Request for Proposal (RFP) - Transport Department

218
RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses Page 0 of 217 Issued by: Transport Department Government of NCT of Delhi 5/9, Under Hill Road, Delhi-110054 Request for Proposal (RFP) for “Selection of agency to operationalise IP CCTV And Automatic Vehicle Tracking System in DTC and Cluster Scheme Buses On Infrastructure as a service modelTender Ref. No. E-TenderNoticeNo. 2018_TD_161270_1

Transcript of Request for Proposal (RFP) - Transport Department

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 0 of 217

Tender Ref. No. – E-TenderNoticeNo. 2018_TD_161270_1

Issued by:

Transport Department

Government of NCT of Delhi

5/9, Under Hill Road, Delhi-110054

Request for Proposal (RFP)

for

“Selection of agency to operationalise IP CCTV

And Automatic Vehicle Tracking System in DTC and

Cluster Scheme Buses

On

Infrastructure as a service model”

Tender Ref. No. – E-TenderNoticeNo. 2018_TD_161270_1

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 1 of 217

Contents 1. `Important Dates..........................................................................................................................9 2. Fact Sheet ...................................................................................................................................9 3. Invitation for Request for Proposal (RFP) ................................................................................... 11 4. Structure of the RFP .................................................................................................................. 11 5. Background Information............................................................................................................. 11 5.1 BASIC INFORMATION ............................................................................................................... 11 6. Instructions to Bidders ............................................................................................................... 12 6.1 GENERAL .............................................................................................................................. 12 6.2 COMPLIANT PROPOSALS / COMPLETENESS OF RESPONSE .......................................................... 12 6.3 CODE OF INTEGRITY ............................................................................................................... 12 6.4 PROPOSAL PREPARATION COSTS ............................................................................................. 13 6.5 PRE-BID MEETING & CLARIFICATIONS ....................................................................................... 13 6.6 RESPONSES TO PRE-BID QUERIES AND ISSUE OF CORRIGENDUM ................................................ 14 6.7 LANGUAGE OF BIDS ................................................................................................................ 14 6.8 PROCEDURE FOR SUBMISSION OF BIDS .................................................................................... 14 6.9 BIDDER’S AUTHORISED SIGNATORY........................................................................................... 17 6.10 FIRM PRICES ......................................................................................................................... 17 6.11 DISCOUNT ............................................................................................................................. 17 6.12 BIDDER QUALIFICATION ........................................................................................................... 17 6.13 EARNEST MONEY DEPOSIT (EMD) ........................................................................................... 17 6.14 PERIOD OF VALIDITY OF BIDS................................................................................................... 18 6.15 TERMS AND CONDITIONS FOR BIDDER ...................................................................................... 18 6.16 LOCAL CONDITIONS ................................................................................................................ 18 6.17 LAST DATE FOR RECEIPT OF BIDS ............................................................................................ 18 6.18 LATE BIDS ............................................................................................................................. 19 6.19 MODIFICATION AND WITHDRAWAL OF BIDS ................................................................................ 19 6.20 CONTACTING THE PURCHASER ................................................................................................ 19 6.21 CONSORTIUM ......................................................................................................................... 19 6.22 SUB-CONTRACTING................................................................................................................. 19 6.23 EVALUATION OF BIDS .............................................................................................................. 20 6.24 CLARIFICATION....................................................................................................................... 20 6.25 SUBSTANTIALLY RESPONSIVE BIDS .......................................................................................... 20 6.26 ELIGIBILITY CRITERIA .............................................................................................................. 20 6.27 TECHNICAL EVALUATION CRITERIA ........................................................................................... 24 6.28 OPENING OF FINANCIAL BIDS ................................................................................................... 26 6.29 POST QUALIFICATION AND AWARD CRITERIA ............................................................................. 27 6.30 PURCHASER RIGHT TO VARY SCOPE OF CONTRACT AT THE TIME OF AWARD ................................ 27 6.31 PURCHASER RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS ................................. 27 6.32 NOTIFICATION OF AWARD ........................................................................................................ 27 6.33 PERFORMANCE BANK GUARANTEE ........................................................................................... 27 6.34 SIGNING OF CONTRACT ........................................................................................................... 28 6.35 REJECTION CRITERIA .............................................................................................................. 28 7. Payment Terms ......................................................................................................................... 29 8. General Terms and Conditions .................................................................................................. 31 8.1 DEFINITIONS .......................................................................................................................... 31 8.2 INTERPRETATION .................................................................................................................... 31 8.3 CONDITIONS PRECEDENT ........................................................................................................ 31 8.4 EXTENSION OF TIME FOR FULFILMENT OF CONDITIONS PRECEDENT ............................................. 32 8.5 NON-FULFILMENT OF THE IMPLEMENTATION AGENCY’S CONDITIONS PRECEDENT .......................... 32 8.6 SCOPE OF WORK ................................................................................................................... 32 8.7 KEY PERFORMANCE MEASUREMENTS....................................................................................... 32 8.8 COMMENCEMENT AND PROGRESS ............................................................................................ 32

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 2 of 217

8.9 STANDARDS OF PERFORMANCE ............................................................................................... 33 8.10 APPROVALS AND REQUIRED CONSENTS .................................................................................... 34 8.11 SUB-CONTRACT ..................................................................................................................... 34 8.12 IMPLEMENTATION AGENCY’S OBLIGATIONS ................................................................................ 35 8.13 START OF INSTALLATION ......................................................................................................... 37 8.14 REPORTING PROGRESS .......................................................................................................... 38 8.15 KNOWLEDGE OF PURCHASER SITE CONDITIONS ......................................................................... 39 8.16 PROJECT PLAN ...................................................................................................................... 39 8.17 BIDDER’S ORGANISATION ........................................................................................................ 39 8.18 ADHERENCE TO SAFETY PROCEDURES, RULES REGULATIONS AND RESTRICTION ............................ 40 8.19 STATUTORY REQUIREMENTS ................................................................................................... 41 8.20 PURCHASER’S OBLIGATIONS.................................................................................................... 41 8.21 PAYMENTS ............................................................................................................................ 41 8.22 INTELLECTUAL PROPERTY RIGHTS ........................................................................................... 42 8.23 TAXES ................................................................................................................................... 42 8.24 INDEMNITY AND LIMITATION OF LIABILITY ................................................................................... 44 8.25 WARRANTY ............................................................................................................................ 45 8.26 TERM AND EXTENSION OF THE CONTRACT ................................................................................ 46 8.27 DISPUTE RESOLUTION/ ARBITRATION ....................................................................................... 47 8.28 CONFLICT OF INTEREST ........................................................................................................... 48 8.29 TRADEMARKS, PUBLICITY ........................................................................................................ 49 8.30 FORCE MAJEURE ................................................................................................................... 49 8.31 DELIVERY .............................................................................................................................. 49 8.32 AUDIT BY THIRD PARTY ........................................................................................................... 49 8.33 INSURANCE ............................................................................................................................ 49 8.34 DEEMED ACCEPTANCE ............................................................................................................ 50 8.35 TRANSFER OF OWNERSHIP ...................................................................................................... 50 8.36 EXIT MANAGEMENT PLAN ........................................................................................................ 51 8.37 FRAUD AND CORRUPT PRACTISES ............................................................................................ 51 9. Special Terms and Conditions of Contract ................................................................................. 53 9.1 PERFORMANCE SECURITY ....................................................................................................... 53 9.2 LIQUIDATED DAMAGES ............................................................................................................ 53 9.3 FAILURE TO AGREE WITH TERMS AND CONDITIONS OF THE RFP .................................................. 53 9.4 OWNERSHIP AND RETENTION OF DOCUMENTS ........................................................................... 53 9.5 CONFIDENTIAL INFORMATION, SECURITY DATA .......................................................................... 54 9.6 RECORDS OF CONTRACT DOCUMENTS ...................................................................................... 54 9.7 SECURITY AND SAFETY ........................................................................................................... 54 9.8 CONFIDENTIALITY ................................................................................................................... 55 9.9 EVENTS OF DEFAULT BY THE IMPLEMENTATION AGENCY ............................................................. 55 9.10 TERMINATION ......................................................................................................................... 56 9.11 RIGHT TO TERMINATE THE PROCESS ........................................................................................ 56 9.12 CONSEQUENCE OF TERMINATION ............................................................................................. 57 9.13 CHANGE CONTROL NOTE (CCN) ............................................................................................. 58 9.14 CCN QUOTATION ................................................................................................................... 58 10. Scope of Work ...................................................................................................................... 60 10.1 PROJECT BACKGROUND .......................................................................................................... 60 10.2 PROJECT OVERVIEW:.............................................................................................................. 61 10.3 OVERVIEW ............................................................................................................................. 63 10.4 INSTRUCTION FOR IMPLEMENTATION ......................................................................................... 64 10.5 HELPDESK ............................................................................................................................. 67 10.6 RESPONSIBILITY MATRIX ......................................................................................................... 68 10.7 ARCHITECTURE DESIGN........................................................................................................... 69 10.8 SOLUTION ARCHITECTURE REQUIREMENTS ............................................................................... 72 10.9 PHASING STRATEGY ............................................................................................................... 76

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 3 of 217

10.10 TECHNICAL MANPOWER REQUIREMENT DURING IMPLEMENTATION PHASE (DURATION – 5 MONTHS) . 78 10.11 OPERATIONS & MAINTENANCE PHASE ....................................................................................... 79 10.12 TECHNICAL MANPOWER REQUIREMENT DURING O&M PHASE (DURATION 5 YEARS) ....................... 79 10.13 TECHNICAL MANPOWER REQUIREMENT DURING O&M PHASE (DURATION 5 YEARS) ....................... 80 11. Deliverables and timelines ..................................................................................................... 81 12. Acceptance, Testing and Certification .................................................................................... 81 12.1 TESTING ................................................................................................................................ 81 12.2 DOCUMENTS AND REPORTS REQUIRED FOR EACH PHASE OF THE PROJECT ................................... 82 13. BOQ and Installation Scheme ............................................................................................... 83 13.1 BILL OF QUANTITIES ............................................................................................................... 83 13.2 IMPLEMENTATION SCHEME ...................................................................................................... 85 14. Technical Specifications ........................................................................................................ 88 15. Service Level Agreement ...................................................................................................... 88 15.1 SERVICE LEVELS .................................................................................................................... 88 15.2 DESCRIPTION OF SERVICES PROVIDED ..................................................................................... 88 15.3 SERVICE LEVEL AGREEMENTS & PENALTIES ............................................................................. 89 15.4 GENERAL PRINCIPLES OF SERVICE LEVEL AGREEMENTS............................................................. 89 15.5 SERVICE LEVEL MONITORING .................................................................................................. 90 15.6 PENALTIES ............................................................................................................................ 90 15.7 MEASUREMENT & TARGETS ..................................................................................................... 92 15.8 REPORTING PROCEDURES .................................................................................................... 101 15.9 ISSUE MANAGEMENT PROCEDURES ........................................................................................ 101 15.10 ISSUE MANAGEMENT PROCESS .............................................................................................. 101 15.11 SERVICE LEVEL CHANGE CONTROL ........................................................................................ 101 16. Annexure ............................................................................................................................ 103 16.1 ANNEXURE 1: PRE-QUALIFICATION ......................................................................................... 103 16.2 ANNEXURE 2: TECHNICAL ...................................................................................................... 108 16.3 ANNEXURE 3: OVERVIEW OF PROPOSED SOLUTION ................................................................. 114 16.4 ANNEXURE 4: DETAILS OF THE PROPOSED MANPOWER RESOURCE ........................................... 119 16.5 ANNEXURE 5: NO DEVIATIONS CERTIFICATE ............................................................................ 121 16.6 ANNEXURE 6: MANUFACTURER’S AUTHORIZATION FORM .......................................................... 122 16.7 ANNEXURE 7: ANTI-COLLUSION CERTIFICATE .......................................................................... 123 16.8 ANNEXURE 8: FINANCIAL PROPOSAL FORMATS ........................................................................ 124 16.9 ANNEXURE 9: PROFORMAS.................................................................................................... 127 16.10 ANNEXURE 10: CCN AND OTHERS ......................................................................................... 134 16.11 ANNEXURE 11: TECHNICAL SPECIFICATION OF HARDWARE AND SOFTWARE................................ 145

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 4 of 217

Glossary

S. No. Term Full Form

1. ACS Access Control System

2. AMC Annual Maintenance Contract

3. AVTS Automatic Vehicle Tracking System

4. BG Bank Guarantee

5. CAPEX Capital Expenditure

6. CCC Command Control Centre

7. CCITT Consultative Committee for International Telegraphy and Telephony

8. CCN Change control Note

9. CCTV Closed Circuit Television

10. CPU Central Processing Unit

11. DC Data Centre

12. DHCP Dynamic Host Control Protocol

13. DLP Defect Liability Period

14. DoT Department of Telecom

15. DR Disaster Recovery

16. DTC Delhi Transport Corporation

17. EAP Extensible Authentication Protocol

18. FAS Fire Alarm System

19. FCC Federal Communication Commission

20. FHD Full High Definition

21. FDR Fixed Deposit Receipt

22. FRS Functional Requirement Specification

23. GNSS Global Navigation Satellite System

24. GPRS General Packet Radio Service

25. GPS Global Positioning System

26. GSM Global System for Mobile Communications

27. HDD Hard Disk Drive

28. IA Implementation Agency/ Service Provider

29. ICMP Internet Control Message Protocol

30. ICT Information Communication and Technology

31. IEEE Institute of Electrical and Electronics Engineers

32. IP Ingress Protection

33. IR Infrared

34. IRNSS Indian Regional Navigation Satellite System

35. ISP Internet Service Provided

36. IT Information Technology

37. ITC Installation Testing & Commissioning

38. LCD Liquid Crystal Display

39. LDAP Lightweight Directory Access Protocol

40. LED Light Emitting Diode

41. LF Low Floor

42. LLP Limited Liability Partnership

43. LOS Line of Sight

44. MAC Machine Access Code

45. Mbps Mega Bit Per Second

46. MIS Management Information System

47. mNVR Mobile Network Video Recorder

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 5 of 217

S. No. Term Full Form

48. MPLS Multi-Protocol Level Switching

49. MRC Maximal Ratio Combining

50. MSTP Multiple Spanning Tree Protocol

51. MSA Master Service Agreement

52. NC Normally Closed

53. NDA Non-Disclosure Agreement

54. NO Normally Open

55. NPV Net Present Value

56. OMC Operation Maintenance Contract

57. OPEX Operation Expenditure

58. PIU Project Implementation Unit

59. Pb Petabyte

60. PDR Process Design Report

61. PKI Public Key Infrastructure

62. PMK Pairwise Master Key

63. PMU Project Management Unit

64. PoC Proof of Concept

65. POE Power Over Ethernet

66. PRV Police Response Vehicle

67. QoS Quality of Service

68. RCDD Registered Communications Distribution Designer

69. RFP Request for Proposal

70. RFQ Request for Qualification

71. RMA Return Merchandise Authorization

72. RSTP Rapid Spanning Tree Protocol

73. SCR Service Call Report

74. SDD System Design Document

75. SF Standard Floor

76. SITC Supply Installation Testing Commissioning

77. SLA Service Level Agreement

78. SLR Service Level Requirement

79. SMS Short Message Service

80. SNMP Simple Network Management Protocol

81. SOW Scope of Work

82. SRS System Requirement Specification

83. SSID Service Set Identifier

84. TB Tera Bite

85. TD Transport Department

86. TFT Thin-Film-Transistor

87. TFTP Trivial File Transfer Protocol

88. TOC Theory of Concept

89. TRS Technical Requirement Specifications

90. TSP Technology Service Provider

91. TT Telegraphic Transfer

92. UOM Unit of Measurement

93. UPS Uninterrupted Power Supply

94. VC Viewing Centre

95. VLAN Virtual Local Area Network

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 6 of 217

S. No. Term Full Form

96. VMS Video Management Software

97. VPN Virtual Private Network

98. VRRP Virtual Router Redundancy Protocol

99. WEP Wired Equivalent Privacy

100. WMM Wi-Fi Multimedia

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 7 of 217

Terms and Legends used in this document

Symbol / Terms Meaning

Acceptance of

system

“Acceptance of system” the system shall be deemed to have been accepted by

the purchaser, subsequent to its installation and rollout, when all the activities

as defined in scope of work have been successfully executed and completed to

the satisfaction of purchaser.

Agency/ Imple-

menting Agency

Agency or Implementing agency means the selected bidder to implement/ exe-

cute and maintain as per the scope of work as mentioned in this RFP

Bidder Bidder shall mean organization / agency / company submitting the proposal in

response to this RFP

TD “TD” means Transport Department

Contract “Contract” means the contract entered into by the parties with the entire docu-

mentation specified in the RFP.

Contractor “Contractor” means the party who enters into contract with purchaser

Contract value

“Contract value” means the price payable to the bidder under this contract for

the full and proper performance of its contractual obligations. The contract

value shall be equal to the total bid price.

Data centre sites

“Data centre sites” means the DC sites including their respective data centre

space, communications room and non-data centre space wherein the delivery,

installation, integration, management and maintenance services as specified

under the scope of work are to be carried out for the purpose of this contract.

Each individually referred to as data centre site and collectively as data centre

sites.

Data centre (DC)

“Data centre (DC)” means a data centre located at Delhi or any other pre-

scribed location that would house the information and communication technol-

ogy (ICT) equipment required for carrying out centralized operations of the pur-

chaser.

Document “Document” means any embodiment of any text or image however recorded

and includes any data, text, images, sound, voice, codes, databases etc.

Effective date

“Effective date” means the date on which this contract is signed and executed

by the parties hereto. If this contract is executed in parts, then the date on

which the last of such contracts is executed shall be construed to be the effec-

tive date.

GCC “GCC” means general conditions of contract

Goods

“Goods” means all of the equipment, sub-systems, hardware, software, prod-

ucts accessories and/or other material / items which the bidder is required to

supply, install and maintain under the contract.

GTV “GTV” means gross total value which equivalent of total project cost quoted by

bidders

Intellectual prop-

erty rights

“Intellectual property rights” means any patent, copyright, trademark, trade

name, service marks, brands, proprietary information whether arising before or

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 8 of 217

Symbol / Terms Meaning

after the execution of this contract and the right to ownership and registration of

these rights.

Notice “Notice” means: a notice; or a consent, approval or other communication re-

quired to be in writing under this contract.

OEM

“OEM” means the original equipment manufacturer of any equipment / system /

software / product which is providing such goods to the purchaser under the

scope of this tender / contract.

Bidder’s team

“Bidder’s team” means the successful bidder who has to provide goods & ser-

vices to the purchaser under the scope of this contract. This definition shall also

include any and/or all of the employees of the bidder, authorized service provid-

ers/ partners/ agents and representatives or other personnel employed or en-

gaged either directly or indirectly by the bidder for the purposes of this contract.

Purchaser “Purchaser” shall mean the Transport Department Delhi (TD) and Delhi

Transport Corporation or any of its successors and assignees

Replacement ser-

vice provider

“Replacement service provider” means the organization replacing the bidder in

case of contract termination for any reasons

Sub-contractor

“Sub-contractor” shall mean the entity named in the contract for any part of the

work or any person to whom any part of the contract has been sublet with the

consent in writing of the purchaser and the heirs, legal representatives, succes-

sors and assignees of such person

SCC “SCC” means special conditions of contract

Services

“Services” means the work to be performed by the bidder pursuant to this RFP

and to the contract to be signed by the parties in pursuance of any specific as-

signment awarded by the purchaser.

System Integra-

tion

System Integration broadly defines the business line as multivendor system in-

tegration in IT infrastructure projects combining hardware and software, video

surveillance, ICT project implementation, Emergency response system, elec-

tronic security system, etc.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 9 of 217

1. `Important Dates

S. No. Particular Detail

1. Start date of issuance of RFP document 01/11/2018

2. Last date for Submission of Queries 09/11/2018

3. Date and Time of Pre-Bid Conference 12/11/2018 at 11.00 hours

4. Last date and time for Bid Submission 30/11/2018 at 15.00 hours

5. Date and time of opening of bids 30/11/2018 at 15.30 hours

6. Tentative Date and time for opening of Commercial

bids

To be informed

2. Fact Sheet Information Details

Name of Purchaser Transport Department, Government of NCT of Delhi

Type of tender Open Tender

Method of Selection The method of evaluation will be Lowest Cost Based Selection (L1);

Purchase of RFP RFP can be Downloaded from https://govtprocurement.delhi.gov.in.

EMD Earnest Money Deposit of INR 20,000,000/- (INR Two Crore) in the form of

bank guarantee in favour of Secretary cum Commissioner (Transport),

Transport Department, Government of NCT of Delhi, 5/9, Under Hill Road,

Delhi – 110054 issued by any nationalised or scheduled bank operating un-

der RBI.

The validity of the EMD shall be 180 days from the date of submission of

bid.

EMD amount in form of Bank Guarantee in original should reach to Deputy

Commissioner, Transport Department, GNCTD, Room No. 127, New Block,

5/9, Under Hill Road, Delhi – 110054 (by 1500 hours on 30.11.2018).

Pre-bid meeting The Bidders will have to ensure that their queries for pre-bid meeting should

reach Mr. Subodh Kumar (Deputy Commissioned) at

[email protected] through email.

Conference Room,

Transport Department,

GNCTD, 2nd Floor,

5/9, Under Hill Road,

Delhi – 110054

Language Proposals should be submitted in the English language only

Taxes As applicable

Validity of the Bids The Bids shall be valid for 180 days from the date of submission

Method of submission Bidders must upload and submit on the eProcurement portal

https://govtprocurement.delhi.gov.in all the items (documents), as per the

folder structure specified on the Procurement portal.

Date of Submission Proposals must be submitted no later than the date and time mentioned in

the important date section of this RFP.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 10 of 217

Proposals submitted after last date and time for RFP Submission men-

tioned in the important date section of this RFP will not be accepted by the

eProcurement portal

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 11 of 217

3. Invitation for Request for Proposal (RFP) Sealed tenders are invited from eligible, reputed, qualified Implementation Agency (IA) firms with sound

technical and financial capabilities are invited to participate for “Selection of agency to operationalise

IP CCTV and Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on

Infrastructure as a service model” as detailed out in the “Scope of Work” under Section 10 of this RFP

document. This invitation to bid is open to all bidders meeting the minimum eligibility criteria as men-

tioned in Section 6 of this RFP document.

4. Structure of the RFP This RFP document for the implementation of Command & Control centre and CCTV IP based cameras

in the buses of DTC and Cluster scheme of Transport Department will comprises of the following:

i. Instructions on the bid process for responding to this RFP. This broadly covers:

General instructions for bidding process

Bid evaluation process including the parameters for pre-qualification, technical evaluation and

Financial evaluation to facilitate the Purchaser in determining

Bidder’s suitability as the implementation partner

Payment schedule

Financial bid and other formats

ii. Functional and technical requirements of the project. The contents of the document broadly cover

the following areas:

About the project and its objectives

Scope of work for the implementation agency

Functional and Technical requirements

Project Schedule

Service levels for the implementation partner

The Bidder is expected to respond to the requirements in as much relevant detail as possible, and focus

on demonstrating Bidder’s suitability to become the implementation partner of the Purchaser

The Bidders are expected to examine all instructions, forms, terms, project requirements and other in-

formation in the RFP documents. Failure to furnish all information required as mentioned in the RFP

documents or submission of a proposal not substantially responsive to the RFP documents in every

respect will be at the Bidder's risk and may result in rejection of the proposal.

5. Background Information

5.1 Basic Information

i. Purchaser invites responses (“Tenders”) to this Request for Proposals (“RFP”) from reputed

systems implementation agencies (“Bidders”) for provision of “Selection of agency to opera-

tionalise IP CCTV and Automatic Vehicle Tracking System (AVTS) in DTC and cluster

scheme buses on Infrastructure as a service model“ as described in the “Scope of Work”

under Section 10 of this RFP document

ii. Any contract that may result from this Government procurement competition will be issued for a

term of 5 (Five) years (“the Term”) and 5 (Five) months

iii. The Purchaser reserves the right to extend the term for a period or periods of up to 2 (two)

years. Such extension or extensions on the same terms and conditions, subject to the Pur-

chaser’s obligations at law.

iv. Proposals must be received not later than time, date and eProcurement portal of Govt. of NCT

of Delhi mentioned in the Section 1 and 2 of this RFP. EMDs that are received late WILL NOT

be considered in this procurement process.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 12 of 217

6. Instructions to Bidders

6.1 General

a. While every effort has been made to provide comprehensive and accurate background infor-

mation and requirements and specifications, Bidders must form their own conclusions about the

solution needed to meet the requirements. Bidders and recipients of this RFP may wish to con-

sult their own legal advisors in relation to this RFP

b. All information supplied by Bidders may be treated as contractually binding on the Bidders, on

successful award of the assignment by the Purchaser based on this RFP.

c. No commitment of any kind, contractual or otherwise shall exist unless and until a formal written

contract has been executed by or on behalf of the Purchaser. Any notification of preferred Bidder

status by the Purchaser shall not give rise to any enforceable rights by the Bidder. The Purchaser

may cancel this public procurement at any time prior to a formal written contract being executed

by or on behalf of the Purchaser.

d. This RFP supersedes and replaces any previous public documentation & communications, and

Bidders should place no reliance on such communications

6.2 Compliant Proposals / Completeness of Response

a. Bidders are advised to study all instructions, forms, terms, requirements and other information

in the RFP documents carefully. Submission of the bid shall be deemed to have been done after

careful study and examination of the RFP document with full understanding of its implications.

b. Failure to comply with the requirements of this paragraph may render the Proposal noncompliant

and the Proposal may be rejected. Bidders must.

i. Include all documentation specified in this RFP;

ii. Follow the format of this RFP and respond to each element in the order as set out in this

RFP

iii. Comply with all requirements as set out within this RFP.

6.3 Code of integrity

No official of a procuring entity or a bidder shall act in contravention of the codes which includes:

a. Prohibition of

i. making offer, solicitation or acceptance of bribe, reward or gift or any material benefit, either

directly or indirectly, in exchange for an unfair advantage in the procurement process or to

otherwise influence the procurement process.

ii. Any omission, or misrepresentation that may mislead or attempt to mislead so that financial

or other benefit may be obtained or an obligation avoided.

iii. any collusion, bid rigging or anticompetitive behaviour that may impair the transparency,

fairness and the progress of the procurement process.

iv. improper use of information provided by the procuring entity to the bidder with an intent to

gain unfair advantage in the procurement process or for personal gain.

v. any financial or business transactions between the bidder and any official of the procuring

entity related to tender or execution process of contract; which can affect the decision of the

procuring entity directly or indirectly.

vi. any coercion or any threat to impair or harm, directly or indirectly, any party or its property

to influence the procurement process.

vii. obstruction of any investigation or auditing of a procurement process.

viii. making false declaration or providing false information for participation in a tender process

or to secure a contract;

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 13 of 217

b. Disclosure of conflict of interest.

c. Disclosure by the bidder of any previous transgressions made in respect of the provisions of

sub-clause (a) with any entity in any country during the last three years or of being debarred by

any other procuring entity.

In case of any reported violations, the procuring entity, after giving a reasonable opportunity of being

heard, concludes that a bidder or prospective bidder has contravened the code of integrity, may take

appropriate measures.

6.4 Proposal preparation costs

6.4.1 The Bidder shall be responsible for all costs incurred in connection with participation in the

RFP process, including, but not limited to, costs incurred in conduct of informative and other

diligence activities, participation in meetings/discussions/presentations, preparation of pro-

posal, in providing any additional information required by Purchaser to facilitate the evalua-

tion process, and in negotiating a definitive contract or all such activities related to the bid

process. Purchaser will in no event be responsible or liable for those costs, regardless of the

conduct or outcome of the bidding process.

6.5 Pre-bid Meeting & Clarifications

6.5.1 A prospective Bidder requiring any clarification on the RFP Document may submit the queries

as per schedule indicated in Section 1 and 2 of this RFP. The queries must be submitted in

the following format in editable form (Excel format):

BIDDER’S REQUEST FOR CLARIFICATION

Name and Address of the Or-

ganization submitting request

Name and Designation of

Person submitting request

Contact Detail of the Organi-

zation or Authorized Repre-

sentative

Tel:

Fax:

Email:

S. No RFP Reference(s)

(Section, Page)

Content of RFP requiring

clarification

Points of clarification re-

quired

1.

2.

6.5.2 The bidder’s authorized representatives are invited to attend the Pre-bid meeting at their own

cost which would take place at the venue mentioned in the fact sheet of this RFP.

6.5.3 The purpose of the meeting would be to clarify queries on any matter related to the RFP and

the project.

6.5.4 The bidders are requested to submit their queries in email to [email protected] on or

before the date indicated in fact sheet the RFP. Any queries received after the indicated date

and time may not be entertained.

6.5.5 Only authorized representatives (maximum two persons) of the bidders will be allowed to

participate in the pre-bid meeting.

6.5.6 Not attending the pre-bid meeting will not be a cause for disqualification.

6.5.7 Purchaser shall not be responsible for ensuring that the Bidders’ queries have been received

by them. Any requests for clarifications post the indicated date and time may not be enter-

tained by the Purchaser.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 14 of 217

6.6 Responses to Pre-Bid Queries and Issue of Corrigendum

6.6.1 At any time prior to the deadline for submission of Bids, the Transport Department may, for

any reason, whether at its own initiative or in response to a clarification requested by a pro-

spective bidder, modify the Bid document by amendments. Such amendments shall be up-

loaded on the e-Procurement portal of Government of NCT of Delhi (https://govtprocure-

ment.delhi.gov.in) through corrigendum and shall form an integral part of Bid document.

The relevant clauses of the Bid document shall be treated as amended accordingly

6.6.2 It shall be the sole responsibility of the prospective bidders to check the e-Procurement portal

(https://govtprocurement.delhi.gov.in) from time to time for any amendment in this RFP.

In case of failure to get the amendments, if any, the Purchaser shall not be responsible for it.

6.6.3 At any time prior to the last date for receipt of bids, Purchaser may, for any reason, whether

at its own initiative or in response to a clarification requested by a prospective Bidder, modify

the RFP Document by a corrigendum.

6.6.4 Any such corrigendum shall be deemed to be incorporated into this RFP.

6.6.5 In order to allow prospective Bidders a reasonable time to take the amendment into account

in preparing their Bids, the Transport Department, at its discretion, may extend the deadline

for the submission of Bids. Such extensions shall be uploaded on the portal https://govtpro-

curement.delhi.gov.in

6.7 Language of Bids

6.7.1 The Bids prepared by the Bidder and all correspondence and documents relating to the bids

exchanged by the Bidder and the Purchaser, shall be written in English language provided

that any printed literature furnished by the Bidder may be written in another language so long

the same is accompanied by a duly certified English translation in which case, for purposes

of interpretation of the bid, the English translation shall govern.

6.8 Procedure for Submission of Bids

6.8.1 Bidders are advised to study the RFP document carefully. Submission of bid shall be deemed

to have been done after careful study and examination of the RFP document with full under-

standing of its implications.

6.8.2 The Bid should be submitted online in the e-procurement portal (https://govtprocure-

ment.delhi.gov) in the following format.

S. No. Parts File submission Format Components

1

Part 1

(Fee Cover,

Eligibility

Cover, Tech-

nical Pro-

posal)

PDF file Scanned copy of EMD

Eligibility criteria response and related

supporting documents (pdf)Technical Bid

Documents as per annexure 2 of the

RFPCompliance Sheet (worksheet)

o Document as per annexure

2.3 of the RFP

2

Part 2

(Financial

Proposal)

PDF file Financial Bid Letter

Financial Bid Worksheet

Bidder should submit the original EMD document in a separate sealed envelope to the office of

Transport Department. The envelope should be a sealed envelope and marked clearly “Selec-

tion of agency to operationalise IP CCTV and Automatic Vehicle Tracking System in DTC

and cluster scheme buses on Infrastructure as a service model” along with the bidder

contact details.

6.8.3 Registration

a. Bidders are required to enroll on the e-Procurement module of the Delhi government eProcure-

ment Portal (URL: https://govtprocurement.delhi.gov.in) by clicking on the link “Online Bidder

Enrolment”. Enrolment on the eProcurement Portal and pay the applicable fee if any.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 15 of 217

b. As part of the enrolment process, the bidders will be required to choose a unique username and

assign a password for their accounts.

c. Bidders are advised to register their valid email address and mobile numbers as part of the

registration process. These would be used for any communication from the eProcurement Por-

tal.

d. Then the Digital Signature enrolment has to be done with the e-token, after logging into the

portal. The e-token may be obtained from one of the authorized Certifying Authorities such as

eMudhra CA / GNFC / IDRBT / MTNL Trustline / Safe Script.

e. Only one valid DSC should be registered by a bidder. Please note that the bidders are respon-

sible to ensure that they do not lend their DSC’s to others which may lead to misuse.

f. Bidder then logs in to the site through the secured log-in by entering their user ID / password

and the password of the DSC / e-Token.

6.8.4 Searching for Tender Documents

a. There are various search options built in the Procurement Portal, to facilitate bidders to search

active tenders by several parameters. These parameters could include Tender ID, Organization

Name, Location, Date, Value, etc. There is also an option of advanced search for tenders,

wherein the bidders may combine many search parameters such as Organization Name, Form

of Contract, Location, Date, Other keywords etc. to search for a tender published on the Pro-

curement Portal.

b. Once the bidders have selected the tenders they are interested in, they may download the re-

quired documents / tender schedules. These tenders can be moved to the respective ‘My Ten-

ders’ folder. This would enable the Procurement Portal to intimate the bidders through SMS / e-

mail in case there is any corrigendum issued to the tender document.

c. The bidder should make a note of the unique Tender ID assigned to each tender, in case they

want to obtain any clarification / help from the Helpdesk.

6.8.5 Preparation of Bids

a. Bidder should take into account any corrigendum published on the tender document before sub-

mitting their bids.

b. Please go through the tender advertisement and the tender document carefully to understand

the documents required to be submitted as part of the bid. Please note the number of covers in

which the bid documents must be submitted, the number of documents - including the names

and content of each of the document that need to be submitted. Any deviations from these may

lead to rejection of the bid.

c. Bidder, in advance, should get ready the bid documents to be submitted as indicated in the

tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF /JPG formats.

Bid documents may be scanned with 100 dpi with black and white option which helps in reducing

size of the scanned document.

d. To avoid the time and effort required in uploading the same set of standard documents which

are required to be submitted as a part of every bid, a provision of uploading such standard doc-

uments (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the

bidders. Bidders can use “My Space” or ‘’Other Important Documents’’ area available to them to

upload such documents. These documents may be directly submitted from the “My Space” area

while submitting a bid, and need not be uploaded again and again. This will lead to a reduction

in the time required for bid submission process.

6.8.6 Submission of Bids

a. Bidder should log into the eProcurement portal well in advance for bid submission so that they

can upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible

for any delay due to other issues.

b. The bidder must digitally sign and upload the required bid documents one by one as indicated

in the tender document.

c. Bidder must select the payment as “offline” to pay the EMD as applicable and enter details of

the instrument.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 16 of 217

d. Bidder should prepare the EMD as per the instructions specified in the section 6.13 of this doc-

ument and Annexure 9.2 of this RFP document. The details of physically submitted BG should

tally with the details available in the scanned copy and the data entered during bid submission

time. Otherwise the uploaded bid will be rejected.

e. Bidders are requested to note that they should necessarily submit their financial bids in the for-

mat provided and no other format is acceptable. If the price bid has been given as a standard

BOQ format with the tender document, then the same is to be downloaded and to be filled by all

the bidders. Bidders are required to download the BOQ file, open it and complete the white

colored (unprotected) cells with their respective financial quotes and other details (such as name

of the bidder). No other cells should be changed. Once the details have been completed, the

bidder should save it and submit it online, without changing the filename. If the BOQ file is found

to be modified by the bidder, the bid will be rejected

6.8.7 Bids Opening

a. The Proposals submitted up to date and time as mentioned in the “Important Date” and “Fact

Sheet” as date and time of submission of bids will be opened as per the schedule as mentioned

in the “Fact Sheet” by the authorized officer assigned by the Purchaser, in the presence of the

Bidder’s representatives who may be present at the time of opening.

b. The representatives of the Bidders are advised to carry an identity card or a letter of authority

from the Bidding entity to identify their bonafide’s for attending the opening of the Proposal.

c. The server time (which is displayed on the bidders’ dashboard) will be considered as the stand-

ard time for referencing the deadlines for submission of the bids by the bidders, opening of bids

etc. The bidders should follow this time during bid submission.

d. All the documents being submitted by the bidders would be encrypted using PKI encryption

techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthor-

ized persons until the time of bid opening. The confidentiality of the bids is maintained using the

secured Socket Layer 128-bit encryption technology. Data storage encryption of sensitive fields

is done. Any bid document that is uploaded to the server is subjected to symmetric encryption

using a system generated symmetric key. Further this key is subjected to asymmetric encryption

using buyers/bid opener’s public keys. Overall, the uploaded tender documents become reada-

ble only after the tender opening by the authorized bid openers.

e. The uploaded tender documents become readable only after the tender opening by the author-

ized bid openers.

f. Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission”

in the portal), the portal will give a successful bid submission message & a bid summary will be

displayed with the bid no. and the date & time of submission of the bid with all other relevant

details.

g. The bid summary must be printed and kept as an acknowledgement of the submission of the

bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

6.8.8 Assistance to Bidders

a. Any queries relating to the tender document and the terms and conditions contained therein

should be addressed to the Tender Inviting Authority for a tender or the relevant contact person

indicated in the tender.

b. For any technical related queries please call or write at below mention contact details.

Phone no.: 011 23967011

E-Mail: [email protected]

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 17 of 217

6.9 Bidder’s authorised signatory

6.9.1 The Proposal should be accompanied by an appropriate board resolution or power of attor-

ney in the name of an authorised signatory of the Bidder stating that he is authorised to

execute documents and to undertake any activity associated with the Bidder’s Proposal. A

copy of the same should be uploaded under the relevant section/folder on the e-Procurement

portal. Furthermore, the bid must also be submitted online after being digitally signed by an

authorized representative of the bidding entity.

6.10 Firm Prices

6.10.1 Prices quoted must be firm and final and shall remain constant throughout the period of the

contract and shall not be subject to any upward modifications, on any account whatsoever.

The Bidder shall, therefore, indicate the bid prices as per Annexure 8 of this RFP document.

The Bid Prices shall be indicated in Indian Rupees (INR) only.

6.10.2 The Financial Bid should clearly indicate the price to be charged without any qualifications

whatsoever and should include all taxes, duties, fees, levies, works contract tax and other

charges as may be applicable in relation to the activities proposed to be carried out. It is

mandatory that such charges wherever applicable or payable should be indicated separately

in the Financial Format Annexure 8 of this RFP document.

6.10.3 A financial bid submitted with an adjustable price quotation or conditional bid shall be treated

as non-responsive and the bid shall be rejected summarily.

6.11 Discount

6.11.1 The Bidder is advised not to indicate any separate discount. Discount, if any, should be

merged with the quoted prices. Discount of any type, indicated separately, will not be consid-

ered for evaluation purpose.

6.12 Bidder Qualification

6.12.1 The “Bidder” as used in the RFP documents shall mean the Organization on whose behalf

the RFP response has been submitted. The Bidder may be either the Principal Officer (MD

or Company Secretary) or his or her duly Authorized Representative, in which case he or she

shall submit a power of attorney along with the bid. All certificates and documents (including

any clarifications sought and any subsequent correspondences) received hereby, shall be

furnished and signed by the representative or the principal.

6.12.2 The authorization shall be indicated by power-of-attorney accompanying the bid

6.13 Earnest Money Deposit (EMD)

6.13.1 The Bidder shall furnish, as part of its bid, EMD of the amount as mentioned in section 2 of

this RFP document. The format of the EMD is provided in Annexure 9.2 of the RFP document.

6.13.2 EMD in favour of Transport Department, Government of NCT of Delhi

6.13.3 The EMD is required to protect the Transport Department against the risk of Bidder’s conduct

which would warrant the EMD's forfeiture, pursuant to section 6.13.5.

6.13.4 Unsuccessful Bidder’s EMD will be discharged or returned after award of contract to the suc-

cessful Bidder. No interest will be paid by the Transport Department on the EMD amount.

6.13.5 The successful Bidder’s EMD shall be discharged upon the Bidder executing the Contract,

pursuant to section 6.33 and after furnishing the performance security, pursuant to section

6.33.3.

6.13.6 The EMD may be forfeited:

a. if a Bidder withdraws its bid during the period of bid validity specified by the Bidder in the

Bid; or

b. in the case of a successful bid, if the Bidder fails;

i. To sign the Contract in accordance with section 6.33; or

ii. To furnish performance security in accordance with section 6.34

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 18 of 217

6.14 Period of Validity of Bids

6.14.1 Bids shall remain valid for a period of as mentioned in “Fact Sheet” of this RFP document. A

bid valid for a shorter period shall be rejected by the Purchaser as non-responsive and shall

not be taken up for evaluation purposes.

6.14.2 The Purchaser may request the Bidder(s) for an extension of the period of validity. The re-

quest and the responses thereto shall be made in writing (or by fax or by e-mail). The validity

of EMD provided under “Fact sheet” of this RFP document shall also be accordingly ex-

tended.

6.15 Terms and Conditions for Bidder

6.15.1 Terms and conditions (General Conditions) of the Bidder will not be considered as forming

part of their Bids. In case terms and conditions of the contract applicable to this Invitation of

RFP are not acceptable to any Bidder, he or she should clearly specify deviation in his or her

Technical Bid, as per the Annexure 5.1 of this RFP document. Similarly, in case the services

being offered have deviations from the requirements or specifications laid down in this RFP,

the Bidder shall describe in what respects and to what extent the Services being offered differ

or deviate from the requirements, even though the deviations may not be very material. The

Bidder must state categorically if his offer conforms to RFP requirements or specifications

and indicate deviations, if any, in his Technical Bid (Annexure 2 of this RFP document)

6.15.2 Any deviations or assumptions mentioned elsewhere in the Bid, other than the format (An-

nexure 5 of this RFP) will not be considered by the Transport Department.

6.15.3 All deviations should be closed before the financial opening by mutual discussion between

Transport Department and Bidder. Financial bid would be opened only after closure of all

deviations by the technically successful bidders.

6.16 Local Conditions

6.16.1 It will be incumbent upon each Bidder to fully acquaint himself with the local conditions and

factors at all respective locations, sites and offices which would have any effect on the per-

formance of the contract and or the cost.

6.16.2 The Bidder is expected to obtain for himself on his own responsibility all information that may

be necessary for preparing the bid and entering into contract. Obtaining such information

shall be at Bidder’s own cost.

6.16.3 Failure to obtain the information necessary for preparing the bid and or failure to perform

activities that may be necessary for project will in no way relieve the successful Bidder from

performing any work in accordance with the contract entered.

6.16.4 It will be imperative for each Bidder to fully inform themselves of all local and legal conditions

and factors which may have any effect on the execution of the contract as described in the

RFP documents.

6.16.5 It is the responsibility of the Bidder that such factors have properly been investigated and

considered while submitting the bid response and that no claim whatsoever including those

for financial adjustment to the contract awarded under the bidding documents will be enter-

tained by the Purchaser and that neither any change in the time schedule of the contract nor

any financial adjustments arising thereof shall be permitted by the Purchaser on account of

failure of the Bidder to appraise themselves of local laws and conditions.

6.17 Last Date for Receipt of Bids

6.17.1 Bids will be received by the Purchaser as specified under section 2 of this RFP not later than

the time and date specified in Section 1 through eProcurement Portal of Govt. of NCT of

Delhi. In the event of the specified date for the receipt of Bids being declared a holiday for

the purchaser, the EMDs of the said Bid will be received up to the appointed time on the next

working day. However the online bid submission date and time will remain unchanged.

6.17.2 The Purchaser may, at its discretion, extend the last date for the receipt of bids by amending

the RFP Document in accordance with section 6.19 of this document, in which case all rights

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 19 of 217

and obligations of the Purchaser and Bidder previously subject to the last date will thereafter

be subject to the last date as extended.

6.18 Late Bids

6.18.1 The server time indicated in the bid management window on the e-Procurement portal, as

specified in “Fact Sheet”, will be the date and time by which the online submission activity

will be allowed.

6.18.2 Once the bid submission date and time is over, the Bidder cannot submit its bid. Bidder must

start the bid submission well in advance so that the submission process passes off smoothly.

The Bidder will only be held responsible if its bid is not submitted in time due to any of its

problems/faults, for whatsoever reason, during the submission process.

6.19 Modification and Withdrawal of Bids

6.19.1 The Bidder will be allowed to resubmit their bids online prior to the time and date of the

submission of the bid as specified in the “Fact Sheet”. The bidder cannot make any modifi-

cation/ amendment/ withdrawal of bid, after the bid submission time is over.

6.19.2 No bid may be withdrawn in the interval between the deadline for submission of bids and the

expiration of period of bid validity. Withdrawal of a bid during this interval may result in the

forfeiting of Bidder's EMD.

6.19.3 The Bidder can re-submit his/her bid as when required till the bid submission end date and

time. The bid submitted earlier will be replaced by the new one. The payment made by the

Bidder earlier will be used for revised bid and the new bid submission summary generated

after the successful submission of the revised bid will considered for evaluation purposes.

For resubmission, the Bidder should first log in using his/her login ID and password and sub-

sequently by his/her digital signature certificate on the e-Procurement portal as specified in

the “Fact Sheet”. The Bidder should then select "My bids" option in the bid submission menu.

The page listing all the bids submitted by the Bidder will be displayed. Click "View" to see the

detail of the bid to be resubmitted. After selecting the "bid resubmission" option, click "Encrypt

& upload" to upload the revised bid documents.

6.19.4 The Bidder can submit their revised bids as many times as possible by uploading their bid

documents within the scheduled date & time for submission of bids.

6.19.5 No bid can be resubmitted subsequently after the deadline of submission of bids.

6.20 Contacting the Purchaser

6.20.1 No Bidder shall contact the Purchaser on any matter relating to its bid, from the time of the

bid opening to the time the Contract is awarded.

6.20.2 Any effort by a Bidder to influence the Purchaser bid evaluation, bid comparison or contract

award decisions shall result in the rejection of the Bidder’s bid.

6.21 Consortium

6.21.1 Consortium is not allowed.

6.22 Sub-contracting

6.22.1 Sub-contracting is allowed for following jobs:

i. Interior of Command and Control Centre, Data Centre and Disaster Recovery Centre.

ii. Installation of hardware

iii. Software

6.22.2 The Implementation Agency shall provide list of all services which are planned to be sub-

contracted, within 15 days of signing of contract agreement or issuance of LOI, whichever is

earlier.

6.22.3 The Implementation agency shall be the principal employer for all claims arising from the

liabilities statutory or otherwise, concerning the sub-contractors.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 20 of 217

6.23 Evaluation of Bids

6.23.1 Tender Evaluation Committee (TEC) will carry out a detailed evaluation of the Technical Bids

received by it to determine whether they are substantially responsive to the requirements set

forth in the RFP document. To reach such a determination, Tender Evaluation Committee

will examine the information supplied by the Bidders, and shall evaluate the same as per the

evaluation criteria specified in this RFP. The decision of TEC will be final in case of bid eval-

uations.

6.23.2 TEC while evaluating the Technical Bids shall have no access to the Financial Bids until the

technical evaluation is concluded and recommendations are made public. The TEC shall

evaluate Technical Bids based on their responsiveness to the Terms of Reference and by

applying the evaluation criteria specified in the document. Only responsive bids shall be fur-

ther taken up for evaluation. Evaluation of the technical bid will be done and at this stage the

financial bid will remain unopened. The TEC may require verbal or written clarifications from

the bidders to clarify ambiguities and uncertainties arising out of the evaluation of the bid

documents.

6.24 Clarification

6.24.1 When deemed necessary, during the tendering process, Purchaser may seek clarifications

on any aspect from any or all the Bidders. However, that would not entitle the Bidder to

change or cause any change in the substance of the RFP submitted or price quoted.

6.25 Substantially Responsive Bids

6.25.1 A substantially responsive bid is one, which conforms to all the requirements, terms, condi-

tions and specifications of the Request for Proposal.

6.25.2 Any attempt by a Bidder to influence it’s the bid evaluation process may result in the rejection

of the Bidder's Bid.

6.26 Eligibility Criteria

6.26.1 The below presented table provides the pre-qualification criteria for the selection of Imple-

mentation Agency:

a. Pre-Qualification for Bidder

S. No. Pre-qualification Criteria Proof documents

1 The bidder shall have presence for five years in

India continuously since 01 April 2013

Certificate of Incorporation issued by

the Registrar of Companies

2 The Bidder shall have positive net worth of INR 30

Cr. in each year for last three financial years i.e.

2015-16, 2016-17, 2017-18

Certificate from statutory auditor

3 The Bidder shall have annual turnover of minimum

INR 500 crores for last three financial years 2015-

16, 2016-17 and 2017-18

Extracts from the audited balance

sheet and profit & loss statement for

the financial years 2015-16, 2016-17

and 2017-18 indicating the amount of

turnover during these years;

OR

Duly certified statement from their ap-

pointed statutory auditor for the finan-

cial years 2015-16, 2016-17

and 2017-18 indicating the amount of

turnover during these years

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 21 of 217

S. No. Pre-qualification Criteria Proof documents

4 The Bidder shall have executed or concurrent pro-

ject of similar nature, which includes ICT or Sys-

tem Integration projects covering supply, installa-

tion, testing, commissioning, maintenance and op-

erations in India or abroad in last five years as on

bid submission date:

At least one (01) project of value not less than INR

150 crores.

OR

At least two (02) projects, each of value not less

than INR 100 crores.

OR

At least three (03) projects, each of value not less

than INR 70 crores.

Purchase Order / Work Order / Com-

pletion certificate from client.

Purchase Orders / Work Orders being

submitted should be at least 6 months

old at the time of bid submission.

5 The Bidder shall have any two of the following ISO

certifications or with latest amendment:

ISO 9001:2008

ISO 20000:2011

ISO 27001:2013

Copy of valid certificate

6 The Bidder shall not be under a declaration of in-

eligibility / banned / blacklisted by any State or

Central Government / any other Government insti-

tutions in India as on bid submission date

Declaration signed by the authorized

signatory as prescribed in Annexure

9.1

7 The bidder shall have at least 150 full-time person-

nel on its payroll

Declaration from HR shall be submit-

ted

8 The Bidder shall have its own Support Centre or

office in Delhi /NCR

OR

In case, The Bidder does not have an Office or

Support Centre in Delhi/ NCR currently, the bidder

shall be required to open an office or Support Cen-

tre in Delhi /NCR staffed with its technical person-

nel within 1 months of award of the contract.

List of office (s) and Support Centre in

Delhi /NCR

OR

Letter for undertaking to open office or

Support Centre in Delhi / NCR within

one month from date of signing con-

tract.

Note:

i. Parent Company’s turnover, net-worth, certifications and project experience would be consid-

ered for only 100% subsidiary, division, sub-division, or branch or business unit is the Bidder.

The Parent company may be an international entity or Indian company.

ii. For client credentials where NDA has been signed with the client, the bidder may submit the

corresponding NDA document along with a self-declaration confirming the requirements of the

eligibility criteria for which the NDA is being submitted.

iii. If the bidder submits any financial statement to substantiate the pre-qualification or the evalua-

tion criteria mentioned in the RFP, for evaluation purpose, T.T. selling Exchange rate of State

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 22 of 217

Bank of India of foreign currency applicable on the date technical bid opening will be considered

to derive the corresponding figure in INR (Indian Rupee).

iv. Transport Department reserves the right: -

To verify, if so desired, the correctness of documentary evidence furnished by the bidder.

To verify the successful operation and performance of qualifying projects and bidder shall

arrange permission for the same.

To carry out capability assessment of the bidder(s) including referral to in-house infor-

mation.

To accept/reject any or all tenders without assigning any reason.

b. Pre-qualification criteria for Key Products/Solutions

S. No. Pre-qualification condition Proof documents

1. Camera and mNVR should be proposed from

same OEM for the purpose of better integra-

tion and quality of services.

The OEM of Camera and mNVR should have

a presence in India for the past three years

with a fully equipped repair and maintenance

center.

OEM should have been manufacturing CCTV

equipment for more than 5 years as on bid

submission date

Proposed Product shall be BIS Certified

The MAC address of the IP cameras and

mNVR must be registered in the name of

quoted OEM product

Certificate of Incorporation / Registra-

tion

Copy of GST registration

Copy of PAN Card

Details of Address and support phone

number for India based Technical

Support Centre, Repair and RMA Cen-

tre.

A Certificate issued by the Competent

Authority of the Govt. in support of ex-

istence of manufacturing unit of CCTV

equipment for more than 5 years

Copy of valid BIS Certificate or a copy

of ‘Applied For’ document

2. The OEM of Camera and mNVR should have

installed minimum 5000 IP Cameras in India

as on bid submission date

OEM to provide CA certificate

3. The OEM of Camera and mNVR should have

the following certifications:

i. CMMI Level-5 certification

ii. ISO 9001:2008 and ISO 14001:2004 for

its manufacturing process

iii. ISO 27001 for Information Security Man-

agement System

OEM to provide the relevant certificate

4. Products of Camera and mNVR quoted should

be of enlisted in any of the IHS report in last

three years.

