solution should provide an integrated SOC dashboard and Incident analysis system that could provide a single view into all the analysis performed across all the different data sources including but not limited to logs and packets. The Tool should have role based access control mechanism and handle the entire security incident lifecycle.

Packet must be from different OEM as part of complete NBAD solution As per RFP

1575. Correlation Engine appliance should be consolidated in a purpose build appliance and should handle 50,000 EPS.

Above point has given sizing, why OEM specific appliance needs to be asked for. 20,000 EPS solution has been asked for as right sizing. This is specific to OEM, who is trying to push department to spend for its specific sized Appliance.

Correlation Engine appliance should be consolidated in a purpose build appliance and should handle 20,000 EPS.

1576. The solution should incorporate and correlate information that enables the Information Security Team to quickly prioritize it’s response to help ensure effective incident handling.

Response to be removed as response tools are seprate of part of SOP's Refer Corrigendum No. 5

1577. The solution should be storing both raw logs as well as normalized logs. The same should be made available for analysis and reporting. The proposed solution should be sized to provide both raw logs and normalized logs with minimum 20 TB of storage.

Why 20TB? This is specific to OEM, who is trying to push its specific appliance. It should be as per Solution requirement

To be used for storing & processing logs

1578. Should be able to provide complete packet-by-packet details pertaining to one or more session of interest including Session replay, page reconstruction, image views, artefact & raw packet and object extractions.

Packet must be from different OEM as part of completet NBAD solution

As per RFP

1579. Should be able to filter the captured packets based on layer-2 to layer-7 header information.

Packet must be from different OEM as part of completet NBAD solution

As per RFP

Page 426: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 426

1580. Should provide comprehensive deep packet inspection (DPI) to classify protocols & application.

Packet must be from different OEM as part of completet NBAD solution

As per RFP

1581. The proposed solution must be able to provide the complete platform to perform Network forensics solution

Packet must be from different OEM as part of completet NBAD solution

As per RFP

1582. The solution must have the ability to capture network traffic and import PCAP files using the same infrastructure.

Packet must be from different OEM as part of completet NBAD solution

As per RFP

1583. Annexure

B.1.

Fixed

Surveillance

Camera ,

Minimum

illumination

Color: 0.05 lux; B/W: 0.005 lux or better As the given specifcation are OEM specifc ,request you to cosider

:Color: 0.12 lux B/W: 0.01 lux

As per RFP

1584. Annexure

B.1.

Fixed

Surveillance

Camera ,

Video

Compressio

n

H.265, H.264, and MJPEG

Min. three individually configurable streams

Please change to :H.265/H.264, and MJPEG

Min. three individually configurable streams at 2MP , H.264,25FPS

Refer

corrigendum

No. 5

1585. Annexure

B.3.

Surveillance

Camera -

PTZ ,

Minimum

Illumination

0.05 Lux (Colour) , 0.005 Lux (B/W), 0 Lux with

IR illumination on

Please change to :Color: 0.1 lux at 30 IRE, F1.6 B/W: 0.008 lux at 30

IRE, F1.6, 0 lux with IR illumination on

As per RFP

Page 427: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 427

1586. Annexure

B.3.

Surveillance

Camera -

PTZ , Video

Compressio

n

H.265, H.264, and MJPEG Min. three individually

configurable streams

Please change to :H.265/ H.264, and MJPEG Min. three individually

configurable streams at 2MP,H.264,25FPS

Refer

corrigendum

No.5

1587. Annexure

B.3.

Surveillance

Camera -

PTZ , Alarm

2 alarm input, 1 alarm output Pls change to :2 alarm input, 1 alarm output(If required in future ) As per RFP

1588. Annexure

B.3.

Surveillance

Camera -

PTZ , Audio

1 audio input, 1 audio output Pls change to :1 audio input, 1 audio output(if required in future ) As per RFP

1589. Annexure

B.4.

Indoor

Dome

Camera ,

Image

Sensor and

Resolution,

FPS

1/2.8" CMOS or better,Min.1920 × 1080 or

better; 25 fps or better

Please change to :1/3" or better CMOS or better,Min.1920 × 1080 or

better; 25 fps or better as this is standar size of image sensor of 2 MP

camer

As per RFP

1590. Annexure

B.4.

Indoor

Colour: 0.05 lux; B/W: 0.005 lux or better Please change to :Color: 0.16 lux As per RFP

Page 428: Response to Pre bid Queries - smart city aligarh › EDocs › ResponseP... · Response to Pre bid Queries # RFP Reference Content of the RFP requiring clarification Clarification

Rersponse to Pre-Bid queries on ICCC and e-Gov

Aligarh Smar City 428

Dome

Camera ,

Minimum

illumination

B/W: 0.03 lux at 50 IRE , F1.4 or better Pls change to :H.265/H.264,

and MJPEG

1591. Annexure

B.4.

Indoor

Dome

Camera ,

Lens type

Vari-Focal Motorized Lens 2.8-12 mm,

Corrected IR cut filter

Requrest you to Please change to :Vari-Focal Motorized Lens 3-10 mm

or better Corrected IR cut filter as that is standard verifocal lens

available in market.

As per RFP