Sei sulla pagina 1di 123

-~

Saharanpur Smart City Limited (SSCL}


Office of Municipal Corporation Saharanpur, Uttar Pradesh
Telephone No. : 0132 2648112,

Name of Department: Saharanpu r Smart City Limited, Saharanpur

Tender Ref No: 1/ ICCC/ SAHART/2 88

TenderlD:2019_NNSAH_399100_1

Title of the Work: Selection of Master System Integrator for Implementation of Integrated Command and Control Centre and Smart Components in Saharanpur City.

Corrigendum - 1
The Request for Proposa ls (RFP) for the above mentioned work (Tender ID: 2019_NNSAH_399100_1) is modified through this corrigendum issued. Th e
th
bidders/ respondents can download the detail corrigendum to the RFP document from website : https ://etender.up.nic. in from 29 Dec 2019

jJ
Nodal Officer
Saharanpur Smart City Limited (SSCL)
Office of Municipal Corporation Saharanpur, UP
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


1 Volume Definitions 11 The consortium consists of multiple members (not The consortium consists of multiple members (not
1 , Point 8 more than 3 parties including the lead bidder) entering more than 4 parties including the lead bidder)
into a Consortium Agreement for a common objective entering into a Consortium Agreement for a
of satisfying the Authority’s requirements & common objective of satisfying the Authority’s
represented by Lead Member of the consortium requirements & represented by Lead Member of the
consortium
2 Volume 2.34, point 34 During the Demonstration/Proof-of-Concept (PoC) of During the Demonstration/Proof-of-Concept (PoC)
1 12 the field components at technical evaluation stage, the of the field components at technical evaluation
Technical Committee will give special attention to stage, the Technical Committee will give special
verify the quality, robustness and appropriateness of attention to verify the quality, robustness and
the proposed camera/other equipment for field appropriateness of the proposed camera/other
scenario/conditions. If any brand / product is found equipment for field scenario/conditions. If any
un-suitable, Bidder may get disqualified or may be brand / product is found un-suitable, Bidder may
asked to replace the product with better brands get disqualified.
meeting the tender requirements, without any change
in commercial bid.
3 Volume 2.43, point 39 The MSI/bidder has to ensure that their Price bid The MSI/bidder has to ensure that their Price bid
1 j contains reasonable unit rates of CAPEX and OPEX contains reasonable unit rates of CAPEX and OPEX
items. SSCL may identify abnormally higher / lower items. SSCL may identify abnormally higher / lower
unit rates of line items and seek justifications from unit rates of line items and seek justifications from
bidders on the same. It is recommended that Total bidders on the same. It is recommended that Total
Capital Price (CAPEX) quoted in the project should not Capital Price (CAPEX) quoted in the project should
exceed 70% of Total Price quoted in the price bid. In not exceed 75% of Total Price quoted in the price
case the bidder quotes higher figures (more than 70% bid. In case the bidder quotes higher figures (more
of Total Price) towards CAPEX, the same shall be than 75% of Total Price) towards CAPEX, the same
restricted to 70% while making payments towards shall be restricted to 75% while making payments
CAPEX. Any value quoted towards CAPEX over and towards CAPEX. Any value quoted towards CAPEX
above 70% limit will be paid in equal quarterly over and above 75% limit will be paid in equal
instalments during O&M phase along with quarterly quarterly instalments during O&M phase along with
payment for each quarter quarterly payment for each quarter
4 Volume 3.5, point 45 Sole Bidder/ Consortium should have an average Sole Bidder/ Consortium should have an average
1 2 annual turnover of INR 500 Crore for last 3 audited annual turnover of INR 500 Crore for last 3 audited
financial years (2018-2019, 2017-2018, 2016-2017). financial years (2018-2019, 2017-2018, 2016-
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