The proposed OEM should be any of the top

10 OEMs from the last three years global IHS

report for Network Security Cameras

5. OEM(s) of Security products (Firewall) shall be

in the Leaders or Challengers’ Quadrant of

Gartner Magic Quadrant for Enterprise Secu-

rity in any one of last three reports

Documentary evidence

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 23 of 217

S. No. Pre-qualification condition Proof documents

6. OEM(s) of Network products (Switch) shall be

in the Leaders or Challengers’ Quadrant of

Gartner Magic Quadrant for Enterprise Net-

work, Wired and Wireless LAN Access Infra-

structure in any one of last three reports

Documentary evidence

7. The OEM(s) for proposed IP cameras, mNVR

and VMS Software should have supplied for at

least five projects in any of the State Govt. /

Central Govt. / Public sector undertaking in In-

dia in last 5 years as on bid submission date

Work Order / Contract / PO copies

along with satisfactory certificates

from the user organizations

8. The Service Provider should be a National

Long-Distance Service Provider or IP VPN

service provider having own MPLS VPN net-

work under license from Government of India

(GoI)

The Service provider backbone should be

highly redundant, ensuring that there is no sin-

gle point of failure.

Self-certification from ISP or Network

Service Provider signed by the author-

ized signatory

9. The Proposed OEMs for IP cameras, mNVR,

VMS software, Switches, Firewall should not

be blacklisted by any Government body in In-

dia as on Bid submission date

Self-Declaration by authorized signa-

tory of the OEM on company’s letter-

head

All the citations that shall be provided for Eligibility criteria by the bidder must be as per the format

provided in Annexure 2.5 of this RFP.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 24 of 217

6.27 Technical Evaluation Criteria

6.27.1 Only those bidders who qualify the eligibility criteria will be evaluated for the technical evalu-

ation. Bidders who do not qualify for the eligibility criteria, their technical bids and financial

bids will not be evaluated.

6.27.2 Parent Company’s turnover, net-worth, certifications and project experience would be con-

sidered for only 100% subsidiary, division, sub-division, or branch or business unit is the

Bidder. The Parent company may be an international entity or Indian company.

6.27.3 Bidders, whose bids are responsive and score a minimum of 70% of total marks (minimum

marks to obtain for technically qualifying) in the technical evaluation criteria would be consid-

ered as technically qualified.

6.27.4 Only those Bidders who cross the threshold level of Technical Evaluation indicated below

and adhere to the Purchaser technical requirements shall be considered for next stage i.e.

Financial evaluation

6.27.5 In case of no response by the Bidder to any of the requirements about the contents of the

Technical Bid, no marks will be assigned for the same

6.27.6 Technical bid of the Bidder shall be opened and evaluated for acceptability of Techno-func-

tional requirements, deviations and technical suitability. Bidders shall respond to the require-

ments as explained below for their evaluation about experience and qualification. Also, Bid-

der shall refer and respond to ALL technical requirements as mentioned in the RFP document

6.27.7 After the technical presentation and POC (described in 6.27.9), the Tender Evaluation Com-

mittee may ask the bidder to change the proposed components at no additional cost to the

Purchaser

6.27.8 Technical Evaluation shall be based on the following parameters and associated Weightage

S. No. Technical Evaluation Parameter Max.

Marks

Minimum

% required

A Company Profile 30 70%

A1

Sales Turnover 15

The Bidder should have average annual turnover in last three

years i.e. 2015-16, 2016-17 and 2017-18:

Greater than INR 1000 crores 15

> INR 750 crores and <= INR 1000 crores 12

> INR 500 crores and <= INR 750 crores 10

A2

Net worth 15

The Bidder should have net worth in each year for last three

financial years i.e. 2015-16, 2016-17, 2017-18:

Greater than 75 Crores 15

> INR 50 crores and <= INR 75 crores 12

> INR 30 crores and <= INR 50 crores 10

B Experience 40 70%

B1

Experience in Command & Control Centre 20

Experience in setup and operations of Command & Control

Centre for CCTV Surveillance / Emergency Response Sys-

tem / Smart City / Disaster Management in last five years as

on bid submission date (completed or ongoing):

5 or more projects 20

4 projects 16

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 25 of 217

S. No. Technical Evaluation Parameter Max.

Marks

Minimum

% required

3 projects 12

2 projects 8

1 project 4

B2

Experience in CCTV 20

Experience of installing CCTV system (Completed/ Ongoing)

projects in last five years as on bid submission date:

1500 or more cameras in single project 12

750 to 1499 cameras in single project 9

Additional marks for the projects for mobile surveillance/ mon-

itoring of vehicle tracking /AVTS with Government body in In-

dia (4 marks per project)

8

C Approach 30 70%

C1

Detailed approach & methodology covering:

- Project understanding and project plan

- Robustness of technology solution

- Operations at Command & Control Centre and View-

ing Centre (s) including helpdesk

- Operations at field, depots, DC and DR to maintain

the system

- Risk Management

10

Profile of Project Manager:

- BE/B Tech + MBA

- Minimum of 12 years of experience

- Relevant experience in Surveillance systems (mini-

mum of 3 projects)

5

Technical Presentation and POC 15 70%

Total Marks (A + B + C) 100 70%

Note:

i. The bidder must score minimum 70 marks in total to qualify for further evaluation.

ii. In case of any discrepancy the Technical Evaluation Committee reserves the right to reject any

bid submitted by the bidder after due assessment of the solution.

iii. All documentary proofs required as mentioned in Annexure 2.3

6.27.9 POC (Proof of concept):

All the bidders who clear the pre-qualification will be invited to conduct Proof of Concept (POC)

by installing proposed CCTV system in all respects in minimum three (03) buses for minimum 2

days.

The POC shall be evaluated on the following parameters and as per the qualifying criteria defined

below.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 26 of 217

S. No.

Evaluation Parameter Measuring Criteria

1 Technical Specifications Compliance against the technical specifications of system

component for the bus level mention in the BOQ

2 Functional Requirements

Compliance to the following:

Performance of camera in low light conditions

Camera tampering alerts

Performance of GPS module

Communication fall back for alerts and location

3 Integration of the alerts

Multiple live alerts such as Panic button and Camera Tampering alerts will be generated at the bus level

Receipt of alerts will be checked at the bus level as well as command and control application

4 Installation quality Overall installation quality of the components at bus level.

Note:

1. If the Bidder fails to perform in any of the above cases, the bidder may be asked to change the

product as per RFP requirement with no additional cost to the purchaser.

2. At any given time during the bid evaluation, the authority reserve the right to change the evalu-

ation parameters without providing any reasoning to the bidders.

6.28 Opening of Financial Bids

6.28.1 The Financial Bids of technically qualified Bidders will be opened on the prescribed date in

the presence of Bidder representatives through eProcurement Portal of Govt. of NCT of

Delhi.

6.28.2 If a firm quotes NIL charges / consideration, the bid shall be treated as unresponsive and will

not be considered.

6.28.3 The Bidder, who has submitted the lowest financial bid, shall be selected as the L1 and shall

be called for further process leading to the award of the assignment.

6.28.4 Only fixed price financial bids indicating total price for all the deliverables and services spec-

ified in this bid document will be considered.

6.28.5 The bid price will include all taxes and levies and shall be in Indian Rupees and mentioned

separately.

6.28.6 Any conditional bid would be rejected.

6.28.7 Errors & Rectification: Arithmetical errors will be rectified on the following basis: “If there is a

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

price and quantity, the unit price shall prevail and the total price shall be corrected. If there is

a discrepancy between words and figures, the amount in words will prevail”.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 27 of 217

6.29 Post Qualification and Award Criteria

6.29.1 This determination will consider the Bidder's financial, technical, implementation and post-

implementation strengths and capabilities. It will also include examination of the documentary

evidence submitted by the Bidder as part of the bid as well as such other information as the

Purchaser deems necessary and appropriate.

6.29.2 An affirmative determination will be a prerequisite for award of the Contract to the Bidder. A

negative determination will result in rejection of the Bidder's bid, in which event; the Pur-

chaser will proceed to the next best evaluated bid to make a similar determination of that

Bidder's capabilities to perform satisfactorily and award of contract.

6.29.3 The Purchaser is not bound to accept the best evaluated bid or any bid and reserves the right

to accept any bid, wholly or in part.

6.30 Purchaser Right to Vary Scope of Contract at the time of Award

6.30.1 The Purchaser may make changes to the scope of the Contract at any time, by a written

order given to the Bidder, as specified in Change Control Note in Annexure 10 of this RFP

document.

6.30.2 If any such change causes an increase or decrease in the cost of, or the time required for the

Bidder’s performance of any part of the work under the Contract, whether changed or not

changed by the order, an equitable adjustment shall be made in the Contract Value or time

schedule, or both, with the consent of the Bidder and the Contract shall accordingly be

amended

6.31 Purchaser Right to Accept Any Bid and to Reject Any or All Bids

6.31.1 The Purchaser reserves the right to accept any bid, and to annul the tender process and

reject all bids at any time prior to award of Contract, without thereby incurring any liability to

the affected Bidder (s) or any obligation to inform the affected Bidder (s) of the grounds for

the Purchaser action.

6.31.2 The Purchaser reserves the right to reject any Bid if:

i. At any time, any misrepresentation is made or uncovered, or

ii. The Bidder does not provide, within the time specified by Purchaser, the supplemental

information sought by Purchaser for evaluation of the Bid.

6.31.3 Such misrepresentation/ improper response may lead to the disqualification of the Bidder. If

such disqualification/ rejection occurs after the Bid has been opened and the highest-ranking

Bidder gets disqualified/ rejected, then the department reserves the right to consider the next

best Bidder, or take any other measure as may be deemed fit in the sole discretion of the

Purchaser, including annulment of the Selection Process.

6.32 Notification of Award

6.32.1 Prior to the expiration of the validity period, Purchaser will notify the successful Bidder in

writing or by fax or email, that its proposal has been accepted. In case the tendering process

/ public procurement process has not been completed within the stipulated period, Purchaser,

may like to request the Bidders to extend the validity period of the bid.

6.32.2 The notification of award will constitute the formation of the Contract.

6.32.3 Upon the successful Bidders furnishing of performance security pursuant to Clause 6.34, the

Purchaser may notify each unsuccessful Bidder and will discharge their EMD, pursuant to

Clause 6.13 of this document of the RFP.

6.33 Performance Bank Guarantee

6.33.1 Within 15 days of the receipt of notification of award or Letter of Intent (LOI) from the

Transport Department, the successful Bidder shall furnish the performance bank guarantee

of 10% of total contract value in accordance with the Conditions of Contract, in the Perfor-

mance Bank Guarantee prescribed in Annexure 9 of this RFP document given by any nation-

alized/ scheduled bank.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 28 of 217

6.33.2 Failure of the successful Bidders to comply with the requirement of Clause 6.34.1 of this

section shall constitute sufficient grounds for the annulment of the award and forfeiture of the

EMD, in which event the Purchaser may award the Contract to the next best-evaluated bid

or call for new bids.

6.33.3 All incidental charges whatsoever such as premium, commission etc. with respect to the Per-

formance Bank Guarantee shall be borne by the bidder. The successful bidder shall ensure

that the Performance Guarantee is valid always during the Term of the contract (including

any renewal) and for a period of 180 (one hundred eighty) days beyond all the contractual

obligations/ completion of contract period/ tenure of the appointment.

6.33.4 In the event of the bidder being unable to service the contract for whatever reason, Purchaser

will encash the PBG. Notwithstanding and without prejudice to any rights whatsoever of Pur-

chaser under the contract in the matter, the proceeds of the PBG shall be in favour of Deputy

Commissioner, Transport Department, payable at New Delhi as compensation for the bid-

der’s failure to perform/comply with its obligations under the contract. Purchaser shall notify

the bidder in writing of the exercise of its right to receive such compensation within 14 (four-

teen) days.

6.33.5 Before encashing the PBG, the vendor will be given an opportunity to represent before Pur-

chaser. The decision of Purchaser on the representation given by the vendor shall be final

and binding. If circumstances so warrant, the matter may be referred to an arbitrator(s) as

appointed under section on Arbitration and Legal Jurisdiction in section 8.27 of this RFP.

6.33.6 The PBG is required to protect purchaser against the risk of selected bidder's conduct, which

would warrant the PBGs forfeiture.

6.34 Signing of Contract

6.34.1 The successful Bidder shall sign the contract within 15 (fifteen) days of submission of Per-

formance Bank Guarantee.

6.35 Rejection Criteria

6.35.1 Besides other conditions and terms highlighted in the RFP document, bids may be rejected

under following circumstances:

6.35.2 General Rejection Criteria

i. Bids submitted without or improper EMD

ii. Bids received through Telex or Telegraphic or Fax or e-Mail

iii. Bids which do not confirm unconditional validity of the bid as prescribed in the RFP

iv. If the information provided by the Bidder is found to be incorrect or misleading at any

stage or time during the Tendering Process

v. Any effort on the part of a Bidder to influence the Purchaser bid evaluation, bid compari-

son or contract award decisions

vi. Bids without power of attorney and any other document consisting of adequate proof of

the ability of the signatory to bind the Bidder

vii. Bids without an undertaking of having understood the provision of the RFP fully.

6.35.3 Technical Rejection Criteria

i. Technical Bid containing financial details.

ii. Revelation of prices in any form or by any reason before opening the Financial Bid

iii. Failure to furnish all information required by the RFP Document or submission of a bid not

substantially responsive to the RFP Document in every respect.

iv. Bidders not responding to the complete scope of work as indicated in the RFP documents,

addendum (if any) and any subsequent information given to the Bidder.

v. If the bid does not conform to the timelines indicated in the bid.

6.35.4 Financial Rejection Criteria

i. Incomplete Price Bid

ii. Price Bids that do not conform to the RFP’s price bid format.

iii. If there is an arithmetic discrepancy in the Financial Bid calculations the Purchaser shall

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 29 of 217

rectify the same. If the Bidder does not accept the correction of the errors, bid may be re-

jected.

7. Payment Terms The Payment Shall be made by Transport Department for Cluster Scheme buses and by Delhi

Transport Corporation for the DTC buses separately to the Implementation Agency as per the agree-

ments signed by both the entities with the selected Bidder.

The payment shall be made as per the details provided below:

7.1.1 The total project cost shall be divided into two billing entities:

i. Transport Department:

No. of Depots: 23

No. of Buses: 2001

ii. Delhi Transport Corporation

No. of Depots: 43

No. of Buses: 2999

The below is the cost calculation details for the two components:

i. Manpower Cost: The manpower cost shall be calculated based on the cost provided

by the bidder in the serial no. 2 of the Annexure: 8.2.1 Financial Bid Format

D = Date of contract signing with the IA

S.

No. Activity

Timeline

(in months) Payment

Billing

Entities

1.

Supply, installation, testing and

commissioning (SITC) of Com-

mand Centre, Viewing Centre,

Data Centre and Disaster Recov-

ery Centre including connectivity

as per scope of the RFP

D+3

P1 = 10% of total

cost at s. no. 1.03,

1.04, 1.05 & 1.06 at

Annexure: 8.2.1 Fi-

nancial Bid Format

TD

2.

SITC of IT, Non-IT system and re-

quired infrastructure in 30 Depots

including connectivity

D+3

P2 = (Unit Cost for

Depot * number of

depots commis-

sioned successfully

* 10%)

TD and DTC

3.

SITC of CCTV surveillance system

in 2000 buses including connectiv-

ity

D+3

P3 = (Unit Cost for

Bus * number of

buses commis-

sioned successfully

* 10%)

TD and DTC

4.

SITC of IT, Non-IT system and re-

quired infrastructure in 36 Depots

including connectivity

D+5

P4 = (Unit Cost De-

pot * number of de-

pots commissioned

successfully * 10%)

TD and DTC

5.

SITC of CCTV surveillance system

in 3000 buses including connectiv-

ity

D+5

P5 = (Unit Cost for

Bus * number of

buses commis-

sioned successfully

* 10%)

TD and DTC

6.

Operations & Maintenance (O&M)

for Command Centre, Viewing

Centre, Data Centre, Disaster Re-

covery Centre

For 60

months after

D+5

90% of total cost at

s. no. 1.03, 1.04,

1.05 & 1.06 at An-

nexure: 8.2.1 Finan-

cial Bid Format

TD

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 30 of 217

7.

Operations & Maintenance (O&M)

for Buses and Depots under Clus-

ter Scheme

For 60

months after

D+5

90% of the ((Unit

Cost for Depot * de-

pot commissioned

successfully) and

(Unit Cost for Bus *

number of buses

commissioned suc-

cessfully)) in

equated quarterly

instalments (20

quarters)

TD

8. Operations & Maintenance (O&M)

for Buses and Depots under DTC

For 60

months after

D+5

90% of the ((Unit

Cost for Depot * de-

pot commissioned

successfully) and

(Unit Cost for Bus *

number of buses

commissioned suc-

cessfully)) in

equated quarterly

instalments (20

quarters)

DTC

9. Manpower Cost (at Command

Centre)

Monthly (for

60 months

after D+5) Based on SLAs

TD

Note 1: The Purchaser will identify the Depots and buses for initial commis-

sioning of the project

Note 2: Time is the essence of the Agreement and the delivery dates are

binding on the IA. In the event of delay or any gross negligence in imple-

mentation of the project before Go-Live, for causes solely attributable to the

IA, in meeting the deliverables, the Purchaser shall be entitled at its option

to recover from the IA as agreed, penalty as calculated at point (a) below

subject to a limit of 10% of the total project value.

a. If the bidder is unable to commission the IP CCTV and automatic

vehicle tracking system in 5000 buses and 66 depots at the end of

D+5 months, then the penalty shall be calculated as below:

Penalty = (No. of buses on which IP CCTV and automatic vehicle

tracking system and number of depots on which the required sys-

tem not commissioned till that period * 10% of the Unit Cost * X)

S. No. Timeline

(in months) X

1. D + 5 0.10

2. D + 6 0.20

3. D + 7 0.30

4. D + 8 0.40

5. D + 9 0.50

Note 3: Any delay beyond D + 9 months in commissioning of the buses and

depots for reasons attributable to the bidder, may lead to termination of the

agreement as per section 9.10

Note 4: The O&M payment shall be calculated based on the number of

buses, depots, data centre, disaster recovery centre, viewing centre and

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 31 of 217

command centre successfully commissioned. It will be calculated on Quar-

terly basis at the end of each Quarter with adjustment of SLA based penalty

etc.

Note 5: The milestone may be re-defined at the time of awarding the con-

tract based on the availability of the buses or considering the other factors.

Note 6: The payment of manpower shall be made from D + 4 based on the

date of deployment.

Note 7: The payment for number of successfully commissioned buses and

depots after D + 5 shall be made quarterly on proportional ratio basis. The

successful commissioning of the buses and depot will be accepted on the

1st day of the month after D+5 for any billing purpose.

8. General Terms and Conditions

8.1 Definitions

8.1.1 The section “Terms and Legends used in this document”, as mentioned in the RFP, may

referred for the definitions, terms and legends used in the “General Terms and Conditions”

and “Special Terms and Conditions” sections of this RFP.

8.2 Interpretation

In this Contract unless a contrary intention is evident:

8.2.1 the clause headings are for convenient reference only and do not form part of this Contract;

8.2.2 unless otherwise specified a reference to a clause number is a reference to all its sub-

clauses;

8.2.3 the word “include” or “including” shall be deemed to be followed by “without limitation” or “but

not limited to” whether or not they are followed by such phrases;

8.2.4 unless otherwise specified a reference to a clause, sub-clause or section is a reference to a

clause, sub-clause or section of this Contract including any amendments or modifications to

the same from time to time;

8.2.5 a word in the singular includes the plural and a word in the plural includes the singular;

8.2.6 a word implying a gender includes any other gender;

8.2.7 a reference to a person includes a partnership and a body corporate;

8.2.8 a reference to legislation includes legislation repealing, replacing or amending that legisla-

tion;

8.2.9 Where a word or phrase is given a meaning, it includes the appropriate grammatical forms

of that word or phrase which have corresponding meanings.

8.2.10 In the event of an inconsistency between the terms of this Contract and the RFP and the Bid,

the terms hereof shall prevail.

8.3 Conditions Precedent

8.3.1 Provisions to take effect upon fulfilment of Conditions Precedent

Subject to express terms to the contrary, the rights and obligations under this Agreement shall

take effect only upon fulfilment of all the Conditions Precedent set out below. However, Pur-

chaser or its nominated agencies may at any time at its sole discretion waive fully or partially

any of the Conditions Precedent for the Implementation Agency.

For the avoidance of doubt, it is expressly clarified that the obligations of the Parties (or its nom-

inated agencies) under this Agreement shall commence from the fulfilment of the Conditions

Precedent as set forth below.

8.3.2 a. Conditions Precedent of the Implementation Agency

The Implementation Agency shall be required to fulfil the Conditions Precedent in which is as

Follows:

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 32 of 217

i. to provide a Performance Security/Guarantee and other guarantees/ payments within 21

(twenty-one) days of the receipt of notification of award from the purchaser;

8.3.3 b. Conditions Precedent of the Purchaser (needs to be customized as per project require-

ment)

The Purchaser shall be required to fulfil the Conditions Precedents which are as follows:

i. Handing over of <project office> (if applicable)

ii. Necessary clearances associated with the execution of the project, unless specified to be

performed by the IA

iii. Approval of the Project by a Competent Authority, etc.

8.4 Extension of time for fulfilment of Conditions Precedent

8.4.1 The Parties may, by agreement extend the time for fulfilling the Conditions Precedent and

the Term of this Agreement.

8.5 Non-fulfilment of the Implementation Agency’s Conditions Precedent

8.5.1 In the event that any of the Conditions Precedent of the Implementation Agency have not

been fulfilled within 15 (fifteen) days of signing of this Agreement and the same have not

been waived fully or partially by Purchaser or its nominated agencies, this Agreement shall

cease to exist;

8.5.2 In the event that the Agreement fails to come into effect on account of non-fulfilment of the

Implementation Agency’s Conditions Precedent, the Purchaser or its nominated agencies

shall not be liable in any manner whatsoever to the Implementation Agency and the Pur-

chaser shall forthwith forfeit the Earnest Money Deposit.

8.5.3 In the event that possession of any of the Purchaser or its nominated agencies facilities has

been delivered to the Implementation Agency prior to the fulfilment of the Conditions Prece-

dent, upon the termination of this Agreement such shall immediately revert to Purchaser or

its nominated agencies, free and clear from any encumbrances or claims.

8.6 Scope of Work

8.6.1 Scope of the Contract shall be as defined in Section 10 of the RFP and Annexure 3 thereof

in the tender.

8.7 Key Performance Measurements

8.7.1 Unless specified by the Purchaser to the contrary, the Bidder shall deliver the goods, perform

the Services and carry out the scope of work in accordance with the terms of this Contract,

Scope of Work and the Service Specifications as laid down under this RFP.

8.7.2 If the Contract includes more than one document, then unless the Purchaser specifies to the

contrary, the later in time shall prevail over a document of earlier date to the extent of any

inconsistency.

8.7.3 The Purchaser reserves the right to amend any of the terms and conditions in relation to the

Contract and may issue any such directions which are not necessarily stipulated therein if it

deems necessary for the fulfilment of the scope of work.

8.8 Commencement and Progress

8.8.1 The Bidder shall subject to the fulfilment of the conditions precedent above, commence the

performance of its obligations in a manner as per the Scope of Work (Section 10 of the RFP).

8.8.2 The Bidder shall proceed to carry out the activities / services with diligence and expedition in

accordance with any stipulation as to the time, manner, mode, and method of execution con-

tained in this Contract.

8.8.3 The Bidder shall be responsible for and shall ensure that all activities / services are performed

in accordance with the Contract, Scope of work and Service Specifications and that the Bid-

der’s Team complies with such Specifications and all other standards, terms and other stip-

ulations/conditions set out hereunder.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 33 of 217

8.9 Standards of Performance

8.9.1 The bidder shall perform the Services and carry out its obligations under the Contract with

due diligence, efficiency and economy, in accordance with generally accepted techniques

and best practices used in the industry and with-it standards recognized by international pro-

fessional bodies and shall observe sound management, engineering and security practices.

It shall employ appropriate advanced technology and engineering practices and safe and

effective equipment, machinery, material and methods. The bidder shall always act, in re-

spect of any matter relating to the Contract, as faithful advisors to the Purchaser and shall,

always, support and safeguard the Purchaser legitimate interests in any dealings with Third

Parties.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 34 of 217

8.10 Approvals and Required Consents

8.10.1 The purchaser will extend necessary support to the Implementation Agency to obtain, main-

tain and observe all relevant and customary regulatory and governmental licenses, clear-

ances and applicable approvals (hereinafter the “Approvals”) necessary for the Implementa-

tion Agency to provide the Services. The costs of such Approvals shall be borne by the Im-

plementation Agency. Both parties will give each other all co-operation and information rea-

sonably.

8.10.2 The purchaser shall also provide necessary support to Implementation Agency in obtaining

the Approvals. In the event that any Approval is not obtained, the Implementation Agency

and the Purchaser will co-operate with each other in achieving a reasonable alternative ar-

rangement as soon as reasonably practicable for the purchaser, to continue to process its

work with as minimal interruption to its business operations as is Financially reasonable until

such Approval is obtained, provided that the Implementation Agency shall not be relieved of

its obligations to provide the Services and to achieve the Service Levels until the Approvals

are obtained if and to the extent that the Implementation Agency's obligations are dependent

upon such Approvals.

8.11 Sub-contract

8.11.1 The Bidder shall not appoint any delegate/sub-contractor without the consent in writing of the

Transport Department for the performance of Services under this contract. It is desirable that

the number of sub-contractors engaged by the Bidder for this contract is kept to the minimum

possible.

8.11.2 The IA shall provide the list of all the other services planned to be sub contracted, within 15

(fifteen) days of signing the Agreement

8.11.3 All the personnel proposed by the Bidder except sub-contracting services should be neces-

sarily be on the payroll of the Bidder.

8.11.4 The support of OEMs only for certain tasks limited to installation / deployment, commissioning

& maintenance support related to their respective product / equipment is permitted.

8.11.5 The Bidder shall be responsible and shall ensure the proper performance of the sub-contrac-

tors and shall be liable for any non-performance or breach by such service providers. The

Bidder indemnifies and shall keep indemnified Purchaser against any losses, damages,

claims or such other implications arising from or out of the acts and omissions of such pro-

viders. The Bidder shall be responsible for making all payments to the sub-contractors as

may be necessary, in respect of any services performed or task executed, and the Purchaser

shall not be responsible for any part or full payment which is too due to such service provid-

ers.

8.11.6 All rights of use of any process, product, service or facility developed or any other task per-

formed by the sub-contractors for the Bidder, under this contract would lie exclusively with

the Purchaser in perpetuity free from all liens, encumbrances and other third-party rights and

the Bidder shall, wherever required, take all steps that may be necessary to ensure the trans-

fer of such ownership in favour of the Purchaser.

8.11.7 Nothing in this Contract or any agreement hereunder shall relieve the Bidder from its liabilities

or obligations under this Contract to provide the services in accordance with this Contract.

The Purchaser reserves the right to hold the Bidder liable for any act/omission of sub-con-

tractors.

8.11.8 The Bidder shall ensure that the Sub-Contractor appointed is competent, professional and

possesses the requisite qualifications and experience appropriate to the tasks they will per-

form.

8.11.9 The terms of Bidder’s contract / agreement with the sub-contractor (excluding the Financial

terms) for this assignment shall require the review and approval of the Purchaser and shall

be in conformity with the terms of this Contract. Where the Purchaser deems necessary, it

may refuse to consent to the delegation of services to the sub-contractor(s). The Bidder shall

not amend or modify the terms of contract / agreement with the sub-contractor(s) without the

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 35 of 217

prior written consent of the Purchaser.

8.11.10 Where the Purchaser deems necessary, it shall have the right to require replacement of any

sub-contractor with another service provider and the Bidder shall in such case terminate

forthwith all agreements / contracts other arrangements with such service provider and find

suitable replacement for such service provider to the satisfaction of the Purchaser at no ad-

ditional charge. Failure on the part of the Bidder to find a suitable replacement and/or termi-

nate all agreements / contracts with such member, shall amount to a breach of the terms

hereof and the Purchaser in addition to all other rights, have the right to claim damages and

recover from the Bidder all losses/ or other damages that may have resulted from such failure.

8.11.11 The Bidder shall not terminate the contract / agreement with the sub-contractor(s) without

prior written consent of the Purchaser. Further, in case the Bidder terminates any contract/ar-

rangement or agreement with a sub-contractor for any reason whatsoever, the Bidder shall

ensure the smooth continuation of services by providing forthwith, a suitable replacement

which is acceptable to the Purchaser at no additional cost to the Purchaser.

8.12 Implementation Agency’s Obligations

8.12.1 Implementation Agency’s obligations shall include all the activities as specified by the Pur-

chaser in the Scope of Work and other sections of the RFP, contract and changes thereof to

enable Purchaser to meet the objectives and operational requirements. It shall be Implemen-

tation Agency’s responsibility to ensure the proper and successful implementation, perfor-

mance and continued operation of the proposed solution in accordance with and in strict

adherence to the terms of his Bid, the Tender and this Contract.

8.12.2 Implementation Agency shall achieve operational acceptance of the complete solution as

defined in the RFP in accordance with the timelines specified in the implementation schedule

considering the scope, design consideration and any refinement made in the agreed and

finalized project plan. As soon as the System, or any subsystem, has, in the opinion of the

bidder has been delivered and commissioned as per the agreement with Purchaser, the Im-

plementation Agency shall notify the Purchaser in writing. Purchaser shall, after receipt of

Implementation Agency’s notice, either issue an installation certificate stating that the system,

or major components or subsystem has been commissioned or notify Implementation Agency

of any defects and/or deficiencies, including but not limited to defects or deficiencies in in-

teroperability or integration of the various components and/or subsystems. Implementation

Agency shall take all reasonable endeavour’s to promptly rectify any defects and/or deficien-

cies notified by the Purchaser. Implementation Agency shall promptly carry out re-testing of

the system or subsystem and notify Purchaser about the rectification of the defects/deficien-

cies. The procedure shall be repeated, as necessary, until a commission/ installation certifi-

cate is issued by the Purchaser.

8.12.3 In addition to the aforementioned, Implementation Agency shall provide services to manage

and maintain the said system as per the RFP.

8.12.4 The Implementation Agency will be responsible for payment of all statutory levies including

ESIC Contribution, PF etc. in respect of the staff engaged or deployed by him under the

contract. This should comply with all statutory obligations and should be according to National

Floor Level of Minimum Wage (NFLMW) and applicable laws and regulations in this regard.

8.12.5 The Implementation Agency shall also maintain adequate contracted strength ‘on panel’ to

enable meeting the replacement or substitution and additional resource requirements within

the time period specified in SLA’s for such replacements or substitution.

8.12.6 Purchaser reserves the right to interview the personnel proposed that shall be deployed as

part of the project team. If found unsuitable, the Purchaser may reject the deployment of the

concerned personnel. But ultimate responsibility of the project implementation shall lie with

Implementation Agency.

8.12.7 Purchaser reserves the right to request changes in personnel which shall be communicated

to Implementation Agency. Implementation Agency with the prior approval of the Purchaser

may make additions to the project team. Implementation Agency shall provide the Purchaser

with the resume of Key Personnel and provide such other information as the Purchaser may

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 36 of 217

reasonably require. The Purchaser also reserves the right to interview the personnel and

reject, if found unsuitable. In case of change in its team members, for any reason whatsoever,

Implementation Agency shall also ensure that the exiting members are replaced with at least

equally qualified and professionally competent members.

8.12.8 Implementation Agency shall ensure that the proposed Project manager shall not exit from

the project during first 5 (five) months (during implementation) of the beginning of the project.

Any exit and replacement shall be done only with the prior approval of the department. Im-

plementation Agency shall also ensure that the exiting members are replaced with at least

equally qualified and professionally competent members. In case department is not satisfied

with the reason for replacement, department reserves the right to impose a penalty of INR 1

lakh per such replacement.

8.12.9 In case of change in its team members, Implementation Agency shall ensure a reasonable

amount of time overlap in activities to ensure proper knowledge transfer and handover / take-

over of documents and other relevant materials between the outgoing and the new member.

8.12.10 Implementation Agency shall ensure that the proposed team is competent, professional and

possesses the requisite qualifications and experience appropriate to the task they are re-

quired to perform under this Contract. Implementation Agency shall ensure that the services

are performed through the efforts of Implementation Agency’s Team, in accordance with the

terms hereof and to the satisfaction of the Purchaser. Nothing in this Contract relieves Imple-

mentation Agency from its liabilities or obligations under this Contract to provide the Services

in accordance with the Purchaser’s directions and requirements and as stated in this Contract

and the Bid to the extent accepted by the Purchaser and Implementation Agency shall be

liable for any non-performance, non-compliance, breach or other loss and damage resulting

either directly or indirectly by or on account of its Team.

8.12.11 Implementation Agency shall be fully responsible for deployment / installation / and integra-

tion of all the required components and resolve any problems /issues that may arise due to

integration of components.

8.12.12 Implementation Agency shall ensure that the OEMs supply components including associated

accessories and software required and shall support Implementation Agency in the installa-

tion, integration and maintenance of these components during the entire period of contract.

It must clearly be understood by Implementation Agency that warranty and AMC of the sys-

tem, products and services incorporated as part of system would commence from the day of

acceptance of system by Purchaser for each Phase till contract period. Implementation

Agency would be required to explicitly display that it has a back to back arrangement for

provisioning of warranty/ AMC support till the end of contract period with the relevant OEMs.

8.12.13 All the product’s licenses that Implementation Agency proposes should be subscription/ per-

petual licenses. The perpetual license should be in the name of Implementation Agency

wherever feasible for entire project duration. The software licenses shall not be restricted

based on location and the Implementation Agency should have the flexibility to use the soft-

ware licenses for other requirements if required, provided the same does not violate the us-

age rights agreed with the original manufacturer.

8.12.14 The Purchaser reserves the right to review the terms of the Warranty and Annual Mainte-

nance Agreements entered into between Implementation Agency and OEMs and no such

agreement/contract shall be executed, amended, modified and/or terminated without the prior

written consent of the Purchaser. An executed copy of each of such agreements/contracts

shall, immediately upon execution be submitted by Implementation Agency to the Purchaser.

Alternately, the Implementation Agency can also submit an undertaking on company letter-

head in this regard (specifying broadly the terms of the Warranty and Annual Maintenance

Agreements entered into between the Implementation Agency and OEM) signed by the Au-

thorized Signatory.

8.12.15 Implementation Agency shall ensure that none of the components and sub-components is

declared end-of-sale or end-of-support by the respective OEM at the time of submission of

bid. If the OEM declares any of the products/ solutions end-of-sale subsequently, the Imple-

mentation Agency shall ensure that the same is supported by the respective OEM for contract

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 37 of 217

period. Implementation Agency shall submit as part of the bid an undertaking on company

letterhead in this regard signed by the Authorized Signatory.

8.12.16 If a product is de-supported by the OEM for any reason whatsoever, from the Successfully

Commissioning till the end of contract, Implementation Agency should replace the products/

solutions with an alternate that is acceptable to the Purchaser at no additional cost to the

Purchaser and without causing any performance degradation.

8.12.17 Implementation Agency shall ensure that the OEMs provide the support and assistance to

Implementation Agency in case of any problems / issues arising due to integration of compo-

nents supplied by him with any other component(s)/ product(s) under the purview of the over-

all solution. If the same is not resolved for any reason whatsoever, Implementation Agency

shall replace the required component(s) with an equivalent or better substitute that is ac-

ceptable to Purchaser without any additional cost to the Purchaser and without impacting the

performance of the solution in any manner whatsoever.

8.12.18 Implementation Agency shall ensure that the OEMs supply and/or install all type of updates,

patches, fixes and/or bug fixes for the firmware or software from time to time at no additional

cost to the Purchaser.

8.12.19 Implementation Agency shall ensure the documentation and training services associated with

the components shall be provided by the OEM partner or OEM’s certified training partner

without any additional cost to the Purchaser.

8.12.20 The training has to be conducted using official OEM course curriculum mapped with the hard-

ware / software Product’s to be implemented in the project.

8.12.21 Implementation Agency’s representative(s) shall have all the powers requisite for the execu-

tion of scope of work and performance of services under this contract. Implementation

Agency’s representative(s) shall liaise with the Purchaser’s representative for the proper co-

ordination and timely completion of the works and on any other matters pertaining to the

works. Implementation Agency shall extend full co-operation to Purchaser’s representative

in the manner required by them for supervision/ inspection/ observation of the goods/ mate-

rial, procedures, performance, progress, reports and records pertaining to the works. He shall

also have complete charge of Implementation Agency’s personnel engaged in the perfor-

mance of the works and to ensure compliance of rules, regulations and safety practice. He

shall also cooperate with the NIC/ other Service Providers/Vendors of the Purchaser working

at the Purchaser’s office location and field locations. Such Implementation Agency’s repre-

sentative(s) shall be available to the Purchaser’s representative during the execution of

works.

8.12.22 Implementation Agency shall be responsible on an ongoing basis for coordination with other

vendors and agencies of the Purchaser in order to resolve issues and oversee implementa-

tion of the same. Implementation Agency shall also be responsible for resolving conflicts

between vendors in case of borderline integration issues.

8.12.23 Implementation Agency resources may be required to work from the Purchaser’s offices dur-

ing the contract period.

8.13 Start of Installation

8.13.1 Before commencement of installation at respective Buses, Depots, Command control centre,

Bidder shall carry out proper planning and co-ordination with other vendor’s viz. Command

Centre and Data Centre Service Provider and Network / Bandwidth Provider in order to pre-

pare the installation plan and detailed design / architectural design documents.

8.13.2 The Bidder shall submit plan and design documents thus developed for approval by the Pur-

chaser.

8.13.3 After obtaining the approval from the Purchaser, the Bidder shall commence the installation.

8.13.4 Prior to taking up installation of any major component of work, the Bidder shall submit to

Purchaser his/her proposed procedures and obtain Purchaser’s approval in writing.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 38 of 217

8.14 Reporting Progress

8.14.1 Implementation Agency shall monitor progress of all the activities related to the execution of

this contract and shall submit to the Purchaser, progress reports with reference to all related

work, milestones and their progress during the implementation phase.

8.14.2 Formats for all above mentioned reports and their dissemination mechanism shall be dis-

cussed and finalized along with project plan. The Purchaser on mutual agreement between

both parties may change the formats, periodicity and dissemination mechanism for such re-

ports.

8.14.3 Periodic meetings shall be held between the representatives of the Purchaser and Imple-

mentation Agency once in every 15 (fifteen) days during the implementation phase to discuss

the progress of implementation. After the implementation phase is over, the meeting shall be

held as an ongoing basis, as desired by Purchaser, to discuss the performance of the con-

tract.

8.14.4 Implementation Agency shall ensure that the respective solution teams involved in the exe-

cution of work are part of such meetings.

8.14.5 Review committees involving representative of the Purchaser and senior officials of Imple-

mentation Agency shall be formed for this project. These committees shall meet at intervals,

as decided by the Purchaser later, to oversee the progress of the implementation.

8.14.6 All the goods, services and manpower to be provided / deployed by Implementation Agency

under the Contract and the manner and speed of execution and maintenance of the work

and services are to be conducted in a manner to the satisfaction of Purchaser’s representa-

tive in accordance with the Contract.

8.14.7 The Purchaser reserves the right to inspect and monitor/ assess the progress/ performance

of the work / services at any time during the Contract. The Purchaser may demand and upon

such demand being made, Implementation Agency shall provide documents, data, material

or any other information which the Purchaser may require, to enable it to assess the progress/

performance of the work / service.

8.14.8 At any time during the course of the Contract, the Purchaser shall also have the right to

conduct, either itself or through another agency as it may deem fit, an audit to monitor the

performance by Implementation Agency of its obligations/ functions in accordance with the

standards committed to or required by the Purchaser and Implementation Agency undertakes

to cooperate with and provide to the Purchaser / any other agency appointed by the Pur-

chaser, all Documents and other details as may be required by them for this purpose. Such

audit shall not include Implementation Agency’s books of accounts.

8.14.9 Should the rate of progress of the works or any part of them at any time fall behind the stip-

ulated time for completion or is found to be too slow to ensure completion of the works by the

stipulated time, or is in deviation to Tender requirements/ standards, the Purchaser’s repre-

sentative shall so notify Implementation Agency in writing.

8.14.10 Implementation Agency shall reply to the written notice giving details of the measures he

proposes to take to expedite the progress to complete the works by the prescribed time or to

ensure compliance to RFP requirements. Implementation Agency shall not be entitled to any

additional payment for taking such steps. If at any time it should appear to the Purchaser or

Purchaser’s representative that the actual progress of work does not conform to the approved

plan Implementation Agency shall produce at the request of the Purchaser’s representative

a revised plan showing the modification to the approved plan necessary to ensure completion

of the works within the time for completion or steps initiated to ensure compliance to the

stipulated requirements

8.14.11 The submission seeking approval by the Purchaser or Purchaser’s representative of such

plan shall not relieve Implementation Agency of any of his duties or responsibilities under the

Contract.

8.14.12 In case during execution of works, the progress falls behind schedule or does not meet the

Tender requirements, Implementation Agency shall deploy extra manpower/ resources to

make up the progress or to meet the RFP requirements. Plan for deployment of extra man

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 39 of 217

power/ resources shall be submitted to the Purchaser for its review and approval. All time

and cost effect in this respect shall be borne, by Implementation Agency within the contract

value

8.15 Knowledge of Purchaser Site conditions

8.15.1 The Bidder shall be deemed to have knowledge of the Purchaser Sites and its surroundings

and information available in connection therewith and to have satisfied itself the form and

nature thereof including, the data contained in the Bidding Documents, the physical and cli-

matic conditions, the quantities and nature of the works and materials necessary for the com-

pletion of the works, the means of access, etc. and in general to have obtained itself all

necessary information of all risks, contingencies and circumstances affecting his obligations

and responsibilities therewith under the Contract and his ability to perform it. However, if

during pre-installation survey / during delivery or installation, the Bidder detects physical con-

ditions and/or obstructions affecting the work, the Bidder shall take all measures to overcome

them.

8.16 Project Plan

8.16.1 Within 15 (fifteen) calendar days of effective date of the contract/ Issuance of LOI, Implemen-

tation Agency shall submit to the Purchaser for its approval a detailed Project Plan with de-

tails of the project showing the sequence, procedure and method in which he proposes to

carry out the works. The Plan so submitted by Implementation Agency shall conform to the

requirements and timelines specified in the Contract. The Purchaser and Implementation

Agency shall discuss and agree upon the work procedures to be followed for effective exe-

cution of the works, which Implementation Agency intends to deploy and shall be clearly

specified. The Project Plan shall include but not limited to project organization, communica-

tion structure, proposed staffing, roles and responsibilities, processes and tool sets to be

used for quality assurance, security and confidentiality practices in accordance with industry

best practices, project plan and delivery schedule in accordance with the Contract. Approval

by the Purchaser’s Representative of the Project Plan shall not relieve Implementation

Agency of any of his duties or responsibilities under the Contract.

8.16.2 If Implementation Agency’s work plans necessitate a disruption/ shutdown in Purchaser’s

operation, the plan shall be mutually discussed and developed to keep such disruption/shut-

down to the barest unavoidable minimum. Any time and cost arising due to failure of Imple-

mentation Agency to develop/adhere such a work plan shall be to the Implementation

Agency’s account.

8.17 Bidder’s Organisation

8.17.1 The Bidder should provision for manpower resources required for execution of work and pro-

vision of services under this contract specified in Section 10 of the RFP.

8.17.2 The Bidder should to the best of his efforts, avoid any change in the organization structure

proposed for execution of this contract or replacement of any manpower resource appointed.

If the same is however unavoidable, the Bidder shall promptly inform the Purchaser in writing,

and the same shall require subsequent approval by the Purchaser. In case of replacement

of any manpower resource, the Bidder should ensure efficient knowledge transfer from the

outgoing resource to the incoming resource and adequate hand-holding period and training

for the incoming resource to maintain the continued level of service.

8.17.3 All manpower resources deployed by the Bidder for execution of this contract must strictly

adhere to the attendance reporting procedures and make their services available as agreed

upon for the entire reporting time period at the Depots, Data Centre Sites and purchaser’s

office location.

8.17.4 The Bidder shall provide at the respective Data centre sites necessary supervision during the

execution of work and as long thereafter as the Purchaser may consider necessary for the

proper fulfilment of the Bidder’s obligations under the Contract. The Bidder or his competent

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 40 of 217

and authorized representative(s) shall be constantly present at the respective Data centre

Sites during agreed time for supervision. The Bidder shall authorize his representative to

receive directions and instructions from the Purchaser’s Representative.

8.17.5 The Bidder shall be responsible for the deployment, transportation, accommodation and

other requirements of all its employees required for the execution of the work and provision

of services for all costs/charges in connection thereof.

8.17.6 The Bidder shall provide and deploy, at the Data Centre Sites and purchaser’s office locations

for carrying out the work, only those manpower resources who are qualified/skilled and ex-

perienced in their respective trades and who are competent to deliver in a proper and timely

manner the work they are required to perform or to manage/supervise the work

8.17.7 The Purchaser’s Representative may at any time object to and require the Bidder to remove

forthwith from the Depots, Data Centre Sites and Purchaser’s office locations any authorized

representative or employee of the Bidder or any person(s) of the Bidder’s team, if, in the

opinion of the Purchaser’s Representative the person in question has misconduct or his / her

deployment is otherwise considered undesirable by the Purchaser’s representative. The Bid-

der shall forthwith remove and shall not again deploy the person without the written consent

of the Purchaser’s Representative.

8.17.8 The Purchaser’s Representative may at any time object to and request the Bidder to remove

from the Depots, Data Centre Sites and Purchaser’s office locations any of Bidder’s author-

ized representative including any employee of the Bidder or his team or any person(s) de-

ployed by Bidder or his team for professional incompetence or negligence or for being de-

ployed for work for which he is not suited. The Bidder shall consider the Purchaser’s Repre-

sentative request and may accede to or disregard it. The Purchaser’s Representative, having

made a request, as aforesaid in the case of any person, which the Bidder has disregarded,

may in the case of the same person at any time but on a different occasion, and for a different

instance of one of the reasons referred to above in this Clause object to and require the

Bidder to remove that person from deployment on the work, which the Bidder shall then forth-

with do and shall not again deploy any person so objected to on the work or on the sort of

work in question (as the case may be) without the written consent of the Purchaser’s repre-

sentative.

8.17.9 The Purchaser’s representative shall state to the Bidder in writing his reasons for any request

or requirement pursuant to this Clause.

8.17.10 The Bidder shall promptly replace every person removed, pursuant to this section, with a

competent substitute, and at no extra cost to the Purchaser.

8.18 Adherence to safety procedures, rules regulations and restriction

8.18.1 The Bidder’s Team shall comply with the provision of all laws including labour laws, rules,

regulations and notifications issued there under from time to time. All safety and labour laws

enforced by statutory agencies and by Purchaser shall be applicable in the performance of

this Contract and Bidder’s Team shall abide by these laws.

8.18.2 Access to the Data centre Sites shall be strictly restricted. No access to any person except

the essential members of the Bidder’s Team who are genuinely required for execution of

work or for carrying out Management/ maintenance who have been explicitly authorised by

the Purchaser shall be allowed entry to the Data centre Sites. Even if allowed, access shall

be restricted to the pertaining equipment of the Purchaser only. The Bidder shall maintain a

log of all activities carried out by each of its team personnel.

8.18.3 The Bidder shall take all measures necessary or proper to protect the personnel, work and

facilities and shall observe all reasonable safety rules and instructions. The Bidder’s Team

shall adhere to all security requirement/regulations of the Purchaser during the execution of

the work. Purchaser’s employee also shall comply with safety procedures/policy.

8.18.4 The Bidder shall report as soon as possible any evidence, which may indicate or is likely to

lead to an abnormal or dangerous situation and shall take all necessary emergency control

steps to avoid such abnormal situations.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 41 of 217

8.19 Statutory Requirements

8.19.1 During the tenure of this Contract nothing shall be done by Implementation Agency or its

team/personnel and its team in contravention of any law, act and/ or rules/regulations, there

under or any amendment thereof governing inter-alia customs, stowaways, foreign exchange

etc. and shall keep Purchaser indemnified in this regard.

8.20 Purchaser’s Obligations

8.20.1 Purchaser or his/her nominated representative shall act as the nodal point for implementation

of the contract and for issuing necessary instructions, approvals, commissioning, acceptance

certificates, payments etc. to the Bidder.

8.20.2 Purchaser shall ensure that timely approval is provided to the Bidder as and when required,

which may include approval of project plans, implementation methodology, design docu-

ments, specifications, or any other document necessary in fulfilment of this contract.

8.20.3 Purchaser’s representative shall interface with the Bidder, to provide the required information,

clarifications, and to resolve any issues as may arise during the execution of the Contract.

Purchaser shall provide adequate cooperation in providing details, coordinating and obtain-

ing of approvals from various governmental agencies, in cases, where the intervention of the

Purchaser is proper and necessary.

8.20.4 Purchaser may provide on Bidder’s request, particulars / information or documentation that

may be required by the Bidder for proper planning and execution of work and for providing

services covered under this contract and for which the Bidder may have to coordinate with

respective vendors.

8.20.5 Purchaser shall provide to Implementation Agency only sitting space and basic infrastructure

like fan, AC, chair, table etc. and not including, stationery and other consumables at the Pur-

chaser’s office locations or project locations provided by Purchaser.

8.20.6 Purchaser reserves the right to procure the software and other items based on actual deploy-

ment and AMC shall be applicable whenever the same are procured and deployed and com-

missioned till end of the contract.

8.20.7 Transport Department, to support Project Management Committee shall setup a Project Mon-

itoring Unit which will assist Purchaser for the following (but not limited to):

i. Reviewing the progress of the project and participate in status review meeting with Pur-

chaser and IA

ii. Co-ordination with various stakeholders

iii. Monitor project milestones with respect to implementation

iv. Review of deliverables/ work products submitted by IA

v. Review of service level adherence for the implementation as per the defined SLAs

vi. Effective planning for knowledge transfer and training on the implemented CCTV Surveil-

lance System and IT system to user and monitoring of training delivery and feedback

8.20.8 Site Not Ready: Purchaser hereby agrees to make the project site(s) ready as per the agreed

specifications, within the agreed timelines. Purchaser agrees that Implementation Agency

shall not be in any manner liable for any delay arising out of Purchaser’s failure to make the

site ready within the stipulated period.

8.21 Payments

8.21.1 Purchaser shall make payments to the Bidder at the times and in the manner set out in the

Payment schedule as specified in section 7 of the RFP. Purchaser will make all efforts to

make payments to the Bidder within 30 (thirty) days of receipt of invoice(s) and all necessary

supporting documents.

8.21.2 All payments agreed to be made by Purchaser to the Bidder in accordance with the Bid shall

be inclusive of all statutory levies, duties, taxes and other charges whenever levied/applica-

ble, if any, and Purchaser shall not be liable to pay any such levies/other charges under or in

relation to this Contract and/or the Services.

8.21.3 No invoice for extra work/change order on account of change order will be submitted by the

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 42 of 217

Bidder unless the said extra work /change order has been authorized/approved by the Pur-

chaser in writing in accordance with Change Control Note (Annexure 10 of this section of the

RFP)

8.21.4 In the event of Purchaser noticing at any time that any amount has been disbursed wrongly

to the Bidder or any other amount is due from the Bidder to the Purchaser, the Purchaser

may without prejudice to its rights recover such amounts by other means after notifying the

Bidder or deduct such amount from any payment falling due to the Bidder. The details of such

recovery, if any, will be intimated to the Bidder. The Bidder shall receive the payment of

undisputed amount under subsequent invoice for any amount that has been omitted in pre-

vious invoice by mistake on the part of the Purchaser or the Bidder.

8.21.5 All payments to the Bidder shall be subject to the deductions of tax at source under Income

Tax Act, and other taxes, and deductions as provided for under any law, rule or regulation.

All costs, damages or expenses which Purchaser may have paid or incurred, for which under

the provisions of the Contract, the Bidder is liable, the same shall be deducted by Purchaser

from any dues to the Bidder. All payments to the Bidder shall be made after making necessary

deductions as per terms of the Contract and recoveries towards facilities, if any, provided by

the Purchaser to the Bidder on chargeable basis.

8.22 Intellectual Property Rights

8.22.1 Products and fixes: All products and related solutions and fixes provided pursuant to this

Contract shall be licensed according to the terms of the license agreement packaged with or

otherwise applicable to such product, the ownership of which shall continue to vest with the

product owner. Implementation Agency would be responsible for arranging any licenses as-

sociated with products. “Product” means any computer code, web-based services, or mate-

rials comprising commercially released, pre-release or beta products (whether licensed for a

fee or no charge) and any derivatives of the foregoing which are made available to Purchaser

for license which is published by product owner or its affiliates, or a third party. “Fixes” means

product fixes that are either released generally (such as commercial product service packs)

or that are provided to Implementation Agency when performing services (such as worka-

rounds, patches, bug fixes, beta fixes and beta builds) and any derivatives of the foregoing.

8.22.2 Residuals: In no event shall Implementation Agency be precluded from independently de-

veloping for itself, or for others, anything, whether in tangible or non-tangible form, which is

competitive with, or similar to, the deliverables, set-out in this RFP or Annexure. In addition,

subject to the confidentiality obligations, Implementation Agency shall be free to use its gen-

eral knowledge, skills and experience, and any ideas, concepts, know-how, and techniques

that are acquired or used in the course of providing the Services.

8.23 Taxes

8.23.1 The Purchaser or its nominated agencies shall be responsible for withholding taxes from the

amounts due and payable to the IA wherever applicable. The IA shall pay for all other taxes

in connection with this Agreement, SLA, scope of work and any other engagement required

to be undertaken as a part of this Agreement, including, but not limited to, property, sales,

use, excise, value-added, goods and services, consumption and other similar taxes or duties.

8.23.2 A certificate shall be provided by Purchaser to the Bidder for any tax deducted at source

8.23.3 The Purchaser or its nominated agencies shall provide Service Provider with the original tax

receipt of any withholding taxes paid by Purchaser or its nominated agencies on payments

under this Agreement. The Implementation Agency agrees to reimburse and hold the Pur-

chaser or its nominated agencies harmless from any deficiency including penalties and inter-

est relating to taxes that are its responsibility under this paragraph. For purposes of this

Agreement, taxes shall include taxes incurred on transactions between and among the Pur-

chaser or its nominated agencies, the Implementation Agency and third party sub-contrac-

tors.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 43 of 217

8.23.4 If, after the date of Agreement, there is any change of rate of levy under the existing applica-

ble laws of India with respect to taxes and duties, which are directly payable by the Purchaser

for providing the goods and services i.e. service tax or any such other applicable tax from

time to time, which increase or decreases the cost incurred by the Implementation Agency in

performing the Services, then the remuneration and reimbursable expense otherwise paya-

ble to the Implementation Agency under this Agreement shall be increased or decreased

accordingly by correspondence between the Parties hereto, and corresponding adjustments

shall be made. However, in case of any new or fresh tax or levy imposed after submission of

the proposal the Implementation Agency shall be entitled to reimbursement on submission

of proof of payment of such tax or levy.

8.23.5 The Parties shall cooperate to enable each Party to accurately determine its own tax liability

and to minimize such liability to the extent legally permissible. In connection therewith, the

Parties shall provide each other with the following:

i. Any resale certificates;

ii. Any relevant information regarding out-of-state or use of materials, equipment or ser-

vices; and

iii. Any direct pay permits, exemption certificates or information reasonably requested by

the other Party.

8.23.6 The Bidder shall bear all personnel taxes levied or imposed on its personnel, or any other

member of the Bidder’s Team, etc. on account of payment received under this Contract. The

Bidder shall bear all corporate taxes, levied or imposed on the Bidder on account of payments

received by it from the Purchaser for the work done under this Contract.

8.23.7 The Bidder shall bear all personnel taxes levied or imposed on its personnel, or any other

member of the Bidder’s Team, etc. on account of payment received under this Contract. The

Bidder shall bear all corporate taxes, levied or imposed on the Bidder on account of payments

received by it from the Purchaser for the work done under this Contract.

8.23.8 The Bidder shall bear all taxes and duties etc. levied or imposed on the Bidder under the

Contract including but not limited to GST and all Income Tax levied under Indian Income Tax

Act – 1961 or any amendment thereof during the entire contract period, i.e., on account of

material supplied and services rendered and payments received by him from the Purchaser

under the Contract. It shall be the responsibility of the Bidder to submit to the concerned

Indian authorities the returns and all other connected documents required for this purpose.

The Bidder shall also provide the Purchaser such information, as it may be required in regard

to the Bidder’s details of payment made by the Purchaser under the Contract for proper as-

sessment of taxes and duties. The amount of tax withheld by the Purchaser shall at all times

be in accordance with Indian Tax Law and the Purchaser shall promptly furnish to the Bidder

original certificates for tax deduction at source and paid to the Tax Authorities.

8.23.9 Any increase or decrease in the rates of the applicable taxes or any new levy on account of

changes in law shall be adjusted such that payment to be made by the Purchaser is increased

/ decreased accordingly and corresponding adjustments shall be made. In case of any new

or fresh tax or levy imposed after submission. Of the proposal, the Bidder shall be entitled to

reimbursement on submission of proof of payment of such tax or levy.

8.23.10 The Bidder agrees that he and his Team shall comply with the Indian Income Tax act in force

from time to time and pay Indian Income Tax, as may be imposed / levied on them by the

Indian Income Tax Authorities, for the payments received by them for the works under the

Contract. Should the Bidder fail to submit returns/pay taxes in times as stipulated under ap-

plicable Indian/State Tax Laws and consequently any interest or penalty is imposed by the

concerned authority, the Bidder shall pay the same? The Bidder shall indemnify Purchaser

against any and all liabilities or claims arising out of this Contract for such taxes including

interest and penalty by any such Tax Authority may assess or levy against the Purchaser/Bid-

der.

8.23.11 The Purchaser shall if so required by applicable laws in force, at the time of payment, deduct

income tax payable by the Bidder at the rates in force, from the amount due to the Bidder

and pay to the concerned tax authority directly.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 44 of 217

8.24 Indemnity and Limitation of Liability

8.24.1 Subject to Clause 8.24.4 below, Service Provider (the "Indemnifying Party") undertakes to

indemnify, hold harmless the Purchaser (the "Indemnified Party") from and against all claims,

liabilities, losses, expenses (including reasonable attorneys' fees), fines, penalties, taxes or

damages (Collectively “Loss”) on account of bodily injury, death or damage to tangible per-

sonal property arising in favour of any person, corporation or other entity (including the In-

demnified Party) attributable to the Indemnifying Party's negligence or wilful default in perfor-

mance or non-performance under this Agreement.

8.24.2 If the Indemnified Party promptly notifies Indemnifying Party in writing of a third-party claim

against Indemnified Party that any Service provided by the Indemnifying Party infringes a

copyright, trade secret or patents incorporated in India of any third party, Indemnifying Party

will defend such claim at its expense and will pay any costs or damages, that may be finally

awarded against Indemnified Party.

8.24.3 Indemnifying Party will not indemnify the Indemnified Party, however, if the claim of infringe-

ment is caused by

i. Indemnified Party’s misuse or modification of the Service;

ii. Indemnified Party’s failure to use corrections or enhancements made available by the In-

demnifying Party;

iii. Indemnified Party’s use of the Service in combination with any product or information not

owned or developed by Indemnifying Party;

However, if any service, information, direction, specification or materials provided by Indem-

nified Party or any third party contracted to it, is or likely to be held to be infringing, Indemni-

fying Party shall at its expense and option either

i. Procure the right for Indemnified Party to continue using it

ii. Replace it with a non-infringing equivalent

iii. Modify it to make it non-infringing.

The foregoing remedies constitute Indemnified Party’s sole and exclusive remedies and Indemnifying

Party’s entire liability with respect to infringement.

8.24.4 The indemnities set out in Clause 8.24 shall be subject to the following conditions:

i. the Indemnified Party as promptly as practicable informs the Indemnifying Party in writing of

the claim or proceedings and provides all relevant evidence, documentary or otherwise;

ii. the Indemnified Party shall, at the cost of the Indemnifying Party, give the Indemnifying Party

all reasonable assistance in the defence of such claim including reasonable access to all

relevant information, documentation and personnel provided that the Indemnified Party may,

at its sole cost and expense, reasonably participate, through its attorneys or otherwise, in

such defence;

iii. if the Indemnifying Party does not assume full control over the defence of a claim as provided

in this Article, the Indemnifying Party may participate in such defence at its sole cost and

expense, and the Indemnified Party will have the right to defend the claim in such manner

as it may deem appropriate, and the cost and expense of the Indemnified Party will be in-

cluded in Losses;

iv. the Indemnified Party shall not prejudice, pay or accept any proceedings or claim, or com-

promise any proceedings or claim, without the written consent of the Indemnifying Party;

v. all settlements of claims subject to indemnification under this Clause will:

a. be entered into only with the consent of the Indemnified Party, which consent will not be

unreasonably withheld and include an unconditional release to the Indemnified Party

from the claimant or plaintiff for all liability in respect of such claim; and

b. include any appropriate confidentiality agreement prohibiting disclosure of the terms of

such settlement;

vi. the Indemnified Party shall account to the Indemnifying Party for all awards, settlements,

damages and costs (if any) finally awarded in favor of the Indemnified Party which are to be

paid to it in connection with any such claim or proceedings;

vii. the Indemnified Party shall take steps that the Indemnifying Party may reasonably require

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 45 of 217

to mitigate or reduce its loss as a result of such a claim or proceedings;

viii. in the event that the Indemnifying Party is obligated to indemnify an Indemnified Party pur-

suant to this Article, the Indemnifying Party will, upon payment of such indemnity in full, be

subrogated to all rights and defenses of the Indemnified Party with respect to the claims to

which such indemnification relates; and

ix. if a Party makes a claim under the indemnity set out under Clause 8.24.1 above in respect

of any particular Loss or Losses, then that Party shall not be entitled to make any further

claim in respect of that Loss or Losses (including any claim for damages).

8.24.5 The liability of either Party (whether in contract, tort, negligence, strict liability in tort, by statute

or otherwise) for any claim in any manner related to this Agreement, including the work, de-

liverables or Services covered by this Agreement, shall be the payment of direct damages

only which shall in no event exceed one time the total contract value payable under this

Agreement. The liability cap given under this Clause shall not be applicable to the indemnifi-

cation obligations set out in Clause 8.24 and breach of Clause 9.8 and 9.7.

8.24.6 In no event shall either party be liable for any consequential, incidental, indirect, special or

punitive damage, loss or expenses (including but not limited to business interruption, lost

business, lost profits, or lost savings) nor for any third party claims (other than those set-forth

in Clause 8.24.1) even if it has been advised of their possible existence.

8.24.7 The allocations of liability in this Section 8.24 represent the agreed and bargained-for under-

standing of the parties and compensation for the Services reflects such allocations. Each

Party has a duty to mitigate the damages and any amounts payable under an indemnity that

would otherwise be recoverable from the other Party pursuant to this Agreement by taking

appropriate and commercially reasonable actions to reduce or limit the amount of such dam-

ages or amounts.

8.25 Warranty

8.25.1 Standard: The Implementation Agency warrants that the Project, including all the system(s),

materials and goods supplied pursuant to the Agreement, shall be free from any defect or

deficiency in the material, design, engineering, and workmanship that prevent the system

and/or any of its systems(s) from fulfilling the technical requirements or that limit in a material

fashion the performance, reliability, or extensibility of the system and/or any of its sub-sys-

tem(s). Financial warranty provisions of products supplied under the Agreement shall apply

to the extent they do not conflict with the provisions of this Agreement.

8.25.2 The IA also warrants that the products, materials and other goods supplied under the Agree-

ment are new, unused and incorporate all recent improvements in design that materially af-

fect the system’s or subsystem’s ability to fulfil the technical requirements specified in the

RFP.

8.25.3 In addition, the IA warrants that: (i) all Goods components to be incorporated into the System

form part of the IA/OEM’s and/or Sub-contractor’s current product lines.

8.25.4 The warranty period shall commence from the date of successful commissioning of the pro-

ject or of any major component or subsystem for which phased successfully commissioning

is provided for in the Agreement and shall extend till the expiry of the contract.

Purchaser should approve signoff within <30 (thirty) days> from the submission of deliverables

for successful commissioning/ phased successful commissioning (as relevant, depending on

project requirement) by the implementing agency.

In case the Purchaser/Government department fails to respond and provide feedback on the

above stated submission, the deliverables will be deemed accepted for the commencement of

warranty for the project.

However, in case the purchaser confirms to vendor an alternative date, then the date would

stand revised for deemed acceptance. Such revisions may be limited to 2 (two).

8.25.5 If during the warranty period any defect or deficiency is found in the material, design and

performance/workmanship of the Project and other Services provided by the Implementation

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 46 of 217

Agency, the Implementation Agency shall promptly, in consultation and agreement with Pur-

chaser, and at the Implementation Agency’s sole cost repair, replace, or otherwise make

good (as the Implementation Agency shall, at its discretion, determine) such default, defect

or deficiency as well as any damage to the system caused by such default, defect or defi-

ciency. Any defective component, excluding hard disks, that has been replaced by the Im-

plementation Agency shall remain the property of the Implementation Agency except the data

& logs which has to be transferred to the Purchaser who will be the owner of any data cap-

tured under this project.

8.25.6 The IA may, with the consent of the Purchaser, remove from the site any product and other

goods that are defective, if the nature of the defect, and/or any damage to the System caused

by the defect, is such that repairs cannot be expeditiously carried out at the site. If the repair,

replacement, or making good is of such a character that it may affect the efficiency of the

System, the Purchaser may give the IA notice requiring that tests of the defective part be

made by the IA immediately upon completion of such remedial work, whereupon the IA shall

carry out such tests. If such part fails the tests, the IA shall carry out further repair, replace-

ment, or making good (as the case may be) until that part of the System passes such tests.

The tests shall be agreed upon by the Purchaser and the Supplier.

8.25.7 If the IA fails to commence the work necessary to remedy such defect or any damage to the

System caused by such defect within a reasonable time period, the Purchaser may, following

notice to the IA, proceed to do such work or contract a third party (or parties) to do such work,

and the reasonable costs incurred by the Purchaser in connection with such work shall be

paid to the Purchaser by the IA or may be deducted by the Purchaser from any amount due

to the IA.

8.25.8 If the System or any of its sub-systems cannot be used by reason of such default, defect or

deficiency and/or making good of such default, defect or deficiency, attributable to IA, the

warranty period for the Project shall be extended by a period equal to the period during which

the Project or any of its system could not be used by the Purchaser because of such defect

and/or making good of such default, defect or deficiency. For reasons not attributable to IA,

the IA shall not be liable.

8.25.9 Implied Warranty: The warranties provided herein are in lieu of all other warranties, both

express and implied, and all other warranties, including without limitation that of merchanta-

bility or fitness for intended purpose is specifically disclaimed.

8.26 Term and Extension of the Contract

8.26.1 The term of this Contract shall be initially for a period of 5 (five) years and 5 (five) months

from the date of signing of contract or Issuance of LOI, whichever is earlier.

8.26.2 If the delay occurs due to circumstances such as strikes, lockouts, fire, accident, defective

materials, delay in approvals or any cause whatsoever beyond the reasonable control of the

Bidder, a reasonable extension of time shall be granted.

8.26.3 The Purchaser shall reserve the sole right to grant any extension to the term above men-

tioned subject to the Purchaser’s obligations at law and shall notify in writing to the Bidder,

at least 3 (three) months before the expiration of the Term hereof, whether it will grant the

Bidder an extension of the Term. The decision to grant or refuse the extension shall be at the

Purchaser’s discretion and such extension of the contract, if any, shall be as per terms agreed

mutually between the Purchaser and the Bidder.

8.26.4 Where the Purchaser is of the view that no further extension of the term be granted to the

Bidder, the Purchaser shall notify the Bidder of its decision at least 3 (three) months prior to

the expiry of the Term. Upon receipt of such notice, the Bidder shall continue to perform all

its obligations hereunder, until such reasonable time beyond the Term of the Contract at

mutually agreed rate within which, the Purchaser shall either appoint an alternative

agency/Bidder or create its own infrastructure to operate such Services as are provided under

this Contract.

8.26.5 The department reserves the right to extend the Term for a period or periods of up to one

year with a maximum of two such extension or extensions on the same terms and conditions,

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 47 of 217

subject to the department’s obligations at law.

8.27 Dispute Resolution/ Arbitration

8.27.1 This Contract shall be governed by and construed in accordance with the laws of India, with-

out giving effect to conflict of law rules. The parties expressly agree to exclude the application

of the U.N. Convention on Contracts for the International Sale of Goods (1980) to this Con-

tract and the performance of the parties contemplated under this Contract, to the extent that

such convention might otherwise be applicable.

8.27.2 Any dispute arising out of or in connection with this Contract or the SLA shall in the first

instance be dealt with in accordance with the escalation procedure mutually agreed between

the Purchaser and the Implementation agency.

8.27.3 In case the escalations do not help in resolution of the problem within 3 (three) weeks of

escalation, both the parties should agree on a mediator for communication between the two

parties. The process of the mediation would be as follows:

8.27.4 Aggrieved party should refer the dispute to the identified mediator in writing, with a copy to

the other party. Such a reference should contain a description of the nature of the dispute,

the quantum in dispute (if any) and the relief or remedy sought suitable.

8.27.5 The mediator shall use his best endeavours to conclude the mediation within a certain num-

ber of days of his appointment.

8.27.6 If no resolution can be reached through mutual discussion or mediation within 30 (thirty) days

then the matter should be referred to Experts for advising on the issue.

8.27.7 In case the mediation does not help in resolution and it requires expertise to understand an

issue, a neutral panel of 3 experts, agreeable to both parties should be constituted. The pro-

cess of the expert advisory would be as follows:

8.27.8 Aggrieved party should write to the other party on the failure of previous alternate dispute

resolution processes within the timeframe and requesting for expert advisory. This is to be

sent with a copy to the mediator.

8.27.9 Both parties should thereafter agree on the panel of experts who are well conversant with the

issue under dispute.

8.27.10 The expert panel shall use his best endeavours to provide a neutral position on the issue.

8.27.11 If no resolution can be reached through the above means within 30 (thirty) days then the

matter should be referred to Arbitration. Any dispute or difference whatsoever arising be-

tween the parties to this Contract out of or relating to the construction, meaning, scope, op-

eration or effect of this Contract or the validity of the breach thereof shall be referred to a sole

Arbitrator to be appointed by mutual consent of both the parties herein. If the parties cannot

agree on the appointment of the Arbitrator within a period of one month from the notification

by one party to the other of existence of such dispute, then the Arbitrator shall be appointed

by the High Court of New Delhi, India. The provisions of the Arbitration and Conciliation Act,

1996 will be applicable and the award made there under shall be final and binding upon the

parties hereto, subject to legal remedies available under the law. Such differences shall be

deemed to be a submission to arbitration under the Indian Arbitration and Conciliation Act,

1996, or of any modifications, Rules or re-enactments thereof. The Arbitration proceedings

will be held at Delhi, India. Any legal dispute will come under the sole jurisdiction of New

Delhi, India.

8.27.12 Compliance with laws: Each party will comply with all applicable export and import laws

and regulations.

8.27.13 Risk of Loss: For each hardware item, Implementation Agency bears the risk of loss or

damage up to the time it is delivered to the Implementation/Purchaser-designated carrier for

shipment to Purchaser or Purchaser’s designated location.

8.27.14 Third party components: Implementation Agency will provide all third party components

solely on a pass-through basis in accordance with the relevant third party terms and condi-

tions.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 48 of 217

8.28 Conflict of interest

8.28.1 A Bidder shall not have a conflict of interest that may affect the Selection Process or the

Solution delivery (the “Conflict of Interest”). Any Bidder found to have a Conflict of Interest

shall be disqualified. In the event of disqualification, the Purchaser shall forfeit and appropri-

ate the EMD, if available, as mutually agreed genuine pre-estimated compensation and dam-

ages payable to the Purchaser for, inter alia, the time, cost and effort of the Purchaser in-

cluding consideration of such Bidder’s Proposal, without prejudice to any other right or rem-

edy that may be available to the Purchaser hereunder or otherwise.

8.28.2 The Purchaser requires that the Implementation Agency provides solutions which at all times

hold the Purchaser’s interests paramount, avoid conflicts with other assignments or its own

interests, and act without any consideration for future work. The Systems Implementation

Agency shall not accept or engage in any assignment that would be in conflict with its prior

or current obligations to other clients, or that may place it in a position of not being able to

carry out the assignment in the best interests of the Purchaser. 8.28.3 Without limiting the generality of the above, a Bidder shall be deemed to have a Conflict of

Interest affecting the Selection Process, if:

i. the Bidder, it’s or Associates (or any constituent thereof) and any other Bidder, it’s or Asso-

ciate (or any constituent thereof) have common controlling shareholders or other ownership

interest; provided that this disqualification shall not apply in cases where the direct or indirect

shareholding or ownership interest of an Bidder, its Member or Associate (or any shareholder

thereof having a shareholding of more than 5 per cent of the paid up and subscribed share

capital of such Bidder, Member or Associate, as the case may be) in the other Bidder, or

Associate is less than 5% (five per cent) of the subscribed and paid up equity share capital

thereof. For the purposes of this Clause, indirect shareholding held through one or more in-

termediate persons shall be computed as follows:

where any intermediary controlled by a person through management control or otherwise,

the entire shareholding held by such controlled intermediary in any other person (the

“Subject Person”) shall be taken into account for computing the shareholding of such

controlling person in the Subject Person; where a person does not exercise control over

an intermediary, which has shareholding in the Subject Person, the computation of indi-

rect shareholding of such person in the Subject Person shall be undertaken on

a proportionate basis; provided, however, that no such shareholding shall be reckoned

under this Sub-clause if the shareholding of such person in the intermediary is less than

26% (twenty-six per cent) of the subscribed and paid up equity shareholding of such

intermediary; or

ii. a constituent of such Bidder is also a constituent of another Bidder; or

iii. such Bidder or its Associate receives or has received any direct or indirect subsidy or grant

from any other Bidder or its Associate; or

iv. such Bidder has the same legal representative for purposes of this Application as any other

Bidder; or

v. such Bidder has a relationship with another Bidder, directly or through common third parties,

that puts them in a position to have access to each other’s’ information about, or to influence

the Application of either or each of the other Bidder; or

vi. There is a conflict among this and other Systems Implementation/Turnkey solution assign-

ments of the Bidder (including its personnel and other members, if any) and any subsidiaries

or entities controlled by such Bidder or having common controlling shareholders. The duties

of the Systems Service Provider will depend on the circumstances of each case. While provid-

ing software implementation and related solutions to the Purchaser for this particular assign-

ment, the Systems Service Provider shall not take up any assignment that by its nature will

result in conflict with the present assignment; or

vii. A firm hired to provide Software solution and services for the implementation of a project, and

its Members or Associates, will be disqualified from subsequently providing goods or works

or services related to the same project;

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 49 of 217

8.29 Trademarks, Publicity

8.29.1 Neither Party may use the trademarks of the other Party without the prior written consent of

the other Party except that Service Provider may, upon completion, use the Project as a

reference for credential purpose. Except as required by law or the rules and regulations of

each stock exchange upon which the securities of one of the Parties is listed, neither Party

shall publish or permit to be published either alone or in conjunction with any other person

any press release, information, article, photograph, illustration or any other material of what-

ever kind relating to this Agreement, the SLA or the business of the Parties without prior

reference to and approval in writing from the other Party, such approval not to be unreason-

ably withheld or delayed provided however that Service Provider may include Purchaser or

its client lists for reference to third parties subject to the prior written consent of Purchaser

not to be unreasonably withheld or delayed. Such approval shall apply to each specific case

and relate only to that case.

8.30 Force Majeure

8.30.1 Force Majeure shall not include any events caused due to acts or omissions of the Imple-

mentation Agency resulting in a breach or contravention of any of the terms of the Contract

and/or the Implementation Agency’s Bid. It shall also not include any default on the part of

the Implementation Agency due to its negligence or failure to implement the stipulated or

proposed precautions, as were required to be taken under the Contract.

8.30.2 The failure or occurrence of a delay in performance of any of the obligations of either party

shall constitute a Force Majeure event only where such failure or delay could not have rea-

sonably been foreseen i.e. war, or hostility, acts of the public enemy, civil commotion, sabo-

tage, fire, floods, explosions, epidemics, quarantine restriction, strikes, lockouts or act of God

(hereinafter referred to as events), or where despite the presence of adequate and stipulated

safeguards the failure to perform obligations has occurred at any location in scope. In such

an event, the affected party shall inform the other party in writing within five days of the oc-

currence of such event. Any failure or lapse on the part of the Implementation Agency 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 men-

tioned events or the failure to provide adequate disaster management or recovery or any

failure in setting up a contingency mechanism would not constitute force majeure, as set out

above.

8.30.3 In case of a Force Majeure, all Parties will endeavour to agree on an alternate mode of per-

formance in order to ensure the continuity of service and implementation of the obligations

of a party under the Contract and to minimize any adverse consequences of Force Majeure.

8.31 Delivery

8.31.1 The Bidder shall bear the cost for packing, transport, insurance and delivery of all the goods

as applicable for this project at all locations identified by the Purchaser.

8.31.2 The Goods supplied under this Contract shall conform to the standards mentioned in the

RFP, and, when no applicable standard is mentioned, to the authoritative standards; such

standard shall be approved by Purchaser.

8.31.3 Implementation Agency shall only procure the hardware and software after approvals from a

designated Committee/Authority.

8.32 Audit by Third Party

8.32.1 Purchaser at its discretion may appoint third party for auditing the activities of onsite services

and operations of entire services provided to the Purchaser.

8.33 Insurance

8.33.1 The Goods supplied under this Contract shall be comprehensively insured by Implementation

Agency at its own cost, against any loss or damage, theft for the entire period of the contract.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 50 of 217

Implementation Agency shall submit to the Purchaser, documentary evidence issued by the

insurance company, indicating that such insurance has been taken.

8.33.2 Implementation Agency shall bear all the statutory levies like customs, insurance, freight, etc.

applicable on the goods and also the charges like transportation, packaging, delivery etc.

that may be applicable till the goods are delivered at the respective sites of installation.

8.33.3 Implementation Agency shall take out and maintain at its own cost, on terms and conditions

approved by the Purchaser, insurance against the risks, and for the coverages, as specified

below;

i. at the Purchaser’s request, shall provide evidence to the Purchaser showing that such in-

surance has been taken out and maintained and that the current premiums therefor have

been paid.

ii. Employer's liability and workers' compensation insurance in respect of the Personnel of the

Company, in accordance with the relevant provisions of the Applicable Law, as well as, with

respect to such Personnel, any such life, health, accident, travel or other insurance as may

be appropriate

8.34 Deemed Acceptance

8.34.1 Purchaser’s acceptance to the deliverables or SLA and performance reports is extremely

important. The Purchaser is required to approve and sign off all above-mentioned project

outputs from the Systems Implementation Agency/ Partner so that other timelines and deliv-

erables/ project outcomes are not adversely affected/ delayed.

It is within the frame of things that the Purchaser should approve sign offs within 30 working

days from the submission of those deliverables or SLA and performance reports.

8.34.2 The Purchaser should ensure that it provides the following to the vendor:

i. Stakeholders/ Approvers involved in deliverable, project output

ii. Deliverable details and its impact/ strategic outcome

iii. Deliverable Timeline calendar with alerts to all Stakeholders/ Approver

iv. Sign off timeline calendar with alerts to all Stakeholders/ Approvers

In case the Purchaser fails to respond and provide feedback on above stated submission within

two weeks, the deliverables or SLA and performance reports will be DEEMED ACCEPTED.

8.34.3 The Purchaser shall not force the bidder, post the elapse of the 30 days approval period, to

rework on the said project outputs/ outcomes. However, in case the Purchaser confirms to

the vendor with an alternative date, then that date would hold valid for the deemed ac-

ceptance. Such revisions may be limited to 2 (two).

8.35 Transfer of Ownership

8.35.1 In case the purchaser wants to retain the system after the expire of the agreement the same

may be mutually agreed between Purchaser and the Implementation Agency. In that case

the Implementation Agency shall than transfer all titles to the assets and goods procured for

the project to the Purchaser or its nominated agency at the time of transfer of ownership of

the complete system. This shall include all licenses, titles, source code, certificates, hardware

etc. related to the system designed, developed, installed and maintained by the Implemen-

tation Agency.

8.35.2 Forthwith upon expiry or earlier termination of the Contract and at any other time on demand

by the Purchaser, the Implementation Agency shall deliver to the Purchaser all documents

provided by or originating from the Purchaser and all documents produced by or from or for

the Implementation Agency during performing the Services, unless otherwise directed in writ-

ing by the Purchaser at no additional cost. The Implementation Agency shall not, without the

prior written consent of the Purchaser store, copy, distribute or retain any such Documents.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 51 of 217

8.36 Exit Management Plan

8.36.1 An Exit Management plan shall be furnished by Service Provider in writing to the department

within 120 days from the date of signing the Contract, which shall deal with at least the fol-

lowing aspects of exit management in relation to the contract and in relation to the Project

Implementation, and Service Level monitoring.

i. A detailed program of the transfer process that could be used in conjunction with a Replace-

ment Service Provider including details of the means to be used to ensure continuing provi-

sion of the services throughout the transfer process or until the cessation of the services and

of the management structure to be used during the transfer;

ii. Plans for provision of contingent support to Project and Replacement Service Provider for a

reasonable period after transfer.

iii. Exit Management plan in case of normal termination of Contract period

iv. Exit Management plan in case of any eventuality due to which Project is terminated before

the contract period.

v. Exit Management plan in case of termination of the Service Provider

8.36.2 Exit Management plan at the minimum adhere to the following:

i. 3 (three) months of the support to Replacement Service Provider post termination of the Con-

tract

ii. Complete handover of the Planning documents, bill of materials, functional requirements

specification, technical specifications of all equipment, change requests if any, sources

codes, reports, documents and other relevant items to the Replacement Service Provider/

department

iii. Certificate of Acceptance from authorized representative of Replacement Service Provider

issued to the Service Provider on successful completion of handover and knowledge transfer

8.36.3 In the event of termination or expiry of the contract, Project Implementation, or Service Level

monitoring, both Service Provider and department shall comply with the Exit Management

Plan.

8.36.4 During the exit management period, the Service Provider shall use its best efforts to deliver

the services

8.37 Fraud and Corrupt Practises

8.37.1 The Bidders/Bidders and their respective officers, employees, agents and advisers shall ob-

serve the highest standard of ethics during the Selection Process. Notwithstanding anything

to the contrary contained in this RFP, the Purchaser shall reject a Proposal without being

liable in any manner whatsoever to the Bidder, if it determines that the Bidder has, directly or

indirectly or through an agent, engaged in corrupt practice, fraudulent practice, coercive prac-

tice, undesirable practice or restrictive practice (collectively the “Prohibited Practices”) in the

Selection Process. In such an event, the Purchaser shall, without prejudice to its any other

rights or remedies, forfeit and appropriate the Bid Security or Performance Security, as the

case may be, as mutually agreed genuine pre-estimated compensation and damages paya-

ble to the Authority for, inter alia, time, cost and effort of the Authority, in regard to the RFP,

including consideration and evaluation of such Bidder’s Proposal.

8.37.2 Without prejudice to the rights of the Purchaser under Clause above and the rights and rem-

edies which the Purchaser may have under the LOI or the Agreement, if an Bidder or Systems

Service Provider, as the case may be, is found by the Authority to have directly or indirectly

or through an agent, engaged or indulged in any corrupt practice, fraudulent practice, coer-

cive practice, undesirable practice or restrictive practice during the Selection Process, or after

the issue of the LOI or the execution of the Agreement, such Bidder or Systems Service

Provider shall not be eligible to participate in any tender or RFP issued by the Purchaser

during a period of <2 (two) years> from the date such Bidder or Systems Service Provider,

as the case may be, is found by the Purchaser to have directly or through an agent, engaged

or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable prac-

tice or restrictive practice, as the case may be.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 52 of 217

8.37.3 For the purposes of this Section, the following terms shall have the meaning hereinafter re-

spectively assigned to them:

i. “corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly, an-

ything of value to influence the action of any person connected with the Selection Process

(for avoidance of doubt, offering of employment to or employing or engaging in any manner

whatsoever, directly or indirectly, any official of the Purchaser who is or has been associated

in any manner, directly or indirectly with the Selection Process or the LOI or has dealt with

matters concerning the Agreement or arising there from, before or after the execution thereof,

at any time prior to the expiry of one year from the date such official resigns or retires from or

otherwise ceases to be in the service of the Purchaser, shall be deemed to constitute influ-

encing the actions of a person connected with the Selection Process); or save as provided

herein, engaging in any manner whatsoever, whether during the Selection Process or after

the issue of the LOA or after the execution of the Agreement, as the case may be, any person

in respect of any matter relating to the Project or the LOA or the Agreement, who at any time

has been or is a legal, financial or technical consultant/ adviser of the Purchaser in relation

to any matter concerning the Project;

ii. “fraudulent practice” means a misrepresentation or omission of facts or disclosure of incom-

plete facts, in order to influence the Selection Process;

iii. “coercive practice” means impairing or harming or threatening to impair or harm, directly or

indirectly, any persons or property to influence any person’s participation or action in the

Selection Process;

iv. “undesirable practice” means establishing contact with any person connected with or em-

ployed or engaged by Purchaser with the objective of canvassing, lobbying or in any manner

influencing or attempting to influence the Selection Process; or having a Conflict of Interest;

and

v. “Restrictive practice” means forming a cartel or arriving at any understanding or arrangement

among Bidders with the objective of restricting or manipulating a full and fair competition in

the Selection Process.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 53 of 217

9. Special Terms and Conditions of Contract

9.1 Performance Security

9.1.1 On receipt of a letter of intent from the Purchaser, the successful Bidder will furnish a bank

guarantee, by way of performance security, equivalent to 10 per cent of the total contract

value, on or before the signing of the subsequent contract, within 21 (twenty-one) days from

notification of award, unless specified to the contrary (Performance Guarantee). The PBG

should be valid for 6 (Six) months beyond the contract period. In case the successful Bidder

fails to submit Performance Guarantee within the time stipulated, the Purchaser may at its

sole discretion cancel the letter of intent without giving any notice and encash the EMD fur-

nished by the Bidder, in addition to any other right available to it under this RFP.

9.1.2 The Performance Guarantee furnished by the successful Bidder shall be in the manner pre-

scribed in annexure 9.3. The successful Bidder shall ensure, the Performance Guarantee is

valid at all times during the Term of the subsequent contract (including any renewal) and

beyond all contractual obligations, including warranty terms.

9.1.3 The Purchaser may invoke the Performance Guarantee in the event of a material breach by

the successful Bidder leading to termination for material breach.

9.2 Liquidated Damages

9.2.1 Time is the essence of the Agreement and the delivery dates are binding on the Service

Provider. In the event of delay or any gross negligence in implementation of the project before

Go-Live, for causes solely attributable to the Service Provider, in meeting the deliverables,

the Purchaser shall be entitled at its option to recover from the Service Provider as agreed,

liquidated damages, as penalty mentioned at section 7 of this RFP subject to a maximum of

10% of the value of the contract.

9.2.2 Purchaser reserves its right to recover these amounts by any mode such as adjusting from

any payments to be made by Purchaser to the Bidder. Liquidated damages will be calculated

on per week basis.

9.2.3 Any such recovery or liquidated damages shall not in any way relieve the Bidder from any of

its obligations to complete the Work or from any other obligations and liabilities under the

Contract.

9.2.4 Delay not attributable to the Bidder will be considered for exclusion for the purpose of com-

puting liquidated damages.

9.3 Failure to agree with Terms and Conditions of the RFP

9.3.1 Failure of the successful Bidder to agree with the Terms & Conditions of the RFP shall con-

stitute sufficient grounds for the annulment of the award, in which event Purchaser may award

the contract to the next best value Bidder or call for new proposals from the interested Bidders

or invoke the PBG of the most responsive Bidder.

9.4 Ownership and Retention of Documents

9.4.1 Each Party recognizes and agrees that all of the disclosing Party’s Confidential Information

is owned solely by the Disclosing Party (or its licensors) and that the unauthorized disclosure

or use of such Confidential Information would cause irreparable harm and significant injury,

the degree of which may be difficult to ascertain.

9.4.2 By disclosing the Confidential Information or executing this Agreement, Disclosing Party does

not grant any license, explicitly or implicitly, under any trademark, patent, copyright, mask

work protection right, trade secret or any other intellectual property right. The Disclosing Party

disclaims all warranties regarding the information, including all warranties with respect to

infringement of intellectual property rights and all warranties as to the accuracy or utility of

such information.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 54 of 217

9.4.3 Access to Confidential Information hereunder shall not preclude an individual who has seen

such Confidential Information for the purposes of this Agreement from working on future pro-

jects for the Disclosing Party which relate to similar subject matters, provided that such indi-

vidual does not make reference to the Confidential Information and does not copy the sub-

stance of the Confidential Information during the Term. Furthermore, nothing contained

herein shall be construed as imposing any restriction on the Receiving Party's disclosure or

use of any general learning, skills or know-how developed by the Receiving Party's personnel

under this Agreement.

9.4.4 Execution of this Agreement and the disclosure of Confidential Information pursuant to this

Agreement do not constitute or imply any commitment, promise, or inducement by either

Party to make any purchase or sale, or to enter into any additional agreement of any kind.

9.4.5 Forthwith upon expiry or earlier termination of this Contract and at any other time on demand

by the Purchaser, the Bidder shall deliver to the Purchaser all documents provided by or

originating from the Purchaser and all documents produced by or for the Bidder in the course

of performing the Services, unless otherwise directed in writing by the Purchaser at no addi-

tional cost. The Bidder shall not, without the prior written consent of the Purchaser store,

copy, distribute or retain any such documents.

9.5 Confidential Information, Security Data

9.5.1 The Service Provider will promptly on the commencement of the exit management period

supply to the Purchaser or its nominated agency the following:

i. information relating to the current services rendered and customer and performance data

relating to the performance of sub-contractors in relation to the services;

ii. documentation relating to Computerization Project’s Intellectual Property Rights;

iii. documentation relating to sub-contractors;

iv. all current and updated data as is reasonably required for purposes of Purchaser or its nom-

inated agencies transitioning the services to its Replacement Service Provider in a readily

available format nominated by the Purchaser, its nominated agency;

v. all other information (including but not limited to documents, records and agreements) relating

to the services reasonably necessary to enable Purchaser or its nominated agencies, or its

Replacement Service Provider to carry out due diligence in order to transition the provision

of the Services to Purchaser or its nominated agencies, or its Replacement Service Provider

(as the case may be).

9.5.2 Before the expiry of the exit management period, the Service Provider shall deliver to the

Purchaser or its nominated agency all new or up-dated materials from the categories set out

in Schedule above and shall not retain any copies thereof, except that the Service Provider

shall be permitted to retain one copy of such materials for archival purposes only.

9.5.3 Before the expiry of the exit management period, unless otherwise provided under the MSA,

the Purchaser or its nominated agency shall deliver to the Service Provider all forms of Ser-

vice Provider confidential information, which is in the possession or control of Chairperson,

PIU or its users. (Refer to Annexure 11 for Government Schedule).

9.6 Records of contract documents

9.6.1 The Implementing Agency shall at all-time make and keep sufficient copies of the process

manuals, operating procedures, specifications, Contract documents and any other documen-

tation for him to fulfil his duties under the Contract.

9.7 Security and Safety

9.7.1 The Service Provider will comply with the directions issued from time to time by the Depart-

ment and the standards related to the security and safety, in so far as it applies to the provi-

sion of the Services.

9.7.2 The Service Provider shall upon reasonable request by the Department, or its nominee(s)

participate in regular meetings when safety and information technology security matters are

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 55 of 217

reviewed.

9.8 Confidentiality

9.8.1 The Purchaser or its nominated agencies shall allow the Implementation Agency to review

and utilize highly confidential public records and the Implementation Agency shall maintain

the highest level of secrecy, confidentiality and privacy with regard thereto.

9.8.2 Additionally, the Implementation Agency shall keep confidential all the details and information

with regard to the Project, including systems, facilities, operations, management and mainte-

nance of the systems/facilities.

9.8.3 The Purchaser or its nominated agencies shall retain all rights to prevent, stop and if required

take the necessary punitive action against the Implementation Agency regarding any forbid-

den disclosure.

9.8.4 For the avoidance of doubt, it is expressly clarified that the aforesaid provisions shall not

apply to the following information:

i. information already available in the public domain;

ii. information which has been developed independently by the Implementation Agency;

iii. information which has been received from a third party who had the right to disclose the

aforesaid information;

iv. Information which has been disclosed to the public pursuant to a court order.

9.8.5 To the extent the Implementation Agency shares its confidential or proprietary information

with the Purchaser for effective performance of the Services, the provisions of the Clause

9.8.1 to 9.8.3 shall apply mutatis mutandis on the Purchaser or its nominated agencies.

9.8.6 Any handover of the confidential information needs to be maintained in a list, both by Pur-

chaser & SI, containing at the very minimum, the name of provider, recipient, date of gener-

ation of the data, date of handing over of data, mode of information, purpose and signatures

of both parties.

9.8.7 Notwithstanding anything to the contrary mentioned hereinabove, the Implementation

Agency shall have the right to share the Letter of Intent / work order provided to it by the

Purchaser in relation to this Agreement, with it’s prospective purchasers solely for the pur-

pose of and with the intent to evidence and support its work experience under this Agreement.

9.9 Events of Default by the Implementation Agency

The failure on the part of the Bidder to perform any of its obligations or comply with any of the

terms of his Contract shall constitute an Event of Default on the part of the Bidder. The events

of default are but not limited to:

9.9.1 The Bidder/ Bidder’s Team has failed to perform any instructions or directives issued by the

Purchaser which it deems proper and necessary to execute the scope of work or provide

services under the Contract, or

9.9.2 The Bidder/ Bidder’s Team has failed to confirm / adhere to any of the key performance

indicators as laid down in the Key Performance Measures / Service Levels, or if the Bidder

has fallen short of matching such standards / benchmarks targets as the Purchaser may have

designated with respect to the system or any goods, task or service, necessary for the exe-

cution of the scope of work and performance of services under this Contract. The above

mentioned failure on the part of the Bidder may be in terms of failure to adhere to perfor-

mance, quality, timelines, specifications, requirements or any other criteria as defined by the

Purchaser;

9.9.3 The Bidder has failed to remedy a defect or failure to perform its obligations in accordance

with the specifications issued by the Purchaser, despite being served with a default notice

which laid down the specific deviance on the part of the Bidder/ Bidder’s Team to comply with

any stipulations or standards as laid down by the Purchaser; or

9.9.4 The Bidder/ Bidder’s Team has failed to adhere to any amended direction, instruction, modi-

fication or clarification as issued by the Purchaser during the term of this Contract and which

the Purchaser deems proper and necessary for the execution of the scope of work under this

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 56 of 217

Contract

9.9.5 The Bidder/ Bidder’s Team has failed to demonstrate or sustain any representation or war-

ranty made by it in this Contract, with respect to any of the terms of its Bid, the RFP and this

Contract

9.9.6 There is a proceeding for bankruptcy, insolvency, winding up or there is an appointment of

receiver, liquidator, assignee, or similar official against or in relation to the Bidder.

9.9.7 The Bidder/ Bidder’s Team has failed to comply with or is in breach or contravention of any

applicable laws.

9.9.8 Where there has been an occurrence of such defaults inter alia as stated above, the Pur-

chaser shall issue a notice of default to the Bidder, setting out specific defaults / deviances

omissions / non-compliances / non-performances and providing a notice of 30 (thirty) days

to enable such defaulting party to remedy the default committed.

9.9.9 Where despite the issuance of a default notice to the Bidder by the Purchaser, the Bidder

fails to remedy the default to the satisfaction of the Purchaser, the Purchaser may, where it

deems fit, issue to the defaulting party another default notice or proceed to contract termina-

tion.

9.9.10 Bidder’s failure to perform its contractual responsibilities, to perform the services, or to meet

agreed service levels shall be excused if and to the extent Bidder’s non-performance is

caused by Purchaser’s omission to act, delay, wrongful action, failure to provide Inputs, or

failure to perform its obligations under this contract.

9.10 Termination

The Department may, terminate this Contract in whole or in part by giving the Service Provider a prior

and written notice indicating its intention to terminate the Contract under the following circumstances:

9.10.1 Where the Department is of the opinion that there has been such Event of Default on the part

of the Service Provider/ Service Provider’s Team which would make it proper and necessary

to terminate this Contract and may include failure on the part of the Service Provider to re-

spect any of its commitments with regard to any part of its obligations under its Bid, the RFP

or under this Contract.

9.10.2 Where it comes to the Department attention that the Service Provider (or the Service Pro-

vider’s Team) is in a position of actual conflict of interest with the interests of the Department,

in relation to any of terms of the Service Provider’s Bid, the RFP or this Contract.

9.10.3 Where the Service Provider’s ability to survive as an independent corporate entity is threat-

ened or is lost owing to any reason whatsoever, including inter-alia the filing of any bank-

ruptcy proceedings against the Service Provider, any failure by the Service Provider to pay

any of its dues to its creditors, the institution of any winding up proceedings against the Ser-

vice Provider or the happening of any such events that are adverse to the Financial viability

of the Service Provider. In the event of the happening of any events of the above nature, the

Department shall reserve the right to take any steps as are necessary, to ensure the effective

transition of the pilot site to a successor agency, and to ensure business continuity

9.10.4 Termination for Insolvency: The Department may at any time terminate the Contract by giving

written notice to the Service Provider, without compensation to the Service Provider, if the

Service Provider becomes bankrupt or otherwise insolvent, provided that such termination

will not prejudice or affect any right of action or remedy which has accrued or will accrue

thereafter to the Department.

9.10.5 The Service Provider may, subject to approval by the Department, terminate this Contract

before the expiry of the term by giving the Department a prior and written notice at least 3

(three) months in advance indicating its intention to terminate the Contract.

9.11 Right to Terminate the Process

9.11.1 Each Party may terminate this Agreement:

i. In the event the other party materially breaches its obligations under this Agreement. If such

breach is curable, the termination shall become effective if breaching party fails to cure such

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 57 of 217

breach within thirty (30) days from the date the breaching party receives written notice of its

breach from the non-breaching party; and if such breach is not curable, with immediate effect

upon written notice. It is understood that it is considered a material breach of the Agreement

entitling the vendor to terminate the Agreement, subject to the preceding sentence if Pur-

chaser fails to make payments (except to the extent disputed) and the amount in arrears

exceeds three months “aggregate Fees for all of Purchaser’s Buses/Depots/DC/DR/Com-

mand Centre/ Viewing Centre in contract

ii. Immediately upon written notice by a party, in the event that any order of bankruptcy or like

order is passed against the other party under any applicable bankruptcy or insolvency laws,

or in the event that other party makes an assignment for the benefit of creditors, or in the

event that a trustee or receiver is appointed to administer the business or assets of said other

party;

iii. If the System vulnerability is identified and the same is not rectified in 7 days period.

iv. If Purchaser terminates the Agreement without assigning any reason all hardware will be

returned to the vendor & no Termination fee shall be payable.

v. Hardware recovery: Purchaser may make the Buses / Depots / DC / DR / Command Centre

/ Viewing Centre with Devices available to the vendor for de-installation of the Devices. Such

de-installation shall be free-of-charge in the case of termination by Purchaser pursuant to any

Clause. The Subscription Fee shall stop from the date of termination. In case Purchaser is

not able to return any of the Installed Items due to the reasons not attributable to the Vendor

then the same will be reimbursed at the rate of 10% of the cost quoted for per Buses / Depots

/ DC / DR / Command Centre / Viewing Centre per Month for the balance months. No pay-

ment for any other hardware will be admissible.

vi. Decision of Purchaser will be final and binding in this regard

vii. An attachment is levied or continues to be levied for a period of seven days upon effects of

the bid.

9.12 Consequence of Termination

9.12.1 In the event of termination of the Contract due to any cause whatsoever, whether consequent

to the stipulated Term of the Contract or otherwise the Purchaser shall be entitled to impose

any such obligations and conditions and issue any clarifications as may be necessary to

ensure an efficient transition and effective business continuity of the project which the Imple-

mentation Agency shall be obliged to comply with and take all available steps to minimize

loss resulting from that termination or breach, and further allow and provide all such assis-

tance to the Purchaser and/ or the successor agency or service provider, as may be required,

to take over the obligations of the Implementation Agency in relation to the execution or con-

tinued execution of the requirements of the Contract.

9.12.2 Where the termination of the Contract is prior to its stipulated term on account of a Default

on the part of the Implementation Agency or due to the fact that the survival of the Implemen-

tation Agency as an independent corporate entity is threatened/has ceased, or for any other

reason, whatsoever, the Purchaser, through unilateral re-determination of the consideration

payable to the Implementation Agency, shall pay the Implementation Agency for that part of

the Services which have been authorized by the Purchaser and satisfactorily performed by

the Implementation Agency up to the date of termination. Without prejudice to any other

rights, the Purchaser may retain such amounts from the payment due and payable by the

Purchaser to the Implementation Agency as may be required to offset any losses caused to

the Purchaser as a result of any act/omissions of the Implementation Agency. In case of any

loss or damage due to default on the part of the Implementation Agency in performing any of

its obligations with regard to executing the scope under the contract, the Implementation

Agency shall compensate the Purchaser for any such loss, damages or other costs, incurred

by the Purchaser. Additionally, members of its team shall perform all its obligations and re-

sponsibilities under the Contract in an identical manner as were being performed before the

collapse of the Implementation Agency as described above in order to execute an effective

transition and to maintain business continuity. All third parties shall continue to perform all or

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 58 of 217

any functions as stipulated by the Purchaser and as may be proper and necessary to execute

the Schedule of Requirements under the Contract in terms of the Implementation Agency’s

Bid, the Bid Document and the Contract

9.12.3 Nothing herein shall restrict the right of the Purchaser to invoke the Bank Guarantee and

other Guarantees furnished hereunder and pursue such other rights and/or remedies that

may be available to the Purchaser under law.

9.12.4 The termination hereof shall not affect any accrued right or liability of either Party nor affect

the operation of the provisions of the Contract that are expressly or by implication intended

to come into or continue in force on or after such termination.

9.13 Change Control Note (CCN)

9.13.1 Change requests in respect of the MSA (Master service agreement), the Project Implemen-

tation, the operation, the SLA or Scope of work and Functional Requirement specifications

will emanate from the Parties' respective Project Manager who will be responsible for obtain-

ing approval for the change and who will act as its sponsor throughout the Change Control

Process and will complete PART A of the CCN attached as Annexure A hereto. CCNs will be

presented to the other Party's Project Manager who will acknowledge receipt by signature of

the CCN.

9.13.2 The IA (Service Provider) and the Purchaser or its nominated agencies, during the Project

Implementation Phase and the Purchaser or its nominated agencies during the Operations

and Management Phase and while preparing the CCN, shall consider the change in the con-

text of the following parameter, namely whether the change is beyond the scope of Services

including ancillary and concomitant services required and as detailed in the RFP and is sug-

gested and applicable only after the testing, commissioning and certification of the Pilot

Phase and the Project Implementation Phase as set out in this Agreement.

9.13.3 It is hereby also clarified here that any change of control suggested beyond 25 % of the value

of this Project will be beyond the scope of the change control process and will be considered

as the subject matter for a separate bid process and a separate contract. It is hereby clarified

that the 25% of the value of the Project as stated in herein above is calculated on the basis

of bid value submitted by the Service Provider and accepted by the Purchaser or its nomi-

nated agencies or as decided and approved by Purchaser or it Nominated Agencies. For

arriving at the cost / rate for change up to 25% of the project value, the payment terms and

relevant rates as specified in section 7 shall apply.

9.13.4 Change requests in respect of the contract, the project implementation, or the Service levels

will emanate from the Parties' representative who will be responsible for obtaining approval

for the change and who will act as its sponsor throughout the Change Control Process and

will complete Part A of the CCN (Annexure 5. CCNs will be presented to the other Party's

representative who will acknowledge receipt by signature of the authorized representative of

the Purchaser.

9.13.5 The Bidder and the Purchaser while preparing the CCN, shall consider the change in the

context of whether the change is beyond the scope of Services including ancillary and con-

comitant services required

9.13.6 The CCN shall be applicable for the items which are beyond the stated/implied scope of

work as per the RFP document.

9.14 CCN Quotation

9.14.1 The Bidder shall assess the CCN and complete Part B of the CCN. In completing Part B of

the CCN the Bidder shall provide as a minimum:

i. a description of the change;

ii. a list of deliverables required for implementing the change;

iii. a timetable for implementation;

iv. an estimate of any proposed change;

v. any relevant acceptance criteria;

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 59 of 217

vi. an assessment of the value of the proposed change;

vii. Material evidence to prove that the proposed change is not already covered within the

scope of the project, Agreement and Service Levels.

9.14.2 Prior to submission of the completed CCN to the purchaser or its nominated agencies, the

Bidder will undertake its own internal review of the proposal and obtain all necessary inter-

nal approvals. As a part of this internal review process, the Bidder shall consider the materi-

ality of the proposed change in the context of the Agreement, the Project Implementation,

Service levels affected by the change and the total effect that may arise from implementation

of the change.