In case of a consortium, the lead bidder shall have at 2017).
least 50% of the stated average annual turnover. All In case of a consortium, the lead bidder shall have at
consortium members together should have to meet least 50% of the stated average annual turnover. All
balance turnover requirement. However, each consortium members together should have to meet
consortium should have an average annual turnover of balance turnover requirement. However, each
minimum INR 30 crores. consortium should have an average annual turnover
of minimum INR 10 crores.
5 Volume 3.5, point 45 · Audited and Certified Balance Sheet and · Profit/Loss Account of last Financial Years
1 3 Profit/Loss Account of last 5 Financial Years should be should be enclosed
enclosed · Certificate from the Statutory auditor/ CA
· Certificate from the Statutory auditor/ CA clearly clearly specifying the net worth of the firm for the
specifying the net worth of the firm for the last 5 last Financial Years
Financial Years
6 Volume 3.5, point 46 The Bidder (any member in case of consortium) should The Bidder (any member in case of consortium)
1 4 have successfully executed projects which should should have successfully executed projects which
qualify at least any 4 of the below mentioned should qualify at least any 4 of the below mentioned
categories with cumulative value of qualified projects categories with cumulative value of qualified
of INR 50 crore in last seven years as on publication of projects of INR 50 crore in last seven years as on
the bid (excluding civil work) from the date of issuance publication of the bid (excluding civil work) from
of the Work Completion Certificate by the client. Out of the date of issuance of the Work Completion
these projects, value of minimum 2 projects should be Certificate by the client. Out of these projects, value
of at least INR 10 Crores each: of minimum 2 projects should be of at least INR 10
1. Data Center / Servers-Storage Infrastructure Crores each:
establishment (Min cutoff value of successfully 1. Data Center / Servers-Storage
executed cumulative projects in this segment is INR 10 Infrastructure establishment (Min cutoff value of
Crores) successfully executed cumulative projects in this
2. Surveillance projects (Min value of segment is INR 10 Crores)
successfully executed cumulative projects is INR 5 2. Surveillance projects (Min value of
Crores) successfully executed cumulative projects is INR 5
3. Command and control center/ City Control Crores)
Room (Min value of successfully executed cumulative 3. Command and control center/ City Control
projects is INR 10 Crores) Room (Min value of successfully executed
4. Intelligent traffic management (Min value of cumulative projects is INR 10 Crores)
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


successfully executed cumulative projects is INR 10 4. Intelligent traffic management /Adaptive
Crores) Traffic Control System (Min value of successfully
5. e-Governance/ERP project (Min value of executed cumulative projects is INR 10 Crores)
successfully executed cumulative projects is INR 5 5. e-Governance/ERP project (Min value of
Crores) successfully executed cumulative projects is INR 5
Crores)
6. Laying of Optical Fiber Network (Min
value of successfully executed cumulative projects is
INR 10 Crores)
7 Volume 3.5, point 47 Sole Bidder or the Lead bidder of consortium or any Sole Bidder or the Lead bidder of consortium or any
1 5 member of the consortium, should possess relevant member of the consortium, should possess relevant
ISO Certifications (any 1) and CMMi 3 level or better ISO Certifications or CMMi 3 level or better which
which are valid at the time of bidding: are valid at the time of bidding:
ISO 9001:2008 or latest ISO 9001:2008 or latest
OR OR
ISO 20000:2011 for IT Service Management or ISO 20000:2011 for IT Service Management or
equivalent certification equivalent certification
OR OR
ISO 27001:2013 for Information Security Management ISO 27001:2013 for Information Security
And Management
CMMi 3 level or better OR
CMMi 3 level or better
8 Volume 3.5, point 47 Undertaking by the authorized signatory of bidder (In Undertaking by the authorized signatory of bidder
1 6 case of Consortium to be provided by each member) as (In case of Consortium to be provided by each
per format given in Annexure 2, section 6.4 member) and/or on the name of the entity whose
experience is been showcased by the Bidder in-line
with RFP as per format given in Annexure 2, section
6.4
9 Volume 3.5, 48 In case the experience (Technical as well as Financial) In case the experience (Technical) shown is that of
1 Important shown is that of the bidder’s parent / 100% subsidiary the bidder’s parent / 100% subsidiary /sister
Note, point /sister concern company/ Group companies having concern company/ Group companies having same
2 same parent ultimate, than the following additional ultimate parent, than the following additional
documents are required: documents are required:
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


· Certificate signed by the Company · Certificate signed by the Company
Secretary/statutory Auditor/2 Board of Directors of Secretary/statutory Auditor/2 Board of Directors of
the bidder certifying that the entity whose experience the bidder certifying that the entity whose
is shown is parent/subsidiary/sister concern experience is shown is parent/subsidiary/sister
Company. concern/ Group companies having same ultimate
· Shareholding pattern of the bidding entity as per parent.
audit reports. · Shareholding pattern of the bidding entity as
per audit reports.
10 Volume 3.5, 48 Bidders are allowed to submit experience in terms of Bidders are allowed to submit experience in terms
1 Important technical qualification of their holding (parent) of technical qualification of their holding (parent)
Note, point company or subsidiary company or sister concern company or subsidiary or group companies having
5 only. ultimate parent company or sister concern only.
· a ‘holding company’, in relation to one or more · a ‘holding company’, in relation to one or more
other companies, means a company of which such other companies, means a company of which such
companies are subsidiary companies; and companies are subsidiary companies; and
· a ‘subsidiary company’ in relation to any other · a ‘subsidiary company’ in relation to any other
company (that is to say the holding company), means a company (that is to say the holding company),
company in which the holding company— (a) controls means a company in which the holding company—
the composition of the Board of Directors; or (b) (a) controls the composition of the Board of
exercises or controls more than one-half of the total Directors; or (b) exercises or controls more than
share capital at its own one-half of the total share capital at its own
· a ‘sister concern’ in relation to Bidder Company, · a ‘sister concern’ in relation to Bidder
means a company whose holding company is same as Company, means a company whose holding
bidder’s holding company and holding company (a) company is same as bidder’s holding company and
controls the composition of the Board of Directors; or holding company (a) controls the composition of
(b) exercises or controls more than one-half of the the Board of Directors; or (b) exercises or controls
total share capital at its own more than one-half of the total share capital at its
own
· a ‘group company having ultimate parent
company’ in relation to Bidder company means two
or more companies that share the same ultimate
holding company and their subsidiaries
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