9.14.3 Each Party shall be responsible for its own costs incurred in the quotation, preparation of

CCNs and in the completion of its obligations described in this process provided the Bidder

meets the obligations as set in the CCN. In the event the Bidder is unable to meet the obli-

gations as defined in the CCN then the cost of getting it done by third party will be borne by

the Bidder. Change requests and CCNs will be reported monthly to each Party's representa-

tive who will prioritize and review progress.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 60 of 217

10. Scope of Work

10.1 Project Background

Delhi Transport Corporation (DTC) is an autonomous body of Government of National Capital Terri-

tory of Delhi constituted under the Road Transport Corporation Act, 1950 for providing bus transport

service to the commuters of Delhi. The DTC is under administrative control of Purchaser. At present,

DTC has a fleet of low floor AC & Non-AC buses which are being operated through 43 (forty three)

bus depots spread all over Delhi at strategic locations. The existing buses of Sarojini Nagar and Raj

Ghat depots are at present equipped with analog CCTV Cameras. New buses would be added to

the fleet of DTC based on the planning of Transport Department other than DTC buses, Purchaser

is also having fleet of buses under the Cluster scheme, these private entities are operating large city

bus fleet on Gross Cost Model of contracting under a Concession Agreement with Purchaser. Clus-

ter scheme, at present operating through 23 (twenty-three) bus depots. The total of DTC & Cluster

scheme bus depots is 66 (sixty-six) (± 5%).

The project envisages implementation of surveillance system through video surveillance and auto-

matic vehicle tracking system in accordance with the highest standards available for monitoring the

activities of the commuters using the DTC and Cluster buses and the crew members. The objective

of the project is to ensure safety and security of the passengers, particularly of women passengers

through IP based CCTV surveillance cameras in the buses of DTC and Cluster scheme.

The Purchaser has decided to install IP Based Cameras in 5000 buses (± 5%) of existing

DTC & Cluster Scheme.

Three (3) cameras in each bus are proposed to be installed.

Four (4) panic buttons and one (1) strobe cum hooter.

Screen / display of appropriate size shall be provided in each bus to telecast the output from

each of these three (3) cameras in a systematic and sequential manner.

The video file in real time shall be accessed from any location VC / Depots / Command

Centre for a particular bus from which alert has been triggered through “panic button” in-

stalled inside the bus or as and when the authorities intend to view the live video.

Short Messaging text (SMS) and email alerts shall also be sent to the concerned central

authorities at the time of emergency in synchronization to these panic alerts.

Two-way audio system shall be installed inside all buses which will be used to establish

communication between bus driver and command and control center as and when required.

The Command Centre shall have access remotely to the past recording of any incident avail-

able in installed mNVR in any of the buses at any point of time.

For such situation, appropriate arrangement shall be made to provide bandwidth from bus

to depot and Command Centre level.

GPS based vehicle tracking system shall be implemented by adding a GPS module in the

mNVR and vehicle tracking software along with vehicle tracking database server shall be

installed at DC and DR.

MPLS connectivity at VC / Depots / Command Centre

The data shall be stored on-board and event based data and CCTV footage secondary

stream shall be stored at remote Data Centre, located at ISBT Kashmiri Gate/IP Extension

/Office of Commissioner, monitored and analyzed at the centralized Command and Control

Centre to be established as part of this project.

The project shall be under the aegis of the Purchaser.

Purchaser shall identify “Implementation Agency” through competitive bidding on evaluation

of both technical and Financial suitability of the solution proposed by the Service Provider

for providing the complete solution involving but not limiting to hardware, software, mainte-

nance and workforce to make the system complete in all aspects.

Service Provider selected after competitive bidding process will be responsible to operationalize the

proposed CCTV system within 5 months and also maintain the complete solution for 5 years against

SLA based payments in pre-defined manner. The Agreement of service contract with the identified

Service Provider will be signed by DTC and TD for Cluster buses. On finalization of tender, Contracts

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 61 of 217

agreements will be signed by DTC for Buses and Depots operating DTC and TD for rest of the

components as mentioned in payment terms.

Infrastructure as Service:

Infrastructure as a service model is the one where the Service Provider owns the assets, installed

at customer premises. The Service Provider provides desired services to customer and it’s the cus-

tomer who makes the payment based on defined SLA. The bidder has to provide the services under

Infrastructure as service model for this project as per the scope of work defined in this RFP.

The Solution proposed to be implemented will have the following components:

IP Cameras with rugged enclosure, vandal proofing and Ingress Protection for On-board sur-

veillance

Storage device – Network Video recorder.

Screen / Display monitor of appropriate size will also be provided in each bus to telecast the

output from each camera.

Audio Console for two-way voice communication between Bus and Command Centre

Communication Network to connect all buses, depots, viewing centre, data centre, command

and control centre.

Command and Control Centre operations equipped with video wall, operator console, power

backup system, command centre interior and infrastructure.

10.2 Project Overview:

Installing IP based CCTV surveillance cameras in the buses of DTC and Cluster scheme will help

achieve the objective purchaser intends (as represented in above picture). The Transport depart-

ment will further access and view video file in real time from any location (control centre) for a par-

ticular camera of a particular bus for which alert has been generated through operation of the “panic

button” or as and when the authorities intend to view the live video. The Transport department will

be able to do real time monitoring and tracking of the video feeds during crisis situation & emergency

alerts ensuring quick response. The Transport Department with the help of command centre will be

able to store, monitor and analyse data which will allow easy accessibility to Video in real time.

The initiative of installing IP Based CCTV system inside buses under state transport department is

to provide prompt integrated emergency services for public safety and security to all commuters,

including those with special needs, anytime, anywhere in the city and be used as an investigation

tool in case of any untoward incident. To achieve these objectives IP based cameras will be installed

in 5000 (five thousand) buses (± 5%) of DTC and cluster scheme.

All the suppliers will pre- install this IP CCTV system in the new buses supplied to the department

and ensure its technical compatibility with the existing system. Three (3) cameras in each bus will

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 62 of 217

be installed along with a screen of appropriate size in each bus to telecast the output from each

camera Delhi Transport Corporation has taken initiatives to plan the bus surveillance solution. In

near future new buses will be added and few old buses will be scrapped. During such transitions

within five years the CCTV system installed in to-be scrapped bus will be removed and installed in

new bus as per the need and service provider will be responsible to undertake this job.

Implementation of CCTV and command and control centre will help DTC in improving operational

efficiency and security of commuters. It is a critical aspect to enhance the commuter experience,

improve communication, address security concerns and augment revenue. Some of the key expec-

tations of the desired solution are given below:

i. Monitoring activities of commuters and crew members

ii. Ensuring safety and security of passengers, particularly of women passengers

iii. Improving turnaround time in responding to any emergency situation, faster access to evidence

in case of security breach, law violation etc.

iv. Providing alerts / feedback to the Transport Department / Police Department, Emergency re-

sponse teams about abnormal movements /suspicious objects, etc.

v. GPS based vehicle tracking system shall be implemented by adding a GPS module in the nNVR

and vehicle tracking software along with vehicle tracking database server shall be installed at

DC and DR.

10.2.1 About DTC

DTC is under the administrative control of Transport Department (TD), Government of NCT, and

Delhi and strives to achieve the following objectives:

i. To provide or secure or promote an efficient, economical, reliable and properly coordinated

system

ii. Achieve high level of operational efficiency

iii. To charge fares not exceeding those prescribed by the State under section 43(1) of the

Motor Vehicle Act, 1939

iv. Attain financial self-sufficiency

DTC is the primary public transport operator of Delhi and is a life-line for estimated 40 – 45 lakh

commuters plying on DTC buses daily. Bus being the cheapest and most frequently used means

of public transportation poses challenge of ensuring safety of commuters. Many crimes have

been reported in DTC buses ranging from petty thefts to murders. DTC crew members in the

bus are also subjected to safety challenges from errant commuters and road rage. Currently, a

fleet of approx. 5000 (five thousand) buses operate from 66 (sixty-six) Depots (43 of DTC and

23 of Cluster scheme). It offers various services to commuters like:

i. Regular route buses

ii. IGI Airport bus service

iii. Interstate bus services

iv. Sightseeing tours

v. School bus services

10.2.2 About Cluster Scheme

Cluster scheme was conceived and prepared by Transport Department with an agreement of

public transport service between TD and private operators, Delhi Integrated Multi-modal Transit

System Ltd. (DIMTS) has been appointed by TD as integrated mechanism for monitoring the

operation of cluster buses, in this scheme buses are not owned by the government and are

provided by private players / individuals also called concessionaries on revenue sharing basis.

All the revenues would go to the Delhi Transport Corporation and so the buses would not be

competing with the DTC.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 63 of 217

Under this scheme the private concessionaires are allotted clusters, would bring in their buses,

arrange for their cleaning and maintenance and provide for the staff. For the services rendered,

the concessionaire would be paid based on an indexed cost system that would have a fixed

component based on the cost of the bus, a variable component that would factor in the fuel and

maintenance costs and a component that would deal with the wages cost keeping in mind the

consumer price index. All the buses under cluster scheme will also be installed with IP CCTV

cameras and AVTS.

10.3 Overview

The TD has decided to select the agency provide IP based CCTV, AVTS & security solution inside

DTC and Cluster scheme buses on “Infrastructure as service model”.

It is proposed to access and view video file in real time on demand basis from any location (Com-

mand and Control Centre) for a camera of a bus from which alert has been generated through the

“panic button” installed inside the buses or as and when the authorities intend to view the live

video feed. The project shall ensure to assess the past recording, of any incident in the bus re-

motely from Command and Control Centre. For such situation, the bandwidth charges would be

in the scope of Service Provider to be paid to the telecom service provider. The project shall be

under the aegis of the TD and the scope may be revised during implementation or may be at the

time of award the contract. On the advice and recommendations of the Consultant, TD will identify

“Service Provider” through competitive bidding that shall be responsible for providing the complete

hardware, software, maintenance, workforce for the project implementation and maintenance in

an “Infrastructure as Service” contract for a period of five (5) years against SLA based payments

in pre-defined manner. The Designated DTC official for DTC buses and designated official of

transport Department for Cluster buses will sign the Concession Agreement with the identified

Service Provider.

Services shall be provided for a period of five (5) years from the date of Go-Live of the complete

system. During the period of service contract, the entire equipment and systems shall remain

property of the Service Provider who will maintain and operate the system as well as maintain

adequate insurance cover to safeguard against any damage/ theft/ fire/ vandalism etc. After com-

pletion of the contract, the Service Provider may take away all his hardware and software on as-

is-where-is condition or may transfer the ownership of the assets of complete system including all

hardware, software, licenses and agreements with respective OEMs. However, handover all the

data/ video etc. to TD in accordance with the data retention schedule. The Service Provider shall

not keep a copy of any data/ video with him. The Service Provider / Service Provider shall sign an

NDA on data security / protection.

TD may get the audit done through a third-party entity appointed by it to ascertain adherence to

the terms and conditions as well as compliance to Service Level Agreement Conditions. The Ser-

vice Provider / Service Provider shall provide full access to the systems and equipment and ensure

successful conduct of audit.

The Service Provider / Service Provider shall provide skilled resources to monitor all task, operate

and maintain the system installed at Command Centre, which shall form a team for undertaking

this assignment. The details of the required manpower/resources to be deployed are prescribed

in Clause 10.11, 10.12 & 10.13. These resources shall be responsible for entire operations.

The proposed solution to be implemented will have the following component in the scope of Ser-

vice Provider/ Service Providers:

i. IP CCTV Surveillance system in side Buses

ii. MPLS Network Cloud

iii. Command and Control Centre

iv. Viewing Centre as per the guidance of transport department

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 64 of 217

v. Data Centre to store the panic alert data along with CCTV footage and the complete

master database of the entire system

The work will include Design, Supply, Installation, Testing, Commissioning, Configuration, Inte-

gration, Operations and Maintenance of the complete system including:

i. Inside all buses, three (3) IP CCTV Cameras, one (1) 9” Display, one (1) mNVR with

housing & storage, four (4) Panic Buttons, one (1) Sounder cum Strobe, one (1) Audio

console with all other required accessories will be installed.

ii. Setting up of full-fledged Command and Control Centre at ISBT Kashmere Gate.

iii. Video Monitors & workstations at Viewing Centre at designated location as guided by

TD.

iv. One (1) set of workstation with 32” monitor at 66 depots of DTC (43) and Cluster Scheme

(23).

v. MPLS Cloud Network to connect 5000 buses, 66 depots, 1 Viewing Centre, 1 Data Cen-

tre, 1 Command and Control Centre.

10.3.1 System Component

i. IP CCTV Surveillance System: The IP CCVT Surveillance comprises with a set of three

IP Cameras, mobile NVR with 1TB built-in SSD storage, GPS module, 4G/ LTE module

and Wi-Fi module.

ii. MPLS Network Cloud: The Multiprotocol Label Switching (MPLS) is a type of data-car-

rying technique for high-performance telecommunications networks. MPLS directs data

from one network node to the next based on short path labels rather than long network

addresses, avoiding complex lookups in a routing table.

iii. Command and Control Centre: The Command and Control Centre comprises with state

of the art Command Centre interior design and furniture, Video Wall with Controller, user

terminal workstation, VMS Client Application with license, Vehicle Tracking Application

Software with license, MPLS Cloud terminal, Firewall and UPS.

iv. Viewing Centre at Depot: One Workstation with 32” monitor, VMS Application Software

with required sets of License and MPLS Cloud terminal UPS.

v. Viewing Centre: The Viewing Centre comprises with two 55” monitor, workstation, VMS

Client application with required license, MPLS Cloud terminal and UPS.

vi. Data Centre: The Data Centre comprises of 1 + 1 Active-Active VM Server for master

database of complete system, VMS Application and Vehicle Tracking database, Network

Storage of 100TB for Panic Alarm data and CCTV footage, Equipment Rack, Rack

mount Management console, Primary Firewall cum Network Switch, MPLS Cloud termi-

nal with Internet connection, UPS,

vii. All the facilities used in Viewing centers, Command and controls center and data center

shall be provided with state of the art Data Centre interior, Access Control System, Fire

alarm System and Gas based Fire Suppression System.

10.4 Instruction for Implementation

10.4.1 For Buses:

i. The cameras shall be installed inside buses as per specified layout or shall be installed

with maximum coverage.

ii. mNVR shall be installed inside the bus at specified location only, the location will be

decided by Transport Department.

iii. The mNVR shall be equipped with 4G/LTE module, Wi-Fi module and GPS module

along with its respective antenna to ensure uninterrupted connectivity.

iv. The mNVR shall be installed in a rugged, tamper proof, fireproof housing as per technical

specification.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 65 of 217

v. An audio console comprises with a spiral adjustable arm microphone and built-in

speaker shall be installed at the pilot dashboard or at the overhead beam. The location

of the audio console will be decided by Transport Department.

vi. All cables shall be laid through existing cable duct inside the bus. If duct is not available

in any of the buses then Aluminum Channel or MS Conduit shall be used as per technical

specification.

vii. All Antennas of 4G/ LTE, Wi-Fi GPS module shall be installed on the roof of each bus.

viii. All Panic Buttons shall be installed as per pre-specified locations or the locations may

be decided by the Transport Department at the time of installation.

ix. The strobe and hooter shall be installed at the pre-specified location or as per the direc-

tion of Transport Department at the time of installation.

x. The 9” screen shall be installed on the Dashboard or overhead beam in front of pilot.

xi. Security and Safety awareness stickers, banners shall be provided in every bus to edu-

cate the commuters.

10.4.2 For Depot Location

i. One workstation with 32” monitor shall be installed to view and facilitate the incidental

data to concerned authority.

ii. VMS Application Software shall be installed on workstation with required sets of li-

censes.

iii. 1500 VA UPS with 60 min backup shall be installed at every depot.

iv. All indoor cabling shall be structured.

10.4.3 For Viewing Centre:

i. A Viewing Centre shall be deployed as per the guidance of Transport Department.

ii. Two 55-inch Monitor shall be installed at Viewing Centre as per specification.

iii. One workstation with four monitor outputs shall be installed at Viewing Centre.

iv. One UPS of 1500 VA shall be installed at Viewing Centre.

v. All indoor cabling shall be done in structured manner.

vi. MPLS cloud terminal shall be installed to connect the Viewing Centre with data Centre.

vii. VMS Application Software along with AVTS Application shall be installed with required

set of licenses.

10.4.4 For Command and Control Centre:

i. The command Centre shall be built at 4th floor of ISBT Kashmere Gate bus terminus.

ii. A state of the art command Centre interior shall be done as per specification following

the sample Command Centre layout.

iii. A video wall shall be installed as per specification.

iv. Operator console desk shall be modular in design.

v. Workstation shall be installed to monitor the CCTV and GPS tracking as per specification

along with VMS and AVTS application.

vi. 20KVA UPS shall be installed at Command Centre.

vii. All indoor cabling shall be structured and concealed.

viii. MPLS cloud terminal shall be installed with specified bandwidth to connect the main data

Centre.

ix. The person in-charge must, always, carry out his/her duties and responsibilities to com-

ply with pre-defined policies/procedures.

x. Monitor and operate the CCTV cameras and associated equipment in the CCTV Com-

mand & Control Centre.

xi. To undertake operation of all equipment and cameras to comply with the CCTV Code of

Practice, on rotating 24-hour shift patterns, 365 days a year, including weekend and

holidays.

xii. To take necessary remedial or immediate action for all notifications as appropriate to

resolve the issue.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 66 of 217

xiii. To produce and maintain continuity of all detailed records or evidential material required

in a clear, concise, legible accurate format. This includes an incident log, video footage

management records for further investigation and documentation in accordance with the

guidelines and procedures.

xiv. To communicate between other departments, external agencies or the public in a pro-

fessional and courteous manner at all times.

xv. To follow the guidelines contained in the code of practice and procedure manual for

liaison with the Transport Department. This will include the making of statements wher-

ever required.

xvi. To carry out regular equipment checks and report all equipment faults to the CCTV Su-

perintendent / Maintenance Team.

xvii. To sign a confidentiality agreement and follow the guidelines regarding handling of all

information obtained within the Control Room, whether video records, written, verbal and

other sensitive materials held within the control room.

xviii. To be aware of and act in accordance with the data protection and Human Rights Act

regarding disclosure of information and respect privacy. To ensure the security of the

Control Room and all equipment is maintained satisfactorily at all times, which includes

access control to the Control Room and information within.

xix. Follow protocols for maintaining the security of the CCTV Command & Control Centre

and its facilities.

xx. Operate a range of remote call monitoring, alarms and communication facilities con-

tained within the Command & Control Centre

xxi. Report any incidents that occur immediately to Transport Department.

xxii. Maintain accurate records of data recordings and events, using incident reporting soft-

ware

xxiii. Participate in personal training and development in order to maintain an understanding

of current CCTV legislation and regulation

xxiv. Provide recorded media to authorized personnel of Transport Department.

xxv. At all times the operator must maintain and respect the security and sensitivity of the

service. Comply with the adopted code of practice and service operational procedures

at all times, breaches of which will result in disciplinary action being taken.

xxvi. Quality review of the operators before on-boarding for the service in all respect viz-a-viz

qualification, experience, background, behavioral and medical check.

10.4.5 For Data centre:

i. The Data Centre shall be built adjacent to the Command Centre.

ii. The Data Centre interior shall be state of the art as per the sample layout.

iii. All necessary hardware and software with required set of licenses shall be installed as

per specification.

iv. A firewall cum gateway shall be installed at Data Centre to protect the entire network

from cyber threats.

v. Security and safety of the Data Centre is very important. Access Control System, Fire

alarm system and Gas based fire suppression system shall be installed at the Main Data

Centre.

vi. MPLS cloud terminal shall be installed with specified bandwidth. The MPLS cloud termi-

nal shall be enabled with internet service and at least two sets of public shall be provided

10.4.6 For Disaster Recovery entre:

i. The Disaster Recovery Centre shall be built at Computer Centre of TD or any designated

place at the office of the Transport Department, GNCTD, 5/9, Under Hill Road, Delhi –

110054.

ii. All necessary hardware and software with required set of licenses shall be installed as

per specification.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 67 of 217

iii. A firewall cum gateway shall be installed at Disaster Recovery Centre to protect the

entire network from cyber threats.

iv. Security and safety of the Disaster Recovery Centre is very important. Access Control

System, Fire alarm system and Gas based fire suppression system shall be installed at

the Disaster Recovery Centre if required.

v. MPLS cloud terminal shall be installed with required bandwidth. The MPLS cloud termi-

nal shall be enabled with internet service and at least two sets of public IPshall be pro-

vided

10.5 Helpdesk

The IA would require to setup a helpdesk for the entire contract duration.

i. The helpdesk shall be set up at the Command and Control Center.

ii. The IA shall setup all required infrastructure for the successful operations of the

helpdesk.

iii. The IA should also implement Ticketing tool at the Helpdesk

iv. The IA shall provision helpdesk for both internal and external users

v. Each call would have a unique identifier and in case there is any query/grievance/any

other request, stakeholder would use unique ID for future tracking purpose. (shall be

intimated about the call ID for future tracking purpose)

vi. To ensure Customer Service Quality, Purchaser shall conduct regular audits, random

audits and call barging

vii. The proposed helpdesk system must provide flexibility of logging, viewing, updating an

closing incident manually via web interface

viii. The user must be able to generate reports

ix. The Helpdesk should be accessible by the users through a dedicated 24 X 7 helpline

and resources to be deployed at helpdesk should be available in the shift as below:

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 68 of 217

10.6 Responsibility Matrix

S. No. Activity Purchaser SI

1. Signing of the Contract Y Y

2. Integrated Plan for the Design & Implementation of the Entire

System Y

3. Prepare the Detailed Technical Architecture of the Overall Sys-

tem in consultation with all the Stakeholders Y

4. Prepare FRS, SRS, documents for the Solution & finalize Re-

porting Formats / Base Rules Y

5. Provisioning of adequate space, required infrastructure for solu-

tion setup with its physical security Y

6. Supply, Installation, Configuration and Commissioning of vari-

ous equipment, components, systems Y

7. Submission of the Partial Acceptance Testing & Final Ac-

ceptance Testing Formats Y Y

8. Preparation of the Policy Documents for Use & Operations of

solution Y

9. Guideline document / manual to standardize file formats, inter-

faces, to be used by various users Y

10. Training of the system Y

11. Partial Acceptance Testing & Final Acceptance Testing Y

12. Planning, Suggesting and Submitting the System up-grade

plan(s) for five years from the date of acceptance along with de-

tailed specifications including drawings, which should be in-line

with the vision and mission of the project

Y

13. System Documents, User Documents as per standard practice Y

14. Provision of Command Centre operation resources Y

15. Comprehensive Warranty Maintenance of the supplied equip-

ment Y

16. Hand-over of the system at the end of contractual period along

with all documentation required to operate and maintain the sys-

tem

Y

17. Weekly Progress Reports Y

18. Monthly Progress Reports Y

19. Payment of MPLS Network charges Y

20. Network and other required infrastructure at all Buses, Depots,

Viewing Centre, Command and Control Centre Y

Note: Transport Department based on its requirement may constitute a PMU. The detailed responsibility

of the PMU will be shared later with the selected bidder.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 69 of 217

10.7 Architecture design

10.7.1 Key design principles

The bidder should adhere to the following architectural principles while designing the solution:

i. Placement of camera, display screen, panic with strove cum hooter and power supply design is

depicted in the above two diagrams. All the cameras will be connected with Mobile NVR over POE

(Power over Ethernet) and feed from these camera is fed to display screen near driver seat. Panic

buttons, strobe cum hooter for emergency alerts are placed near the driver, ticket collector and

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 70 of 217

women passenger seats. Alerts will be sent via 4G/ LTE connectivity to assign person at respective

master data centre and CCC.

ii. The Mobile Network Video Recorder (mNVR) in buses will have 7 days recording.

iii. The recording will be continuous 24X7 even if all buses are stationed in the depots / workshops /

other locations. For any reason if the recording has to be stopped, prior written permission will be

approved by Purchaser.

iv. All the depots shall be connected through dedicated bandwidth connectivity to fetch incidental panic

related data including CCTV footage from Data centre on demand basis.

v. Viewing Centre, Command and Control Centre shall be connected with data centre to monitor /

retrieve the video feed on demand basis. The VMS dashboard at Command Centre shall receive

all alerts at any point of time triggered from panic button or alarms generated from buses and view

the real-time feed on demand basis of any bus mNVR LTE/4G/3G MPLS connectivity.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 71 of 217

vi. All Depots shall be connected with Data Centre via MPLS cloud network with dedicated bandwidth

to view and download CCTV footage on demand basis. Each bus mNVR will have 4G/ LTE Network

feature for connectivity with depot / CCC to monitor incident and alerts whenever required. Live

video feeds of the bus using 4G/ LTE network shall be accessed on demand basis. The command

control centre and viewing centre shall be connected with Data centre to view and monitor the

Alerts/Alarm and retrieve the footage/alarm records for incident analysis and reporting. The rec-

orded CCTV footage shall be preserved in mNVR for seven (7) days; incidental CCTV footage shall

be preserved at data centre for a period of 15 days. Thus, no separate DR is required as part of the

system.

10.7.2 Key Principles for Technical Solution

Considering the reliability, effectiveness and robustness of the entire solution, following key prin-

ciples shall be considered. This key principle will ensure high availability and performance of the

proposed CCTV solution is considering to be deployed for monitoring, recording of CCTV footage,

panic alarms, further communicating the information and promptly responding to the crew mem-

bers and commuters. Also, the solution is required to be robust, effective and reliable, to automate

all the processes that are part of IP CCTV surveillance and must have the ability of scaling-up the

architecture according to future requirements of the Transport Department.

Key highlights of Technology Solution:

i. Scalability and appropriate redundancy in the architecture

ii. Role based secured access to various users

iii. Storage of all incidental video recordings and other data for 15 days at DC and DR

iv. Storage of all AVTS data for one year at DC and two years at DR

v. Access to real time panic alarm and live CCTV stream for viewing at panic situation

vi. Audio Console for two-way voice communication between Bus and Command Centre

vii. Panic button in every Bus for on board crew members and commuters to raise Panic alert

viii. Multiple layered connectivity at field level with all locations:

o MPLS VPN to connect all buses with Command & Control Centre

o All Depots are connected to Command & Control Centre, DC, DR and Viewing Centre

over MPLS VPN cloud.

ix. Geo-fencing of bus routes with location based tracking

x. Wide angle and high definition cameras to capture clear image

xi. On-board recording on rugged device to withstand shock, vibration and fire and physical tam-

per

xii. Platform to integrate with other emergency services

Technical solution shall cover the following component:

i. Architecture Principles

ii. Security Principles

iii. Technology Principles

iv. Data centre architecture

v. Disaster Recovery Centre architecture

vi. Application Architecture

vii. Solution Architecture Requirements

This section describes the overall architecture and defines the standards that must be imple-

mented to deliver an IP Based CCTV system for effective and efficient operations and monitoring

of emergencies in the buses.

10.7.3 Architecture Principles

i. The proposed solution will ensure business continuity and capabilities by achieving the

Transport Department’s objectives

ii. Each incoming panic alarm at any emergency would be registered in the system, all alerts will

be sent to CCC and respective depots over MPLS VPN cloud over 4G/LTE connectivity. CCC

will be the first responder to all such alarms and responsible to coordinate with respective

stakeholders including but not limiting to Police, Ambulance, Fire Brigades, QRTs etc.

iii. There will be no single point of failure in the system

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 72 of 217

iv. Monitoring of all panic alerts during emergency situation will be on high priority in order to

acknowledge, respond and resolve.

v. IT solution will have the ability to scale-up quickly to meet the increasing number of incoming

panic alerts / inputs from various sources

vi. All alerts / other inputs would be recorded for future purpose for a defined period of time. In

case of any judicial proceedings, the records would be maintained as long as the proceedings

last.

vii. System will have user friendly and easy to use features

viii. Scalability, manageability must be present in the solution to handle huge data volumes

ix. All the system components must follow open standards

10.7.4 Security Principles

i. All the databases and data stores must be encrypted.

ii. Security in design will encompass security risk assessment on user specifications, secure in-

formation architecture, proper role based access design and secure application and database

design.

iii. The system will be secure at all the user touch points by using suitable security protocols and

data protection methods.

iv. All types of network attacks must be identified and counter measures must be put in place.

v. All the ICT assets will be secured throughout their life cycle as they contain sensitive data using

hardening, asset disposal and data disposal principles.

vi. The network layer will have in-depth packet inspection and intelligence in blocking attacks.

vii. Critical data stores will be minimized and stored data has to be encrypted at all times.

viii. The access to data will be given through application layer (via an application) at all times.

ix. VPN and VLANS will be the principle of operations for remote access and isolation of internal

traffic.

10.8 Solution Architecture Requirements

10.8.1 Application Architecture requirement for Video Management Software: Application Architec-

ture identifies criterion and techniques associated with the design of applications for the en-

terprise computing environment. These criteria and techniques ensure that applications can

be easily modified to respond quickly to the changing business needs, as well as to the rapidly

evolving information technologies available to support those needs.

S. No. Application Architecture Requirements Description

1 Video management systems are the hub of video surveillance solutions, accepting

video from cameras, storing the video and managing distribution of video to viewers.

2

Intuitive and customized operation

► Customizable user interface

► Large screen display (multi-view client)

► Ideal control of pan-tilt units, especially for zoom lenses or low-bandwidth

connections (mouse tracking and panorama view)

► “Static backward object search” – to quickly and intuitively find a recorded

sequence in which an object has been deposited

► Log with user access control and online function

► Multiuser alarm processing – allows effective alarm processing from differ-

ent locations

3

Open and flexible interfaces

► Availability of the video system‘s whole range of functions to a superordi-

nate management system (host interface)

► Interfaces for external non-proprietary systems such as burglar alarm sys-

tems, fire alarm systems, access control and dead man‘s switches

► Open system architecture allows applications for project-specific adjust-

ments

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 73 of 217

S. No. Application Architecture Requirements Description

► Meet the highest data security requirements e.g. by Post Privacy Masking,

the user right dependent masking of sensitive areas in live images and re-

cordings

4

The VMS platform should have the capabilities of managing multiple network cam-

eras on LAN/WAN in an intelligent way provides the real scalability and flexibility for

any video surveillance deployment.

5

The Video Management Software / Video Management System Shall be able to

virtually work with any IP Camera. It should be capable to handle unlimited cam-

eras.

6

The VMS platform should have in built open framework of codecs and protocols that

supports all industry standard cameras (integrated with maximum number of differ-

ent camera makes and models including ONVIF).

7 The Video Management Software should be viewed on latest mobile phones and

devices (Android and iPhone/iPad/iOS) using recommended mobile app.

8

The Video Management software should have the capabilities other than monitoring

of CCTV Cameras but also should perform other functions for example Video Ana-

lytics, GPS based vehicle tracking/monitoring, Command and Control, Third party

device or application integration, Incident Management.

10.8.2 Data Architecture Requirements: Below are the data architecture requirements that defines

how data will be processed, stored and used by the department. In particular, data architec-

ture describes:

S. No. Data Architecture Requirements Description

1 System shall be able to archive transactional database records to prevent perfor-

mance issues

2

A separate secured database, which mirrors the operational database, shall be cre-

ated to support online access and maintain the integrity of the main operational

database

3

System shall have the functionality for efficient retrieval of archived video data. The

duration of archival and purging shall be as per the requirements of Transport De-

partment

4 System shall have business rules for controlled access to data

5 It would be advisable to adopt open non-proprietary standards that are generic and

extensible (to cover future requirements)

10.8.3 Network Architecture Requirements: The buses and depot shall communicate with the data

centre using connectivity to be provided by the bidder. The depots can connect its respective

buses via Data Centre. The amount of data moving through a connection determines the

network capacity for that particular network segment. As a rule, capacity shall be highest in

the central system, which require enough bandwidth to service requests from each depot and

be prepared to handle on demand viewing.

S. No. Network Architecture Requirement Description

1 The network shall provide end to end connectivity which includes the last mile con-

nectivity

2 All network equipment and types of connectivity shall provide robust security fea-

tures and standards

3 Networks shall be scalable for future growth to handle data traffic and expansion of

services such as voice and video

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 74 of 217

10.8.4 MPLS network Plan and bandwidth requirement

Locations Minimum Capacity UoM QTY Remarks

Bus 4 Mbps No(s) 5000 The quantity may vary at any point of

time

Depot 20 Mbps No(s) 66 The bandwidth and quantity may require

to increase at any point of time

DC 200 Mbps No(s) 1 The bandwidth may require to increase at

any point of time

DR as required No(s) 1

The bidder need to increase the band-

width as per the increase in the number

of buses and depot

VC 50 Mbps No(s) 1

CCC 50 Mbps No(s) 1

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 75 of 217

10.8.5 A typical Layout of the Command and Control Centre for reference

Sample Layout 1 (Floor Design)

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 76 of 217

Layout 2 (3D Model)

10.9 Phasing Strategy

10.9.1 Implementation Phase

i. Project Planning and Monitoring: A Detailed Project Plan covering break-up of each phase

into the key activities, along with the start and end dates must be provided as per Annexure

5.5

10.9.2 User Training

Training shall be provided to the following trainees:

i. Senior Officers: Officers from Transport department involving DTC, Clusters scheme

and other departmental stakeholders

ii. Functional users: Drivers, Conductors, Depot staff, the staff of command and control

Centre and other departmental stakeholders

iii. Depot level trainers: Depot identified trainers for ‘Train the trainer’ programs like Depot

managers

Training

Basic

Type of

Training Content Applicability

Method

of deliv-

ery

Trainer

General

Training

Induction

Training

About IP Based CCTV Sur-

veillance system concept

and components, Organiza-

tional structure, Overview of

emergency response sys-

tem, Importance, implica-

tions, roles and responsibili-

ties, legalities, protocols, ex-

pectations, grievance proce-

dure etc.

Drivers, Conduc-

tors, Depot Man-

ager, CCC Oper-

ations staff, se-

lected Emer-

gency Response

Team officers

from Police De-

partment and Ad-

min Staff

Class-

room

Training

Transport

Depart-

ment and

IA

Basic IT

Skills

Desktop operations, User

admin, application installa-

tion, basic computer trou-

bleshooting, Open Office,

Operating Systems etc.

Identified

Transport Depart-

ment staff, Depot

Manager

Class-

room

Training

IA

Soft Skills Voice quality, Call eti-

quettes, control of conver-

sation, processional writing,

self-management and atti-

Identified

Transport Depart-

ment staff

Class-

room

Training

IA

Illustrative

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 77 of 217

Training

Basic

Type of

Training Content Applicability

Method

of deliv-

ery

Trainer

tude, methods of question-

ing, stress management,

decision making, managing

emergencies, behavioural

skills etc.

Func-

tional

Training

Role based Command & Control centre

operations, SOPs and us-

age of technology

Identified

Transport Depart-

ment staff

Class-

room

Training

IA

MIS Soft-

ware

Generation and usage of

the

following:

Officer Login/Logout

Reports

Queue Reports

Incident Volume Re-

ports

Incident Investigation

reports

Depot Manager

and identified

senior officials in

Transport Depart-

ment

Class-

room

Training

IA

Train the

trainer

Overview of CCTV sur-

veillance system

Process flow

Role based training for

control room

SOPs

Basic soft skills

Emergency Responder

training

Identified

Transport Depart-

ment officers of

each depot

Class-

room

training

IA

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 78 of 217

10.10 Technical manpower requirement during implementation phase (Duration – 5 Months)

Bidder to provide the following minimum resources during the implementation phase

S.

NO DESCRIPTION

NUMBER

OF RE-

SOURCES

MINIMUM QUALIFICATION AND EXPERIENCE MAN MONTHS

1. Project Manager 1 B.E./ B. Tech plus MBA with 12 years of experience of handling IT/ICT/ Surveillance/ Network-

ing large project

Full time during imple-

mentation period

2. Surveillance Solution

Architect 1

B. Tech/B.E./Diploma in electronics & communication with 10 years of experience in Surveil-

lance/ ICT Projects/Data centre solution

Full time during imple-

mentation period

3. Network Engineer B. Tech/B.E./Diploma in electronics & communication with 6 years of experience in Network

design/solution with CCNA, CCNP/CCSP On need basis

4. IT Engineer B. Tech/B.E./Diploma with 6 years of experience in Network design/solution with MCSE,

CCNA

On need basis

5. Engineer (surveil-

lance)

Diploma in electronics & communication with relevant experience of 6 Year with Certification /

training in OEM products

On need basis

6. Technician Diploma in electrical & electronics with relevant experience of 6 Year with Certification / train-

ing in OEM products

On need basis

7. Commissioning Engi-

neer

Diploma in electrical & electronics with relevant experience of 6 Year with Certification / train-

ing in OEM products

On need basis

8. Test Engineer Diploma in electrical & electronics with relevant experience of 6 Year with Certification / train-

ing in OEM products

On need basis

9. Documentation Spe-

cialist Graduation with relevant experience of 6 Year of large scale project Documentation

On need basis

10. Project Coordinator Graduation with relevant experience of 6 Year of large scale project coordination On need basis

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme

buses

Page 79 of 217

10.11 Operations & maintenance phase

In this phase, Bidder would be responsible for operations and maintenance of the entire solution

for the contract period. This shall be applicable after Go-Live. The following services should be

provided by Bidder:

i. O&M phase planning and monitoring

ii. Ongoing Administration and Maintenance requirements

iii. Operation of Monitoring Centre (including Help Desk)

iv. Support at DC sites

v. Support at DR sites

vi. Support for NOC and SOC sites

vii. Maintenance of Solution (hardware, applications, network, security etc.)

viii. Technology refresh documents

ix. Security audits

x. Quality audit

xi. Facility Management Services at Command & Control Centre

xii. MIS Reports and Incident Reporting

xiii. Assistance in Integration with Delhi Police Dial 100

10.12 Technical Manpower requirement during O&M phase (Duration 5 years)

Bidder to provide the following minimum resources during the O&M phase

S. No Description Qualification and

Experience Number of Resources

1. Project Manager Same as above 1(Full time)

2.

EMS

Project Manager

(Services)

B.E./ B. Tech/ MTech or MBA with 12

years of experience of handling

IT/ICT/ Surveillance/ Networking

large project

On need basis

3. Surveillance Solu-

tion Architect Same as above 1

4. Network Support

Engineer Same as above

On need basis

5. IT Support Engi-

neer Same as above

On need basis

6. Engineer (surveil-

lance) Same as above

On need basis

7. Technician Same as above On need basis

8. Documentation

Specialist Same as above

On need basis

9. Project Coordinator Same as above On need basis

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme

buses

Page 80 of 217

10.13 Technical Manpower requirement during O&M phase (Duration 5 years)

Bidder to provide the following minimum resources for operation of Command Centre for a period of

five years

S. No Description Qualification and Experience

1. CCTV Operator Diploma/Graduation with relevant experience of 1 Year of

contact centre/Command Centre

2. Assignment Manager

B.E./ B. Tech/ MTech or MBA with 8 years of experience of

handling IT /ICT/ Surveillance large project operation or com-

mand centre operation

3. Technical Manager

B. Tech/ B.E./ Diploma in electronics & communication with 8

years of experience in Surveillance/ ICT Projects/Data centre

solution

4. Helpdesk

Must be a Graduate or equivalent

Able to speak, read and write in English & Hindi

Able to communicate confidently and politely, with good

speaking skills

Experience of at least 6 months in a Contact Centre, or in

technical helpdesk support service

The above resources should be available at CCC/ VC as per below shift details:

Command Centre resource distribution

Resource type and du-ration

Location

Re-sources required in Shift 1 i.e. from 06.00 hrs

- 14.00 hrs

Re-sources required in Shift 2 i.e. from 14.00 hrs

- 22.00 hrs

Re-sources required in Shift 3 i.e. from 22.00 hrs

- 06.00 hrs

Resources required in

General Shift as

per work-ing days

and time of Purchaser

CCTV operator for 24/7 Command Centre 5 5 1 -

Viewing Centre 1 1 1 -

Technical Resource 24/7 Command Centre 1 1 1 -

Helpdesk Command Centre 2 2 1

Assignment Manager Command Centre - - - 1

Operation Manager Command Centre - - - 1

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme

buses

Page 81 of 217

11. Deliverables and timelines

Indicative Timeline (T = Date of issuance of LOI)

S. No Item Day of Submission from ‘T’

1) Project Planning and submission of project plan T + 15 days

2) Submission of System Requirement Specification T + 30 days

3) Submission of System Design Document T + 30 days

4) Security audit by government recognized institution (Empan-

eled agency with CERT India) T + 6 months

12. Acceptance, Testing and Certification

12.1 Testing

12.1.1 User Acceptance Testing (UAT)

User Acceptance consists of formal testing conducted by the end user group according to the

scope of the work, technical specification & operational scenarios. Acceptance test plan and

analysis of the test results to determine whether the system satisfies its acceptance criteria.

a) Bidder shall prepare a plan to coordinate the User Acceptance activity.

b) Bidder shall prepare a detailed note that contains stepwise instructions for Transport De-

partment on how to use software deployed.

c) The primary responsibility for acceptance testing lies with Transport Department.

d) Bidder shall provide support to document the User Acceptance Test Results along with De-

fects Statistics. Bidder shall ensure that defects found are corrected and is retested by the

end user group.

e) On successful completion of User Acceptance Testing, Bidder shall obtain a formal ac-

ceptance sign-off from Transport Department. Each of the milestones defined in Clause 10.5

will be subject to acceptance criterion of Transport Department. The details of which are

given as below:

f) Detailed UAT document will be shared to the successful bidder.as per the complete solution,

scope of work & technical specifications.

g) Bidder will provide necessary commission/installation certificate from the respective

OEM.

Field Equipment, network, Servers and Solutions

Field Equipment a. Testing of all the field equipment

i. (IP Cameras, Panic Button, Sounder cum strobe, Screen, Au-

dio System, Signboards, Active / Passive components of the

system etc.)

Servers commissioned a. Demonstrate high availability of servers

b. Demonstrate redundancy and Hot-swap of power supplies & HDD.

c. Verify that none of the servers are populated with any writeable me-

dia.

Application/ Software

solutions implemented

in the complete solu-

tion/project

a. User acceptance of the requirement specifications of components

mentioned in the respective specifications.

b. User acceptance of the functional requirements specifications men-

tioned in the respective specifications.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme

buses

Page 82 of 217

Field Equipment, network, Servers and Solutions

Testing of integrated

solution

a. All the equipment at field locations, Command and Control Centre,

Buses, VCC, DC, DR & Depot to function in sync a per the technical

specification & Scope of work.

Health Monitoring Soft-

ware

b. Demonstrate functioning of all the relevant components of Health

Monitoring Software.

Information Security

Solution

a. Conduct a comprehensive penetration testing covering all the solu-

tions implemented. A penetration testing report shall be submitted to

the Transport Department as part of security audit to be conducted

by the bidder using its tools/applications.

b. Conduct a threat and vulnerability assessment with a view to demon-

strate that the infrastructure is adequately secured against internal

and external attacks. The assessment report shall be submitted by

the bidder as part of the security audit.

c. Close mutually agreed issues observed during Security Audit.

Network Testing a. Demonstrate flow of data from DC and DR to access of applications /

solutions at Command and Control Centre/Viewing Centre & Depot.

User Acceptance stage will be deemed to be successful on the timely completion of the following User

Acceptance activities:

i. Bidder is responsible to create datasets required to carry out the acceptance testing.

ii. Bidder shall the resolve the defects / bugs users identified during testing.

iii. Users shall re-test the solution to ensure closure of identified defects / bugs.

iv. Bidder shall assist the users during acceptance testing.

v. After the defects are resolved, bidder shall deploy the solutions on the production environment.

vi. In case of any performance issues during this period, bidder shall resolve the issues identified

on a priority basis.

During this test, the Service Provider shall submit all supporting document certificates, approvals related

to the product along with duly filled test certificate. The format of the Test Certificate is in Annexure 5

(Part 5.2).

12.2 Documents and Reports required for each Phase of the project

i. Delivery Note acknowledged by consignee

ii. Purchase Invoice copy

iii. Installation Report

iv. Installation Layout

v. Location wise installation details (CCC / VC / DC / DR / Depot / Bus details)

vi. Cable route plan of Buses, DC, DR, CCC, VC and Depot

vii. Connectivity Layout

viii. Device Connectivity test report

ix. Latency test report

x. For MPLS connectivity log report from ISP on Letterhead

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme

buses

Page 83 of 217

13. BOQ and Installation Scheme

13.1 Bill of Quantities

S. No. Description UoM BoM QTY

System Component for Bus

1 2 MP IP Camera with Channel license and suitable antivibration capability or mechanism such as antivibration pad(s) etc.

No(s) 15000

2 mNVR - mobile Network Video Recorder with 1 TB storage No(s) 5000

3 GPS Module for mNVR No(s) 5000

4 Aviation grade spiral adjustable arm microphone and built-in speaker for audio console

No(s) 5000

5 Screen for Video Display with all accessories No(s) 5000

6 Cat 6 Cable / STP Cable (Mtrs.) Mtr(s) 150000

7 mNVR Black Box (Fireproof, temper proof, shock proof, vibration proof) No(s) 5000

8 Set of Panic Button (1 in each bus) Set(s) 5000

9 Strobe / Flasher (1 Strobe per Bus) No(s) 5000

10 Power Cable with required accessories for laying (In mtrs. Per bus) No(s) 75000

11 MS Channel / MS duct / MS Duct / MS Flexible conduit Mtr(s) 75000

12 Cost for IEC and signage LS 5000

13 Miscellaneous Item LS 5000

System Component for Depot

14 Workstation for viewing No(s) 66

15 Video Management Software (Client Software) lot(s) 1

16 32” Monitor for Workstation No(s) 66

17 1500 VA UPS - 60 min backup No(s) 66

18 Cat 6 Cable / STP Cable (Mtrs.) Mtr(s) 3300

19 Cat 6 Cable / STP Cable Patch Cord (3 Mtr Length) No(s) 132

20 2 sq.mm 3 Core Power Cable Mtr(s) 6600

21 Lightening Arrester / Surge Protection System with MCB for UPS input & output

No(s) 66

22 25 mm MS conduit (as per site requirement) Mtr(s) 6600

23 Miscellaneous Item LS 66

System Component for Command & Control Centre

24 Workstation with Monitor No(s) 10

25 24 Port Gigabit Managed Switch (DATA Centre) No(s) 1

26 Video wall (4X2, 70" Screen with 8 input controller) No(s) 1

27 Video Management Software (Client Software) Lot(s) 1

28 Health Monitoring Software & web based online SLA measurement and monitoring tool.

Lot(s) 1

29 Vehicle Tracking Software Client License lot(s) 1

30 20 KVA UPS - 60 min backup for CCC No(s) 1

31 15U Rack No(s) 1

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme

buses

Page 84 of 217

S. No. Description UoM BoM QTY

32 10 sq.mm 3 Core Power Cable Mtr(s) 100

33 6 sq.mm 3 Core Power Cable Mtr(s) 200

34 Command Centre Infra & Interior including furniture Job(s) 1

35 Miscellaneous Item LS 1

System Component for Viewing Centre

36 Workstation with Monitor No(s) 2

37 55" Monitor for viewing No(s) 4

38 8 Port Gigabit Managed Switch (Command & Control Centre) No(s) 1

39 Video Management Software (Client Software) lot(s) 1

40 Firewall as per Specification No(s) 1

41 1500 VA UPS - 60 min backup No(s) 1

42 6 sq.mm 3 Core Power Cable Mtr(s) 150

43 6U Rack with all accessories No(s) 1

44 Viewing Centre Infra & Interior including furniture Job(s) 1

45 Miscellaneous Item LS 1

System Component for Data Centre

46 Server for Video Management Software (1 + 1) No(s) 2

47 Server for Automatic Vehicle Tracking Management Software (1 + 1) No(s) 2

48 Network Storage 100 TB No(s) 1

49 VMS with Archive License Lot(s) 1

50 Vehicle Tracking Software with Map License charge for 5 years Lot(s) 1

51 24 Port Gigabit Managed Switch (DATA Centre) No(s) 1

52 Firewall License as per Specification No(s) 1

53 20 KVA UPS - 60 min backup No(s) 1

54 42U Rack No(s) 1

55 10 sq.mm 3 Core Power Cable Mtr(s) 2500

56 6 sq.mm 3 Core Power Cable Mtr(s) 2000

57 Infra & Interior for DC including CCTV, ACS, FAS & Fire Suppression Sys-tem

Job(s) 1

58 Security Audit for complete system Lot(s) 1

59 Miscellaneous Item LS 1

System Component for Disaster Recovery Centre

60 Server for Video Management Software (1 + 1) No(s) 2

61 Server for Automatic Vehicle Tracking Management Software (1 + 1) No(s) 2

62 Network Storage 100 TB No(s) 1

63 VMS with Archive License Lot(s) 1

64 Vehicle Tracking Software with Map License charge for 5 years Lot(s) 1

65 24 Port Gigabit Managed Switch (DATA Centre) No(s) 1

66 Firewall License as per Specification No(s) 1

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme

buses

Page 85 of 217

S. No. Description UoM BoM QTY

67 20 KVA UPS - 60 min backup No(s) 1

68 42U Rack No(s) 1

69 10 sq.mm 3 Core Power Cable Mtr(s) 2500

70 6 sq.mm 3 Core Power Cable Mtr(s) 2000

71 Infra & Interior for DC including CCTV, ACS, FAS & Fire Suppression Sys-tem (if required)

Job(s) 1

72 Miscellaneous Item LS 1

System Component for Help Desk

73 Operator Console Desk and furniture Set(s) 2

74 Operator Workstation with 22” monitor No(s) 2

75 MIS and Complaint management application Lot(s) 1

76 Miscellaneous Item LS 1

System Component for VoIP Communication System

77 IPPABX system Lot(s) 1

78 VoIP Phones with Licenses No(s) 20

79 30 channel PRI connectivity with one hot number No(s) 1

80 Miscellaneous Item LS 1

13.2 Implementation Scheme

S. No. IP Based CCTV system for Transport Department of NCT UoM QTY

1 IP CCTV System to be installed at every BUS Nos(s) 5000

a Operationalize of 3 No(s) IP Camera, 4No(s) panic button, 1

No(s) display, 1 No(s) strobe cum Hooter in every Bus

b Operationalize of 1 No(s) mNVR with 1TB SSD, GPS module,

Wi-Fi module, 4G/ LTE module, as per SOW

c Operationalize of Fire Proof Black box for mNVR as per SOW

d Necessary Cabling to install the complete system in the Bus to

make the system Operationalize.

e Configuration, Integration of the system with the VMS Server of

respective depot, Command Centre and Data Centre.

2 Setting up of Viewing Centre at every Depot Location(s) 66

a Operationalize of Workstations with 32” monitor as per SOW

b Operationalize of VMS software as per SOW

c Operationalize of Power Stabilisation & Back-Up System as per

BOQ and SOW

d Integration of with CCC, DC, DR and VC as per SOW

e Implementation and commissioning of MPLS link at every Depot

following the technical specification as per SOW of ISP

3 Setting up of Command Centre Location(s) 1

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme

buses

Page 86 of 217

S. No. IP Based CCTV system for Transport Department of NCT UoM QTY

a. Operationalize of Video wall (2 X 4 Matrices) following the tech-

nical specification as per SOW

b. Operationalize of Workstations as per SOW

c. Operationalize of VMS Command & Control Centre platform as

per SOW

d. Operationalize of VMS Command & Control Centre platform as

per SOW

e. Operationalize of equipment Rack & Other accessories at Com-

mand Centre following the technical specification as per SOW

f. Operationalize of Network Switch following the technical specifi-

cation as per SOW.

g.

Operationalize of Network Management System for health and

performance monitoring following the technical specification as

per SOW

h.

Operationalize of UPS Management System for health and per-

formance monitoring of UPS installed at different depots as per

SOW

i. Operationalize of Power Back-Up System (UPS) for the Com-

mand and Control Centre as per SOW

j.

Operationalize of Interior infrastructure, Technical Furniture,

Electrical works and Data network as specified in the technical

specification for Command & Control Centre as per the Scope of

work.

k. Implementation and commissioning of MPLS link at every Depot

following the technical specification as per SOW of ISP

Setting up of Help-Desk

l. Operationalize of Workstation / User Console with monitor as per

BOQ and SOW / Specifications

m. Operationalize of Technical Furniture, Electrical works and Data

network as specified in the Scope of work.

Setting up of VoIP Communication System

n. Operationalize of VoIP Communication System following the

technical specification as per SOW

o. Operationalize of VoIP desk instrument following the technical

specification as per SOW

p. Operationalize of PRI / E1 connectivity for VoIP communication

as per SOW

4 Setting up of Viewing Centre Location(s) 1

a Operationalize of Workstation / User Console with monitor as per

BOQ and SOW / Specifications

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme

buses

Page 87 of 217

S. No. IP Based CCTV system for Transport Department of NCT UoM QTY

b Operationalize of Network Switch following the technical specifi-

cation as per SOW / Specifications

c Operationalize of Firewall at Viewing Centre as per specification

d Implementation and commissioning of MPLS link at every Depot

following the technical specification as per SOW of ISP

e Operationalize of UPS as per BOQ and SOW / Specifications

f Operationalize of Data Cabling as necessary to build the Viewing

Centre

g Operationalize of necessary Electrical Work to setup of VC

5 Setting up of Data Centre Location(s) 1

a Operationalize of Master DB Server cum VMS Server in 1 + 1

Active-Active mode as per SOW / Specifications

b Operationalize of AVTS Server in 1 + 1 Active-Active mode as

per SOW / Specifications

c Operationalize of VMS Archive Server with network storage as

per SOW

d

e Operationalize of Master Firewall with L3 network switch at Data

Centre as per specification and SOW / Specifications

f Implementation and commissioning of MPLS link at every Depot

following the technical specification as per SOW of ISP

g Operationalize of Power Back-Up System (UPS) for the Data

Centre as per SOW / Specifications

h

Operationalize of Interior infrastructure, Electrical works and Data

network as specified in the technical specification for Data Centre

including Fire Alarm System, Gas based fire suppression system

and Access Control System as per SOW / Specifications.

6 Setting up of Disaster Recovery Centre Location(s) 1

a. Operationalize of DR DB Server cum VMS Server in 1 + 1 Active-

Active mode as per SOW / Specifications

b. Operationalize of DR AVTS Server in 1 + 1 Active-Active mode

as per SOW / Specifications

c. Operationalize of DR VMS and AVTS Archive Server with 100 TB

RAID-5 network storage as per SOW

d. Operationalize of DR Firewall with L3 network switch at Disaster

Recovery Centre as per specification and SOW / Specifications

e. Implementation and commissioning of MPLS link at every Depot

following the technical specification as per SOW of ISP

f. Operationalize of Power Back-Up System (UPS) for the Data

Centre as per SOW / Specifications

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme

buses

Page 88 of 217

S. No. IP Based CCTV system for Transport Department of NCT UoM QTY

g.

Operationalize of Interior infrastructure, Electrical works and Data

network as specified in the technical specification for Data Centre

including Fire Alarm System, Gas based fire suppression system

and Access Control System as per SOW / Specifications (if Re-

quired).

Note: The term “Operationalize” defines the following jobs but not limited to supply of all hardware and

software, installation of all hardware, cabling and other related jobs, testing of the complete system,

commissioning and Go-Live of the system. The system shall be considered as “Go-Live” when the

system will have commissioned in 5000 buses 66 depots, one Viewing Centre, one Data Centre, one

Command and Control Centre.

14. Technical Specifications Please refer to Annexure 11 for detailed Technical specifications

15. Service Level Agreement

15.1 Service Levels

15.1.1 Purpose

i. The IA shall be required to ensure that the Service Levels which shall ensure the following:

a. Improving the efficiency of operations related to surveillance and vehicle tracking sys-

tem.

b. Provide inbuilt mechanism of security operations and monitoring with effective and effi-

cient response system and management.

c. Generate meaningful MIS from the system.

ii. To meet the aforementioned objectives the IA will provide the Service Levels in accordance

with the performance metrics as set out in detail in this Agreement.

15.2 Description of Services Provided

The following is a broad list of activities that the Bidder would be required to carry out.

15.2.1 Implementation and Roll Out

i. SITC of Surveillance system and GPS devices in the buses along with monitoring capabilities

at Command Centre, Viewing Centre and Depots

ii. Set up of Data Centre and connectivity at various locations

iii. Deployment of staff at Command Centre and the field for operations and maintenance pur-

poses

iv. Development / customization, integration, testing and rollout of VMS applications and GPS

based Vehicle Tracking Software applications and Purchaser’s office locations, DC, DR.

v. Installation of other interfaces with the proposed “Transport Department” application / solution

vi. Provision of regular and ad-hoc MIS reports administration of Databases, Systems and Net-

work, Help Desk services etc. at Purchaser’s office locations

vii. Maintenance services for Software patch upgradation, any additional module need to be

added as per requirement etc.

viii. Maintenance services for Hardware and other devices deployed

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme

buses

Page 89 of 217

15.3 Service Level Agreements & Penalties

15.3.1 The purpose of this Service Level Agreement (SLAs) is to define the level of service to be

provided by the successful bidder to Transport Department for the duration of this contract.

The successful bidder must comply with all SLAs defined below to ensure adherence to

project timelines, quality and availability of services. Non-compliance of SLAs will lead to

penalties as defined in subsequent section and the SLAs would remain valid for the entire

duration of the contract.

15.3.2 Penalties shall not be levied on the successful bidder in the following cases: - a) Non- com-

pliance of SLAs has been solely due to reasons (acceptable to Transport Department) be-

yond the control of the successful bidder and b) There’s a Force Majeure event affecting the

SLA which is beyond the control of the successful bidder

15.3.3 The installed system as part of the solution is expected to remain operational for 24 hours

per day.

15.3.4 Down time is defined as the duration for which the system as a whole or any part of it is not

available for the purpose it is installed for. Down time will be reckoned from the time con-

tractor / IA / service provider or his representative has been informed by the means of Tel-

ephone/mobile, fax, email or any other method at the address as specified by the contractor

/ IA / service provider. The bidder shall specify the details of a) Telephone no. for calling, b)

Fax no., c) Mobile no. for calling, SMS and WhatsApp, d) e-mail id, e) postal address for

correspondence. Non- availability of back-up/stand-by system shall also be counted for

down-time calculation.

15.3.5 Down time will not be considered for which prior approval of Transport Department are taken

in writing for preventive maintenance at respective location.

15.3.6 For camera /any equipment installed in a Bus/ CCC/ VC/ DC / DR / Depot, downtime shall

include the service disruptions caused due to reasons including but not limited to camera

failures, server failures, workstation failure, video wall failure, mNVR/edge device failures,

software breakdowns, networking device failures, UPS failures, electricity circuit breakdown

(excluding AC Mains outage) or data network break down.

15.3.7 For workstation unit location downtime shall include the service disruptions caused due to

reasons including but not limited to screen failures, workstation failures, networking device

failures, UPS failures or data network break down.

15.3.8 Termination for breach of Service Levels: Purchaser may terminate the Agreement forthwith

and without any liability for any location, if % of up-time falls below the 75% threshold for

any three (3) months within a six (6) month period or below 50% for any consecutive two (2)

months within a twelve (12) month period. In case of any Termination for breach of any

Service Level, then Purchaser shall not be liable to pay any further Subscription Fees after

such Termination

15.3.9 Periodic maintenance all the buses (5000) shall be conducted by the SI once in every three

months and the Maintenance certificate shall be signed by respective depot. SI shall submit

a comprehensive report of maintenance to Transport Department.

15.3.10 SI shall maintain stock of mandatory service spares and the same shall be verified by

Transport Department in monthly basis.

15.3.11 Any damages to the system shall be reported to Transport Department and in the Help Desk

system. The damages include physical, accidental, electrical short circuit, etc.

15.3.12 Any defect/malfunction in the system reported shall be addressed and resolved as per TAT

defined in SLA. Delay in maintaining TAT will attract penalty to SI.

15.4 General principles of Service Level Agreements

The Service Level agreements have been logically segregated in the following categories:

i. Implementation phase related performance levels

ii. Availability

iii. Camera feed & Quality

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme

buses

Page 90 of 217

iv. Vehicle Tracking Accuracy

v. Network

vi. Other Services

vii. Issue Resolution

15.5 Service Level Monitoring

15.5.1 The Service Level parameters defined in Clause 15.4 to 15.5 shall be monitored on a peri-

odic basis, as per the individual parameter requirements. The Bidder shall be responsible

for providing appropriate web based online SLA measurement and monitoring tools for the

same. In case of severe performance degradation of the system/ services during the con-

tract period, the Bidder will be expected to take immediate corrective action. In case issues

are not rectified to the complete satisfaction of Purchaser within a reasonable period of time

then the Purchaser will have the right to take appropriate penalizing actions, including action

as per clause 9.10 or termination of the contract.

15.6 Penalties

15.6.1 General

A maximum level of performance penalties is established and described below.

The framework for performance penalties as a result of not meeting the Service Level Targets

are detailed below.

Performance penalties shall be levied for not meeting each of the severity levels of performance

as per the following table:

Severity

Level

Penalty as a percentage of:

- Payment as percentage of monthly payable for Surveillance and AVTS

- Monthly payment applicable for Command Centre Manpower

9

Event of default and termination as per Clause 9.9, 9.10 and 9.11 of this section of

RFP respectively and the consequences as provided in Clause 9.12 of this section of

RFP

8 8.00%

7 4.00%

6 2.00%

5 1.00%

4 0.50%

3 0.40%

2 0.30%

1 0.20%

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme

buses

Page 91 of 217

15.6.2 Performance Penalty for not meeting a measurement parameter for any two months in con-

secutive quarters shall result in twice the penalty percentage of that respective measure-

ment parameter in the third quarter for all the three months.

15.6.3 Maximum Penalty applicable for any Quarter/month shall not exceed 30% of the ‘applicable

fees’ for the respective Quarter/month.

15.6.4 Two consecutive quarterly for Surveillance system and four consecutive monthly deductions

for Command Centre Manpower of 30% or more of the applicable fee on account of any

reasons will be deemed to be an event of default and termination as per Clause 9.9, 9.10

and 9.11 of this Section of RFP respectively and the consequences as provided in Clause

9.12 of this section of RFP shall follow.

15.6.5 The payment to the IA will be on Quarterly basis for Surveillance system and monthly basis

for Command Centre Manpower, however the penalty will be calculated on monthly basis

as per the SLAs stated in the RFP.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 92 of 217

15.7 Measurement & Targets

15.7.1 Implementation Phase Related Performance Levels:

S. No. Measurement Definition Target Penalty

Commencement of Work

1 Team mobilization and commencement of

work

The Bidder is expected to mobilize the team for

commencement of work for the project.

For Bidder re-

lated services:

Within 15 cal-

endar days

from the date

of Contract

/LOI

Delay beyond 15 calendar

days = 0.1% of the contract

value +

0.01% of the Contract value

for every day of delay

Commencement of work would mean reporting

and availability of the Bidder’s resources (all Key

Personnel as per Section 5 of the RFP) at the

Purchaser’s office for the project.

It may lead to Termination of

the Contract at the discretion

of the Purchaser

Installation and Commissioning

2

Installation and Commissioning of system at

all field locations, Command Control Cen-

tre, DC and DR etc.

Hardware supply, Delivery, installation, integra-

tion, testing of all hardware components / equip-

ment / devices / software applications etc. re-

quired for the system to the satisfaction of the

Purchaser and conforming to the Service Levels

defined

Refer Clause

9.2 of the RFP

Penalty covered under ‘Liqui-

dated Damages’ of this sec-

tion

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 93 of 217

15.7.3 Availability

S.

No. Measurement Definition Target Penalty

1

Availability of Applications in-

cluding:

i. Video Management Soft-

ware

ii. Vehicle Tracking Software

iii. Health Monitoring Soft-

ware

Uptime = {1 - (Application downtime-maintenance downtime) /

(Total Time – maintenance downtime)}

Application Downtime shall be measured from the time the solu-

tion becomes unavailable (due to any reasons whatsoever at-

tributable to the Bidder) for Business processing to the end user.

Each parameter will be measured separately for penalty.

Any downtime for maintenance shall be with prior written intima-

tion to the Purchaser.

Please note that continuous downtime of every 2 hours (from

7am to 12midnight) would raise the severity by one level. E.g. the

severity level will raise from 0 to 1

Please note that continuous downtime of every 6 hours (from

midnight to 7am) would raise the severity by one level. e.g. the

severity level will raise from 0 to 1

Measurement Tool: Reports from Health Monitoring Software/Call

logs

Minimum 98% up time

measured on a monthly ba-

sis

0

>= 96.0% to <98.0 % up

time measured on a

monthly basis

6

<96.0% time measured on

a monthly basis 9

2

Availability of Fixed CCC, DC

and DR infrastructure including*:

i. Network Equipment

ii. NAS

iii. Server

Uptime = {1 - (Equipment downtime-maintenance downtime) /

(Total Time – maintenance downtime)}

>= 99% up time measured

on a monthly basis 0

>= 97.0 % to < 99.0 % up

time measured on a

monthly basis

4

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 94 of 217

S.

No. Measurement Definition Target Penalty

Equipment Downtime shall be measured from the time the equip-

ment becomes unavailable (due to any reasons whatsoever at-

tributable to the Bidder) for Business processing to the end user

to the time it becomes fully available.

Any downtime for maintenance shall be with prior written intima-

tion to the Purchaser.

Please note that continuous downtime of every 2 hours (from

7am to 12midnight) would raise the severity by one level. e.g. the

severity level will raise from 0 to 1

Please note that continuous downtime of every 6 hours (from

midnight to 7am) would raise the severity by one level. e.g. the

severity level will raise from 0 to 1

Measurement Tool: Reports from Health Monitoring Software /

Call logs

>= 96.0% to <97.0 % up

time measured on a

monthly basis

5

>= 95.0% to <96.0% up

time measured on a

monthly basis

6

<95.0% up time measured

on a monthly basis. 7

3

Availability of Fixed CCC infra-

structure including*:

i. IP Cameras

ii. Biometric access control

system

iii. Workstation

iv. Video Wall

v. Monitor

vi. UPS

vii. AVTS

Uptime = {1 - (Equipment downtime-maintenance downtime) /

(Total Time – maintenance downtime)}

Equipment Downtime shall be measured from the time the equip-

ment becomes unavailable (due to any reasons whatsoever at-

tributable to the Bidder) for Business processing to the end user

to the time it becomes fully available.

Please note that continuous downtime of every 2 hours (from

7am to 12 midnight) would raise the severity by one level. e.g.

the severity level will raise from 0 to 1

Minimum 97% up time

measured on a monthly ba-

sis

0

>= 95.0% to <97.0 % up

time measured on a

monthly basis.

5

<95.0% up time measured

on a monthly basis. 7

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 95 of 217

S.

No. Measurement Definition Target Penalty

Please note that continuous downtime of every 4 hours (from

midnight to 7am) would raise the severity by one level. e.g. the

severity level will raise from 0 to 1

Any downtime for maintenance shall be with prior written intima-

tion to the Purchaser.

Measurement Tool: Reports from Health Monitoring Software /

Call logs

4 Battery replacement for UPS for

all equipment / devices procured

Bidder should ensure high quality batteries are installed. Penalty

would be applicable if batteries are replaced frequently due to

poor quality installations.

This excludes regular maintenance of the UPS and its batteries.

Measurement Tool: Reports from Call logs / Inspection

Maximum 5 times in the

contract period as per the

requirement.

Quarterly inspection of the

same will determine any

breach in SLA

8

5

Repair / replacement of infra-

structure equipment inside

buses including*:

i. Cameras

ii. mNVR

iii. Audio System

iv. Panic Button & Strobe

v. AVTSGPS module

vi. Other equipment men-

tioned in the BOQ/required

for proper operation of the

system in the bus

Bidder should keep minimum 10% spare at any given point of

time during the project.

Infrastructure equipment should be replaced or repaired after

complaint logging from Purchaser officials

Measurement Tool: Health monitoring software/ Call logs

Within 24 business hours of

logging complaint -

> 1 to <= 2 calendar days

of logging complaint

INR 250 per

day for each

component

More than 2 calendar days

of logging complaint

INR 1000 per

day for each

component

6 Asset / Inventory Management

Provide monthly MIS of Asset Inventory to check asset inventory

level.

>= 95 % of the minimum

required inventory level

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 96 of 217

S.

No. Measurement Definition Target Penalty

Measurement Tool: Reports from Health Monitoring Software /

Call logs

should be available meas-

ured on monthly basis

< 95% of the minimum re-

quired inventory level 3

Conduct Annual Physical Asset verification once a year and give

a report within 2 months from the verification.

100% Management ap-

proval of Physical Asset

Verification report

5

7 Fire detection and suppression

system uptime

Availability of fire detection and suppression system in the Com-

mand & Control Centre, DC/DR site.

Periodic audits would be done to check the availability of these

systems

Measurement Tool: Random checks

100% availability measured

periodically -

Any incident of non-compli-

ance 5

Note:

*All damages are to be borne by SI through comprehensive insurance for all the equipment (in the field or at C&CC, Viewing Centre, and Depot)

during contract period.

** Penalty Shall be linked with the table of severity level as mentioned in section 15.16.1

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 97 of 217

15.7.4 Camera feed and quality

15.7.5 Network

S. No. Measurement Definition Target Penalty

1

Network Availability be-

tween:

a. Field locations and CCC

b. CCC, DC and DR

c. DC, DR and Depot

Network components (availability for a month is defined as total time (in

minutes) in a month less total down time (in minutes) in a month excluding

planned network downtime. The network is considered available when all the

services in full capacity are available.

Network Availability (%) = (Total minutes during the month – Planned down-

time - Downtime minutes during the month) *100 / Total minutes during the

month

Total Time shall be measured on 24*7 basis.

>=99 % -

<= 99% to >98 %

up time measured

on a monthly basis

4

<= 98 % to >97 %

up time measured

on a monthly basis

5

<= 97 % to >95 .0%

up time measured

on a monthly basis

6

S. No. Measurement Definition Target Penalty

1

Quality of Video feeds (Bad feeds due to Video Jitter, dim, blurred, unfocused, ob-structed, non-aligned feeds)

“Poor quality video feed” means blurred, jiggered, dim or unclear video. Camera Feed Error Resolution time is the time taken to improve the feed to satisfactory levels after it has been detected & logged by the Surveillance System / administrative officials. Logging of such calls would be through Help Desk. Measurement tool: Health Monitoring Software/Call logs

>= 98% of calls to be analysed

and resolved in 24 hours meas-

ured on a monthly basis -

>=95 % to < 98% of calls to be an-

alysed and resolved in 24 hours

measured on a monthly basis 2

>=90 % to < 95% of calls to be an-

alysed and resolved in 24 hours

measured on a monthly basis 3

< 90 % of calls to be analysed and

resolved in 24 hours measured

on a monthly basis 4

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 98 of 217

S. No. Measurement Definition Target Penalty

Planned Network Component Downtime refers to unavailability of network ser-

vices due to infrastructure maintenance activities such as configuration

changes, up gradation or changes to any supporting infrastructure. Details re-

lated to such planned outage shall be agreed with the Purchaser.

Measurement Tool: Reports from NMS/Health monitoring software/call logs

<95.0% up time

measured on a

monthly basis

7

>=97% and <99%

throughput of mini-

mum stipulated

bandwidth during

24*7 hours

5

<97% throughput of

minimum stipulated

bandwidth during

24*7 hours

6

Average Packet

loss exceeding

0.5% over a month

(at Data Centre and

WAN level)

4

Latency Delay >

150 ms (every in-

stance) (at Data

Centre and WAN

level)

4

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 99 of 217

15.7.6 Other Services

S.

No. Measurement Definition Target Penalty

Manpower Availability

1

Availability of Resources

for at Command Centre in-

cluding Help Desk at the lo-

cation

[(Total number of man-days available for a month) / (Agreed Total number of

man-days in a month)] *100

There shall be no instance when all the resources for Helpdesk are unavaila-

ble. This may lead to Severity Level 8 penalty at the discretion of the Pur-

chaser.

Measurement Tool: SLA Monitoring tool for Online attendance

>= 98% calculated

on a Monthly basis -

>=95 % to < 98%

calculated on a

Monthly basis

3

>=90 % to < 95%

calculated on a

Monthly basis

4

< 90 % calculated

on a Monthly basis 5

Audits

2 Outcome of Third Party Au-

dits

The third-party auditor shall carry out Application Integration, Security, Infra-

structure and SLA Compliance Audit. The three ratings for the performance

shall be:

- Satisfactory

- Requires improvement

- Unsatisfactory

Measurement Tool: Health Monitoring tool / Audit Reports

Satisfactory

Requires improve-

ment 5

Unsatisfactory rat-

ing 6

3

Implementation of recom-

mendations of Third Party

Audits

Implementation of recommendations from Third Party Audit which have been

agreed upon to be implemented by the Bidder

Measurement Tool: Health Monitoring tool / Audit Reports

100% on time, for

recommendations

agreed upon with

the Purchaser, to

be implemented in

the defined period

5

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 100 of 217

S.

No. Measurement Definition Target Penalty

Reporting

4 MIS reporting

MIS reports as agreed with the Purchaser

Measurement Tool: Health Monitoring tool

3 instances of delay

in a quarter -

>3 instances of de-

lay in a quarter 5

Training

5 Training provided by the

Bidder

Bidder should devise feedback forms to receive feedback from all the trainees.

The feedback form should rate the training, on scale of 1 to 5 with 1 being the

minimum.

Measurement Tool: Feedback Form filled by trainees (Health Monitoring tool)

More than 75% of

the trainees should

rate the bidder

training more than

Average (i.e. rating

of 3)

-

< 75% trainees rat-

ing training above

Average

Re-training

of the batch

/ identified

personnel

Non- IT infrastructure

6

Maintenance, repair and replacement of Furniture and furnishing at C&CC, VC as per scope

Repair or replacement of the damaged furniture All reports should be generated from call log

Interval: Monthly basis

>= 90% of issues to be analysed and resolved in 5 business days

measured on a

monthly basis.

-

<90 %

measured on a

monthly basis.

2

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 101 of 217

15.8 Reporting Procedures

15.8.1 The Bidder representative will prepare and distribute Service level performance reports in a

mutually agreed format by the 5th working day of subsequent month. The reports will include

“actual versus target” Service Level Performance, a variance analysis and discussion of ap-

propriate issues or significant events. Performance reports will be distributed to Purchaser

management personnel as directed by Purchaser.

15.8.2 Also, the Bidder may be required to get the Service Level performance report audited by a

third-party Auditor appointed by the Purchaser.

15.8.3 Performance Penalty for not meeting a measurement parameter for two consecutive quarters

shall result in twice the penalty percentage of that respective measurement parameter.

15.9 Issue Management Procedures

15.9.1 General

i. This process provides an appropriate management structure for the orderly consideration

and resolution of business and operational issues in the event that quick consensus is not

reached between Purchaser and Bidder.

ii. Implementing such a process at the beginning of the outsourcing engagement significantly

improves the probability of successful issue resolution. It is expected that this pre-defined

process will only be used on an exception basis if issues are not resolved at lower manage-

ment levels.

15.10 Issue Management Process

15.10.1 Either Purchaser or the Bidder may raise an issue by documenting the business or technical

problem, which presents a reasonably objective summary of both points of view and identifies

specific points of disagreement with possible solutions.

15.10.2 Any unresolved issues/disputes concerning the Project/Contract between the Parties will first

be referred in writing to the Project Manager for his consideration and resolution. If the Project

Manager is unable to resolve any issue/dispute within 5 days of reference to them, the Project

Manager will refer the matter to the Program Management Committee. If the Project Man-

agement Committee is unable to resolve the issues/disputes referred to them within 15 days

the unresolved issue/dispute will be referred to Steering Committee for resolution. The Steer-

ing Committee within 30 days of reference to them shall try to resolve the issue/dispute.

15.10.3 If the Steering Committee fails to resolve a dispute as per the above clause, the same shall

be referred to arbitration. The arbitration proceedings shall be carried out as per the Arbitra-

tion procedures mentioned in section 8.27 of RFP.

15.11 Service Level Change Control

15.11.1 General

i. From time to time, Purchaser may add or delete Service Levels or assign or adjust Severity

Weights, but the aggregate of all Severity Weights may not exceed 100% within a Service

Category. New Service Levels are Changes authorized through the Change Control Proce-

dures. Changes that add Service Levels shall be effective within ninety (90) days after Pur-

chaser proposes the Change, or as otherwise agreed.

ii. It is acknowledged that this Service levels may change as Purchaser’s business needs

evolve over the course of the contract period. As such, this document also defines the

following management procedures:

A process for negotiating changes to the Service Levels

An issue management process for documenting and resolving particularly difficult issues.

Purchaser and Bidder management escalation process to be used in the event that an

issue is not being resolved in a timely manner by the lowest possible level of management.

Any changes to the levels of service provided during the term of this Agreement will be re-

quested, documented and negotiated in good faith by both parties. Either party can request a

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 102 of 217

change.

15.11.2 Service Level Change Process: The parties may amend Service Level by mutual agreement

in accordance. Changes can be proposed by either party. Unresolved issues will also be

addressed. The Bidder’s representative will maintain and distribute current copies of the Ser-

vice Level document as directed by Purchaser. Additional copies of the current Service Lev-

els will be available at all times to authorized parties.

15.11.3 Version Control: All negotiated changes will require changing the version control number. As

appropriate, minor changes may be accumulated for periodic release or for release when a

critical threshold of change has occurred.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 103 of 217

16. Annexure

16.1 Annexure 1: Pre-Qualification

16.1.1 Annexure 1.1: Pre – Qualification Bid Formats

Pre-Qualification bid format for Bidder (if applicable)

S. No Description Proof Required

General Requirements

1. Pre Qualification bid covering letter as

prescribed format Refer Annexure 1.2 of this document

2. Pre-qualification checklist Refer Annexure 1.4 of this document

3. Earnest Money Deposit (EMD) in the form

of Bank Guarantee

Refer Annexure 4.2 for Bank Guarantee

of this document

4. Tender document fees Refer section 2 of this document

5. Declaration of Non-Blacklisting from Bidder Refer Annexure 9.1 of this document

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 104 of 217

16.1.2 Annexure: 1.2: Pre-qualification Covering Bid Letter

<This shall be on bidder’s letter head>

To,

The Secretary-cum-Commissioner (Transport),

Transport Department,

Government of NCT of Delhi,

5/9, Under Hill Road,

Delhi – 110054.

Reference: Selection of agency to operationalise IP CCTV and Automatic Vehicle Tracking Sys-

tem (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model of Government

of NCT of Delhi.

1. This is to notify you that our company intends to submit a proposal in response to the above-

cited RFP reference.

2. Primary and Secondary contacts for our company are:

3. We confirm that the information contained in this response or any part thereof, including its ex-

hibits, and other documents and instruments delivered or to be delivered are true, accurate,

verifiable and complete. The response includes all information necessary to ensure that

the statements therein do not in whole or in part mislead Purchaser in its short-listing process.

4. We fully understand and agree to comply that verification, if any of the information provided here

is found to be misleading the short-listing process or unduly favors our company in the short-

listing process, we are liable to be dismissed from the selection process.

5. It is hereby confirmed that I/We are entitled to act on behalf of our corporation / company / firm /

organization and empowered to sign this document as well as such other documents, which

may be required in this connection.

6. This response to RFP is valid until XX/XX/XXXX.

7. The proposal contains ____ number of pages duly numbered and signed by the authorized sig-

natory.

Primary Contact Secondary Contact

Name:

Title:

Company Name:

Address:

Phone

Mobile:

Fax:

E-Mail

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 105 of 217

Duly authorized to sign the RFP response for and on behalf of XX

Yours sincerely,

(Signature)

Name:

Title/Appointment:

Name of the Company:

Address:

Date:

(Seal/Stamp of Bidder)

Certificate as to Authorize Signatories

I, _______________________________________, certify that I am the Company Secretary of

_________________________________________, and that who signed the above response is author-

ized to bind corporation/company by authority of its governing body.

(Company Seal)

Date:

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 106 of 217

16.1.3 Annexure 1.3: Supporting Information for Pre – Qualification Conditions

S No Particulars

1. Name of the company / firm

2. Mailing address in India

3. Telephone number

4. Fax number

5. E-mail address

6. Name and designation of

the authorized person

7. Year of establishment and

constitution of organization

8. Whether the Firm / Company has

any widely accepted certification.

Minimum Criteria Type of Documentary Evi-

dence Provided

Evidence An-

nexed at Page

No.

i. As per section 6.26 of this RFP

ii. …

iii. …

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 107 of 217

16.1.4 Annexure: 1.4: Pre – Qualification Checklist (This shall be on bidder’s letter-

head) including OEM checklist

S No.

Description Proof Required Provided Reference & Page

Number for proof

enclosed

Requirements

1. Pre-Qualification Covering let-

ter as prescribed format

As prescribed in Annexure

1 (Part- 1.2)

Yes/No

2. Supporting information on

Pre- Qualification conditions

as per Section 6.26.1 of the

RFP

As prescribed in Annexure

1 (Part- 1.3)

Yes/No

3. Earnest Money Deposit Demand Draft/ Bank Guar-

antee as per Annexure 4

(Part- 4.3)

Yes/No

4. Authorization of signatory for

the purpose of this RFP

Copy of Power of Attorney

in the name of the Author-

ized signatory

Yes/No

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 108 of 217

16.2 Annexure 2: Technical

16.2.1 Annexure: 2.1: Technical Bid Formats

S.

No Descriptions Proof Required

1. Technical Bid Checklist Refer Annexure 2.3 of this document

2. Technical Bid Covering Letter Refer Annexure 2.2 of this document

3. About Bidder Company profile (Bidder) as mentioned in An-

nexure 2.4 of this document

4. Power of Attorney/ Authorization of signa-

tory for the purpose of this RFP (Bidder) Refer Annexure 4.7 of this document

5. Credential summary Refer Annexure 2.5.1 of this document

6. Detailed credentials Refer Annexure 2.5.2 of this document

7. Understanding and Detailed proposed so-

lution Refer Annexure 2.6 of this document

8. Proposed CVs Refer Annexure 2.7.2 of this document

9. No Deviation Certificate Refer Annexure 2.8 of this document

10. Anti-Collusion Certificate Refer Annexure 2.10 of this document

11. Manufacture Authorisation Form (MAF) Refer Annexure 2.9 of this document

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 109 of 217

16.2.2 Annexure 2.2: Technical Bid Covering Letter

To

The Secretary-cum-Commissioner (Transport),

Transport Department,

Government of NCT of Delhi,

5/9, Under Hill Road,

Delhi – 110054.

Dear Sir, Subject:

Reference: RFP No. <<>> dated << 201X>>

We, <<name of the undersigned Bidder>>, having read and examined in detail all the bidding doc-

uments in respect of “Selection of agency to operationalise IP CCTV and Automatic Vehicle

Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service

model” do hereby propose to provide our services as specified in the bidding proposal submitted

by us.

We hereby declare that our bid is made in good faith, without collusion or fraud and the information

contained in the bid is true and correct to the best of our knowledge and belief. We understand that

our bid is binding on us and that you are not bound to accept a Bid you receive.

Thanking you, yours faithfully,

(Signature of the Bidder) Printed Name Designation

Seal

Date: Place:

Business Address:

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 110 of 217

16.2.3 Annexure 2.3: Technical Bid Checklist

S.

No Description

Submitted/

Not submit-

ted

Annexure Remarks

1. 1.1 Certificate of Incorporation issued

by the Registrar of Companies

1.2 Certificate from statutory auditor

Yes/No Refer tender

section 6.26

2. Certificate from statutory auditor Yes/No Refer tender

section 6.26

3. Duly certified statement from their ap-

pointed statutory auditor for the finan-

cial year 2015-16, 2016-17 and 2017-

18 indicating the amount of turnover

during these years

Yes/No Refer tender

section 6.26

4. Purchase Order / Work Order / Com-

pletion certificate from client.

Completion Certificate would be pre-

ferred.

Purchase Order / Work Order being

submitted should be at least 6 months

old at the time of bid submission. The

last five years will comprise of periods

counted from 2013-14 onwards.

Yes/No Refer tender

section 6.26

5. Copy of valid certificate issued to Bid-

der by respective agencies (ISO

9001:2008 or with latest amendment.)

Yes/No Refer tender

section 6.26

6. Declaration by the authorized signa-

tory (The Bidder shall not be under a

declaration of ineligibility / banned /

blacklisted by any State or Central

Government / any other Government

institutions in India as on date of sub-

mission of the Bid)

Yes/No Refer tender

section 6.26

8. List of office (s) and support centres

in Delhi /NCR

Yes/No Refer tender

section 6.26

9. Technical Bid Cover letter as per pre-

scribed format

Yes/No Annexure 1.2

10. Supporting information on Pre- Quali-

fication conditions as per Section

6.26.1 of the RFP

Yes/No Annexure 1.3

12. Authorization of signatory for the pur-

pose of this RFP

Yes/No Copy of Power of At-

torney in the name of

the Authorized signa-

tory as Annexure 9.5

13. Technical proposal check list Annexure 2.3

14. Technical Bid letter as per format pre-

scribed

Annexure 2.2

15. Relevant past experience details Annexure 2.5

16. Proposed Man power details Annexure 3.1.3,

3.1.4 & 3.1.5

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 111 of 217

S.

No Description

Submitted/

Not submit-

ted

Annexure Remarks

17. Overview of proposed solution (From

Technical point of view)

Annexure 3.1.1

18. Deviation Schedule as per format pre-

scribed

Annexure 5.1

16.2.4 Annexure 2.4: Company Profile

Brief Company Profile (required for both bidder)

S. No Particulars Description or Details

A. Name of Bidder

B. Legal status of Bidder (company, Pvt. Ltd., LLP

etc.)

C. Main business of the Bidder

D. Registered office

E. Incorporation date and number

F. GST number

G. PAN details

H. Primary Contact Person (Name, Designation, ad-

dress, mobile number, fax, email)

I. Secondary Contact Person (Name, Designation,

address, mobile number, fax, email)

J. EMD details

K. Demand Draft details (DD No., date, Bank)

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 112 of 217

16.2.5 Annexure 2.5: Prior Experience

Annexure: 2.5.1 Credentials Summary

S.

No

Project

Name

Client

Name

Client

Type

Project

Value

(in INR)

Project

Compo-

nents

Documentary

evidence pro-

vided (Yes or

No)

Project Sta-

tus (Com-

pleted or On-

going or

Withheld)

1

2

3

4

5

6

7

i. Client type – Indicate whether the client is Government or PSU or Private

ii. Project Components – Indicate the major project components setting up of case record management

application, contact centre establishment, Application development, Maintenance, Hardware pro-

curement and deployment, DC/DR setup and maintenance, provisioning manpower, IT support and

maintenance

iii. Documentary evidence provided – Indicate the documentary evidence provided with the detailed

project credential like work order or purchase order or completion certificate or letter of appointment

iv. Project Status – Completed (date of project completion) or Ongoing (project start date)

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 113 of 217

Annexure 2.5.2 - Credentials Format

Bidder is requested to furnish the credentials in the following format for both Pre-qualification and Tech-

nical criterion. All credentials should be followed by relevant documentary proof.

Name of the Work and Location

Client's Name and Complete Address

Narrative description of project

Contract Value for the bidder (in INR) (manda-

tory)

Date of Start (mandatory)

Date of Completion

Activities undertaken by Bidder

N.B - If the project is ongoing, bidder must clearly specify which of the stages/phases/milestones are

completed and which are ongoing and at what stage of completion.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 114 of 217

16.3 Annexure 3: Overview of Proposed Solution

Annexure 3.1 Structure of Proposes Solution

Bidder are required to provide a detailed Approach and Methodology (A&M) to execute the entire project

as per the following headers. Bidders are advised to comply with the below provided header while de-

tailing out their solution.

S.

No

Item

1. Understanding of RFP and Implementation approach, robustness and quality

Demonstrated level of understanding of the scope of work and all aspects of the project

Detailed of project plan

Risk Mitigation Plan/ Strategy/SLA

Operations and maintenance plan including comprehensiveness of fall back strategy

End to end integrated proposed solution (software) for operationalization IP CCTV Surveil-

lance with Panic button, Strobe cum hooter and Vehicle Tracking System

Hardware deployment and integration approach encompassing all solutions

Timelines and modalities for implementation in a time bound manner.

Compliance with all requirement specifications as mentioned in the RFP

Project implementation approach or strategy and operations and maintenance plan includ-

ing comprehensiveness of fall-back strategy and planning during rollout

Adequacy, robustness and scalability of proposed solution

Solution design, architecture

Compliance and methodology to meet functional requirements of the project

Any other area that may be required in the project

2. Assessment of Manpower deployment, Training and Handholding plan

Deployment strategy of Manpower

Contingency management

Mobilization of existing resources and additional resources as required

Training and handholding strategy

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 115 of 217

Annexure 3.2 - Project Plan

A Detailed Project Plan covering break-up of each phase into the key activities, along with the start and end dates must be provided as per format given below.

Activity-wise Timelines

S. No Item of Activity Month wise Program

1 2 3 4 5 6 7 8 9 … … …

Project Plan

1 Activity 1

1.1 Sub-Activity 1

1.2 Sub-Activity 2

2

2.1

2.2

3

3.1

4

Note: The above activity chart is just for the purpose of illustration. Bidders are requested to provide detailed activity and phase wise timelines for executing

the project with details of deliverables and milestones as per their proposal.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 116 of 217

Annexure 3.3 - Manpower Plan for Implementation Phase (till Go-Live)

Bidder to provide the number of days of deployment of person per month

Manpower distribution

S. No Manpower

No. of

Re-

sources

Month wise time to be spent by each personnel (in days) Total Onsite or

offsite

Month 1 Month 2 Month 3 Month 4 Month 5 Month n

1. Project Manager 1

2. Surveillance Solution Architect 1

3. Network Engineer

4. IT Engineer

5. Engineer (surveillance)

6. Technician

7. Commissioning Engineer

8. Test Engineer

9. Documentation Specialist

10. Project Coordinator

11.

Total

Note: The above chart is just for the purpose of illustration. Bidders are requested to provide detailed resource distribution with clearly stating offsite and

onsite deployment, part time or full-time deployment and other details as per their proposal.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 117 of 217

Annexure 3.4 - Proposed Resource Plan during O & M Phase

Resource distribution

# Resource

No. of

re-

sources

Month wise time to be spent by each personnel (in days) Total Onsite or

offsite

Month 1 Month 2 Month 3 Month 4 Month 5 Month n

1. Project Manager 1

2. EMS Project Manager (Services)

3. Surveillance Solution Architect 1

4. Network Support Engineer

5. IT Support Engineer

6. Engineer (surveillance)

7. Technician

8. Documentation Specialist

9. Project Coordinator

10.

11.

12.

Total

Note: The above chart is just for the purpose of illustration. Bidders are requested to provide detailed resource distribution with clearly stating onsite and

onsite deployment, part time or full-time deployment and other details as per their proposal.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 118 of 217

Annexure 3.5 - Proposed Resource Plan for Command and Control Centre

Resource distribution

S.No Resource

No. of

Re-

sources

Year wise time to be spent by each personnel (in

months) Total Onsite or offsite

Year 1 Year 2 Year 3 Year 4 Year 5

1. CCTV Operator

2. Assignment Manager 1

3. Technical Manager 1

4. Helpdesk

Total

Note: The above chart is just for the purpose of illustration. Bidders are requested to provide detailed resource distribution with clearly stating onsite and

onsite deployment, part time or full-time deployment and other details as per their proposal.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 119 of 217

16.4 Annexure 4: Details of the Proposed Manpower Resource

Annexure: 4.1 - Summary of resource proposed

Note: For the Project Manager and Surveillance Solution Architect, it is mandatory to provide name of proposed resource along with details desired as per format given

below.

Annexure: 4.2 - Detailed CV of Proposed Resources

S. No Name:

1. Proposed position or role (only one candidate shall be nominated for each position)

2. Date of Birth Nationality

3. Education Qualification

Name of School or College or

University Degree Obtained Year of Passing

4. Years of experience

5. Areas of Expertise and no.

of years of experience in

this area

(as required for the Profile)

6. Certifications and

Trainings attended

S. No. Name of the Re-

source Proposed Role

Higher Qualifica-

tion

Basic Qualification

(E.g. B.Sc. or B.E. or

Diploma)

Certifications (ex.

PMI or ITIL)

Number of projects

in (CCTV or ICT)

Total Expe-

rience (in

years)

1.

2.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 120 of 217

S. No Name:

7. Employment Record Employer Position From To

[Starting with present position and last 3 firms (as relevant), list in reverse order, giving for each employment: dates of

employment, name of employing organization, positions held.]

8. Detailed Tasks Assigned (List all tasks to be performed under this project)

9. Relevant Work Undertaken that Best Illustrates the experience as required for the Role)

Project 1

Name of assignment

Year

Location

Employer

Main project features

Position held

Activities performed

Project 2

Name of assignment

Year

Location

Employer

Main project features

Position held

Activities performed

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 121 of 217

16.5 Annexure 5: No Deviations Certificate

To

{Procurement Entity}

Sir,

We are providing the deviations from the requirements of RFP document No <<>> dated

<<DD/MM/2018>>. These deviations, assumptions and variations are exhaustive. Except these devia-

tions, assumptions and variations, all other Terms and Conditions of the RFP are acceptable to us.

Deviations in Scope of Work

S. No. Reference of RFP Volume Num-

ber, Clause No. and Page. No Deviation in the Proposal

Brief

Reasons

Deviation in Terms and Conditions

S. No. Reference of RFP Volume Num-

ber, Clause No. and Page. No Deviation in the Proposal

Brief

Reasons

Yours sincerely,

(Signature of the Authorized Representative)

Name

Designation

Seal

Place:

Business Address:

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 122 of 217

16.6 Annexure 6: Manufacturer’s Authorization Form

{To be filled by the OEMs on OEM’s letter head}

Note: This letter of authority should be on the letterhead of the OEM/ manufacturing concern and should

be signed by a person competent and having the power of attorney to bind the manufacturer. Some of

the key proposed products for which MAF is required are:

1. Network switch

2. Firewalls

3. Servers

4. IP Camera

5. mNVR with Audio console and Strobe cum hooter

6. VMS and Vehicle Tracking Software

7. Video wall

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 123 of 217

16.7 Annexure 7: Anti-Collusion Certificate

{Certificate should be provided by Bidder on company’s letter head}

Anti-Collusion Certificate

We hereby certify and confirm that in the preparation and submission of our Proposal for “Selection of

agency to operationalise IP CCTV and Automatic Vehicle Tracking System (AVTS) in DTC and

cluster scheme buses on Infrastructure as a service model“ against the RFP issued by Transport

Department, we have not acted in concert or in collusion with any other Bidder or other person(s) and

also not done any act, deed or thing, which is or could be regarded as anti-competitive. We further con-

firm that we have not offered nor will offer any illegal gratification in cash or kind to any person or organ-

ization in connection with the instant proposal.

(Signature of the Authorized Bidder)

Name

Designation

Seal

Date:

Place:

Business Address:

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 124 of 217

16.8 Annexure 8: Financial Proposal Formats

Annexure: 8.1 Financial Bid Letter

To

{Procurement Entity}

Sir,

Sub: Request for Proposal for Selection of agency to operationalise IP CCTV and Automatic Ve-

hicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service

model

Ref: RFP No. <<>> dated <<DD/MM/2018>>

We, <<name of the undersigned Bidder and consortium members>>, having read and examined in detail

all the bidding documents in respect of set up of Selection of agency to operationalise IP CCTV and

Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure

as a service model. I do hereby propose to provide our services as specified in the bidding proposal

submitted by us.

All the prices mentioned in our bid are in accordance with the terms as specified in the bidding docu-

ments. This bid is valid for a period of 180 calendar days from the date of submission of RFP to the

bidder.

We have studied the relevant clause(s) in Indian Tax Laws and hereby declare that if any taxes, sur-

charge, Professional and any other corporate Tax in altercated under the laws, we shall pay the same.

We have indicated in the relevant annexure enclosed, the unit rates on account of payment as well as

for price adjustment in case of any increase or decrease from the scope of work under the contract.

We declare that our bid prices are for the entire scope of work as specified in the Scope of Work and bid

documents. These prices are attached with our bid as part of the bid.

We hereby declare that in case the contract is awarded to us, we shall submit the contract Performance

Bank Guarantee in the form prescribed in Section 6.34 of RFP within 15 days of issue of LOI.

We hereby declare that our bid is made in good faith, without collusion or fraud and the information

contained in the bid is true and correct to the best of our knowledge and belief.

We understand that our bid is binding on us during the validity period or the extensions thereof and that

you are not bound to accept a Bid you receive.

We confirm that no deviations are attached here with this financial offer.

Thanking you,

Yours sincerely,

(Signature of the Authorized Bidder)

Name

Designation

Seal

Date:

Place:

Business Address:

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 125 of 217

Annexure 8.2 - Breakdown of Cost Components

Note:

Bidder should provide all prices, quantities as per the prescribed format under this Annexure. Bidder should not leave any field blank. In case the

field is not applicable, Bidder must indicate “0” (Zero) in all such fields.

The Bidder shall take the quantities mentioned as minimum quantities. However, for proper functioning of the system, the bidder may include

components which may not have been mentioned or increased quantities.

It is mandatory to provide breakup of all Taxes, Duties and Levies wherever applicable and or payable.

Purchaser reserves the right to ask the Agency to submit proof of payment against any of the taxes, duties, levies indicated.

Purchaser shall take into account all Taxes, Duties and Levies for the purpose of Evaluation.

Annexure: 8.2.1 Financial Bid Format-OPEX

S No. SOR Description UoM Contract Period

QTY per Month

Contract QTY

Unit Rate Per Month

Cost per Month

Total Cost for 60 months (5 Years)

A B C = A x B D E = D x B F = D x C

1.00 Providing services for IP based CCTV Surveillance in buses of DTC and Cluster Scheme under Transport Department of NCT. The SOW defines the Opera-tionalize and Maintenance job of IP CCTV System in Buses, Command & Control Centre, Viewing Centre, Data centre and Viewing Centre at depot. Reference SOW (SOW No) of IP CCTV Surveillance System.

1.01 Providing services of CCTV System in every Bus of DTC and clus-ter Scheme as per SOW (Line 1 of Implementation Scheme)

Month(s) 60 5,000 3,00,000

1.02 Providing services of Viewing Centre for CCTV Footage at depot level as per SOW (Line 2 of Implementation Scheme)

Month(s) 60 66 3960

1.03 Providing services of Command & Control Centre for GPS based Vehicle Tracking System, CCTV and Alarm monitoring as per SOW (Line 3 of Implementation Scheme)

Month(s) 60 1 60

1.04 Providing services of Viewing Centre for CCTV Footage investi-gation as per SOW (Line 4 of Implementation Scheme)

Month(s) 60 1 60

1.05 Providing services of dedicated Data Centre as per SOW (Line 5 of Implementation Scheme)

Month(s) 60 1 60

1.06 Providing services of dedicated Disaster Recovery Centre as per SOW (Line 6 of Implementation Scheme)

Month(s) 60 1 60

1.07 Channel license cost of Analytics (refer Annexure 11 for specifi-cation) per camera as one-time Unit Rate

No(s) NA NA 15000

1.08 Lump sum cost of all required Hardware for Analytics shall be quoted as a set of 50 cameras per set

Set(s) NA NA 100

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 126 of 217

S No. SOR Description UoM Contract Period

QTY per Month

Contract QTY

Unit Rate Per Month

Cost per Month

Total Cost for 60 months (5 Years)

A B C = A x B D E = D x B F = D x C

1.09

Cost of Integration of the proposed solution with the additional buses pre-fitted with the system component for bus. The integra-tion shall include all level of integration with required set of li-censes and soft or SDK level integration*.

No(s) NA NA 1000

2.00 Providing services for monitoring, operation and troubleshooting tackles as per the requirement at Command and Control Centre. Reference SOW (SOW No) of Monitoring of IP CCTV Surveillance System.

2.01 CCTV operator for 24/7 Resource(s) 60

2.02 Technical Resource 24/7 Resource(s) 60

2.03 Helpdesk Resource(s) 60

2.04 Assignment Manager Resource(s) 60 1 60

2.05 Operations Manager Resource(s) 60 1 60

Total Amount before GST

GST @18%

Total Amount inclusive of GST

*The purchaser reserves the right to change the quantity based on the actual requirement.

Note:

i. Above breakup of rates is only for determining the total bid value for shortlisting the successful bidder for work award. However, actual payments shall be

regulated based on the actual number of locations/buses where services as per SOW were delivered during the billing period.

ii. The number of locations mentioned above are indicative only and Purchaser reserves the right to increase or decrease the number of actual locations/buses

intended to be covered under the contract.

iii. In addition, Purchaser reserves the right to increase or decrease the quantities of items indicated in the above BOQ and the payments shall be based on the

actual quantity of items.

iv. I/We do hereby confirm that my/ our bid price includes all statutory taxes/ levies but excluding GST (as applicable on the services). I/ We also declare that any

tax, surcharge on tax and / or any other levies, if altered in future and payable under the law, the same shall be borne by me/ us.

v. The quoted rates for all items shall remain unchanged for entire term of the Contract Agreement. In case there is increase or decrease in any item(s) to be

installed, then the payment to the Service Provider shall be made as per actuals, as the case may be, in reference to the quoted price in the financial bid and/or

as assessed by the Purchaser in case item is not mentioned in the financial bid

vi. Bidder needs to provide cost of analytics license per camera as a separate line item. Bidder is required to the cost for this item for future purposes. Purchaser

reserves the right to consider deployment of Analytics at any point of time within the project contract period)

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 127 of 217

16.9 Annexure 9: Proformas

Annexure 9.1: Declaration of Non-Blacklisting

Declaration for Bidder

Please provide the declaration on letter head

{Place}

{Date}

To,

Ref: RFP Ref No: ________

Subject: Self-Declaration of Bidder shall not be blacklisted by any Government to the Request for

Proposal for selection of “Selection of agency to operationalise IP CCTV and Automatic Vehicle

Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model”

Dear Sir,

We confirm that our company or firm, ____________, is currently not blacklisted by any Government, in

any manner whatsoever by any of the State or UT and / or Central Government in India on any ground

including but not limited to indulgence in corrupt practice, fraudulent practice, coercive practice, undesir-

able practice or restrictive practice.

(Signature of the Bidder)

Name

Designation

Seal

Date:

Place:

Business Address:

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 128 of 217

Annexure 9.2: Bank Guarantee for Earnest Money Deposit

Whereas, ________________________________ (Name and address of bidder) (hereinafter called “the

Bidder”) wishes to submit his bid for

__________________________________________________________________________________

_

______________________________________________________________________ (Name of

work).

And Whereas, the Bidder is required to furnish a Bank Guarantee for the sum of Rs.2,00,00,000/-

(Rupees Two Hundred Lakh only) as Earnest Money Deposit (EMD) against the Bidder’s offer as afore-

said.

And whereas, ________________________ (Name of bank) have, at the request of the Bidder, agreed

to give this guarantee as herein after contained.

KNOW ALL MEN BY THESE PRESENTS that we __________________________________ (name and

address of bank) having our registered office at _____________________________________________

(hereinafter called “the Bank”) are bound unto the Secretary cum Commissioner (Transport), Transport

Department, Government of NCT of Delhi, 5/9, Under Hill Road, Delhi – 110054 (hereinafter called “the

Employer”) in the sum of Rs.__________________/- (Rupees

___________________________________________ only) for which payment will and truly to be made

to the said Employer, the bank binds itself, its successors and assigns by these presents.

We further agree as follows:

i. That the Employer may without affecting this guarantee grant time or other indulgence to or

negotiate further with the bidder in regard to the conditions contained in the said bid and thereby

modify these conditions or add thereto any further conditions as may be mutually agreed upon

between the Employer and the Bidder.

ii. That the guarantee hereinbefore contained shall not be affected by any change in the constitution

of our bank or in the constitution of the bidder.

iii. That any account settled between the Employer and the bidder shall be conclusive evidence

against us of the amount due hereunder and shall not be questioned by us.

iv. That this guarantee commences from the date hereof and shall remain in force till

______________________ (date to be filled up) (up to 180 days from the deadline date of sub-

mission of Bid).

v. That the expression “the Bidder” and “the Bank” herein used shall, unless such an interpretation

is repugnant to the subject or context, include their respective successors and assigns.

--------------------------------------------------

(Authorized Signatory of the Bank)

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 129 of 217

Annexure 9.3: Performance Bank Guarantee

Ref: _________________ Date _________________

Bank Guarantee No. ______________________

To

{Procurement Entity}

1. IN consideration of the Secretary cum Commissioner (Transport), Transport Department,

Government of NCT of Delhi, ________________________ < indicate name and address of

purchaser > (hereinafter called “the TD”) having agreed; to exempt

___________________________________ (hereinafter called “Agency”) from the demand, un-

der the terms and conditions of an Agreement, dated _______________________ made be-

tween __________________________ and ____________________ for

________________________ (hereinafter called “the said Contract”), of security deposit for the

due fulfilment by the said Agency of the terms and conditions contained in the said Agreement,

on production of a bank Guarantee for Rs.__________ (Rupees ___________ only) we,

_____________________ < indicate name of the Bank > (hereinafter referred to as “the Bank”)

at the request of _____________________________ or Agency or , do hereby undertake to pay

to the Transport Department an amount not exceeding Rs. ______________ against any loss

or damage caused to or suffered or would be caused to or suffered by the Government by reason

of any breach by the said Agency of any of the terms or conditions contained in the said contract

2. We _________________________________ < indicate name of the Bank > do hereby undertake

to pay the amounts due and payable under this guarantee without any demur, merely on a demand

from the Transport Department, Delhi stating that the amount claimed is due by way of loss or

damage caused to or would be caused to or suffered by the Transport Department by reason of

breach by the said Agency of any of the terms or conditions contained in the said Contract or by

reason of the Agency failure to perform the said Contract. Any such demand made on the bank shall

be conclusive as regards the amount due and payable by the Bank under this guarantee. However,

our liability under this guarantee shall be restricted to an amount not exceeding Rs. ___________

3. We undertake to pay to the Transport Department, Delhi any money so demanded notwithstanding

any dispute or disputes raised by the contractor(s) supplier(s) in any suit or proceeding pending

before any court or Tribunal relating thereto our liability under this present being absolute and une-

quivocal.

4. The payment so made by us under this bond shall be a valid discharge of our liability for payment

there under and the contractor(s) supplier(s) shall have no claim against us for making such pay-

ment.