11 Volume 3.6.1, 58 · For OEM selection, self-certification by OEM is · Adequate supporting documents for the OEM
1 Important mandatory experience is to be provided by the MSI.
Notes,
point 1
12 Volume 3.6.1, 58 In case the experience shown is that of the bidder’s In case the experience (Technical) shown is that of
1 Important parent / 100% subsidiary /sister concern the bidder’s parent / 100% subsidiary /sister
Notes, company, than the following additional documents are concern company/ Group companies having same
point 2 required: ultimate parent, than the following additional
· Certificate signed by the Company documents are required:
Secretary/statutory Auditor/2 Board of Directors of · Certificate signed by the Company
the bidder certifying that the entity whose experience Secretary/statutory Auditor/2 Board of Directors of
is shown is parent/subsidiary/sister concern the bidder certifying that the entity whose
Company. experience is shown is parent/subsidiary/sister
· Shareholding pattern of the bidding entity as per concern/ Group companies having same ultimate
audit reports. parent.
· Shareholding pattern of the bidding entity as
per audit reports.
13 Volume 3.6.1, 58 For International project if the original client For International project if the original client
1 Important certificate and other documents are in language other certificate and other documents are in language
notes, than English than a translated copy duly verified by other than English than a translated copy duly
point 3 Indian embassy shall be submit with bid document confirmed by Indian embassy/ One of the board of
directors of the lead bidder/ consortium member
shall be submitted along with bid document
14 Volume 3.6.2, point 59 Please refer to parameters mentioned in the section D1 Please refer to parameters mentioned in the section
1 D (Technical Demonstration) of Technical Evaluation C2 (Technical Demonstration) of Technical
Framework Evaluation Framework
15 Volume 3.6.3, 60 a) Educational Qualification: 1 Marks a) Educational Qualification: 1 Marks
1 Project · MCA/MBA (IT)/M. Tech = 1 Marks · MCA/MBA /M. Tech = 1 Marks
Manager, · BE / B. Tech = 0.5 Marks · BE / B. Tech = 0.5 Marks
point a · Else 0 · Else 0
16 Volume 3.6.3, 60 Projects Handled as Solution Architecture for Projects Handled as Solution Architecture for
1 Solution Command and Control Center Project: Command and Control Center Project:
1 Mark 1 Mark
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


Architect, · >=3 Projects = 1 Marks · >=3 Projects = 1 Marks
point c · 2 Projects = 2 Marks · 2 Projects = 0.5 Marks
· Else 0 · Else 0
17 Volume 3.6.3 62 Educational Qualification: 0.5 Marks Educational Qualification: 0.5 Marks
1 Network & · Bachelor’s Degree in Engineering/MCA = 1 Marks · Beach/Bachelor’s degree in Engineering/MCA
Infrastruct · Else 0 = 0.5 Marks
ure Expert, · Else 0 Marks
point a
18 Volume 3.6.3, 62 Relevant Certifications: 0.5 Marks Relevant Certifications: 0.5 Marks
1 Cyber · Certificate like CISSP, CISM, CISA, OSCP or other · Certificate like CISSP/CISM/CISA/OSCP or
Security equivalent from reputed organization such as other equivalent from reputed organization such as
Expert, CompTIA, EC Council, GIAC, ISACA and (ISC)2: 0.5 CompTIA, EC Council, GIAC, ISACA and (ISC)2: 0.5
point d Mark (Bidder to submit scanned copy of valid Mark (Bidder to submit scanned copy of valid
certificate in the name of the resource) certificate in the name of the resource)
19 Volume 3.6.3, 62 Educational Qualification: 0.5 Marks Educational Qualification: 0.5 Marks
1 Mobile · Bachelor’s degree in Engineering/MCA = 1 Marks · Beach/Bachelor’s degree in Engineering/MCA
App/Softw · Else 0 Marks = 0.5 Marks
are · Else 0 Marks
Developer,
point a
20 Volume 3.6.3, 62 Educational Qualification: 0.5 Marks Educational Qualification: 0.5 Marks
1 Server · BE/B.Tech = 1 Marks · BE/B.Tech/MCA = 1 Marks
Storage/D · Else 0 Marks · Else 0 Marks
atabase
Expert,
point a
21 Volume 3.6.3, GIS 63 a) Educational Qualification: 0.5 Marks a) Educational Qualification: 0.5 Marks
1 Expert, · Bachelor’s Degree in Engineering/Geology/MCA = · B.Tech/Bachelor’s Degree in
point a 0.5 Marks Engineering/Geology/MCA/MSc = 0.5 Marks
· Else 0 Marks · Else 0 Marks
22 Volume 4.3 66 In case the project is delayed beyond the project In case the project is delayed beyond the project
1 schedule as mentioned in RFP Vol II and all such delays schedule as mentioned in RFP Vol II and all such
accepted by the Authority, the implementation delays accepted by the Authority, the
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