5. We, ____________________________ <indicate name of the Bank> further agree that the guar-

antee herein contained shall remain in full force and effect during the period that would be taken for

the performance of the said Contract and that it shall continue to be enforceable till all the dues of

the Contract under or by virtue of the said Contract have been fully paid and its claims satisfied or

discharged or filed _________________________ Office or Department

___________________________________ certifies that the terms and conditions of the said con-

tract, have been fully and properly carried out by the said Agency and accordingly discharges this

guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 130 of 217

__________________________________ we shall be discharged from all liability under this guar-

antee thereafter.

6. We, _______________________________ <indicate name of the Bank> further agree with the

Transport Department that it shall have the fullest liberty without our consent and without affecting

in any manner our obligations hereunder to vary any of the terms and conditions of the said Contract

or to extend time of performance by the said Agency from time to time or to postpone for any time

or from time to time any of the powers exercisable by the Transport Department against the said

Transport Department and to for bear or enforce any of the terms and conditions relating to the said

contract and we shall not be relieved from our liability by reason of any such variation or extension

being granted to the said agency or for any forbearance, act or commission on the part of the

Transport Department or any indulgence by the Transport Department to the said Agency or by any

such matter or thing whatsoever which under the law relating to sureties would, but for this provision,

have effect of so relieving us.

7. This guarantee will not be discharged due to the change in the constitution of the Bank or the

agency.

8. We, ____________________ <indicate name of the Bank> lastly undertake not to revoke this guar-

antee during its currency except with the previous consent of the Transport Department in writing.

NOTHWITHSTANDING ANYTHING CONTAINED HEREIN:

I. Our liability under this Bank Guarantee shall not exceed Rs. <<Amount in figures>> (Rupees

II. <<Amount in words>> only)

III. This Bank Guarantee shall be valid up to <<insert date>>)

IV. It is condition of our liability for payment of the guaranteed amount or any part thereof arising under

this Bank Guarantee that we receive a valid written claim or demand for payment under this Bank

Guarantee on or before <<insert date>>) failing which our liability under the guarantee will auto-

matically cease.

Date _________________

Place _________________ Signature _________________

Witness _________________ Name _________________

(Bank's common seal)

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 131 of 217

Annexure 9.4: Non-Disclosure Agreement (NDA)

WHEREAS, we the undersigned Bidder, __________________________________, having our principal

place of business or registered office at _________________, are desirous of bidding for RFP No. <<>>

dated <<DD-MM-2018>> “Selection of agency to operationalise IP CCTV and Automatic Vehicle

Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model”

(hereinafter called the said 'RFP') to the “Transport Department”, hereinafter referred to as ‘TD’

and,

WHEREAS, the Bidder is aware and confirms that the TD business or operations, information,

application or software, hardware, business data, architecture schematics, designs, storage media and

other information or documents made available by the TD in the RFP documents during the bidding

process and thereafter, or otherwise (confidential information for short) is privileged and strictly

confidential and or or proprietary to the TD,

NOW THEREFORE, in consideration of disclosure of confidential information, and in order to ensure the

TD grant to the Bidder of specific access to TD confidential information, property, information systems,

network, databases and other data, the Bidder agrees to all of the following conditions.

It is hereby agreed as under:

1. The confidential information to be disclosed by the Transport Department, Delhi under this

Agreement (“Confidential Information”) shall include without limitation, any and all information in

written, representational, electronic, verbal or other form relating directly or indirectly to processes,

methodologies, algorithms, risk matrices, thresholds, parameters, reports, deliverables, work

products, specifications, architecture, project information, security or zoning strategies and policies,

related computer programs, systems, trend analysis, risk plans, strategies and information

communicated or obtained through meetings, documents, correspondence or inspection of tangible

items, facilities or inspection at any site to which access is permitted by the TD.

2. Confidential Information does not include information which:

a. the Bidder knew or had in its possession, prior to disclosure, without limitation on its

confidentiality;

b. information in the public domain as a matter of law;

c. is obtained by the Bidder from a third party without any obligation of confidentiality;

d. the Bidder is required to disclose by order of a competent court or regulatory authority;

e. is released from confidentiality with the written consent of the TD.

The Bidder shall have the burden of proving hereinabove are applicable to the information in the

possession of the Bidder.

3. The Bidder agrees to hold in trust any Confidential Information received by the Bidder, as part of the

Tendering process or otherwise, and the Bidder shall maintain strict confidentiality in respect of such

Confidential Information, and in no event a degree of confidentiality less than the Bidder uses to

protect its own confidential and proprietary information. The Bidder also agrees:

a. to maintain and use the Confidential Information only for the purposes of bidding for this RFP

and thereafter only as expressly permitted herein;

b. to only make copies as specifically authorized by the prior written consent of the Transport

Department and with the same confidential or proprietary notices as may be printed or displayed

on the original;

c. to restrict access and disclosure of Confidential Information to their employees, consortium

members and representatives strictly on a "need to know" basis, to maintain confidentiality of

the Confidential Information disclosed to them in accordance with this clause; and

d. to treat Confidential Information as confidential unless and until Transport Department expressly

notifies the Bidder of release of its obligations in relation to the said Confidential Information.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 132 of 217

4. Notwithstanding the foregoing, the Bidder acknowledges that the nature of activities to be performed

as part of the Tendering process or thereafter may require the Bidder’s personnel to be present on

premises of the purchaser or may require the Bidder’s personnel to have access to software,

hardware, computer networks, databases, documents and storage media of the purchaser while on

or off premises of the purchaser. It is understood that it would be impractical for the Transport

Department to monitor all information made available to the Bidder’s personnel under such

circumstances and to provide notice to the Bidder of the confidentiality of all such information.

Therefore, the Bidder shall disclose or allow access to the Confidential Information only to those

personnel of the Bidder who need to know it for the proper performance of their duties in relation to

this project, and then only to the extent reasonably necessary. The Bidder will take appropriate steps

to ensure that all personnel to whom access to the Confidential Information is given are aware of the

Bidder’s confidentiality obligation. Further, the Bidder shall procure that all personnel of the Bidder

are bound by confidentiality obligation in relation to all proprietary and Confidential Information

received by them which is no less onerous than the confidentiality obligation under this agreement.

5. The Bidder shall establish and maintain appropriate security measures to provide for the safe custody

of the Confidential Information and to prevent unauthorised access to it.

6. The Bidder agrees that upon termination or expiry of this Agreement or at any time during its

currency, at the request of the Purchaser/ Transport Department, the Bidder shall promptly deliver

to the purchaser the Confidential Information and copies thereof in its possession or under its direct

or indirect control, and shall destroy all memoranda, notes and other writings prepared by the Bidder

or its Affiliates or directors, officers, employees or advisors based on the Confidential Information

and promptly certify such destruction.

7. Confidential Information shall at all times remain the sole and exclusive property of the purchaser.

Upon completion of the Tendering process and or or termination of the contract or at any time during

its currency, at the request of the purchaser, the Bidder shall promptly deliver to the purchaser the

Confidential Information and copies thereof in its possession or under its direct or indirect control,

and shall destroy all memoranda, notes and other writings prepared by the Bidder or its Affiliates or

directors, officers, employees or advisors based on the Confidential Information within a period of

sixty days from the date of receipt of notice, or destroyed, if incapable of return. The destruction shall

be witnessed and so recorded, in writing, by an authorized representative of the purchaser. Without

prejudice to the above the Bidder shall promptly certify to the purchaser, due and complete

destruction and return. Nothing contained herein shall in any manner impair rights of the purchaser

in respect of the Confidential Information.

8. In the event that the Bidder hereto becomes legally compelled to disclose any Confidential

Information, the Bidder shall give sufficient notice and render best effort assistance to the purchaser

to enable the purchaser to prevent or minimize to the extent possible, such disclosure. Bidder shall

not disclose to a third party any Confidential Information or the contents of this RFP without the prior

written consent of the purchaser. The obligations of this Clause shall be satisfied by handling

Confidential Information with the same degree of care, which the Bidder applies to its own similar

Confidential Information but in no event less than reasonable care.

For and on behalf of:

(Bidder)

Authorised Signatory Office Seal:

Name: Place:

Designation: Date :

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 133 of 217

Annexure 9.5: Format for Power of Attorney to Authorize Signatory

POWER OF ATTORNEY

[To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant Stamp

Act. The stamp paper to be in the name of the company who is issuing the power of attorney.]

We, M/s.______ (name of the firm or company with address of the registered office) hereby constitute,

appoint and authorise Mr. or Ms.______ (Name and residential address) who is presently employed with

us and holding the position of ______, as our Attorney to do in our name and our behalf all or any of the

acts, deeds or things necessary or incidental to our RFP for the Project _____ (name of the Project),

including signing and submission of the RFP response, participating in the meetings, responding to que-

ries, submission of information or documents and generally to represent us in all the dealings with Client

or any other Government Agency or any person, in connection with the works until culmination of the

process of bidding till the Project Agreement is entered into with ____________ (Client) and thereafter

till the expiry of the Project Agreement.

We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this

power of attorney and that all acts, deeds and things done by our aforesaid Attorney shall and shall

always be deemed to have been done by us.

Dated this the _____ day of ______ 2018

(Signature and Name of authorized signatory)

___________

(Signature and Name in block letters of all the remaining partners of the firm Signatory for the Company)

Seal of firm Company

Witness 1: Witness 2:

Notes:

► To be executed by all the members individually.

► The Mode of execution of the power of attorney should be in accordance with the procedure, if

any laid down by the applicable law and the charter documents of the executant(s) and when it

is so required the same should be under common seal affixed in accordance with the required

procedure.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 134 of 217

16.10 Annexure 10: CCN and others

Annexure 10.1: Change Control Note

Change Control Note CCN Number:

Part A: Initiation

Title:

Originator:

Sponsor:

Date of Initiation:

Details of Proposed Change

(To include reason for change and appropriate details/specifications. Identify any attachments as

A1, A2, and A3 etc.)

Authorized by Pur-

chaser

Date:

Name:

Signature:

Received by the Bidder Date:

Name:

Signature:

Change Control Note CCN Number:

Part B: Evaluation

(Identify any attachments as B1, B2, and B3 etc.)

Changes to Services, payment terms, payment profile, documentation, training, service levels and

component working arrangements and any other contractual issue.

Brief Description of Solution:

Impact:

Deliverables:

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 135 of 217

Timetable:

Charges for Implementation:

(including a schedule of payments)

Other Relevant Information:

(including value-added and acceptance criteria)

Authorized by the Bidder Date:

Name:

Signature:

Change Control Note CCN Number:

Part C: Authority to Proceed

Implementation of this CCN as submitted in

Part A, in accordance with Part B is: (tick as

appropriate)

Approved Rejected

Requires Further Information (as follows, or

as Attachment 1 etc.)

For Purchaser and its nomi-

nated agencies

For the Bidder

Signature Signature

Name Name

Title Title

Date Date

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page 143 of 217

Annexure 10.2: Acceptance Testing Criteria

Active Component (Hardware), Software and Passive Component (Various types of Cables, En-

closures, Termination housing and related accessories)

Item Name

Part Code:

Model No.

Serial No.

Specification Compli-

ance Document

Current Specification

Product Certifications

Factory Test Reports

CCITT Approval (Where

ever required)

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 144

Annexure 10.3: Activity Chart for Implementation Phase

Activity-wise Timelines

S. No Item of Activity Month wise Program

1 2 3 4 5 …

Project Plan

1 <Activity 1>

1.1 <Sub-Activity 1>

1.2 <Sub-Activity 2>

2

2.1

2.2

3

3.1

4

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 145

16.11 Annexure 11: Technical Specification of Hardware and Software

This section of the RFP covers the technical specification of all hardware, software,

passive component and command centre infrastructure (interior)

S. No List of Component Annexure No.

1 VMS Application 11.1

2 Firewall cum Switch for Command Centre 11.2

3 IP Camera 11.3

4 mNVR 11.4

5 4G/LTE Module 11.5

6 GPS Module 11.6

7 Wi-Fi Module 11.7

8 VMS Server 11.8

9 20 KVA UPS 11.9

10 1500 VA UPS 11.10

11 Video Wall 11.11

12 55" Monitor 11.12

13 32" Monitor 11.13

14 Workstation 11.14

15 mNVR Housing 11.15

16 42U Equipment Rack 11.16

17 Power Cable 11.17

18 Passive Component 11.18

19 Technical Furniture 11.19

20 Command Centre Interior 11.20

21 Panic Button 11.21

22 NAS 11.22

23 Command Centre Design 11.23

24 Health Monitoring Software 11.24

Note: Bidders should propose only single make and model against each equipment. If any bidder pro-

poses multiple make and models against any of the equipment then their bid shall be treated as a con-

ditional bid and shall be liable for dis-qualification.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 146

Annexure 11.1

Technical Specification and Compliance of VMS Application and Vehicle Tracking Software

S. No. VMS Specification Compliance

(Yes/No)

Devia-

tions

(if any)

1 Product details-

2

Please mention

Make Model No.

or Part Code

3 Video Management Software shall have following features:

3.01

This shall be a highly scalable enterprise level software solution.

It shall offer a complete video surveillance solution that will be dis-

tributed network architecture, user-friendly interface, scalable to

required numbers of cameras that can be added on a unit-by-unit

basis.

3.02

The network video management software shall be licensed and

shall operate on open architecture and shall require no proprietary

IT hardware.

3.03 The network video management software shall allow for video to

be streamed on workstation in Matrix or on a video wall.

3.04

The user with administrative rights shall create clients (users) and

give access to the software client application based on predefined

user access rights.

3.05 The system shall allow the recording, live monitoring, playback of

archived video and data simultaneously.

3.06 The software shall provide the following: -

a. Several simultaneous live picture connections of camera in net-

work.

b. Configuration of monitoring situation (site maps).

c. Programming of alarm-triggered automatic events in various

alarms configuration.

d. System set up with limited operation options for clearly defined

surveillance tasks.

e. Programming of automatic recording events on a network re-

corder.

3.07

The software shall display dual H.264/H.245 & H.265+ video

streams in real time simultaneously at frame rates ranging from 1

fps to 25 fps and resolution ranging Full HD to other HD/SD reso-

lution.

3.08

Each camera’s bit rate, frame rate and resolution shall be set in-

dependently from other cameras in the system, and altering these

settings shall not affect the recording and display settings of other

cameras.

3.09

The software shall provide automatic search and discovery of

component of video surveillance system on the network, which

can be network cameras and mNVRs.

3.10

The software shall provide drag & drop functions on the system

and for set up of connection between cameras and monitors con-

nected to one workstation.

3.11 The software shall allow:

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 147

S. No. VMS Specification Compliance

(Yes/No)

Devia-

tions

(if any)

a. Live display of cameras.

b. Live display of camera sequences.

c. Control of PTZ cameras.

d. Playback of archived video.

e. Retrieval of archived video.

f. Instant Replay of live video.

g. Use of site maps.

h. Configuration of system settings.

i. Configuration and programming of PTZ cameras, features like

auto tours, presents, etc.

3.12

The software shall be able to do video recording on any of the

following options - inbuilt hard disks on the server, direct attached

storage boxes attached to servers, network attached storage,

storage area network.

3.13 The software shall be capable of handling camera and alarm icons

on area maps.

3.14 The software shall support SNMP trap and LDAP.

3.15

The software shall support Third Party Device Integration: Integra-

tion with devices other than cameras via SDK and software trig-

gers provided by connected hardware controllers. Device can be

Access Control, Motion Sensors and Door Switches, Fire alarms

etc. VMS SDK should also be available for any such kind of inte-

gration.

3.16

The area map shall be configurable to pop up upon the receipt of

an alarm received from a camera on the map. This can be on the

same or other monitors on the PC.

3.17

The software shall be able to select the required recording based

on the time recording was activated, the duration of recording, op-

erator activated recording, event activated recording, scheduled

recording.

3.18

The software shall provide a reporting utility for tracking for the

following minimum options. Video clips and image snapshots shall

be stored with reports for documenting events.

a. Alarms

b. Incidents

c. Operator logs

3.19

The software shall have the facility to export the desired portion of

clipping of video from a desired date/time to another desired

date/time on DVD/ on any client/ network storage device. Viewing

of this recording shall be possible on authorized player, which

shall be provided by software manufacturer or in media player on

computer utilizing a Window environment.

3.20

The Video Management servers shall not limit the number of net-

work video recording servers which can be networked together to

form video management and recording system.

3.21

The Video Management servers shall maintain a catalogue of set-

tings for all the clients, servers, and IP cameras & IP enabled cam-

eras in the system. If a single server cannot manage the Video

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 148

S. No. VMS Specification Compliance

(Yes/No)

Devia-

tions

(if any)

Management servers & recording, in such cases, additional server

shall be provided.

3.22

The software shall enable the client to dynamically create connec-

tions between cameras and clients and view live or recorded video

on Monitors.

3.23

The software shall provide the client seamless operation of all

cameras and clients available in the system regardless of the ac-

tual connection to different Network Video Recording servers.

3.24 The software shall detect signal loss and have the capability to

alert the systems administrator.

3.25

The software shall receive all incoming events (motion detection

and triggered digital input and relay output) in the system and take

appropriate actions based on user-defined event/action relation-

ships.

3.26 The software shall create an audit trail of all events and user ac-

tivities.

3.27 The Video Management Software shall support the following: -

a. The Video Management Software shall provide a full matrix oper-

ation of IP video to display monitors.

b. The Video Management Software shall have the capability of cre-

ating camera sequences with the following functionalities:

i. Each Sequence shall have capability up to hundreds of cameras.

ii. Each camera in the sequence shall have its own individual dwell

time, from 1 to 60 seconds.

iii. Multiple users shall be able to view the same camera sequence

simultaneously, not necessarily synchronized one with the other.

iv. Web and Mobile surveillance shall be available.

v. Event based playback shall be available.

vi. Shall support Video Time Lapse or Video Synopsis feature to

summarize the video of hours to seconds.

3.28 The software shall provide alarm management module.

a.

The alarm management shall be able to set any monitor or groups

of monitors to display cameras automatically in response to alarm

inputs.

b. The alarm management shall be able to reset automatically or

manually alarmed video.

3.29

It shall be possible to search for recordings in the software by

camera, date and time. If a date and time is specified, playback

shall commence from that date and time. It shall be possible to

playback more than one camera simultaneously.

3.30

The software shall support at least 64 video streams concurrently.

It shall support at least four monitors in one server/ workstation for

displaying live video. It shall allow minimum five levels of user and

alarm prioritization. It shall allow minimum 16 cameras to be re-

played simultaneously.

3.31 The VMS shall be seamlessly integrated with Face recognition

Software and have capability to receive the alerts.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 149

S. No. VMS Specification Compliance

(Yes/No)

Devia-

tions

(if any)

3.32

The VMS shall provide comprehensive health check of all the

cameras, mNVR periodically and shall generate a log for the

same.

3.33

The VMS shall be capable to handle fleet of 11000 buses to be

augmented by the Govt. of NCT of Delhi in near future i.e. 33000

Cameras.

4.00 Graphic User Interface Client Software Features:

4.01

The GUI software shall perform the following applications simul-

taneously without interfering with any of the storage server oper-

ations (recording, alarms, etc.): -

i. Live display of cameras.

ii. Live display of camera sequences.

iii. Control of PTZ cameras.

iv. Playback of archived video.

v. Retrieval of archived video.

vi. Instant replay of live video.

vii. Use of graphical controls (maps) and alarm management.

viii. Configuration of system settings.

4.02 The GUI software shall support any form of IP network connectiv-

ity including LAN, WAN and wireless LAN technologies.

4.03 The GUI software shall support multicast and unicast video

streaming.

4.04 The GUI software shall provide an authentication mechanism,

which verifies the validity of the user.

4.05 The GUI software shall allow for live monitoring of video.

4.06 It shall enable view of 1 to minimum 16 video tiles simultaneously

on a single digital monitor at 25 fps per camera.

4.07 The software shall provide on each of the digital monitors inde-

pendently the following tile views:

a. Full screen

b. Quad view

c. 4x4 (16-view)

d. The Software shall also support any other window division based

on the site requirement.

4.08 The GUI software shall allow operators to view an instant replay

of any Camera.

a.

The operator shall be able to define the amount of time he/she

wishes to go back from a timeline bar or through a custom setup

period.

b. The operator shall be able to control the playback with play,

pause, forward, and speed buttons.

4.09 The operator shall be able to choose and trigger following mini-

mum action from a macro/site map:

a. View Camera in a video tile.

b. View map or procedure in a video tile.

c. Starting/stopping PTZ pattern.

d. Go to PTZ pre-set.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 150

S. No. VMS Specification Compliance

(Yes/No)

Devia-

tions

(if any)

4.10

The GUI software shall provide management and control over the

system using a standard PC mouse, keyboard and Digital key-

board.

4.11 The GUI software shall display all cameras attached to the system

regardless of their physical location on the network.

4.12 The GUI software shall display all camera sequences created in

the system.

4.13 The GUI software shall allow operators to control (pause/play,

skip forwards, skip backwards) camera sequences.

4.14 The GUI software shall display all cameras, sequences and users

in a logical tree.

4.15

The GUI software operator shall be able to drag and drop a cam-

era from a tree of available cameras into any video tile for live

viewing.

4.16 The GUI software operator shall be able to view the camera from

a tree of available cameras into any video tile for live viewing.

4.17

The GUI software shall support graphical site representation

(map) functionality, where digital maps are used to represent the

physical location of cameras and other devices throughout facility.

4.18 The maps shall have the ability to contain hyperlinks to create a

hierarchy of interlinked maps.

4.19

The GUI software operator shall be able to view the camera from

a map into a video tile for live viewing in the same browser without

opening a new browser.

4.20

The operator shall be able to click on an icon in a map to initiate

PTZ camera pre-sets, run PTZ pattern, view camera in an analog

monitor or send an I/O stream.

4.21 The GUI software shall support digital zoom on a fixed camera’s

live video streams.

4.22 The GUI software shall support digital zoom on a PTZ camera’s

live video streams.

4.23 The operator shall be able to control Pan, Tilt and Zoom patterns

of PTZ Camera.

4.24 The software shall be able to display video of cameras on 40-inch

Large Format Display Monitors and Workstation Monitors.

4.25 The software shall allow the control of display from the client PC.

4.26

The operator from the GUI software shall be able to decide the

screen layout and also the cameras that shall be displayed on the

monitors.

4.27 The software shall support multicasting.

4.28 It shall be possible to switch the screen layout in response to an

alarm.

4.29 The GUI Software shall support text superimposing the title and

date & time on the video.

5.00 Video Recording Software:

5.01

Software shall support recording of H.264/H.265 and H.265+

video streams. It shall support recording of video and audio for all

the channels.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 151

S. No. VMS Specification Compliance

(Yes/No)

Devia-

tions

(if any)

5.02

Software shall support triplex applications, recording, re-play and

backup simultaneously. It shall be compatible with windows

Server OS or Linux for highest performance and reliability.

5.03 Software shall operate on open architecture and shall not require

any proprietary hardware.

5.04

Software shall be able to record minimum 64 different video

streams or more simultaneously. It shall be accessible from any

client PC connected to the network.

5.05 Software shall provide network time server function to ensure the

synchronization of the video servers and the recordings.

5.06 The servers shall be connected to the network so that these can

be placed at any location which has network access.

5.07

The software shall be able to receive alarms of different types from

equipment to start a recording. These alarms can be motion de-

tection, video loss, and unified picture and trigger input.

5.08 The software alarm recording shall support pre-and post-alarm

periods. Both can be configured in duration.

5.09 The software shall provide a status of the available recording ca-

pacity.

5.10 Fault Tolerant Recording:

a.

If software & server(s) operation are interrupted, like power dis-

connection and once the server(s) are restarted, these shall auto-

matically resume recording of any cameras these were recording

prior to the interruption.

b.

The software shall support network fault-tolerant recording such

that if the network connection between a video management

server and video recording server becomes unavailable, for ex-

ample through cable breakage, network congestion or WLAN in-

terruption, the system operation shall automatically recover when

the connection is restored.

5.11 Search & Export:

a.

It shall be possible to search for recordings in the software by

camera, date and time. If a data and time is specified, playback

shall commence from that date and time. It shall be possible to

playback more than one camera simultaneously.

b.

The software shall be able to export sections of recordings to a

separate Windows folder, which can then be written to CD-ROM,

DVD-ROM or USB Flash Drives etc. to be played back at a loca-

tion not connected to the network video management & recording

network. The export process shall make available a player appli-

cation, which can be provided with the exported video. Export

shall be possible in Windows media player or any other media

player compatible format. Simultaneous export of multiple cam-

eras shall also be possible.

6.00 Video Analytics Software (For Future upgradation):

6.01

Possible applications of analytics software over the IP based

video surveillance system, for specific number of cameras on de-

mand basis, shall include the following minimum video analytics

software.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 152

S. No. VMS Specification Compliance

(Yes/No)

Devia-

tions

(if any)

6.02 Intrusion Detection

6.03 Left Object Detection

6.04 Overcrowding

6.05 Camera Tampering

6.06 Intrusion Detection:

a.

The offered video analytic software shall include a comprehensive

intrusion detection features. The intrusion detection shall be used

for generating alarm/alert under following scenarios:

I. Commuters boarding and de-boarding the bus.

II. Physical assault to co-passengers.

III. Face detection and recognition.

6.07 Left Object Detection:

a. The software feature shall include comprehensive left object de-

tection.

b. The left object detection shall be able to detect:

I. Object / baggage left behind inside the bus within its visible range.

II. Identification of face of object owner.

III. The alarm shall be generated after a pre-determined time decided

by the Transport Department.

6.08 Overcrowding:

a.

The software for overcrowding shall be able to give a feedback to

the administrator/ operator if the scene is over-crowded. It shall

give an alarm/alert as soon as people converge at a single place

above a predefined threshold level. The threshold level shall be

defined at the time of configuration.

6.09 Camera Tampering:

a.

The software shall be able to detect sabotage or tampering to the

cameras. It shall be able to detect camera blurring, camera blind-

ing and change of orientation of fixed cameras.

b. Camera tampering feature shall be provided for all fixed cameras.

6.10

Video analytics software shall be implemented either at firmware

level or server level for fixed IP cameras as per details mentioned

in the table or as specified by the purchaser. Purchaser has to

specify numbers of cameras to be provided with different types of

video analytics software.

S.

No.

Type of Video

Analytics :

Location of Cameras on which

Video Analytics is to be pro-

vided

i. Intrusion Detec-

tion :

Cameras inside the bus as

specified in the layout drawing

ii. Left Object Detec-

tion :

iii. Overcrowding :

iv. Camera Tamper-

ing :

7.00 Face Recognition Software (For Future Expansion):

7.01 Face Recognition System shall work in both real time and offline

mode.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 153

S. No. VMS Specification Compliance

(Yes/No)

Devia-

tions

(if any)

7.02

The system shall capture face images from live CCTV video feed

and generate alerts, if blacklist match is found. FRS alerts should

be pushed to the VMS / NVR client (seamlessly integrated with

VMS/NVR client).

7.03

The system shall have the best suited technology employed for

1:1 (one to one) and 1: N (one to many) matching application,

when they enter the field of view of CCTV cameras.

7.04 The system shall have the provision to take multiple samples of

same face belonging to same person.

7.05 The system shall work on partial occlusion of face, glasses,

scarfs, changes of facial expression etc.

7.06 The system shall be able work on moderate face rotation either

horizontal or vertical.

7.07

The system shall be able for matching suspect faces from pre-

recorded video feeds obtained for CCTV deployed various identi-

fied locations.

7.08

The system shall be able to add photographs obtained from law

enforcement agencies to the criminals’ repositories tagged for

sex, age, scars, tattoos etc. for future searches.

7.09 The system shall support diverse graphic & video formats as well

as live cameras.

7.10 The system administration / user shall have option to customize

the GUI for different user.

7.11 The identification of faces should be contactless, at a distance, on

the move and in the crowded area.

7.12

The system shall have any tool for enhancement of quality of im-

age before enrolment. The tool may be either a part of this soft-

ware or may be provided as an add-on.

7.13 The system shall be able to utilize any of the file formats like

JPEG, PNG, BMP and TIFF format for enrolment.

7.14

The system shall be able to check duplicate image of new face, if

new face is already enrolled in the database before registering the

new enrolled face in the system.

7.15 The system shall have option to automatically enrol face images

from CCTV cameras.

7.16

The system shall have capacity to create different categories of

people with option to customize the matching threshold for differ-

ent categories.

7.17 The system shall be able to work on full HD or Ultra HD Cameras.

7.18 The system shall be scalable to be implemented on IT hardware

like Server or Workstation.

7.19 The system shall be able to use CPU and GPU based processing

for multiple camera streams in a single Server/Workstation.

7.20

The system shall support minimum 4 nos. of camera streams on

Servers intended for Face Recognition Software as per clause no.

22.12 (Graphic Option NVDIA GPU Card) with NVIDIA GPU Card

of Tesla/Quadro series or better.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 154

S. No. VMS Specification Compliance

(Yes/No)

Devia-

tions

(if any)

7.21 The system shall be able to work on windows / Linux operating

system.

7.22 The system shall employ database system like MS SQL or Oracle

or Postgre SQL or any other data base system.

7.23

The system shall have the capability to have face image data base

of 50000 or more for 1: N matching. The system should be scala-

ble to upgrade for higher data size as and when required with ad-

ditional license for database.

7.24 The system shall be able to work on ONVIF – profile 'S' compliant

cameras.

7.25

The face recognition software algorithm should have participated

in the latest NIST (National Institute of Standards and Technol-

ogy) Face Recognition Vendor Test. The vendor shall submit the

latest NIST evaluation report for the algorithm.

8.00 Vehicle Tracking Software:

8.01

The system should be capable to track 11000 vehicles simultane-

ously. However, the present requirement is 5000 no’s, of vehicles

only.

8.02

The offered Vehicle Tracking System shall be able to view the

progress of the vehicle on the entire route on real time basis. The

data displayed shall include but not limited to position, direction

and speed vehicle registration number, distance, halt report etc.

as per requirement of (TD) Transport Department of Govt. of NCT

of Delhi.

8.03

The system should be capable of providing seamless information

of the status of vehicles under monitoring/ tracking by the system.

In case of non-availability of communication link or system at

base, the vehicle-mounting unit should be equipped with minimum

1 day of store and forward mechanism to ensure no loss of any

data/ information.

8.04

The system should be able to integrate with any third party pas-

senger information system to be commissioned by Purchaser in

future.

8.05 The system should have automatic log/ historical data (track rec-

ord of all vehicles) capturing feature.

8.06 The system should also be compatible with any other GSM ser-

vice provider.

8.07

All the necessary statutory licenses and authorization, if any, from

the respective authorities will be under the scope of work of the

bidder at no extra cost to MFS.

8.08 The system should be based with access through login ID and

password.

8.09 The GIS should be capable of editing features such as addition/

deletion of POIs (Point of interest) search feature etc.

8.10 The system should have provision for flexibility in customization

of output reports.

8.11 Vehicle Management System will be hosted in proposed data cen-

tre of this project.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 155

S. No. VMS Specification Compliance

(Yes/No)

Devia-

tions

(if any)

8.12

Live tracking, tracking data, related reports etc. should be availa-

ble on MFS server which should be secure and should be exclu-

sively used by MFS.

8.13

Required Reporting Features: - Following reports are required to

be generated and these reports and real-time data can be seen

on website or Smart-Phone.

A Fleet summary report (Individual & Group-wise)

B History report

C Start-End report

D Speed report

E Latest location report

F Travel distance report

G Stoppage report

H Geo-fence report

I Travelling report with point of interest

J Input history repot (data-wise)

K History of path

L Other operational requirements

9.00 Software License:

9.01

Vendor shall offer required number of Camera Recording Li-

censes along with Video Management License. Preferably, Li-

cense shall not restrict the number of recording Servers used in

the system. If Licensing restricts the number of recording Servers

then adequate extra recording server Licenses shall be provided.

9.02

Preferably, Licensing shall not restrict the Storage size used in the

system. If it does then storage, Licensing shall be provided for

required percentage of current storage size as per offered system

design or offered solution requirement.

9.03

Client Licensing shall not be restricted to specific physical client

Workstations (PC) and shall provide access from any Workstation

within the network with required number of users simultaneous.

9.04

Licensing of various types of Video Analytics Software depending

upon numbers of cameras are to be specified as per requirement

by Transport Department.

9.05 Vendor shall clearly specify the Licensing of various features.

Note:

The system should have the ability to integrate with the any third-party vehicle tracking

system.

There must be a provision to acknowledge the strobe cum hooter from Central control

room as well as from the Bus level.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 156

Annexure 11.2

Specification and Compliance of Firewall cum L3 Switch for Command Centre:

S. No. Firewall cum L3 Switch Specification Compliance

(Yes/No)

Deviations

(if any)

1 Product details-

2

Please mention

Make Model No. or

Part Code

3

The Firewall should be Hardware based, Reliable, purpose-built se-

curity appliance with hardened operating system that eliminates the

security risks associated with general-purpose operating systems

4 Firewall appliance should have at least 30x 1GE SFP interface, 6x

10G SFP+ interfaces and 2 GE RJ45 Management ports

5 Firewall Throughput should be 60 Gbps

6 Firewall should support minimum 50 Gbps of VPN throughput

7 Firewall should support 20000 site-to-site & client to site VPN Tun-

nels.

8 Firewall should support minimum 5,000 concurrent SSL VPN users

and should be scalable in future

9 Firewall should support 460,000 new sessions per second

10 Firewall should support 20 Million concurrent sessions

11 The solution should support minimum 8 Gbps of NGFW (FW + IPS +

AVC) throughput for Mix / production traffic

12 The solution should support minimum 5 Gbps of Threat Prevention

(FW + IPS + AVC + AV) throughput for Mix / production traffic

13 The Firewall solution should support NAT64, DNS64 & DHCPv6

14

The proposed system shall be able to operate on either Transparent

(bridge) mode to minimize interruption to existing network infrastruc-

ture or NAT/Route mode. Both modes can also be available concur-

rently using Virtual Contexts.

15 The proposed system should have integrated Traffic Shaping func-

tionality.

16

The Firewall & IPSEC VPN module shall belong to product family,

which minimally attain Internet Computer Security Association

(ICSA) Certification.

17 The proposed system should support

a) IPSEC VPN

b) PPTP VPN

c) L2TP VPN

18 The device shall utilize inbuilt hardware VPN acceleration:

a) IPSEC (DES, 3DES, AES) encryption/decryption

b) SSL encryption/decryption

19 The system shall support the following IPSEC VPN capabilities:

a) Multi-zone VPN supports.

b) IPSec, ESP security.

c) Supports NAT traversal

d) Supports Hub and Spoke architecture

e) Supports Redundant gateway architecture

20 The system shall support 2 forms of site-to-site VPN configurations:

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 157

S. No. Firewall cum L3 Switch Specification Compliance

(Yes/No)

Deviations

(if any)

a) Route based IPSec tunnel

b) Policy based IPSec tunnel

21 The system shall support IPSEC site-to-site VPN and remote user

VPN in transparent mode.

22 The system shall provide IPv6 IPSec feature to support for secure

IPv6 traffic in an IPSec VPN.

Virtualization

23

The proposed solution should support Virtualization (Virtual Firewall,

Security zones and VLAN). Minimum 5 Virtual Firewall license should

be provided.

Intrusion Prevention System

24 The IPS capability shall minimally attain NSS Certification

25 IPS throughput should be minimum 11 Gbps for Mix / Production traf-

fic

26 The IPS detection methodologies shall consist of:

a) Signature based detection using real time updated database

b) Anomaly based detection that is based on thresholds

27 The IPS system shall have at least 7,000 signatures

28

IPS Signatures can be updated in three different ways: manually, via

pull technology or push technology. Administrator can schedule to

check for new updates or if the device has a public IP address, up-

dates can be pushed to the device each time an update is available

29

In event if IPS should cease to function, it will fail open by default and

is configurable. This means that crucial network traffic will not be

blocked and the Firewall will continue to operate while the problem is

resolved

30

IPS solution should have capability to protect against Denial of Ser-

vice (DOS) and DDOS attacks. Should have flexibility to configure

threshold values for each of the Anomaly. DOS and DDOS protection

should be applied and attacks stopped before firewall policy look-

ups.

31

IPS signatures should have a configurable action like terminate a

TCP session by issuing TCP Reset packets to each end of the con-

nection, or silently drop traffic in addition to sending an alert and log-

ging the incident

32

Signatures should a severity level defined to it so that it helps the

administrator to understand and decide which signatures to enable

for what traffic (e.g. for severity level: high medium low)

Antivirus

33 Firewall should have integrated Antivirus solution

34

The proposed system should be able to block, allow or monitor only

using AV signatures and file blocking based on per firewall policy

based or based on firewall authenticated user groups with configura-

ble selection of the following services:

a) HTTP, HTTPS

b) SMTP, SMTPS

c) POP3, POP3S

d) IMAP, IMAPS

e) FTP, FTPS

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 158

S. No. Firewall cum L3 Switch Specification Compliance

(Yes/No)

Deviations

(if any)

35

The proposed system should be able to block or allow oversize file

based on configurable thresholds for each protocol types and per

firewall policy.

Web Content Filtering

36 The proposed system should have integrated Web Content Filtering

solution without external solution, devices or hardware modules.

37

The proposed solution should be able to enable or disable Web Fil-

tering per firewall policy or based on firewall authenticated user

groups for both HTTP and HTTPS traffic.

38 The proposed system shall provide web content filtering features:

a) Which blocks web plug-ins such as ActiveX, Java Applet, and

Cookies.

b) Shall include Web URL block

c) Shall include score based web keyword block

d) Shall include Web Exempt List

39

The proposed system shall be able to queries a real-time database

of over 110 million + rated websites categorized into 70+ unique con-

tent categories.

Application Control

40

The proposed system shall have the ability to detect, log and take

action against network traffic based on over 3000 application signa-

tures

41 The application signatures shall be manual or automatically updated

42

The administrator shall be able to define application control list based

on selectable application group and/or list and its corresponding ac-

tions

Data Leakage Prevention

43

The proposed system shall allow administrator to prevent sensitive

data from leaving the network. Administrator shall be able to define

sensitive data patterns, and data matching these patterns that will be

blocked and/or logged when passing through the unit.

High Availability

44 The proposed system shall have built-in high availability (HA) fea-

tures without extra cost/license or hardware component

45 The device shall support stateful session maintenance in the event

of a fail-over to a standby unit.

46 High Availability Configurations should support Active/Active or Ac-

tive/ Passive

Logs and Report

47 Should have 450 GB of Hard Drive Capacity for logging and reporting

if not please quote separate appliance

48

Real-time display of information allows you to follow real-time trends

in network usage such as the source IP address and the destination

URL for HTTP traffic.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 159

Annexure 11.3

Specification and Compliance of IP camera

S.

No Parameter Minimum Specification

Compliance

(Yes/No)

Deviations

(if any)

1 Product details-

2

Please mention Make

Model No. or Part

Code

3 Type IP Camera

4 Lens 2.8mm - 4mm

5 Max. Aperture F2.0 or better

6 Angle of View H: 100° or Higher

7 Focus Control Fixed

8 Camera Resolution Minimum 2 megapixels, 1920 x 1080 pixels

9 Image Sensor 1/3” CCD or 1/2.7 to 1/3” progressive scan

CMOS

10 Video Compression H.265+ / H.265 / H.264 / H.264+, MPEG-4,

M-JPEG

11 Audio Compression G.711/ G.726/ AAC

12 Frame Rate 1 to 25 or 30 fps for all different resolution

13 Bit Rate Control CBR/VBR

14 Minimum Illumination

Colour

0.07Lux at F2.0 with IR Off

B/W

0.01 Lux at F1.2 with IR Off

0.0 Lux with IR On

15 S/N Ratio More than 50dB

WDR WDR 120 dB

16 IR Distance Distance up to 30m or more

17 IR On/Off Control Auto/ Manual

18 IR LEDs Smart IR

19 Shutter Time 1/50 sec to 1/100,000 sec

20 Infrared Capability Built-in Infrared LEDs with range of minimum

10 meters, Auto Day / Night

21 White Balance Auto/Natural/Street Lamp/Outdoor/Manual

22 Noise Reduction 3D DNR

23 Motion Detection Automatic Motion Detection Off/On (Rectan-

gle), Line crossing, intrusion detection

24 Digital Zoom 16x

25 Flip 0°/90°/180°/270°

26 Mirror Off / On

27 Privacy Masking Off / On (4 Area, Rectangle)

28 Camera Ruggedness

Rugged, vibration and shock proof housing

vibration resistance as per EN 50155,EN

50121, AIS004

29 Vandal Resistance IK 8 or better

30 IP Rating IP66 / IP67

31 Operating Tempera-

ture -10 to 60 degrees Celsius

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 160

S.

No Parameter Minimum Specification

Compliance

(Yes/No)

Deviations

(if any)

32 Operating Humidity 0% to 95% RH

33 Audio Built-in Microphone or separate microphone

34 Image Enhancement

Auto-tracking White Balance (ATW)

Automatic Gain Control

Wide Dynamic Range (WDR) and Automatic

Backlight Compensation (BLC)

35 Ethernet 10/100Base T M12 D-Coding (aviation type)

36 Protocol

HTTP; HTTPs; TCP; ARP; RTSP; RTP; UDP;

SMTP;

FTP; DHCP; DNS; DDNS; PPPOE; IPv4/v6;

QoS;

UPnP; NTP; Bonjour; 802.1x; Multicast;

ICMP;

IGMP; SNMP

37 Interoperability ONVIF, PSIA, CGI

38 Streaming Method Unicast / Multicast

39 Web Viewer IE, Chrome, Firefox, Safari

40 Smart Phone IOS, Android

41 Power Supply DC12V, PoE (802.3af) (Class 0)

42 Certification UL/EN, FCC, CE

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 161

Annexure 11.4

Specification and compliance of Mobile NVR:

S.

No Parameter Minimum Specifications

Compliance

(Yes/No)

Deviations

(if any)

1 Product details-

2

Please mention Make

Model No. or Part

Code

3 Number of Video In-

puts 4 channels

4 Number of Video

Outputs 1

5 Number of Audio In-

puts 4 channels

6 Number of Audio

Outputs 1

7 Two-way Talk 1ch Mic in, 1ch Mic out

8 Privacy Masking 4 rectangular zones (each camera)

9 OSD Camera title, Time, Video loss, Camera lock,

Motion detection, Recording

10 Video Compression

Standards Supported

H.265+/ H.265, H.264, H.264+, MPEG-4, M-

JPEG

11 Audio Compression

Standards Supported G.711 and G.726

12 Number of streams

Dual streams, both streams independently

configurable for each camera resolution and

frame rate

13 Recording Resolu-

tions

Equivalent to 1080p/ 720p/ 4CIF/ 2CIF/ CIF/

QCIF (can be set independently for each

channel, for both streams)

14 Video Frame Re-

cording Rate

1 to 25 or 30 fps for all channels at

1080p/720p/4CIF equivalent resolution and

frame rate can be set independently for each

camera, for both streams

15 Trigger Events Recording, PTZ, Tour, Alarm out, Email, FTP,

Snapshot, Buzzer & Screen tips

16 Video Detection Motion Detection, Video Loss & Camera

Blank

17 Alarm Sensors minimum 3 inputs (NO/NC) 2 outputs

18 Storage

1 TB, 2.5” SATA Solid State Drive with suita-

ble ant-vibration mechanism

Solid State Disk to be pluggable and easily

removable, secure and protected by lock

19 Recording Modes Normal, Schedule based, Alarm triggered,

Motion detection

20 Event Based Record-

ing and Tagging

Pre-recording – 1 to 15 minutes (Secondary

Stream)

Post-recording – 1 to 60 minutes (Secondary

Stream)

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 162

S.

No Parameter Minimum Specifications

Compliance

(Yes/No)

Deviations

(if any)

21 Shut Down Delay Configurable shut down delay after ignition

off – 5 min to 4 hours

22 Power Input 9 to 32 volts, spike/surge protection

23 Power-on-Ethernet Integrated PoE switch supporting peak power

requirement for 4 IP cameras with infrared on

24 Working Tempera-

ture -10 to +55 degrees Celsius

25 Working Humidity 0% to 95% relative humidity non-condensing

26 Network/Communi-

cation Interfaces

LAN – 1 RJ45 interface

4 ports PoE (IEEE802.3af/at)/M12 connector

Wi-Fi – 802.11/b/g/n

Built-in 3G/4G/ LTE module, supporting all

2G, 3G and 4G/ LTE (at least 900, 1800 and

2100 MHz frequency bands), Support for

SMS, Voice, Data, GPRS, TCP/IP

27 ONVIF compliance ONVIF 2.3 or above with suitable Profile

28 Network Functions TCP/IP, UDP, DHCP, DNS, IP Filter,

PPPOE, DDNS, FTP, Email, Alarm Server

29 External Interfaces

1 RS232

1 USB 2.0

1 SIM slot (Capable of using M2M Plastic or

M2M Robust Plastic SIM and M2M Industrial

SIM)

30 Image quality 1 to 5 (configurable)

31 Watermark Tamper-proof Watermark

32 Configurable Video

Overwriting

Video over-writing to be configurable to sup-

port:

Cyclic overwriting (oldest recording to be

overwritten)

Alarm linked recording not overwritten

33 Connections

All input and output connections to be vibra-

tion/shock resistant and locking

Desirable: Aviation Connectors

34 LED Indicators Power, Recording, Network

35 Vibration resistance EN 50155 or equivalent

36 Shock resistance EN 50121 or equivalent

37 Health Parameters

over 3G/ 2G/ SMS

Capable of sending health parameters (cam-

eras not functioning, cameras tamper, SSD

error, HDD/SSD full) at specified frequency to

the server Capable of detecting failure, error

or tamper of cameras or any component (Net-

work Disconnected, IP Address Conflict, Ille-

gal Login) and sending alert to server

38 Over-the-air Update/

Upgrade

Over-the-air update of configuration parame-

ters of mNVR and cameras. Over-the-air up-

grade of firmware

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 163

S.

No Parameter Minimum Specifications

Compliance

(Yes/No)

Deviations

(if any)

39 Motion Detection

Configurable sensitivity levels Motion Detec-

tion zones to be configurable independently

for each camera

40 RTC Built-in RTC, drift not more than 10 seconds

41 Data Download

mNVR should provide video and audio down-

load facility for the desired date/time and du-

ration. It should be possible to connect a lap-

top to mNVR through network cable on RJ45

port and open mNVR’s user interface in a

standard browser using a standard URL such

as http://nvr (or any other text specified by

MoRTH) without having to configure the lap-

top’s network settings. After entering user-id

and password (specified by MoRTH), it will be

possible to search, view, select and download

video clips of desired duration and date/time

in standard formats such as .avi or .mpg. It will

not be possible to delete any video or change

configuration settings using this set of user-id

and password.

42 Data Transfer on 4G/

LTE, 3G and 2G

In case the vehicle moves to an area where

3G coverage is not present, the mNVR will au-

tomatically shift to GPRS (2G) connectivity to

send the health status data. Also, in such

case, on press of an emergency button, the

mNVR will automatically shift to a lower frame

rate and resolution (both configurable) and

send the video from cameras to the backend

server over GPRS (2G).

43 Certification UL, CE, FCC, EN50155, BIS,EN 61000,

AIS004

44 Open platform

The system should be open platform and not

proprietary solution, It should have integration

with at least 50 leading IP camera brands of

the world (List of IP camera to be attached)

Additional Parameter

45 1 Location Module

Parallel GPS, GNSS, or both receiver module

with 32 (minimum) acquisition channels & 18

minimum tracking channel. In addition, de-

vices should support Indian Regional Naviga-

tion Satellite System (IRNSS).

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 164

Annexure 11.5

Specification and compliance of 4G/ LTE module for Mobile NVR:

S.

No Parameter Minimum Specifications

Compliance

(Yes/No)

Deviations

(if any)

1 Product details-

2

Please mention Make

Model No. or Part

Code

3 Form Factor Mini-PCIe

4 Frequency Bands

ME909s-120 Mini PCIe:

LTE (FDD): B1,B2,B3,B4,B5,B7,B8,B20

DC-HSPA+/HSPA+/HSPA/UMTS: B1, B2,

B5, B8

EDGE/GPRS/GSM: 850/900/1800/1900 MHz

5 Data Transfer Rate

DC-HSPA+: Downlink:42 MPs, Uplink: 5.76

Mbps

LTE FDD: Downlink:150 Mbps, Uplink: 50

Mbps @Bandwidth 20M (CAT4)

6 Interface

Mini PCIe interface

Antenna interface

USB 2.0 High speed

PCM Voice

SIM Card

LED

Power supply

Reset

7 Power Supply 3.2 V to 4.2 V (3.8 V recommended)

8 Temp Range -10℃ to 60℃

9 Voice PCM Voice

DTMF

10 Special Features

CDC-ECM

FOTA

Firmware Update via USB

Embedded UDP/TCP/FTP(s)/HTTP(s) stack

High-speed UART

CMUX

Sleep mode

11 Operating System Linux, Android, WinCE, Windows 8/10

12 Approvals

CE

GCF

RoHS & WEEE Compliant

BIS Certified

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 165

Annexure 11.6

Specification and compliance of GPS module for Mobile NVR:

S.

No Parameter Minimum Specifications

Compliance

(Yes/No)

Deviations

(if any)

1 Product details-

2

Please mention Make

Model No. or Part

Code

3.00 GPS performance

3.01 Receiver type 56 Channels

3.02 GPS L1C/A

3.03 SBAS L1C/A

3.04 QZSS L1C/A

4.00 Time-To-First-Fix (All satellites at -130 dBm)

4.01 Cold Start 30 s or better

4.02 Warm Start 28 s or better

4.03 Hot Start 1 s or better

4.04 Aided Starts2 5 s or better

5.00 Sensitivity (with a good external LNA)

5.01 Tracking & Naviga-

tion -161 dBm or better

5.02 Reacquisition -160 dBm or better

5.03 Cold Start -148 dBm or better

6.00 Warm Start -148 dBm or better

7.00 Hot Start -156 dBm or better

8.00 Horizontal position accuracy (CEP, 50%, 24 hours static, -130 dBm,

> 6 SVs)

8.01 Autonomous 2.5 m

8.02 SBAS 2.0 m

9.00 Accuracy of time pulse signal

9.01 RMS 30 ns

9.02 99% 60 ns

10.00 Frequency of time

pulse signal 0.25 Hz - 10 MHz (configurable)

11.00 Max navigation up-

date rate 10 Hz

12.00 Velocity accuracy

(50% @ 30 m/s) 0.1 m/s

13.00 Heading accuracy

(50% @ 30 m/s) 0.5 degrees

14.00 Operational limits (Assuming Airborne < 4 g platform)

14.01 Dynamics ≤ 4 g

14.02 Altitude 50,000 m

14.03 Velocity 500 m/s

15.00 GLONASS performance

15.01 Receiver type 56 Channels

15.02 GLONASS L1OF

16.00 Time-To-First-Fix (All satellites at -130 dBm)

16.01 Cold Start 30 s or better

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 166

S.

No Parameter Minimum Specifications

Compliance

(Yes/No)

Deviations

(if any)

16.02 Warm Start 25 s or better

16.03 Hot Start 1 s or better

17.00 Sensitivity (with a good external LNA)

17.01 Tracking & Naviga-

tion -158 dBm or better

17.02 Reacquisition -156 dBm or better

17.03 Cold Start -140 dBm or better

17.04 Warm Start -145 dBm or better

17.05 Hot Start -156 dBm or better

18.00 Horizontal position

accuracy 4.0 m

19.00 Accuracy of time pulse signal

19.01 RMS 50 ns

19.02 99% 100 ns

20.00 Frequency of time

pulse signal 0.25 Hz - 10 MHz (configurable)

21.00 Max navigation up-

date rate 10 Hz

22.00 Velocity accuracy

(50% @ 30 m/s) 0.1 m/s

23.00 Heading accuracy

(50% @ 30 m/s) 0.5 degrees

24.00 Operational limits (Assuming Airborne < 4 g platform)

24.01 Dynamics ≤ 4 g

24.02 Altitude 50,000 m

24.03 Velocity 500 m/s

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 167

Annexure 11.7

Specification and compliance of Wi-Fi module for Mobile NVR:

S.

No Parameter Minimum Specifications

Compliance

(Yes/No)

Deviations

(if any)

1 Product details-

2

Please mention Make

Model No. or Part

Code

3.00 General Description

4.00 The Wi-Fi module shall be Based on Qualcomm Atheros processor.

5.00 The Wi-Fi subscriber module shall be 2.4 GHz 802.11n-ready for wire-

less local area networks (WLANs)

6.00 The Wi-Fi module shall be high-performance 1x1 configuration for

wireless station application.

6.01 The module shall be integrated in an all-CMOS device with the fol-

lowing:

6.02 Multi-protocol MAC

6.03 baseband processor

6.04 analog-to-digital and digital-to-analog (ADC/DAC) converters

6.05 1x1 radio transceiver

6.06 RF switch

6.07 USB interface

7.00

The Wi-Fi module shall be half-duplex OFDM, CCK, and DSSS base-

band processing, supporting 72.2 Mbps for 20 MHz and 150 Mbps for

40 MHz channel and IEEE 802.11b/g data rates.

8.00 The module shall have the following features:

8.01 Automatic signal detection

8.02 Automatic gain control

8.03 Frequency offset estimation

8.04 Symbol timing and channel estimation.

9.00

The module shall support 802.11 wireless MAC protocol, 802.11i se-

curity, receive and transmit filtering, error recovery, and quality of ser-

vice (QoS).

10.00

The module shall support one transmit traffic stream and one receive

traffic stream using one integrated Tx chain for high throughput and

range performance. The Tx chain shall combine baseband in-phase (I)

and quadrature (Q) signals, converts them to the desired frequency,

and drives the RF signal to the antenna.

11.00

The module shall support frame data transfer to and from the host us-

ing a USB interface that provides interrupt generation/reporting, power

save, and status reporting.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 168

Annexure 11.8

Specification and Compliance of server for database, VMS and AVTS:

S.

No Parameter Specifications

Compliance

(Yes/No)

Deviations

(if any)

1 Product details-

2

Please mention Make

Model No. or Part

Code

3 Market position

The OEM for the proposed server must be in

Leaders quadrant in the last two Gartner’s

report of “Magic Quadrant for Modular Serv-

ers” & should have been one of the top three

server vendors (by market share revenue in

IDC or Gartner report) in any of the previous

2 quarters

4 Chipset Intel C621 or better

5 Form Factor Max. 2U rack mounted

6 Configured CPU

Up to two Intel® Xeon® Scalable proces-

sors, (To be populated with 8 Cores 2.1 GHz

clock speed, 11 MB Cache)

7 Memory slots

24 DDR4 DIMM slots RDIMMS& LR DIMMS

supporting speeds up to 2666MT/s. Option-

ally support up to 12 DIMM & 12 NVDIMM

8 Memory configured 128 GB (min 8GBx16 or 16GBx8 or 32GBx4

combination), upgradable to 1.5 TB

9 Disks supported Front drive bays: Up to 16 x 2.5”

SAS/SATA/SSD, Up to 8 x 3.5” SAS/SATA,

10 RAID Controller 12Gbps PCIe 3.0 with RAID 1, 5, 6,10, 50

with 8 GB Cache

11 Disks configured

Hot pluggable SAS HDD 5x600 GB, 10K

RPM or higher with min 06 no or higher inter-

nal Drive bays

12 DVD writer DVD RW

13 I/O slots Up to 8x PCIe Gen3 Slots

14 GPU Support Upto 3 DW and 6 SW GPU cards

15 Ethernet ports 4 x 1G RJ45 LOM

16 Certification and com-

pliances

Microsoft Windows Server, Hyper-V,

VMWare, Red Hat Enterprise Linux (RHEL),

SUSE Linux Enterprise Server (SLES)

17 Power Supply Platinum rated redundant Power Supply

18 SD Modules slots Dual SD Module slots supporting redundant

configuration

19 Management integra-

tion

Support for integration with any third-party

server management platform

20 Power & temperature

Real-time power meter, graphing, thresh-

olds, alerts & capping with historical power

counters.

Temperature monitoring & graphing

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 169

S.

No Parameter Specifications

Compliance

(Yes/No)

Deviations

(if any)

21 Pre-failure alert

Should provide predictive failure monitoring

& proactive alerts of actual or impending

component failure for fan, power supply,

memory, CPU, RAID, NIC, HDD

22 Configuration & man-

agement

• Real-time out-of-band hardware perfor-

mance monitoring & alerting

• Agent-free monitoring, driver updates &

configuration, power monitoring & capping,

RAID management, external storage man-

agement, monitoring of FC, HBA & CNA &

system health

• Out-of-band hardware & firmware inventory

• Zero-touch auto configuration to auto de-

ploy a baseline server configuration profile

23 Management (contin-

ued)

• Automated hardware configuration and Op-

erating System deployment to multiple serv-

ers• Zero-touch repository manager and self-

updating firmware system• Virtual IO man-

agement / stateless computing• Support for

Redfish API for simple and secure manage-

ment of scalable platform hardware

24 LCD panel

Should display system ID, status information

and system error code followed by descrip-

tive text. LCD background should light up in

different colours during normal system oper-

ation & error conditions.

25 HTML5 support HTML5 support for virtual console & virtual

media without using Java or ActiveX plugins

26 Server security

Should have a cyber resilient architecture

for a hardened server design for protection,

detection & recovery from cyber-attacks

Should protect against firmware which exe-

cutes before the OS boots

Should provide effective protection, reliable

detection & rapid recovery using:

- Silicon-based Hardware Root of Trust

- Signed firmware updates

- Secure default passwords

- Persistent event logging including user ac-

tivity

- Secure alerting

- Automatic BIOS recovery

- Rapid OS recovery

- System erase

- Dynamically enabled USB Ports,

- Chassis Intrusion Detection

- System Lockdown

- System Drift Detection

Configuration upgrades should be only with

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 170

S.

No Parameter Specifications

Compliance

(Yes/No)

Deviations

(if any)

cryptographically signed firmware and soft-

ware

27 Intrusion alert Intrusion alert in case chassis cover being

opened

28 IPV 6 compliance The Hardware should be IPV 6 Compliant

ready

29 Monitor & KBD/Mouse 18.5” screen & USB Keyboard & Mouse.

30 Warranty 5 years On-site comprehensive warranty

with 24x7x365 remote hardware support.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 171

Annexure 11.9

Specifications and Compliance of 20 KVA UPS:

S.

No Parameter Specifications

Compliance

(Yes/No)

Deviations

(if any)

1 Product details-

2

Please mention Make

Model No. or Part

Code

3 UPS Topology Double Conversion On-Line

4 Power Rating (VA /

Watts) 16 kW / 20 kVA

5 Form Factor Rack/Tower

6.00 Output parameter

6.01 Output Power Capac-

ity 16 kW / 20 kVA

6.02 Max Configurable

Power 16 kW / 20 kVA

6.03 Nominal Output Volt-

age 230V

6.04 Output Voltage Note Configurable for 400 or 415V 3 Phase

nominal output voltage

6.05 Efficiency at Full Load 94.00%

6.06 Output Voltage Distor-

tion Less than 3%

6.07 Output Frequency

(sync to mains) 50/60 Hz +/- 3 Hz user adjustable +/- 0.1

6.08 Other Output Voltages 2,20,24,04,00,415

6.09 Crest Factor 03:01

6.10 Waveform Type Sine wave

6.11 Output Connections (1) Hard Wire 3-wire (H N + G)

6.12 (4) IEC 320 C13

6.13 (4) IEC 320 C19

6.14 (4) IEC Jumpers

6.15 Bypass Internal Bypass (Automatic and Manual)

7.00 Input Parameter

7.01 Nominal Input Voltage 230V

7.02 Input Frequency 40 - 70 Hz (auto sensing)

7.03 Input Connections

Hard Wire 3 wire (1PH+N+G)

7.04 Hard Wire 5-wire (3PH + N + G)

7.05 Input voltage range for

main operations 160 - 280V

7.06 Other Input Voltages 220, 240, 400, 415

7.07 Maximum Input Cur-

rent 115A

7.08 Input Breaker Capac-

ity 125.0 A

8.00 Communications & Management

8.01 Interface Port(s) DB-9 RS-232, RJ-45 10/100 Base-T,

Smart-Slot

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 172

S.

No Parameter Specifications

Compliance

(Yes/No)

Deviations

(if any)

8.02

Pre-Installed Smart

Slot™ Interface Quan-

tity

1

8.03 Control panel Multi-function LCD status and control con-

sole

8.04 Audible Alarm Audible and visible alarms prioritized by

severity

8.05 Emergency Power Off

(EPO) Yes

9.00 Environmental

9.01 Operating Environ-

ment 0 - 40 °C

9.02 Operating Relative

Humidity 0 - 95%

9.03 Operating Elevation 0-3000 meters

9.04 Storage Temperature -15 - 45 °C

9.05 Storage Relative Hu-

midity 0 - 95%

9.06 Storage Elevation 0-15000 meters

9.07 Audible noise at 1 me-

ter from surface of unit 59.00 dBA

9.08 Online Thermal Dissi-

pation 2216.00 BTU/hr

9.01 Conformance

9.02 Regulatory Approvals EN/IEC 62040-2, EN/IEC 62040-1-1

9.03 Standard Warranty

2 years repair or replace, optional on-site

warranties available, optional extended

warranties available

9.04 Quality ISO 9001, ISO 14001, OHSAS 18001

10 60 Min Battery Back up

11 Battery Type Maintenance - free sealed Lead-Acid bat-

tery with suspended electrolyte: Leakproof.

12 Nos. of Battery 32 Nos. 12V X 84ah

13 Battery Make Rocket / Quanta / Exide

14 Total VAH 32256

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 173

Annexure 11.10

Specifications and Compliance of 1500 VA UPS:

S.

No Parameter Specifications

Compliance

(Yes/No)

Deviations

(if any)

1 Product details-

2

Please mention Make

Model No. or Part

Code

3 Output

4 Output Power Capac-

ity 900 Watts / 1500 VA

5 Max Configurable

Power (Watts) 900 Watts / 1500 VA

6 Nominal Output Volt-

age 230V

7 Output Frequency

(sync to mains) 50/60 Hz +/-1 Hz

8 Line Interactive

9 Waveform Type Stepped approximation to a sinewave

10 Output Connections (2) India 3-pin 6A (Surge Protection) (4) India

3-pin 6A (Battery Backup)

Input

12 Nominal Input Voltage 230V

13 Input Frequency 50/60 Hz +/- 3 Hz (auto sensing)

14 Input Connections India 3-pin 6A

15 Cord Length 1.52 meters

16 Input voltage range for

main operations 150 - 280 V

Batteries & Runtime

18 Battery Type Maintenance-free sealed Lead-Acid battery

with suspended electrolyte: leak-proof

19 Typical recharge time 7.4 hour(s)

20 RBC Quantity 1

21 Communications & Management

22 Interface Port(s) USB

23 Control panel Multi-function LCD status and control con-

sole

24 Audible Alarm Alarm when on battery: distinctive low bat-

tery alarm: overload continuous tone alarm

Surge Protection and Filtering

25 Surge energy rating 680 Joules

26 Data Line Protection

Analog phone line for phone/fax/mo-

dem/DSL (RJ-11 connector) Network line -

10/100/1000 Base-T Ethernet (RJ-45 con-

nector)

Environmental

27 Operating Environ-

ment 0 - 40 °C

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 174

S.

No Parameter Specifications

Compliance

(Yes/No)

Deviations

(if any)

28 Operating Relative

Humidity 0 - 95 %

29 Operating Elevation 0-3000 meters

30 Storage Temperature -15 - 45 °C

31 Storage Relative Hu-

midity 0 - 95 %

32 Storage Elevation 0-15000 meters

33 Audible noise at 1 me-

ter from surface of unit 45 dB

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 175

Annexure 11.11

Specification and compliance of Video wall:

S.

No Parameter Specifications

Compliance

(Yes/No)

Deviations

(if any)

1.00 Specifications of LCD display Panel:

1.01 Product details-

1.02

Please mention Make

Model No. or Part

Code

1.03 Display Wall Screen

Size 70"

1.04 Projection Technology DLP Rear Projection

1.05 Native Resolution per

cube 1920x1080

1.06 Aspect Ratio 16:9

1.07 Light Source LED

1.08 Brightness on screen brightness Minimum 300 cd/m2

1.09 Brightness Uniformity 95%

1.10 Contrast ratio Typical 1600:1

1.11 Colour Calibration

Automatic inbuilt sensors for Continuous col-

our and brightness management mechanism

to be provided.

1.12 Connectivity Each display Module shall support 4HD @

30Hz inputs

1.13 Full viewing angle 180°

1.14 Lifetime Normal mode: 60 000h

Eco mode: 80 000h

1.15 Inputs Dual link DVI-D in/out

1.16 Power 100 - 240 VAC, 60 - 50Hz, (below values

are for 230V; 110V +5%)

1.17 Eco mode Less than 150 Watt

1.18 Heat Dissipation Less Than 400 BTU/h in eco mode

1.19 Environment conditions

a Operating Humidity Up to 80% non-condensing

b Operating Tempera-

ture 10°C-40°C | 50°F-105°F

c Storage Temperature 0°C-40°C | 32°F-105°F

1.23 Network Remote Man-

agement

The display panel/cube shall be managed

Remotely over TCP/IP network for parame-

ter adjustment. Each cube should have built-

in web server.

1.24 Access Rear only

1.25 Pixel clock Minimum 300 MHz or higher

1.26 Signal Processing Each cube should have cropping/scaling ca-

pability

1.27 Screen Half-Gain

Viewing Angle

Horizontal: 28 degrees +/- 3 or better

Vertical: 13 degrees +/- 3 or better

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 176

S.

No Parameter Specifications

Compliance

(Yes/No)

Deviations

(if any)

1.28 Operating Hours 24x7x365

2.00 Specifications of Display Wall Controllers

2.01 Product details-

2.02

Please mention Make

Model No. or Part

Code

2.03 Display controller Controller shall be able to control all display

cubes

2.04 Redundant Controller The controller shall be based on the latest ar-

chitecture.

2.05 Platform Windows Xeon Quad core 3 GHz or Core i7

3 GHz or above

2.06 Processor Intel Xeon

2.07 RAM 32 GB or higher

2.08 Chassis Type 19" Rack mount industrial chassis

2.09 Network 2 Network Ports or more

2.10 Output Resolution

Support Minimum1920 x 1080 or higher

2.11 Ticker

There should be a possibility in the controller

to create user defined multiple tickers. It

should also be possible to place these tickers

anywhere on the wall

2.12 Scalability The system shall be able to add additional

inputs as required in future.

2.13 Control

The system shall be capable to interact

(Monitoring & Control) with various applica-

tions on different network through the single

Operator Workstation. It shall be possible to

launch layouts, change layouts in real time

using Tablet

2.14 Storage Redundancy Redundant Hot Swappable HDD in RAID 1

Configuration

2.15 Power Redundancy Redundant Hot Swappable Power Supply

2.16 Input devices

Keyboard and Mouse along with mechanism

to extend up to 20 Mtrs. from display control-

ler shall be provided

2.17 Seamless operation The controller shall be designed for 24 x 7

operation

2.18 OEM Certification

The OEM should certify all features and func-

tionality.

The Display Modules, Display Controller &

Software shall be from a single OEM.

3.00 Specifications of Video Wall Management Software

3.01 Product details-

3.02

Please mention Make

Model No. or Part

Code

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 177

S.

No Parameter Specifications

Compliance

(Yes/No)

Deviations

(if any)

3.03 Layouts

The software should be able to pre-configure

various display layouts and access them at

any time with a simple mouse click or sched-

ule/timer based.

3.04 Sources The software should be able display multiple

sources anywhere on video wall in any size.

3.05 Remote Viewing

The video wall content will be able to show

live on any remote display Mobile with IE.

Viewing these streams should not require

any specific application (app) on mobile

phones, users should simply be using stand-

ard mobile internet network (3G/4G/LTE).

The display solution as well as the complete

control ware including Display Controller,

Central management SW & Web-streaming

hardware as well as software should be of

same Make/OEM

3.06 User management

Key features of Video Wall management

Software

• Central configuration database

• Browser based user interface

• Auto-detection of network sources

• Online configuration of sources, displays

and system variables

3.07 Software features

Video Wall Control Software shall allow com-

mands on wall level or cube level or a selec-

tion of cubes:

• Switching the entire display wall on or off.

• Setting all projection modules to a com-

mon brightness target, which can be either

static (fixed) or dynamic to al-

ways achieve maximum (or minimum)

common brightness between projection

modules.

• Fine-tune colour of each cube

3.08 Client & Server

basedArchitecture

Should support Multiple clients / Consoles to

control the Wall layouts

3.09 Collaboration

The Software should be able to share layouts

comprising of multiple sources with work-

stations / Displays over LAN for remote mon-

itoring

3.10 Scaling

Software should enable the user to display

multiple sources (both local & remote) up to

any size and anywhere on the display walls

(both local & remote).

3.11 Display The software should be able to create lay-

outs and launch them as and when desired

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 178

S.

No Parameter Specifications

Compliance

(Yes/No)

Deviations

(if any)

3.12 Remote Control

The Display Wall and sources (both local &

remote) should be controlled from Remote

PC through LAN without the use of KVM

Hardware.

3.13 Support of Meta Data Software should support display of Alarms

3.14 Authentication The software should provide at least 2 layers

of authentication

3.15 Scenarios

Software should able to Save and Load

desktop layouts from Local or remote ma-

chines

3.16 Layout Scheduler All the Layouts can be scheduled as per user

convince.

3.17 Layout Scheduler

Software should support auto launch of Lay-

outs according to specified time event by

user

3.18 Layout Management

It should be possible to create layouts com-

prising of screen scrapped content of Work-

stations, DVI inputs, Web sources, URLs

configured as sources. Layouts can be pre-

configured or changed in real time

3.19 Layouts Configuration Can be pre-configured or changed in real

time

3.20 Scheduling It should be possible to schedule specific

Layout based on time range

3.21 Sharing & Collabora-

tion

It should be possible to share the layouts

over LAN/WAN Network with Display in

Meeting room or on Remote Workstations

connected on LAN/WAN Network

3.22 Soft KVM

The system shall include complete Soft

KVM to permit operators to take mouse &

keyboard control of Displays, Screen

Scrapped applications and DVI source

3.23 Ticker

It should be possible to create two separate

Tickers, which run concurrently. These can

be positioned at top or bottom and can run

independently. The Ticker can be picked

from data source through screen scrapping

or through typing specific incidence, manu-

ally

3.24 OEM Certification

All features and functionality should be certi-

fied by the OEM.

The Display Modules, Display Controller &

Software should be from a single OEM.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 179

Annexure 11.12

Specification and compliance of Monitor 55"

S.

No Parameter Specifications

Compliance

(Yes/No)

Deviations

(if any)

1 Product details-

2

Please mention Make

Model No. or Part

Code

3.00 General Specification

3.01 Panel Size 55'' TFT LCD

3.02 Display Ratio 16:09

3.03 Maximum Resolution 1920×1080

3.04 Display Colour 16.7M

3.05 Brightness (nits) 450cd/m²

3.06 Contrast 1100:1

3.07 Viewing Angle 178°/178°

3.08 Response Time 8ms

3.09 Backlight LED

4.00 Performance

4.01 System Android 5.1

4.02 RAM 1GB

4.03 Internal Storage 8GB

4.04 Decoding Ability 2CH@1080P

4.05 Network Mode Wired, Wi-Fi

4.06 Built in Loudspeaker 8Ω/10W×2

5.00 Interface

5.01 RJ45 1

5.02 HDMI IN 2

5.03 USB 2.0 1

5.04 USB 3.0 1

5.05 VGA 1

5.06 Audio in 1

5.07 SD 1

5.08 RS232 1

6.00 Others

6.01 Installation Mode Wall-mounted

6.02 Display Mode Horizontal, Vertical

6.03 Power AC100-240V, 50/60Hz

6.04 Standard Consump-

tion 76W

6.05 Standby Consumption ≤0.5W

6.06 Work Environment Temperature: 5℃~+40℃

Humidity: 20%~80%

6.07 Operating Hours 24x7x365

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 180

Annexure 11.13

Specification and compliance of Monitor 32"

S.

No Parameter Specifications

Compliance

(Yes/No)

Deviations

(if any)

1 Product details-

2 Please mention Make

Model No. or Part Code

3.00 General Specification

3.01 Panel Size 32'' TFT LCD

3.02 Display Ratio 16:09

3.03 Maximum Resolution 1920×1080

3.04 Display Colour 16.7M

3.05 Brightness (nits) 400cd/m²

3.06 Contrast 1100:1

3.07 Viewing Angle 178°/178°

3.08 Response Time 8ms

3.09 Backlight LED

4.00 Performance

4.01 System Android 5.1

4.02 RAM 1GB

4.03 Internal Storage 8GB

4.04 Decoding Ability 2CH@1080P

4.05 Network Mode Wired, Wi-Fi

4.06 Built in Loudspeaker 8Ω/10W×2

5.00 Interface

5.01 RJ45 1

5.02 HDMI IN 2

5.03 USB 2.0 1

5.04 USB 3.0 1

5.05 VGA 1

5.06 Audio in 1

5.07 SD 1

5.08 RS232 1

6.00 Others

6.01 Installation Mode Wall-mounted

6.02 Display Mode Horizontal, Vertical

6.03 Power AC100-240V, 50/60Hz

6.04 Standard Consumption 53W

6.05 Standby Consumption ≤0.5W

6.06 Work Environment Temperature: 5℃~+40℃

Humidity: 20%~80%

6.07 Operating Hours 24x7x365

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 181

Annexure 11.14

Specification and compliance of Workstation:

S.

No Parameter Specifications

Compliance

(Yes/No)

Deviations

(if any)

1 Product details-

2

Please mention Make

Model No. or Part

Code

3 Processor Options

Intel® Xeon® Processor W Family CPUs

(Skylake-W) with up to 10 cores per proces-

sor and Intel Advanced Vector Extensions,

Intel Trusted Execution Technology, Intel

AES New instructions, Optimized Intel Turbo

Boost and optional Intel vPro™ technology

4 Operating System Op-

tions

Windows 10 Pro for Workstations (4 Cores

Plus)

Windows 10 Pro for Workstations Down-

grade to Windows 7 (4 Cores Plus)

5 Chipset Intel® C422 (Kaby Lake-W)

6 Memory Options

Four channel memory up to 256GB

2666MHz DDR4 ECC memory. 8 DIMM

slots.

Minimum Memory should be 128GB

7 Graphics Options

Support for 2 PCI Express® x16 Gen 3

graphics card - up to 600W with maximum of

up to 2 x 300W double width graphics cards.

NVIDIA Quadro P1000 with 4GB GDDR5

8 Storage Options

Bays support up to 4 x 2.5”/3.5” SATA

HDD/SSDs and up to 6 x 2.5” and 5 x 3.5”

drives with 5.25” bay populated.

9 Storage Controller

2.5” SAS 15K RPM 12Gb/s

Up to 6x 900GB (future)

2.5” Self-Encrypting Drives

512GB 2.5” SED (OPAL/ FIPS (140-2) HDD

M.2 PCIe SED SSD

512GB and 1TB”

Integrated: Intel® chipset SATA controller

(6Gb/s) with 6 SATA ports plus 2 dedicated

ports for optical drives. Intel RSTe software

RAID 0,1,5,10

Intel RSTe (vROC) software RAID 0,1,10 op-

tion for M.2 NVMe PCIe SSDs Ultra-Speed

Drive Quad x16

or Duo x8 card (RAID 0,1)

10 Communications

Integrated: Intel® i219 Gigabit Ethernet con-

trollers with Intel Remote Wake UP, PXE and

Jumbo frames support

Optional: Intel® i210 10/100/1000 single port

PCIe (Gen 3 x1) gigabit network card, Intel®

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 182

S.

No Parameter Specifications

Compliance

(Yes/No)

Deviations

(if any)

X550-T2 10GbE dual port PCIe (Gen 3 x4)

network card,

11 Audio Controller Integrated High Definition Audio Codec (2

Channel)

12 Speakers Internal Speaker

13 I/O Ports

Front:

2 – USB 3.1 Gen 1 Type A, 2 – USB 3.1 Type

C, 1 – Universal Headphone Jack, Up to 2 x4

PCIe slots in PCIe enabled chassis for M.2

and U.2 (future) PCIe SSDs

Internal:

1 – USB 2.0, 1 – 2 x 5 USB 2.0 header. 8 –

SATA @6Gb/s

Rear:

6 – USB 3.1 Gen 1 Type A, 1 – Serial, 1 –

RJ45 Network, 2 – PS2, 1 – Audio Line out,

1 – Audio Line in/Microphone

14 Storage devices Slimline Bay Options: DVD+/-RW

Standard: SD slot

15 Regulatory and Envi-

ronmental

Energy Star® configurations available in-

cluding 80 PLUS® registered Gold power

supplies;

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 183

Annexure 11.15

Specification and compliance of Rugged Housing for mNVR

S.

No. Features Description

Compliance

(Yes/No)

Deviations

(if any)

1 Product details-

2

Please mention Make

Model No. or Part

Code

Product description

3 Material: Enclosure: Sheet steel

4 Door: Sheet steel, all-round foamed-in PU seal

5 Surface finish: Enclosure and door: Dipcoat primed, pow-

der-coated on the outside, textured paint

6 Mounting plate: Zinc-plated

7 Colour: RAL 7035

Protection category

8 IP to IEC 60 529: IP 66

9 NEMA: NEMA 4

10 IK Code: IK08

11 Supply includes:

Enclosure with hinged door(s), of all-round

solid construction

Gland plate(s) in enclosure base

Mounting plate

Lock: 3 mm double-bit

12 Basic material: Sheet steel

Product features

13 Dimensions:

Width: 500 mm

Height: 500 mm

Depth: 210 mm

14 Material thickness:

Enclosure: 1.38 mm

Door: 1.75 mm

Mounting plate: 2.5 mm

15 Mounting plate: Width: 449 mm

Height: 470 mm

16 Number of doors: 1

17 Door hinge Door hinge should be scalable to be

swapped right to the left or vies-versa

18 Lock version: Cam

19 Number of locks: 2

20 Lock insert: 3 mm double-bit

21 Gland plate, size: 4

22 Gland plate, qty.: 1

Standards

23 ETIM 6.0: EC000261

24 ETIM 5.0: EC000261

25 eCl@ss 8.0/8.1: 27180101

26 eCl@ss 7.0/7.1: 27180101

27 eCl@ss 6.0/6.1: 27180101

28 eCl@ss 5.1/5.1.4: 27180102

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 184

S.

No. Features Description

Compliance

(Yes/No)

Deviations

(if any)

Approvals and Certificates

29 Approvals:

Bureau Veritas

CSA

DNV-GL

Lloyds Register of Shipping

RRR

Russian Maritime Register of Shipping

TÜV UL + C-UL

30 Certificates:

EAC

IK-Code

Protection category

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 185

Annexure 11.16

Specification and compliance of 42U floor standing rack

S.

No. Features Description

Compliance

(Yes/No)

Deviations

(if any)

1 Product details-

2

Please mention Make

Model No. or Part

Code

Product description

3 Material

The frame should be made of MS profiles de-

signed to accept front and rear doors and

side panels, which close within the frame it-

self.

4 Size (Width) 600mm/800mm

5 Height Height overall: 2000 mm i.e.42U

6 Depth Depth overall: 1000mm/1200mm

7 Mounting Angle &

Lock handles

Two Pairs of 19" Mounting Angles , should

have Proper Locks with handles on both

front and rear doors with unique key

8 Doors

Front and Rear perforated door with hexag-

onal perforation for better air movement

across the Rack.

9 Profile Minimum 9 folded profile required for better

strength

10 Top & Bottom Cover Top cover and Bottom panels with cable en-

try facilities. Cable entry cut out

11 Equipment cooling

Each rack should be compatible with floor-

throw as well as top-throw Data centre cool-

ing system.

12 Floor Standing acces-

sories

All Floor Mounting accessories required to

set up the rack. Castors and levelling legs

13 Heavy Duty Shelf EQUIPMENT SHELF 720MMD/600W

14 Ear thing

Enclosures shall be bonded to the protective

earth system or communications earth sys-

tem (CES) using a minimum 2.5 sq mm con-

ductor.

15 Power Distribution

Each rack should have One Power distribu-

tion Unit (PDU) with IEC C13 12x 10 Amp,

C19 4 x 16 Amp with 32 Amp MCB

16 Colour & Powder

Coating

Colour should be Black. Rack to be powder

coated with Nano ceramic pre-treatment pro-

cess using a zirconium coat. Powder coating

thickness shall be 80 to 100 microns. The

Powder coating process should be ROHS

compliant

17 Load Rating Minimum 1000 Kg load bearing on 19” An-

gles and 1400 Kgs overall

18 Standard Rack should conform to DIN 41494 Standard

and UL Listed

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 186

S.

No. Features Description

Compliance

(Yes/No)

Deviations

(if any)

19 ISO Certification

Rack manufacturer should have ISO 9001-

2000 and ISO 14001-2004 certification and

certificates needed to be submitted with

technical compliance.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 187

Annexure 11.17

Specification and compliance of various types of Power cable

Specification and compliance of Cable 3 Core 10 sq.mm

S.

No Description

Compliance

(Yes/No)

Deviations

(if any)

1

1.1 KV grade LT power cable with electrolytic grade solid copper con-

ductor XLPE insulated colour coded laid up extruded PVC inner

sheathed single layer of galvanized round wire armoured and overall

HR PVC (ST-2 grade) sheathed conforming to IS: 7098 Part-I & ISI

marked of size:

1.1 3C X 10 sq.mm

Specification and compliance of Cable 3 Core 6 sq.mm

S.

No Description

Compliance

(Yes/No)

Deviations

(if any)

1

PVC insulated & PVC sheathed flexible cable with electrolytic grade

annealed bare copper conductor 1100 volts grade confirming to IS:694

& ISI marked of size:

1.1 3C X 6 sq.mm

Specification and compliance of Cable 2 Core 4 sq.mm

S.

No Description

Compliance

(Yes/No)

Deviations

(if any)

1

1.1 KV grade LT control cable with electrolytic grade solid copper con-

ductor type A PVC insulated colour coded laid up extruded PVC inner

sheathed single layer of galvanized round wire armoured and overall

PVC (type ST-1) sheathed conforming to IS: 1554 Part-I & ISI marked

of size:

1.1 2C X 4 sq.mm

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 188

Annexure 11.18

Specification and compliance of Passive Component

S.

No. Parameter Description

Compliance

(Yes/No)

Deviations

(if any)

1.00 Cat 6 UTP Cable box – Outdoor

1.01 Product details-

1.02

Please mention Make

Model No. or Part

Code

1.03

The cable shall comprise of four (4) uniformly twisted insulated con-

ductor pairs. Each pair shall have different colour insulation for identi-

fication and the two cores of any one pair shall have different col-

oured insulation for the identification of a specific core.

1.04 Should confirm / comply or exceed the TIA / EIA 568-C.2 (1 Gigabit)

standards for physical & Electrical specifications / standards

1.05

Corrugated ECCS Tape Black HDPE Jacket 4 Pair 23 AWG Copper

Cable with integral cross member pair separator and should support

bandwidth of 250 MHz Min

1.06 CAT 6 FTP with Aluminium Foil and Armoured (Steel Tape) with dou-

ble HDPE sheath.

1.07 Copper conductor Insulation diameter nominal: 1.08 +/- 0.5mm

1.08 Each conductor in the cable shall consist of #23 AWG (0.54 +/- 0.2

mm) stranded as per EIA/TIA standard

1.09 The Cable Diameter 9 mm and should be suitable for outdoor direct

burial application

1.10 Cable should have Drain wire and outer sheath must be anti-termite.

2.00 Cat 6 UTP Cable Box – Indoor

2.01 Product details-

2.02

Please mention Make

Model No. or Part

Code

2.03 The high-performance Category 6 UTP LSZH cable shall be of the

traditional round design with bisector tape.

2.04

Certificate for ETL Verified 4-Connector Channel to ANSI/TIA-568-

C.2 Category 6 (1 Gigabit) standards for physical & Electrical specifi-

cations / standards

2.05 The cable shall be made available in awe-tote box, which protects

the environment.

2.06

FR-PVC Blue Jacket 4 Pair 23 AWG Copper Cable with integral

cross member pair separator and should support bandwidth of 600

MHz

2.07 Category 6 UTP cable performance guaranteed up to 6 connections

in any length channel configuration up to 100 meters

2.08 Channel optimized using Modal Decomposition Modelling

2.09 Supports IEEE 802.3 1 000Base -T TIA-854-A 1 000Base -TX ATM

Forum CB1G plus other legacy LANs and applications (Video BAS)

2.10 The Cable Should be UL/ETL certified with Zero Bit error (certificate

required)

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 189

S.

No. Parameter Description

Compliance

(Yes/No)

Deviations

(if any)

3.00 CAT 6 Jack

3.01 Product details-

3.02

Please mention Make

Model No. or Part

Code

3.03 Type: Unshielded Twisted Pair Category 6 TIA / EIA 568-C.2

3.04 Durability

3.05 Modular Jack: 750 mating cycles

3.06 Wire terminal: 200 termination cycles

3.07 Accessories:

3.08 Strain relief and bend-limiting boot for cable

3.09 It should have a Dust cover to cover the keystone.

3.10 Approval: UL

3.11 Housing: Polyphenylene oxide 94V-0 rated

4.00 CAT6 Patch Panel loaded/Unloaded

4.01 Product details-

4.02

Please mention Make

Model No. or Part

Code

4.03 Type: 24-port Shielded Twisted Pair Category 6 TIA / EIA 568

4.04 Keystone: Keystone should be completely UTP.

4.05 Category: Category 6

4.06 Circuit Identification Scheme: Patch Panels Rear Cable Management

without tie-wrap with simplified numbering labels

4.07 Height: 1U

4.08 Performance Characteristics to be provided along with bid: Attenua-

tion NEXT PS NEXT FEXT and Return Loss

4.09 Approval: UL Listed

5.00 CAT 6 Face Plate

5.01 Product details-

5.02

Please mention Make

Model No. or Part

Code

5.03 Type: 1-port White surface box

5.04 Material: ABS / UL 94 V-0

5.05 No. of ports: One / two / Quad

5.06 High Impact Plastic Body ABS FR Grade 86 x 86 mm for single &

dual port

5.07 High Impact Plastic Body ABS FR Grade 86 x 147 mm for Quad

5.08 Flush mountable or surface mountable with a back-mount frame

6.00 CAT6 Patch cord

6.01 Product details-

6.02

Please mention Make

Model No. or Part

Code

6.03 Type: Unshielded Twisted Pair Category 6 TIA / EIA 568-C.2

6.04 Conductor: 24-26 AWG stranded copper.

6.05 Length: 1 meter 2-meter 3-meter 5 meters and 10 meters

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 190

S.

No. Parameter Description

Compliance

(Yes/No)

Deviations

(if any)

6.06 Plug Protection: Matching coloured snag-less boot to maintain bend

radius

6.07 Warranty: 25-year component warranty

6.08 Category: Category 6

6.09 Plug

a Housing: Clear polycarbonate

b Terminals: Phosphor Bronze with gold plating 50 micron'' gold over

nickel

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 191

Annexure 11.19

Specification and compliance of Technical Furniture of Command Centre:

S.

No. Features Description

Compliance

(Yes/No)

Deviations

(if any)

1 Product details-

2

Please mention Make

Model No. or Part

Code

3.00 Overview of Control Desk

3.01

Requirement of the project is state of the art console system. Space

age, futuristic and ahead of time is a mandatory requirement of the

console system in terms of aesthetics, ergonomics and functionality.

3.02 The entire desk should be free from any sharp edge as per standard

HSE norms.

3.03

Monitor arms shall be fitted on extruded heavy duty aluminium slat

walls of min 5 kg / meter weight. This is to ensure no sagging takes

place in the life time. The slat wall shall be of one single piece (per

module).

3.04

Side Leg should be made of Laminated Fiber Board with premium fin-

ish. Logo of the Owner shall be beautifully integrated on the side leg.

It should not be made of sticker or steel.

3.05 The desk shall have / ensure sufficient knee & foot space as per latest

Ergonomic Norms of ISO 11064.

3.06

The desk can be accessed from front and back openable shutters. The

cabinet of desk shall be flexible and capable of mounting generally

used control room equipment’s. Supplier to provide drawing for the

same.

4.00 Mandatory Requirement (Mandatory submission by the desk

OEM along with the bid for technical Approval)

4.01

The project demands for a contemporary, visually light and ergonomi-

cally designed 24X7 desking solution. Traditional bulky box type con-

trol desk should not be quoted.

4.02 Submittals: -

a

Certificate for ISO 9001-2015 quality certification as a proof of quality

system implementation in Manufacturing processes for at least 5

years.

b Certificate for ISO 14001 for Environment Management System.

c Certificate for OHSAS 18001 for Occupational Health and Safety.

d

FSC: Forest Stewardship Council Certified manufacturer from a re-

puted certifying agency. OEM should have had FSC Certification for

at-least 2 years.

e Ergonomic compliance report as per latest ergonomic norms of ISO

11064 to be submitted along with the bid.

4.03 Design Criteria: -

a

Table top front end should be injection moulded polyurethane edge

(minimum 55mm in depth) on the profiled wooden core and must not

be inserted or glued. Consoles must be of modular design, facilitating

future equipment retrofits and full reconfigurations without requiring

any major modification to the structure. Sample to be produced for

technical approval before opening of price bid.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 192

S.

No. Features Description

Compliance

(Yes/No)

Deviations

(if any)

b An edge slope and radius spreads the weight over a larger surface.

Enhancing end user comfort.

c

Consoles must be of modular design, facilitating future equipment ret-

rofits and full reconfigurations without requiring any major modification

to the structure or exterior elements

4.04 Product Specific Mandatory Requirement

a

ANSI BIFMA X5.5: 2014 certified console (from a reputed agency and

that too on all parameters). OEM should have had BIFMA X5.5 certifi-

cation for at-least 2 years. The tests must be on the following param-

eters.

i Concentrated Functional Load Test.

ii Distributed Functional Load Test.

iii Concentrated Proof Load Test.

iv Distributed Proof Load Test.

v Stability Under Vertical Load Test.

vi Tests must be based on ANSI BIFMA X5.5 -2014 standards applied to

the proposed product solution.

b

Copy of Test certification for ASTM E84 (from UL/Intertek) for the sur-

face burning characteristics of products and materials. Test must ref-

erence the actual assembled components for wood-core panels in-

cluding core, laminates, edging.

c The entire console must be RoHS (Intertek/UL) certified, valid certifi-

cate to be submitted along with the technical documents with the bid.

4.05 Quality Criteria: -

a

To ensure uniformity, consistency & quality in final product the desk

manufacturer should have In-house Powder Coating Plant, metal man-

ufacturing and wood processing plant.

b OEM to produce sample of Injection Moulded PU Edging on profiled

wooden core for technical approval prior to opening of Financial bid.

4.06 Proven Track Record: -

a

The desk manufacturer must produce documents proving that they

have executed order(s) with 150 plus consoles/desks/operator station

at single location with injection moulded Polyurethane edging &

scratch resistant laminate.

b Minimum 100 installation of control desk with reputed companies of

similar reputation.

c

Desk manufacturer should have executed at least one order of a re-

puted organisation where the following specifications were asked for:

-

i BIFMA X5.5: 2014; all parameters.

5.00 Equipment Mounting

5.01

The control desk shall house computer equipment's, HMIs, Ethernet

switches, Rack mounted equipment's, Power Distribution Unit. The

CPUs shall be mounted on Slide out metallic CPU trays (mounted on

Heavy duty slides) for ease in maintenance.

6.00 Structure

6.01

Made of heavy duty Extruded Vertical and Horizontal Aluminium pro-

files of HE9WP grade. The Extrusions shall be duly powder coated

with 40+ micron over all surfaces.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 193

S.

No. Features Description

Compliance

(Yes/No)

Deviations

(if any)

6.02

All sheet metal parts must be finished with a durable, black, electro-

static powder coating with average application of 60-90 microns over

all surfaces.

6.03 Pre-treatment process shall not generate sludge or heavy material.

6.04 The supplier to perform following tests during inspection: -

a Adhesion test: ISO 2409:

b Impact test: ASTM D 2794: 40kg

c Conical mandrel test: ASTM D 522:

d Scratch test: IS 101-1964:

e Salt spray (FOG) test: ASTM B 117: 600 hrs

6.05 To allow future extension and expansion; a weld free system to be

proposed. Interconnecting joints should not be visible.

6.06

The structure should be rigid enough to withstand BIFMA X5.5. The

structure should allow easy assembly of Hinged Shutters, Slat wall,

Gland Plate, Monitor arms in extremely rigid manner.

6.07 Grouting of the desk is not allowed for BIFMA test as well as site in-

stallation.

6.08

Standard office type, panel, post and open furniture will not be ac-

ceptable. Structural integrity of the Console System is a priority; there-

fore “cubicle” type walls shall be deemed unacceptable.

a

The consoles design shall be suitable for areas of Seismic zone 4 or

better. Bidder to provide Seismic Test Report from government ap-

proved research laboratory/facilities to be submitted along with the

technical bid.

7.00 Work Surface: -

7.01

The material of the working surface should be minimum 25 mm thick

MDF with High Pressure Laminate finish. The laminate shall be fire

retardant, Insulated, Water Proof, Scratch resistant and high hard-

ness.

a The MDF shall confirm to ANSI A208.2

b The Laminate shall be scratch resistant with ANSI/NEMA LD3 certifi-

cation.

c

The laminate shall be Greengaurd certified. This laminate shall have

added benefit of an extra-wear surface and provide a high resistance

to scuffing, and cigarette burns. The material shall also have a skid

resistant surface.

8.00 Designer Front Edging Option

8.01

Front ergonomic edge shall be of injection moulded Polyurethane (PU)

on profiled wooden core which gives cushion/comfort to wrist/palm

during working hours. It should be perfectly flushed with the laminate

to give a seamless finish and should not obstruct during operations.

The PU shall have varying depths across the length of the console to

increase the aesthetical appeal of the desk.

a PU edge shall have flexibility to design at radius.

b T shape of PU / PVC / PP shall not be acceptable as they can be pulled

out manually.

c

Shape of the PU shall have an ergonomic slant with minimum 55mm

depth at the operator’s sitting area. This is to give a grand look and

maximum comfort.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 194

S.

No. Features Description

Compliance

(Yes/No)

Deviations

(if any)

d The overall thickness of the PU shall be within a range of 30-40mm.

e Other open edge shall be of PVC / ABS / PP with Greenguard specs.

d Manufacturer to show in-house facility to ensure smooth service in

case of any such requirement in future.

9.00 Shutters & Side Legs

9.01

Front, back shutters shall be of 18 mm Laminated MDF Board with

premium finish. Side leg shall be of 25mm of the same finish. Hinges

shall have life time warranty. Entire console to be RoHS certified (from

Intertek/UL).

10.00 Monitor Arms/Arrays and Attachments

10.01 Die cast mounted Aluminium arm; fixed firmly on MS Pole.

10.02 These poles will have same powder coating as that of Modular Rear

wall.

10.03

Monitor and Functional holder shall guarantee optimum viewing dis-

tance. All ergonomic aspects shall be taken in to account. It shall be

capable for mounting all type of LCD display with Dimensions between

17” to 27” using suitable adopter/additional base plate for complying

VESA standards 75 x 75, 100 x 100, 200 x 100 & 200x200 mm.

10.04

For configuration of working position, it shall allow the technical staff

to rotate/ tilt/ raise/the monitors as well as fix their adjustment in a quick

and easy manner.

10.05

The Monitor and functional holder shall bear the weight of the mounted

Monitors; hold the monitors firmly without shaking. Max load for moni-

tor shall be 5kgs for single & dual tier arrangements.

10.06 The monitor arm should be Articulating monitor arm.

10.07 Up-down moment can be performed without tools.

10.08 Pole Height - 455mm

a Extension - 400mm

b Tilt - 180 Degrees

c Swivel - 270 Degrees

d Rotation around Monitor Pole 360

e

It shall be designed to enable replacement of existing LCD display with

other type during monitor changes necessitated by future develop-

ments.

f

Articulating monitor arm, Flexible monitor arm, depending on console

configuration. e. Upper-level articulating monitor arm (Double high op-

tion).

11.00

Modular rear walls shall be made of heavy duty extruded aluminium

profile with better aesthetic appeal; allowing for various viewing levels

and privacy. Conventional office type slat wall shall not be accepted.

11.01 Modular walls shall be made of approx. 2mm thick Extruded Alumin-

ium (HE9WP aluminium alloy).

11.02 Shall be designed in such a way that no joints or gaps are visible in

the entire width of the console.

11.03 Load bearing capacity shall be min 30 kg per meter.

11.04

It should have linear slots running throughout the length to accept

modular components (slat wall mounting system, telephone arms, pen

holders, paper holders).

11.05 It should have high Load bearing capacity.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 195

S.

No. Features Description

Compliance

(Yes/No)

Deviations

(if any)

11.06 No buckling when arms are fully extended

11.07

No screws should be visible when joining table top to the Slat wall and

on the top of the slat wall. OEM to produce sample before commencing

the manufacturing activities. Bidder to ensure that the desk manufac-

turer has done minimum 20 projects with Slat wall (this is a mandatory

requirement).

12.00 Electricals

12.01

Each console shall be equipped with individual power distribution unit.

The Electrical power distribution unit shall be capable of being

switched on/off and provide safe supply to all the consuming equip-

ment individually. The console should be electrically earthed for all the

body part which are conductive.

12.02 Power supply socket should be dual type i.e. Universal type.

12.03 Rear vertical mounting with powder coated CRCA body with RAL 9005

colour having universal sockets with Inbuilt 16A single pole MCB.

12.04 Shall confirm to BS 546. Entire control desk to be RoHS certified from

UL/Intertek. Certificate need to be submitted along with the bid.

13.00 Cable Routing Arrangement

13.01

Designed with vertical and horizontal cable trays to allow for continu-

ous cable management between the cabinets. The design of console

shall allow cable run, from the floor hollow channel.

14.00 Cooling

14.01 Rear shutters of each console should have provision of Airflow open-

ing for cooling and heat dissipation effect.

14.02 Rear panel/door-mounted ventilation fans (optional).

a Ventilation fans shall have the following properties:

i Fans must be available for mounting on the doors. The individual situ-

ation may dictate a change in the ventilation requirements.

ii Axial fans should be aerodynamically shaped with metal construction

and metal blades for longer life

iii Can operate in -10deg to +55 deg

iv Noise level should be below 50dB

v Air flow should be approx. 105 CFM

b Screws shall not be visible on the front metal plate where the fan shall

be mounted.

15.00 Illumination

15.01 Service light should be provided inside the cabinet enclosure for

maintenance of equipment with provision of manual on/off switch.

15.02 The illumination of service lights shall be such as not to interfere with

the vision of the operator sitting in front of the console.

15.03 LED shall be of 14 Watt, with 25,000 hours life.

15.04 Connections on the door switch must be covered to avoid accidental

contact with live wires.

16.00 Hardware

16.01 All bolts must be of SS material to avoid rust due to environment. Re-

maining hardware shall be Nickle Plated with RoHS certificate.

17.00 Sustainability Requirements

17.01 Total recyclable content shall be greater than 50%.

17.02 All metal components shall be 100% recyclable.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 196

S.

No. Features Description

Compliance

(Yes/No)

Deviations

(if any)

17.03 All materials shall be free of hexavalent chrome, CFC's, and PDBE's.

17.04 Adhesives used shall be solvent free and free of any hazardous air

pollutants.

17.05

Metal parts shall be powder coated and finished with a durable VOC-

free finish which is applied in a process that generates low levels of

recyclable waste.

18.00 Quality Assurance of Consoles

18.01 Quality Assurance Plan to be submitted during designing stage and All

raw material should be from verified supplier.

19.00 Checklist for Certificates, Norms etc.

19.01 Certification of BIFMA X5.5:2014 (on all test parameters) by a Reputed

test facility.

19.02 Certificate for ISO 9001:2015

19.03 Certificate for ISO 14001

19.04 Certificate for OHSAS18001

19.05 Entire console should be RoHS (UL/Intertek) certified

20.00 Testing Methods (As per Standard Norms)

20.01 To be shown during Inspection or BID time as per the Project Owner /

client requirement.

a Drop Test

b Abrasion Test

c Conical Mandrel

d Powder Hardness test

e Load Bearing Capacity of Desk

21.00 Accessories

21.01

Supplier to demonstrate the following attachments in BID, to quote unit

price of each if not asked 3 sets of printed catalogues to be submitted

for attachments.

a Articulating monitor Arm,

b Telephone arm,

c Key board tray,

d Task Light,

e Service light,

f File storage,

g Monitor arm,

h File holder,

i Pen holder,

k Telephone holder

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 197

Annexure 11.20

Specification and compliance of Command Centre interior:

S.

No. Features Description

Compliance

(Yes/No)

Deviations

(if any)

1 Product details-

2

Please mention Make

Model No. or Part

Code

3.00 Scope of Command Centre Setup

3.01

The scope of the Command Setup includes design; engineering, sup-

ply & installation of 24X7 mission critical Control Centre Interiors. As

the Control room is a significant place, it is imperative that it shall be

designed properly in terms of Aesthetics, Ergonomics and Functional-

ity. Various aspects should be considered while designing Control

Room area to create ideal work place, considering physiological as-

pects such as line of sight and field of vision and cognitive factors such

as concentration and perceptivity as per ISO 11064.

3.02 The design of systems, equipment and facilities shall reflect human

factors requirements including the following:

a

Satisfactory environmental conditions for operator personnel. Includ-

ing noise, air flow, temperature and humidity, and precautionary meas-

ure under uncontrolled conditions (like fire) beyond acceptable limits.

b

Adequate space for personnel and equipment for the movements and

activities they are required to perform during operation and mainte-

nance, under both normal and emergency conditions.

c

Adequate visual / auditory status information and other communication

links between personnel and equipment under normal and emergency

conditions.

d Adequate illumination for the performance of operation, control,

maintenance and training.

e

The control room shall be built as per the criteria of “Human Factor

Engineering” to improvise the efficiency utilization of the operators and

provide them Fatigue free working environment.

3.03 Objective: -

a Ensure maximum standard of safety.

b Allow Flexibility

c Minimize maintenance

d Improve operator’s efficiency & alertness.

3.04 In broad, the scope of work and supply shall consist of the following

parts: -

a Interior Design, engineering of Controls.

b All related services for supply, installation, testing.

c Spares and Documentation

3.05 Detailed scope of command centre setup shall include but not be lim-

ited to the following: -

a Design: - Submission of various options of Control room layout for TD’s

approval, strictly complying to ISO 11064.

3.06 General: -

a Supply of the product catalogue, drawings, documentation, 3D views,

colour pallets, for the complete solution.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 198

S.

No. Features Description

Compliance

(Yes/No)

Deviations

(if any)

b Spares: - A list of manufacturer’s recommended spares for operation

and maintenance shall be provided.

c

Provide commissioning & warranty spares (Service Provider shall uti-

lize these spares of all the equipment that may be required during com-

missioning & warranty period separately).

d

Manufacturer shall be responsible for safety and security of the in-

stalled items till commissioning and final acceptance by Purchaser

(before start of warranty period).

e Quality assurance & commissioning of the complete system at site to

the complete satisfaction of Purchaser.

4.00 Acoustic Requirements of Command Centre

4.01 Control room being dead zone in acoustical terms, threshold should

be lower than the normal.

4.02 Use of Acoustics and psychoacoustics measurements are must. Ven-

dor to highlight the same in drawings.

4.03 Materials which define acoustics; it’s the detailing which ensures con-

trolled reverberations & resonances and reflections.

4.04 Selection of fire retardant/rated material is must.

5.00 Mandatory Requirement:

5.01

The project demands for a contemporary, aesthetically appealing, er-

gonomically designed, safe and 24X7 working facility. Conventional

wooden cladding, painting, gypsum, 2’X2’ Metal, POP ceilings (for

Control area) shall not be accepted.

5.02

This facility being the first of its kind, scale & prestige it is mandatory

for the bidder to provide Designer Control Room interiors without com-

promising on the safety and functionality of the facility. Materials hav-

ing the adverse impact on the environment and nature shall not be

accepted. To ensure the quality of the execution and integrity of the

components it is mandatory for the main bidder that they get some

qualified agency with an experience of minimum 10 turnkey control

room project’s supply and installation of CONTROLs/Control Rooms

or War rooms, including but not limited to Control desk, Illumination,

Floorings, Custom designer metal ceilings, wall claddings and doors,

completion/appreciation letters to be submitted by the OEM along with

the bid. Conventional office designers shall not be accepted.

5.03 Technical Documents: - (Bidder shall submit the documents along with

technical Bid)

a

Certificate for ISO 9001-2015 quality certification. 9001 certificates to

be submitted as a proof of quality system implementation in manufac-

turing processes.

b Certificate for ISO 14001 for Environment Management System.

c Certificate for OHSAS 18001 for Occupational Health and Safety.

d Ergonomic compliance report for control room layout as per ISO 11064

e

Manufacturing Unit/Capability: If asked, supplier to arrange factory and

product inspection before placement of order, to ensure that the ven-

dor is capable of in-house production of the ordered goods.

f Printed Catalogues Command Centre and Locations of Demo rooms

to be furnished.

5.04 Warranty and Experience:

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 199

S.

No. Features Description

Compliance

(Yes/No)

Deviations

(if any)

a

Five year’s warranty against any manufacturing defect on Control

Room design including but not limited to Illumination, Floorings, Cus-

tom designer metal ceilings, wall claddings and doors.

b

Minimum 5 installations of control rooms/ NOC areas with completion

/ appreciation letters for the turnkey scope including but not limited to

ceiling, flooring, illumination and wall cladding from reputed companies

to be submitted along with the bid. These packages should have been

executed on or before Bid release date.

5.05 Design Criteria: -

a

The ceiling, Panelling and partition must be of modular design, facili-

tating future equipment retrofits and full reconfigurations without re-

quiring any major modification to the structure.

5.06 Product Specific Mandatory Requirement

a

Copy of Test certification for ASTM E84 (from UL/Intertek) for the sur-

face burning characteristics of wall Panelling tiles and ceiling tiles to

be submitted along with the technical Bid. This is mandatory require-

ment from Fire safety point of view.

b Raw-material supplier data alone is not acceptable.

5.07 Quality Criteria: -

a

To ensure uniformity, consistency & quality in final product the manu-

facturer of interior material of Command Centre should have In-house

Powder Coating Plant, metal manufacturing and wood processing

plant.

b

Forest Stewardship Council: The OEM should be a FSC Certified man-

ufacturer from a reputed certifying agency. OEM should have had FSC

Certification for at-least 2 years. Certificate need to be submitted along

with the technical Bid.

6.00 PANELING

6.01 Design & Material Specification for Panelling

a

Factory made removable type self inter lockable metal panels of Pre-

formed textured Hot dip galvanized strips and sheets of low carbon

steel coated on one side with rigid polyvinylchloride (PVC) film and on

the other side a coating based on cross linkable polyester resins (sheet

thickness 0.6mm & PVC Coating 0.15mm). Make shall comprise of

specially designed combination of perforated and non-perforated pan-

els through CNC laser Cutting, bending & punching. Panel shall be of

0.75mm thick galvanized metal of approved colour. Panels shall be

designed to achieve shape and design as per the design consultant.

Panels shall be fixed using hook fitting on structure. Overall system

thickness for panelling shall be 70mm to 85mm and for partition shall

be 85mm to 110mm.

b

As per design panel shall comprise of hexagonal perforation for mak-

ing panelling and partitions acoustically sound. Acoustic grade fire re-

tardant fabric (min 1.5mm thick) will be fixed at some parts of the con-

trol room. Wall panelling system must be RoHS certified from UL/In-

tertek. Valid certificate to be submitted along with the technical Bid.

c

Panel shall be design in such a manner that it takes care of undulation

of civil walls and gives perfect flat surface finish and compile easy ser-

vice & maintenance procedure.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 200

S.

No. Features Description

Compliance

(Yes/No)

Deviations

(if any)

d

Sound transmission class (STC) value of 35 for Wall Panelling & Par-

tition. (According to IS: 9901 (Part III) – 1981, DIN 52210 Part IV- 1984,

ISO:140(Part III) -1995, test report from reputed agency to be submit-

ted along with the technical Bid.

e

Wall Panelling & partition shall be Seismic Zone 5 Tested from ap-

proved government agency, relevant certificate to be submitted along

with the technical Bid.

6.02 Design:

a

The cladding panels shall be made up of combination of two sheets

locked and riveted together and polystyrene shall be used as infill to

achieve strength and acoustics. The front tile (PVC pre-coated metal

sheet) shall be perorated/ non-perforated as per the design require-

ment and the back tile (Powder coated 0.6mm GI sheet) shall be de-

signed in such a manner that it fits on the back portion of the front tile.

Once the tiles are fitted together then these will be manually riveted.

These tiles shall be bend through CNC, machine punched & laser Cut

to achieve perfect accuracy.

b

Structure Shall be made from heavy duty powder coated modular steel

frame (minimum sheet thickness 1 to 1.6mm) and shall allow uninter-

rupted flow of wires/cable/tubes of max. dia. 25mm.

c

Structure Shall be securely grouted from wall, roof and floor. It shall be

made up of 1-1.6mm thick vertical Slotted Rolled C sections (Upright)

and horizontal rolled ‘C’ connectors. Grid of desired dimension shall

be formed by Vertical and horizontal sections having 50mm pitch.

6.03 Surface Finish:

a For Panels:

i Front Panel: PVC pre-coated GI sheet (sheet thickness: 0.6mm and

PVC coating: 0.15mm)

ii Back Cover: Powder coated GI sheet. (sheet thickness: 0.6mm with

powder coating:)

b For Structure:

i Powder coated sheet. (sheet thickness: 1.0mm to 1.6mm with powder

coating)

ii

The metal sheet shall have possibility of being formed mechanically as

per the specific needs of the Command Centre. It shall be able to un-

dergo stretching up to 100% and therefore follow (adhere to) bend with

the steel in all its deformation. The sheets shall have specific fire-re-

tardant additives as an important barrier to slow down the combustion

processes. It shall have electrical insulation property and shall be sus-

tainable and easy to maintain.

iii

Panel shall provide better thermal, electrical insulation as compared to

normal GI panels. It shall be non-reflective/glare free and be eligible

for food contact.

6.04 Material Selection:

a Available Width- 300mm to 1200mm (in multiples of 150mm).

b Available Height- 150mm to 750mm (in multiples of 150mm).

c Thickness- 10mm to 15mm for perforated tiles with acoustic fleece

without back cover

d 25mm to 30mm for non-perforated tiles with back covers

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 201

S.

No. Features Description

Compliance

(Yes/No)

Deviations

(if any)

6.05 Material Testing/Certification (all certificates to be submitted along with

technical Bid):

a PVC pre-coated sheet:

i Fire rating and Low flame spread: EN ISO 11925-2, EN 13823 and

ASTM E-84

ii Food grade: EU10/2011

b Core material (compressed polystyrene):

i Acoustic test: 9301/ ISO: 140/ASTM 413, ASTM C 578.

c Powder coating

i Adhesion test: EN ISO 2409 (2 mm)

ii Impact resistance test: ASTM D 2794 (5/9’ ball)

iii Flexibility test: EN ISO 1519

iv Salt spry test: 600 hrs.

v Resistance to humid atmosphere test: DIN 50017.

6.06 Component Specification:

a Floor Mounting: -

i

3mm thick C channels are welded together to form a ‘I’ section having

minimum height of 150mm. This I section shall be welded on 3mm

thick MS grouting plate.

ii This assembly shall be grouted on the floor with the help of M10 An-

chor Fasteners.

iii These Floor Mountings shall be the base support to the vertical up-

rights spaced at a centre to centre distance of 1200mm maximum.

iv Contractor must ensure proper marking and levelling before proceed-

ing with any floor grouting.

b C Section (Upright) fixing: -

i 56 mm wide Slotted Rolled C section (UPRIGHT) (1 to 1.6 mm thick

CRCA). Maximum single piece Length shall not exceed 2700mm.

ii All sections will be dual slotted with 50 mm pitch.

iii

These Uprights shall be mounted over the floor mountings and shall

be connected by C connectors made up of 1.0mm to 1.6mm thick cold

rolled ‘C' sections.

iv

The installation to be carried out with Uprights spaced at 1200 mm

(centre to centre) securely fixed to the floor slab by means floor mount-

ings.

v

The uprights shall be firmly held with L shaped wall mounts made up

of 2 mm thick MS sheet duly powder coated. One portion of L mount

shall be grouted with wall and other will be having a minimum slot

length of 75mm.

vi The L clamp and the upright will be bolted together with M6 bolts.

c End Cap

i 0.6mm to 0.75mm thick C shaped tile; like the panel tile will be bolted

on the extreme end Uprights so as to hide the grid structure.

d Panel:

i The panels shall be hooked on the uprights.

ii Panels shall have integrated hooks (which shall cut and bend on high

precision laser machines).

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 202

S.

No. Features Description

Compliance

(Yes/No)

Deviations

(if any)

iii

The panels shall have minimum gap of 5mm between two tiles (on

vertical and horizontal edges) so that the tiles can be replaced and

installed easily.

iv

The hooks of the Panels shall have a length of 20mm (for the upper

hook) and 10 mm (for the bottom hook). So that these panels are firmly

held on the uprights.

v The panel shall have HOOK in arrangement (With gravity lock).

e Corner Cap:

i

On extremes ends of control room the wall connector (L- profile) shall

be fixed on the perimeter walls. This L-section shall be snap fitted and

then bolted to the walls.

f Door Profile:

i Door frame shall be fixed with these profile only so as to have proper

integration of doors with the overall system.

g Feature:

i Raw material for tile & powder coating should not affect environment,

vendor to provide necessary test certificate.

ii Colour should not fade over 10 years.

iii No sagging

iv Easy and quick installation

v Low cleaning effort

vi

Vendor to demonstrate one portion at wall panelling & ceiling at their

premises before dismantling & shipping to site. In short, a FAT (Fac-

tory acceptance test) to be carried out at vendors works for ceiling &

panelling.

vii 100 % modular design. At site, no cutting, chipping work is allowed.

viii The tile shall be bend resistant.

7.00 Lattice Panelling

7.01

All the properties shall remain like Metal panelling. The tile size shall

be 2’X2’ or 1M X 1M. The front tile shall have laser cut designs (as per

approval) and another tile shall be fitted into it to have Highlighter view.

a

The tiles will be having cut-outs in such a way that when the tiles are

rotated by 90 degrees the design pattern of the entire wall shall be

changed. Using the same tiles and different orientations will have mul-

tiple design possibilities.

b The aim is to provide a contemporary look to the CCC.

c It shall be a tool less & screw less fixing.

8.00 Curvilinear Metal Panelling: -

8.01

All the properties and material of construction shall be like Metal pan-

elling but the front tiles shall be having perfect curve to meet the aes-

thetical requirement of the Control room and shall allow easy installa-

tion of the LVS/Screens on it.

9.00 Designer Acoustic Metal Partition: -

9.01

Partition with factory made removable type self inter lockable metal

panels of Preformed textured RIGID PVC coated GI sheet panels. The

metal panels fixed on structure made of 1.6 mm thick MS channels

bent over automatic punching to fix metal panel and bending CNC. and

their properties shall be as follows: -

a Resistance to extremes of weather exposure and temperature.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 203

S.

No. Features Description

Compliance

(Yes/No)

Deviations

(if any)

b Very low coefficient of expansion.

c Can be cleaned using detergents.

d Superior flatness – ideal of creating smooth, monolithic surface.

9.02

All the properties and Material of Construction shall be like straight

Metal panelling but the partition shall have metal cladding on either

side of the frame.

10.00 Calcium Silicate Board Panelling Material with Paint for Top fin-

ish: -

10.01

Calcium Silicate Board panels which has screw fixed on both side of

G.I frame with plastic emulsion paint finish of approved shade.50 x 40

mm GI sections placed with extra sections at required level. SKIN: Fix-

ing of Calcium Silicate Board with staggered joints. Edges are properly

finished to have a flush look includes filling with jointing paper tape &

two coats of primer suitable to Calcium Silicate.

10.00 Glass Partition

10.01

Full glass wall partitions will be made of 12mm Toughened laminated

glass with frame-less structure. Proper structure shall be made to en-

sure the fixing of glass from RCC slab above false ceiling and flooring.

10.02

Straight and vertical structural members shall not be visible. Safety film

shall be applied on the glass to avoid shattering. Glass shall be fitted

on anodized extrusion with tool less technology and having a provision

for replacing glass with perforated sheet/acoustic tile by removing the

glass.

10.03 NOTE: - The nature of installation should be replaceable, expandable

and flexible to cater the future expansion/technical up-gradation.

11.00 DOORS

11.01 Metallic Door

a

With door spring and locking arrangements and both way handle. Pre-

pare with rigid thermo-fused film metal panels. Specification: 0.6mm

thick Metal panel sheets, cavity filled with glass wool insulation of den-

sity 24kg/cum in roll form of make inside adequate quantity. Material

of the partition and that of metal door will remain the same.

11.02 Metal door with Toughened Glass Vision Panel: -

a

The door shall have 100mm frame (made of same material as that of

wall Panelling /partition) and shall have 12mm thick glass pane in be-

tween.

i 12mm thick tempered clear glass door with door spring and locking

arrangements and both way handle and patch fittings.

ii Glass Properties: Safety (tempered): when broken, must split into tiny

harmless pieces.

12.00 Ceiling

12.01 Designer Acoustic Metal False ceiling with Planks

a

Factory made acoustic modular metal false ceiling of powder coated

panels. Make shall comprising of perforated and non-perforated metal

panels made through CNC laser Cutting, bending & punching. Panel

shall be of 0.6mm galvanized metal of approved powder coating finish.

Panels shall be designed to achieve shape and design as per the de-

sign consultant with the combination of acrylic panels with lights, de-

signed to enhance visual feel, with provision for easy installation and

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 204

S.

No. Features Description

Compliance

(Yes/No)

Deviations

(if any)

maintenance, integrated lighting and scope for integration of building

services like HVAC and fire detection & fighting system. Metal modular

false ceiling must have Sound absorption coefficient (NRC) value 0.30

according to IS:8225-1987, ISO: 354-1985 and ASTM 423-90. These

certificates must be submitted along with the technical bid.

b

As per design panel shall comprise of micro perforation for making

false ceiling acoustically sound. The non-perforated ceiling tile shall be

Class A fire rated as per ASTM E-84 (from UL/Intertek). Test certifica-

tions to be submitted along with the technical bid.

c

Structure Shall be made from heavy duty powder coated modular steel

frame (minimum sheet thickness 1 to 1.6mm). It Shall be securely

grouted from roof with help of anchor fastener and GI self-threaded

rods. It shall be formed with the help of slotted rolled W sections (stiff-

ener) and M section (Master) with help of M6 cage nut and bolts.

d

The powder coating metal sheet shall have possibility of being formed

mechanically per the specific needs of the project. The powder coating

shall be able to undergo stretching up to 100% and therefor follow (ad-

here to) bend with the steel in all its deformation.

e

The master section shall have laser cut profile to enable fixing of per-

forated, Non- Perforated & diffused continuous LED section with

acrylic sheet.

f

The ceiling system should have double safety system to take care of

seismic vibrations. Seismic joint clip on main W & cross runner will be

made up of section having sizes 100 mm by 20mm.

g The ceiling planks shall have locking redundancy to enhance seismic

impact resistance.

h

Panels are then snap fitted individually on the grid frame work. The

panels are also hold by safety wire to ensure that these tiles do not full

during seismic vibrations.

i

The Ceiling must be RoHS certified (from UL/Intertek) to ensure re-

striction of hazardous substance in any of the materials. (Certificate to

be submitted along with the technical Bid)

j

The Ceiling must be Seismically Zone 4 or better Certified, bidder to

provide Seismic Test Report from government approved research in-

stitute along with the bid Certificate to be submitted along with the

technical Bid).

k Dimensional Details:

i

Non- Perforated Tile: - Machine profiled GI sheet of 290mm

(Wide)available in various length of 600mm to 1800mm in multiple of

300mm

ii Perforated Tile: - Machine profiled GI sheet with fleece of 146mm

(Wide) in various length of 600mm to 1800mm in multiple of 300mm.

iii

Type- Clip on with double locking arrangements. (Key requirement).

Should be easily openable to access above ceiling services. Special

connection joineries to take care of seismic vibration.

l Material Testing/Certification:

i Powder coating: Must qualify 600 hours’ salt spray test.

13.00 Component Specification:

13.01 Master M Section:

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 205

S.

No. Features Description

Compliance

(Yes/No)

Deviations

(if any)

a

1.2 mm thick GI section length 1200mm. the installation to be carried

out with runner’s spaces at 1200/1500/2100 mm centre to centre se-

curely fixed to the hanging “c” section by means at M6Nut and bolts.

b The end section shall be covered by 0.8mm thick powder coated MS

sheet.

c

The master section shall have laser cut profile to enable clip on tiles

viz. perforated, Non- Perforated & diffused continuous LED section

with acrylic sheet.

13.02 Hanging W Section:

a Specially machine profiled W section 65x15x0.8mm.the section should

be 2400 mm long & shall run across the length at the room.

b Centre to centre distance between W section shall be 1000mm.

c

These sections are securely fixed to the slab by means of Metal fas-

tener and 8mm GI rod fully threaded (with hex nut for precision level

adjustment.)

d The two-master section shall be attached to each other by means at

fixing pate 45x34mm & M6 cage nut & bolts.

13.03 U Section:

a Machine profiled ‘U’ Section 150x77x0.6mm section to accurate con-

tinues running light.

b It shall have provision for fixing acrylic sheet.

c This whole assembly shall be hang from roof slab with help of anchor

fastener and full threaded GI rod.

13.04 Ceiling Plank:

a It shall have Laser cut holes/cut-outs for light fixing as per defined lux

requirement and approved layout.

b Non-perforated tile slots to be punched to accommodate AC grills.

13.05 Grid Type 700mm X 620mm Snap fit Ceiling

a

Factory made acoustic modular metal false ceiling of powder coated

panels. Make shall comprising of perforated and non-perforated metal

panels (700X620mm) made through CNC laser Cutting, bending &

punching. Panel shall be of 0.6mm galvanized metal of approved col-

our. Panels shall be designed to enhance visual feel, with provision for

easy installation and maintenance, integrated lighting and scope for

integration of building services like HVAC and fire detection/ fighting

system.

b As per design panel shall comprise of micro perforation for making

false ceiling acoustically sound with fire rated acoustic fleece.

c Ceiling Plank:

i Plank shall be made from 0.6mm thick GI powder coated sheet of ap-

proved shade and sizes.

ii Light fitting can be defined as per the LUX requirement.

iii It shall have Laser cut circular hole for light fixing as per defined lux

requirement and approved layout.

iv Non-perforated tile slots to be punched to accommodate AC grills.

d Properties: -

i High NRC (Noise Reduction Co-efficient)

ii Better Light reflectance & Fire performance.

iii Humidity Resistance.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 206

S.

No. Features Description

Compliance

(Yes/No)

Deviations

(if any)

13.06 Calcium Silicate Board:

a

Plain Calcium Silicate Acoustic Boards for false ceiling with 08mm Ap-

prox. thick, Structure for underside of suspended grid formed of GI pe-

rimeter channels. Wood screws and metal expansion raw plugs for fix-

ing with wall. Plastic emulsion paint of approved make and shade for

finishing surface of Calcium Silicate Boards.

b

General Specification of Calcium Silicate Board: this board is manu-

factured from a mixture of Portland cement, fine silica, special cellu-

lose fibres and selected fillers to impart durability, toughness, fire and

moisture resistance.

c.

Expansion after expose to the water for 24 Hr.: 0.12%, Noise Re-

sistance: B38, Water absorption by Weight: 34%, Fire resistance: BS

476 incombustible A1 Class.

14.00 Lighting and Illumination of Control Room.

14.01 LED lights

a

Brief: - The lights shall be available in flat panels. These shall be de-

signed and developed with slim shape for stylish look. The product

shall have better colour rendering index for interior illumination.

b

In LED shall have three basic choice of colours like cool white, warm

white and neutral white. The LED lights shall have uniform light distri-

bution without any spots on surface of panel, to make it highly lumi-

nous.

c Features: -

i Round LED Lights (white)

ii LED based Square Light (white)

iii LED based Strip Light (white

14.02 Wiring for Ceiling Light

a For ceiling wiring inter looping shall be done and switches shall be

provided.

b

The system of wiring shall consist of PVC insulated copper conductor

stranded flexible FRLS wires of 1100 volts grade of insulation, in me-

tallic conduits for all exposed wiring and PVC/ metallic conduits for all

concealed wiring. Minimum size of copper conductor shall be 1.5 sq.

mm for lighting and 2.5 sqmm for power. Colour code shall be main-

tained for the entire wiring installation that is Red/Yellow/Blue (or as

per Local Standards) for the all-single phases, Black for neutral and

Green for earthing.

c Appropriate ferrule shall be used in both the side (LDB Side & Switch’s

Side)

14.03 Switches & Sockets

a.

Compliance to stringent quality norms, Dual shutter mechanism for

easy & better fitment Wide & flat switch knob for easy operation. FR

grade polycarbonate with high impact resistance, shock proof & UV

rays stabilized.

14.04 MCBs

a. For the control and protection of low voltage installations against over-

load and short circuits.

b. Ripping characteristic: C Curve – 5 to 10 x in

c. Rated at 25°C to -50°C

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 207

S.

No. Features Description

Compliance

(Yes/No)

Deviations

(if any)

d. Isolation function

e. Double entry points, separate bus bar entry, open mouthed terminal

and lift clamps.

15.00 Flooring: -

15.01 Acoustic Laminate Flooring: -

a

Acoustic flooring shall reduce impact sound by 14dB (ISO 717-2). It

shall be twin-layer linoleum built up from 2 mm acoustic laminate and

a 2 mm Corkment backing. Flooring shall be decorative type of ap-

proved shade, pattern, texture and design and of approved manufac-

turer. Dimensions shall be as per the final approved design and site

requirement. Flooring shall be laid over concrete floor with laying com-

pound strictly as per manufacturer’s specification.

b Mandatory requirement: The Floor Surface material shall be Green-

guard (UL) certified to avoid VOC free / low emitting surface.

c The Flooring material shall be Griha and Greenguard (UL) Certified.

15.02 Vitrified Flooring: -

a

Fully vitrified, 10 mm thick non-porous, homogenous, abrasion re-

sistant, minimum size 600 mm x 600 mm x 10mm of approved colour

and shall be laid over concrete floor with laying compound strictly as

per manufacturer’s specification. Total thickness of the flooring shall

be 40mm thick including the thickness of the tiles, under bed. Tiles will

be laid with 2 mm gap using spacers and gap will be filled with black

colour epoxy latictere.

15.03 False Flooring

a Raised height above the RCC floor – up to 450mm

b

Mandatory: Top Surface Shall be Green Guard (UL) certified to avoid

VOC free / low emitting surface and finish shall be similar to the Acous-

tic Laminate flooring (i.e. linoleum built up from 2 mm acoustic lami-

nate).

c

The flooring should be manufactured with all steel welded construction

with an enclosed bottom pan and top surface should be finished with

durable & environment friendly acoustic laminate pasted with special

glue serving life of 5 years minimum. Tile Size should be 600mm X

600mm.

d The system should have: -

i Bear Concentrated Loads: 360 Kgs

ii DIN 4102 class A1 for Heat Resistance &

iii BS 476 for fire resistance.

e

The laminate should be made up of natural products and should not

emit any volatile organic compounds, should be Sustainable & 100%

biodegradable. In addition, it should be Impact, chemical & fire re-

sistant with anti-bacterial & anti-static properties with Colours & pat-

terns permeate through the surface to reduce noticeable wear.

f

This false floor panel should rest on Edge support rigid grid system

having Galvanized Iron base plate dimensions as 100mm X 100mm.

The stringer should be fixed on pedestal having height adjustment of

±25mm

15.04 Granite Stone for floor Highlighter/steps: - Providing 18 mm Pre-Pol-

ished Granite stone for Floor Highlighter/steps, in required design and

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 208

S.

No. Features Description

Compliance

(Yes/No)

Deviations

(if any)

pattern, with 12 mm (average) thick cement mortar 1:3 (1 cement: 3

oarse sand) laid and joint with white cement slurry including pointing

with white cement slurry admixed with pigment of matching shade, all

as per Architectural drawings, and as directed by the Engineer-in-

Charge. Make: Indian Reputed (Basic Rate of Granite Stone 120/- Sq.

Ft.).

16.00 MISCELLANEOUS:

16.01

Plastic Emulsion Paint: -The surface shall be free from dust, dirt,

grease and other foreign matter and shall be smooth by sand papering.

The primer coat shall be alkali resistant primer or emulsion primer and

shall be same manufacture as plastic paint.

16.02

Wall Putty: - Material for 1mm thick Putty on all exposed portions of

beams, columns and walls as directed by the consultants including

mixing, scraping, and levelling the surface, cleaning and complete in

all respects to receive the paints & finishes.

16.03 Designer privacy film for glass Partition/glass Door

16.04 Shoe Rack: Made up with 0.8 mm thk CRCA sheet powder coat fin-

ish/Prelaminated Particle Board 18mm thick.

16.05 Coat & Helmet Stand made up of matt finish SS

16.06 Printer Table for A4 size printer: -

a Table top made of 25mm MDF.

b Extruded aluminium profile with 2 mm thick. Vertical support.

c Proper Cable tray for flow of wire.

d Size: 750 (H) X 700 (W) X 600 (D).

16.07 Conference Table

a Table Top: made up of 25mm thick Prelaminated Particle Board with

2mm thick PVC edge banding tape.

b Leg: made up of MS Powder Coated Finish.

c Under structure: made up of MS Powder Coated Finish.

d Cable Tray & Cable Riser: made up of MS Powder Coated Finish.

e Accessories: Flap

16.08 Round Meeting Table (04 Seater)

a Table Top: made up of 25mm thick Prelaminated Particle Board with

2mm thick PVC edge banding tape.

b Pole: made up of MS Powder Coated Finish.

16.09 3-Seater Sofa with Wooden Frame, SS Pipe Legs, Seat Back Leath-

erite Tapestry Size in MM 1950(L) 760(D) 750(H)

16.10 Centre Table SS Pipe Frame Chrome Finish, Toughened Glass Top,

12mm Thick, Size :1200 x 600mm

16.11

Chair: -High back executive chair with synchronized tilting mechanism

with multiple locking systems, ABS for seat, mesh back with Silver

Epoxy Backbone with extra lumber Support with fine tuning for depth

adjustment, with four-way adjustable armrest, gas lift for height adjust-

ment, nylon base with castors. Upholstery: Black fabric seat & mesh

backrest & Black Leatherite headrest

17.00 GENERAL NOTES: -

17.01

The CONTROL & Development Centre room panelling and partition to

have minimum 15% thermo-fused printed tiles (with similar material of

construction as that of panelling and partition tiles) to print local art of

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 209

S.

No. Features Description

Compliance

(Yes/No)

Deviations

(if any)

state and increase the association of the facility with the state. Design

will be selected Purchaser.

17.02 Warranty (for the entire CCR):

a Ten year’s warranty on structural stability.

b Five years’ warranty against any manufacturing defect on all modular/

removable system.

c Two year’s warranty on all the consumables like Ceiling light, MCB’s

etc.

Note: All the accessories and required components to make the Command &

control setup complete shall be considered (Adequate no of Air-conditions unit,

Biometric cum smart card based access control system, Fire Alarm System

(with integration with building FAS), CCTV, Adequate fire suppression system

as per industrial best practice and design requirement along with all the nec-

essary infrastructure.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 210

Annexure 11.21

Specification and compliance of Panic Button:

S.

No. Features Description

Compliance

(Yes/No)

Deviations

(if any)

1 Product details-

2 Please mention Make

Model No. or Part Code

3.00 Mechanical Ratings

3.01 Vibration (assembled to

panel)

Tested at 10…2000 Hz, 1.52 mm displace-

ment (peak-to-peak) max./10 G max. for 3

hr. duration, no damage

3.02 Shock Tested at 1/2 cycle sine wave for 11 ms; no

damage at 100 G

3.03 Degree of protection IP65/66 (Type 3/3R/4/12/13)

3.04

Mechanical

durability

per

EN 60947-

5-1 (Annex

C)

1,00,00,000

Cycles

Momentary push buttons, momentary

mushroom

3.05 1 000 000

Cycles

Multi-function, selector switch, key selector

switch, selector jog, Sens Eject key selec-

tor switch

3.06 500 000

Cycles Non-illuminated push-pull E-stop

3.07 300 000

Cycles

Twist-to-release E-stop, illuminated push-

pull E-stop, alternate action push buttons

3.08 100 000

Cycles Potentiometer, toggle switch

3.09 Operating forces (typical

with one contact block) Flush/extended = 5 N, E-stop = 36 N

3.10

Operating torque (typical

application with one con-

tact block)

Selector switch = 0.25 N•m (2.2 lb•in)

3.11 Mounting

torque Metal 4.4 N.m (40 lb.in)

4.00 Environmental

4.01 Temperature range (op-

erating) -25…+70 °C (-13…+158 °F)

4.02 Temperature range

(short term storage) -40…+85 °C (-40…+185 °F)

4.03 Humidity 50…95% RH from 25…60 °C (77…140 °F)

5.00 Electrical Ratings

5.01

Standard contact block

ratings

Screw Ter-

mination Spring Clamp Termination

5.02

A600,

Q600

600V AC

A300,

Q300

300V AC

5.03 AC 15, DC 13 to IEC/EN 60947-5-1 and UL

508, 17V, 5 mA min.

5.04 Low voltage contact

block ratings

5V, 1mA DC min

C300, R150, AC 15,5V, 1 mA DC min. DC

13 to EN 60947-5-1 and UL 508

5.05 Nominal Range

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 211

S.

No. Features Description

Compliance

(Yes/No)

Deviations

(if any)

Voltage

5.06 LED Mod-

ule Ratings

24…120V

AC/DC

24V AC

24V DC

120V AC

240V AC

20…132V

AC/DC

10…29V

AC

10…30V

DC

102…132V

AC

204…264V

AC

15 mA (AC), 12 mA

(DC)

31 mA

24 mA

6 mA

6 mA

50/60

Hz,

DC

50/60

Hz

DC

50/60

Hz

50/60

Hz

5.07 Thermal current 10 A max. enclosed (40°C ambient) to

UL508, EN 60947-5-1

5.08 Insulation voltage (Ui) Screw terminal = 690V, spring-clamp = 300V

5.09 Wire capacity (screw

terminal)

#18…12 AWG

(0.75…2.5 mm2)

Max. (2) #14 AWG or (1) #12 AWG

5.10 Wire capacity (spring-

clamp terminal)

#18…14 AWG (0.75…1.5 mm2) One per

spring clamp, two spring clamps per terminal

5.11

Recommended tighten-

ing torque on screw ter-

minals

0.7…0.9 N•m (6…8 lb•in)

5.12 Dielectric strength (min-

imum) 2500V for one minute

5.13 External

short cir-

cuit protec-

tion

Standard

blocks

10 A type gL/gG cartridge fuse to EN 60269-

2-1 or

gN (Class J to UL 248-8 or Class C to UL

248-4)

5.14

Low volt-

age con-

tact

blocks

6 A type gL/gG cartridge fuse to EN 60269-

2-1 or

gN (Class J to UL 248-8 or Class C to UL

248-4)

5.15 Electrical shock protec-

tion Finger-safe conforming to IP2X

6.00 Mechanical Ratings

6.01 Vibration (assembled to

panel)

Tested at 10…2000 Hz, 1.52 mm displace-

ment (peak-to-peak) max./10 G max. 6 hr

6.02 Shock Tested at 1/2 cycle sine wave for 11 ms and

no damage at 100 G max.

6.03

Contact durability per

EN 60947-5-1 (Annex

C)

10 000 000 cycles

6.04

Contact

operation

N.O. Slow double make and break

6.05 N.C. &

S.M.C.B.

Slow double makes and break —

positive opening

6.06 N.O.E.M. Double break / double makes, early make

6.07 N.C.L.B. Double break / double makes, late break —

positive opening

6.08 N.C.E.B. Double break / double makes, early break —

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 212

S.

No. Features Description

Compliance

(Yes/No)

Deviations

(if any)

positive opening

6.09 Push button travel to

change electrical state

N.C. and

N.O.E.M. 1.5 mm (0.060 in.)

6.10 N.O. and

N.C.L.B. 2.5 mm (0.1 in.)

6.11 Operating

forces (typ-

ical)

Single cir-

cuit con-

tact block

3.4 N

6.12

Dual cir-

cuit con-

tact block

5…6.5 N

7.00 Materials

7.01 Springs Stainless steel and zinc coated music wire

7.02 Electrical

contacts

Standard Silver-nickel

7.03 Low volt-

age Gold-plated over silver

7.04

Terminals

Standard Brass

7.05 Low volt-

age Silver-plated brass

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 213

Annexure 11.22

Specification and compliance of Network Storage for DC and DR (100TB usable):

S.

No. Features Description

Compliance

(Yes/No)

Deviations

(if any)

1 Product details-

2

Please mention Make

Model No. or Part

Code

3.00 Storage capacity

Up to 18TB raw storage capacity with Fi-

bre Channel drives;

Up to 38TB with high capacity SATA

drives

4.00 Scalability

Up to 3 disk array enclosures (DAE2P

and DAE2-ATA; The DPE supports up to

15 Fibre Channel drives.

Each DAE holds 15 drives.);

Up to 60 drives in the storage array

5.00 Cache 2GB

6.00 RAID levels RAID 5 and 6

7.00 Supported servers

All dual and quad socket Dell servers;

Variety of Compaq, HP, IBM and SUN

servers

8.00 OS support

Microsoft Windows 2000 Server, Win-

dows Server 2003, Linux, Solaris,

VMware, AIX, HP-UX

9.00 Number of supported

hosts

Up to 4 direct attached HA (redundantly

connected) servers; Up to 64 HA SAN

connected servers

10.00 Front end connectivity Four 2Gb Fibre Channel ports per array

(two per Storage Processor)

11.00 Drive interface

Dual, independent FC-AL interface ports

on each drive; Failover from each stor-

age processor to the fibre channel loop is

possible

12.00 Drives availability

Fibre drives:

73GB 15k RPM disk with 2Gb Fibre

Channel interface;

146GB 10k RPM disk with 2Gb Fibre

Channel interface;

146GB 15k RPM disk with 2Gb Fibre

Channel interface;

300GB 10k RPM disk with 2Gb Fibre

Channel interface;

300GB 15k RPM disk with 2Gb Fibre

Channel interface;

500GB 7200 RPM SATA disk (in DAE2-

ATA)

750GB 7200 RPM SATA disk (in DAE2-

ATA)

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 214

Annexure 11.23

Specification and compliance of Command Centre Design:

S.

No. Design Parameter

Compliance

(Yes/No)

Deviations

(if any)

1 Product details-

2 Please mention Make Model

No. or Part Code

3.00 General:

3.01 For any control room to have a world class design, it is mandatory

that the following points are considered:

a Safety: - Seismic vibrations and Fire safety.

b Ergonomics: - International ergonomic norms of control room designs

to be followed i.e. ISO 11064.

c Sustainability: - Effectivity and longevity (durability) of the proposed

solution.

d

Aesthetical appeal: - The entire control room must look Aesthetically

appealing so that whosoever is coming in the control room is im-

pressed with the beauty and the users remain associated to the facil-

ity/work area.

4.00 Control Desk: Technical Specifications and Certification

4.01

The OEM of Desk shall ensure compliance to latest ISO ergonomic

norms for control rooms. Ergonomic report on proposed consoles shall

be submitted.

4.02

Control desk shall be 100% modular and ergonomically designed with

25mm thick MDF table top with high pressure scratch resistant Lami-

nate (ANSI/NEMA LD3 certified). Under-structure shall be made up of

heavy-duty Extruded Vertical and Horizontal Aluminium profiles of

HE9WP grade.

4.03

Monitors shall be mounted on Slat wall. All arms shall be articulating

Die cast aluminium arm and must not be fixed on the table top. The

desk shall be able to house computer equipment, Ethernet Points,

Power Distribution Unit. The workstation CPUs shall be mounted on

Heavy-duty Slide out CPU trays for ease in maintenance, all equip-

ment and its wiring shall be concealed from direct human view. Con-

sole must have exhaust fan for cooling arrangement.

4.04 The OEM of Desk shall be FSC certified.

4.05 Complete control desk shall be RoHS certified console to ensure re-

striction of hazardous substance in any of the materials.

4.06 Consoles should be seismic Zone 5 tested; valid certificate from gov-

ernment approved test lab shall be submitted.

4.07 The entire console shall be BIFMA X5.5 certified. Valid certificate shall

be submitted.

4.08

Shutters shall be made up of Laminated MDF and confirm to E1

Grade, ANSI A208.2 and CARB certified and shall follow EN 622-5

standards.

4.09 The desk shall have vertical and horizontal cable trays to allow for con-

tinuous cable management between the cabinets.

5.00 Technical Specifications of Command Centre Design:

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 215

S.

No. Design Parameter

Compliance

(Yes/No)

Deviations

(if any)

5.01

Command Centre wall panelling and ceiling must be 100% modular

self inter lockable, metal panels of Preformed Textured Hot dip galva-

nized strips and sheets of low carbon steel coated on one side with

rigid polyvinylchloride (PVC) film and on the other side a coating based

on cross linkable polyester resins to accommodate future technologi-

cal expansions / retrofitting without taking any shut-downs and must

be easily replaceable in case of damage. The sheet thickness shall be

0.6mm and PVC Coating 0.15mm

5.02

Gluing, screwing, Aluminium Composite panels, Laminates and gyp-

sum are not allowed. For Command Centre interior Wood, Gypsum,

POP and paint shall be deemed unacceptable. OEM shall submit an

undertaking for the same.

5.03 Control Room should be designed as per ISO 11064 and HFE norms,

relevant Report shall be submitted along with compliance document.

5.04

Panelling and Ceiling must be seismically tested & certified for Zone 5

Vibrations. Valid report from government approved test labs shall be

submitted.

5.05 Panelling and Ceiling tiles must be Class A fire rated certified for sur-

face burning characteristics as per ASTM e84.

5.06 The ceiling and panelling must be RoHS certified to ensure restriction

of hazardous substance in any of the materials.

5.07

Wall panelling and Ceiling tiles must be a combination of perforated

and non-perforated tiles to have Sound absorption coefficient (NRC)

value 0.30 per IS:8225-1987, ISO: 354-1985 and ASTM 423-90.

5.08

Acoustic flooring (shall reduce impact sound by 14dB (ISO 717-2)). It

shall be a combination of acoustic laminate and corkment. The flooring

material must be Greenguard certified to reduce health hazardous be-

cause of interior finishes.

5.09 The Walls panelling, and Partitions surface finish shall be made up of

EN ISO 11925-2, EN 13823 certified material.

5.10

Sound transmission class (STC) value of 35 for Wall Panelling & Par-

tition. (according to IS: 9901 (Part III) – 1981, DIN 52210 Part IV- 1984,

ISO:140(Part III) -1995, valid test report from reputed agency to be

produced.

5.11 Video wall must be installed on smooth curve metal panelling/partition

having combination perforated and non-perforated tiles.

5.12 The OEM should be a FSC Certified manufacturer from a reputed cer-

tifying agency.

5.13 To ensure proper illumination level in the control room. Agency should

provide lux calculation report as per ISO 11064 & HFE Norms.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 216

Annexure 11.24

Specification and compliance of Health monitoring software:

S.

No. Parameter Specification

Compli-

ance

(Yes/No)

Deviation

(if any)

1 Operator software

The operator software must be a 'thick-

client' application which gets installed on

operator terminal, works in sync with

Server application and allows robust inte-

grated interface for operators. Web

server for reporting.

2 Supported Device

Type

Should support multiple make of NVR,

Network camera, Network Video server,

Decoder, DVR etc.

3 Max. Register Device No Limit. Scalable

4 Live / Recorded Video

Should be capable to pull live and/or rec-

orded video feed (on user demand or on

alert) from one or more camera devices

of multiple make in a single user inter-

face. Should have an option to down-

load/export the video feed centrally (if re-

quired).

5 Map Support

It should support online GIS MAPs or

JPEG or CAD or PDF for plotting cam-

eras over the MAP. The Camera/alert

icon should be highlighted in Centre on

MAP once any incoming camera alarm is

acknowledged by operator or if camera is

nonfunctioning.

6 Camera Alert Data

Should capture Camera Tampering

alert,

SD Card Corrupt signal alert, Power fail-

ure alert, Camera nonfunctioning alert.

7 Camera Health Data

Should capture Camera Online/Offline

Status, Network/Power Failure Status,

Camera recording Status

8 Reporting

Should have web based reporting avail-

able in multiple graphical and tabular

formats

9 Dynamic IP Update

System should have the 'latest IP of

each camera device' updated in data-

base

10 Location Grouping

Zone / Area / Street / depot Grouping of

camera devices and reporting available

for all or per location group

11 Maintenance Log

The ability to log a fault or maintenance

visit, with warnings presented to the

operators. Reports to be created to

show

faulty items of equipment, time taken to

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 217

S.

No. Parameter Specification

Compli-

ance

(Yes/No)

Deviation

(if any)

fix

etc. Automatic emails are generated

and

distributed to predefined lists.

12 Notification Matrix

Inbuilt SMS /Email Notification module

to

send camera health related alerts to

concerned people (minimum 5 persons)

based on alert type and alert location.

13 Priority Levels

Priority Levels will be set to equipment

notifications, alarm inputs and user lev-

els. The level range must be customiza-

ble

14 Audit Logs

All user activities need to be recorded in

audit logs of system for investigation

purpose

15 Penalty monitoring &

measuring tools

The software shall be capable to meas-

ure and monitor all the parameters as de-

fined under SLA Clause and shall be ca-

pable to work out the amount of penalties

automatically.

16 Call Logs

The dashboard should give information

pertaining to complainant. The service

request shall have the following details:

Date and Time stamp of Call log

For Bus, bus number, bus location,

availability of the bus at the respec-

tive depot.

Type of issue

Estimated resolution date and time

Actual resolution date and time

Cause of fault

Call close acknowledgement

17 Inventory manage-

ment

The software shall be able to manage the

inventory of all installed equipment in this

project.

18 SLA based reporting

system

The software shall have the capability to

generate all type of reports pertaining to

the SLA based measurement. The re-

porting shall be customisable based on

the project requirement.

Note: Bidder need to provide Health Monitoring Software with required servers, Operating System, Anti-

Virus, Router/Firewall, Licenses & Display monitors for System Health monitoring/

functioning of complete project.

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 218

Annexure 11.25

Specification and compliance of IP PBX:

S.No. Design Parameter Compli-

ance (Yes/No)

Deviations (if any)

1 Product details-

2 Please mention Make Model No. or Part Code

3.00 Maximum Trunk Channels

3.01 The PBX shall support the following number of trunk lines:

a Total Number Trunk channel should be 52, out of which 36 channel Legacy in combination with PRI/E1 & analogue lines/CO Lines and 16 IP Channels either H.323 or SIP.

b The IP PBX shall support Dial Pulse (DP) 10 pps, 20 pps Tone (DTMF) Dialling mode.

c The IP PBX shall support the following Mode of Conversion, (1) DP-DTMF, (2) DTMF-DP.

d Ring frequency shall be 20 Hz/25 Hz (selectable)

4.00 The IP PBX should have the following features:

4.01 Call Handling Features

a Incoming Call Features

i Incoming Trunk Call Features

ii Direct in Line (DIL)

iii Direct Inward Dialling (DID)/Direct Dialling in (DDI)

iv Calling Line Identification (CLI) Distribution

v Intercept Routing—No Destination Internal Call Features

vi Internal Call Block

vi Incoming Call Indication Features

viii Ring Tone Pattern Selection

viii Call Waiting

b Receiving Group Features

i Idle Extension Hunting

ii Incoming Call Distribution Group Features

iii Group Call Distribution

iv Outside Destinations in Incoming Call Distribution Group

v Queuing Feature

vi VIP Call

vii Overflow Feature

viii Log-in/Log-out

ix Supervisory Feature

c Call Forwarding (FWD)/Do Not Disturb (DND) Features

i Call Forwarding (FWD)

ii Do Not Disturb (DND)

iii FWD/DND Button, Group FWD Button

d Making Call Features

i Pre-dialling

iii Automatic Extension Release Intercom Call

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 219

S.No. Design Parameter Compli-

ance (Yes/No)

Deviations (if any)

iii Trunk Call Features

iv Emergency Call

v Account Code Entry

vi Dial Type Selection

vii Reverse Circuit

viii Trunk Busy Out

ix Pause Insertion

x Host PBX Access Code (Access Code to the Telephone Company from a Host PBX)

xi Special Carrier Access Code Seizing a Line Features

xii Line Preference—Outgoing

xiii Trunk Access

e Memory Dialling Features

i One-touch Dialling Last Number Redial

ii Speed Dialling—Personal/System Quick Dialling

iii Hot Line

f Toll Restriction (TRS)/Call Barring (Barring) Features

i Toll Restriction (TRS)/Call Barring (Barring)

ii Budget Management

iii Extension Dial Lock

iv Dial Tone Transfer

v Walking COS

vi Verification Code Entry

g Automatic Route Selection (ARS) Features

i Automatic Route Selection (ARS)

h Primary Directory Number (PDN)/Secondary Directory Num-ber (SDN) Features

i Primary Directory Number (PDN)/Secondary Directory Num-ber (SDN) Extension

i Busy Line/Busy Party Features

i Automatic Call-back Busy (Camp-on)

ii Executive Busy Override

iii Call Monitor

iv Second Call Notification to Busy Extension

iv.a Call Waiting Tone

iv.b Off-hook Call Announcement (OHCA)

iv.c Whisper OHCA

j Conversation Features

i Hands-free Operation Off-hook Monitor Mute

ii Headset Operation Data Line Security Flash/Recall/Termi-nate

iii External Feature Access (EFA) Trunk Call Limitation

iv Calling Party Control (CPC) Signal Detection Paralleled Tel-ephone

v One-numbered Extension

k Transferring Features

i Call Transfer

ii SIP Refer Transfer

l Holding Features

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 220

S.No. Design Parameter Compli-

ance (Yes/No)

Deviations (if any)

i Call Hold

ii Call Park

iii Call Splitting

iv Music on Hold

m Conference Features

i Conference Privacy Release

n Conference Group Call Features

i Conference Group Call

o Direct Inward System Access (DISA) Features

i Direct Inward System Access (DISA) Automatic Fax Trans-fer

ii Built-in Simplified Voice Message (SVM)

p Paging Features

i Paging

ii Trunk Answer from Any Station (TAFAS)

iii External Device Features

iv Door phone Call Door Open External Sensor

v External Relay Control

q Caller ID Features

i Caller ID Incoming Call Log

r Message Features

i Message Waiting Absent Message

s Proprietary Telephone (PT) Hardware Features

i Fixed Buttons Flexible Buttons LED Indication Display Infor-mation

ii Administrative Information Features

iii Record Log Features

iii.a Station Message Detail Recording (SMDR)

iii.a Syslog Record Management

iv Printing Message

v Call Charge Services

T Hospitality Features

i Room Status Control

ii Call Billing for Guest Room

u Extension Controlling Features

i Extension Personal Identification Number (PIN)

ii Extension Feature Clear

iii Walking Extension Features

iii.a Walking Extension

iii.b Enhanced Walking Extension

iii.c Timed Reminder

v Audible Tone Features

i Dial Tone

ii Confirmation Tone

w Computer Telephony Integration (CTI) Features

i Computer Telephony Integration (CTI)

ii CA (Communication Assistant)

x Cellular Phone Features Voice Mail Features

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 221

S.No. Design Parameter Compli-

ance (Yes/No)

Deviations (if any)

i Voice Mail (VM) Group

ii Voice Mail DTMF Integration

iii Voice Mail DPT (Digital) Integration

y E1 Line Service Features

i E1 Line Service

z Miscellaneous Features

i Background Music (BGM)

ii Outgoing Message (OGM)

aa E1 Line Service Features

i E1 Line Service

ab Miscellaneous Features

i Background Music (BGM)

ii Outgoing Message (OGM)

4.02 Unified Messaging System

a Unified Messaging System Administration

i System Administration

ii Automatic Configuration of Mailboxes

iii Custom Service Builder

iv Default Mailbox Template

v Password Administration

vi System Backup/Restore

vii System Reports

viii System Security

b System and Subscriber Features

i Alternate Extension Group

ii Auto Forwarding

iii Automated Attendant (AA)

iv Automatic Two-way Recording for Manager

v Broadcasting Messages

vi Call Services

vii Call Transfer to Outside

viii Caller ID Call Routing

ix Caller ID Screening

x Caller Name Announcement

xi Class of Service (COS)

xii Company Greeting

xiii Company Name

xiv Covering Extension

xv Custom Service

xvi Dialing by Name

xvii Emergency Greeting

xviii Extension Group

xiv Hold

xv Holiday Service

xvi Hospitality Mode

xvii Intercept Routing to a Mailbox

xviii Intercom Paging

xix Interview Service

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 222

S.No. Design Parameter Compli-

ance (Yes/No)

Deviations (if any)

xx List All Names

xxi Logical Extension (All Calls Transfer to Mailbox)

xxii Message Reception Mode

xxiii Message Waiting Notification—E-mail Device

xxiv Message Waiting Notification—Lamp

xxv Message Waiting Notification—Telephone Device

xxvi Multilingual Service

xxvii No DTMF Input Operation

xxviii On Hold Announcement Menu

xxix Operator Service

xxx PIN Call Routing

xxxi Play System Prompt After Personal Greeting

xxxii Port Service

xxxiii Remote Time Service Set

xxxiv Service Group

xxxv Simplified Tutorial

xxxvi System Prompts

xxxvii Transfer Recall to a Mailbox

xxxviii Transfer to Mailbox

xxxix Trunk Service (Universal Port)

xxxx Voice Mail Service Subscriber Features

xxxxi Auto Receipt

xxxxii Automatic Login

xxxxiii Auto play New Message

xxxxiv Bookmark

xxxxv Call-through Service

xxxxvi Call Transfer Scenario

xxxxvii Call Transfer Status

xxxxviii Call-back Number Entry

xxxxiv Caller ID Call-back

xxxxv Delete Message Confirmation

xxxxvi Direct Service Access

xxxxvii External Message Delivery Service

xxxxviii Forwarding to a Mailbox

xxxxix Group Distribution Lists

xxxxx Incomplete Call Handling Service

xxxxxi Live Call Screening (LCS)

xxxxxii Mailbox

xxxxxiii Mailbox Capacity Warning

xxxxxiv Manager Service Switching

xxxxxv Message Transfer

xxxxxvi Personal Custom Service

xxxxxvii Personal Greetings

xxxxxviii Private Message

xxxxxix Recover Message

xxxxxx Remote Absent Message

xxxxxxi Remote Call Forwarding Set

xxxxxxii Subscriber Tutorial

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 223

S.No. Design Parameter Compli-

ance (Yes/No)

Deviations (if any)

xxxxxxiii Timed Reminder Setting

xxxxxxiv Toll Saver

xxxxxxv Two-way Record/Two-way Transfer

xxxxxxvi Urgent Message

xxxxxxvii Voice Mail (VM) Transfer Button

xxxxxxviii Web Programming

c E-mail Client Integration Features

i Integration with Microsoft Outlook IMAP Integration

4.03 Network Features

a Public Network Features

i SIP (Session Initiation Protocol) Trunk

ii Integrated Services Digital Network (ISDN) Service Fea-tures

iii Calling/Connected Line Identification Presentation (CLIP/COLP)

iv Advice of Charge (AOC)

v Call Forwarding (CF)—by ISDN (P-MP)

vi Call Forwarding (CF)—by ISDN (P-P)

vii Call Hold (HOLD)—by ISDN

viii Call Transfer (CT)—by ISDN

ix Three-party Conference (3PTY)—by ISDN

x Malicious Call Identification (MCID)

xi Completion of Calls to Busy Subscriber (CCBS)

xii ISDN Service Access by Keypad Protocol

b Automatic Rerouting to Secondary PBX Private Network Features

i TIE Line Service

i.a Making a TIE Line Call

i.b TIE Line and Trunk Connection

I.c TIE Line Programming

i.d Common Extension Numbering for 2 PBXs

ii Voice over Internet Protocol (VoIP) Network

ii.a Gateway Groups

ii.b Common Extension Numbering for Multiple PBXs

ii.c Call Distribution Port Group

ii.d ISDN Virtual Private Network (ISDN-VPN) QSIG Standard Features

ii.e Calling/Connected Line Identification Presentation (CLIP/COLP) and Calling/Connected Name Identification Presentation (CNIP/CONP)—by QSIG

ii.f Call Forwarding (CF)—by QSIG

ii.g Call Transfer (CT)—by QSIG

ii.h Completion of Calls to Busy Subscriber (CCBS)—by QSIG

iii QSIG Enhanced Features

iii.a Network Direct Station Selection (NDSS)

iii.b Centralized Voice Mail

iv Network ICD Group

iv.a PS Roaming by Network ICD Group

4.04 System Configuration and Administration Features

RFP for Selection of agency to operationalise IP CCTV and AVTS in DTC and cluster scheme buses

Page | 224

S.No. Design Parameter Compli-

ance (Yes/No)

Deviations (if any)

a System Configuration—System

i Class of Service (COS) Group

iii Tenant Service Time Service Operator Features

iii Manager Features

b System Configuration—Extensions

i IP Proprietary Telephone (IP-PT)

ii SIP (Session Initiation Protocol) Extension

ii.a KX-UT Series SIP Phones

ii.b SIP Portable Station (S-PS) and SIP Cell Station (SIP-CS)

ii.c Simple Remote Connection

iii Peer-to-Peer (P2P) Connection

iv Portable Station (PS) Features

iv.a Portable Station (PS) Connection

iv.b PS Ring Group

iv.c PS Directory

iv.d PS Feature Buttons

iv.e Wireless XDP Parallel Mode

iv.f Virtual PS

v ISDN Extension Features

v.a ISDN Extension

vi Extension Port Configuration

c Legacy Device Connection

i Trunk Adaptor Connection

d E-mail Notification Features

i E-mail Notification for Extension Users

ii E-mail Notification of System-level

iii Events E-mail Notification of Sensor Alarm

e System Data Control

i User Profiles

ii PC Programming

f System Data Control

i User Profiles

ii PC Programming

iii PT Programming

iv DSP Resource Usage

iv.a DSP Resource Reservation

iv.b DSP Resource Advisor Automatic Setup

v Dynamic Host Configuration Protocol (DHCP) Server Flexi-ble Numbering/Fixed Numbering

vi Floating Extension Software Upgrading

g Fault Recovery/Diagnostics

i UPS (Uninterruptible Power Supply) Integration Power Fail-ure Transfer

ii Power Failure Restart Local Alarm Information

iii Simple Network Management Protocol (SNMP) System Monitor Dynamic Host Configuration Protocol (DHCP) As-signment

iii PING Confirmation