performance bank guarantee (IPBG) shall be implementation Performance Bank Guarantee
accordingly extended by the Bidder till completion of (PBG) shall be accordingly extended by the Bidder
scope of work as mentioned in RFP Volume II. till completion of scope of work as mentioned in
On satisfactory performance and completion of the RFP Volume II.
order in all respects and duly certified to this effect by On satisfactory performance and completion of the
the Authority, Contract Completion Certificate shall be order in all respects and duly certified to this effect
issued and the IPBG would be returned to the Bidder by the Authority, Contract Completion Certificate
after the receipt of OPBG and after deducting the penal shall be issued and the PBG would be returned to
amount, if any, upon Go-Live. OPBG would be returned the Bidder after deducting the penal amount, if any.
to the bidder upon completion of O&M of the project in
all respect at the end of 5 years plus 60 days after
deducting penalties, if any.
23 Volume 7.11. 91 We herewith certify that the above-mentioned We herewith certify that the above-mentioned
1 equipment / software products will be supplied to equipment / software products will be supplied to
M/s________________ [name of the bidder] as part of the M/s________________ [name of the bidder] as part of the
subject project and we hereby undertake to support subject project and we hereby undertake to support
this equipment / software for the duration of this equipment / software for the duration of
minimum 10 years from the date of submission of the minimum 72 months from the date of submission of
bid. the bid.
24 Volume 8.3, point 116 d. Prices indicated in the schedules shall be inclusive of d. Prices indicated in the schedules shall be
1 d all taxes, GST, Levies, duties etc. The prices should also inclusive of all taxes, GST, Levies, duties etc. The
specify any recurring charges and six-year O&M prices should also specify any recurring charges and
support cost as per specified Formats. five years O&M support cost as per specified
Formats.
25 Volume 12, point 124 The Parties shall be jointly and severally responsible The Lead bidder shall be jointly and severally
1 iii and bound towards the Authority for the performance responsible for complete scope including meeting
of the works in accordance with the terms and the SLAs, whereas consortium partners shall be
conditions of the BID document, and Contract. severally responsible only for their respective scope
26 Volume 15, 128 Format of Agreement between Bidder and their parent Format of Agreement between Bidder and their
1 company / subsidiary / Sister Concern Company (As parent company / subsidiary / Sister Concern
the case may be) Company/Group Company with Ultimate Parent (As
the case may be). Please use the aforementioned
changes in the entire document.
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


27 Volume 16, 130 Format of Parent company / Subsidiary / Sister Format of Parent company / Subsidiary / Sister
1 Concern Company Guarantee (as the case may be) Concern Company Guarantee / Group Company
with Ultimate Parent (as the case may be)
28 Volume 3.5, 3.6.1, 48, 57 Addition · In case of international projects where NDA is
1 Important signed, the Bidder needs to submit on its letter-head
Note, point the scope of work, Bill of Material and value of the
1 contract/order duly signed by its Statutory Auditor
29 Volume 3.5 & 3.6.1, 49, 58 In case where the bidder is dependent upon the In case where the bidder is dependent upon the
1 Important technical experience of the subsidiary company or the experience of the subsidiary company or the parent
Note, point parent company or the sister concern, with a view to company or the sister concern or group companies
6 ensure commitment and involvement of the parent/ with ultimate parent, with a view to ensure
subsidiary/sister company for successful execution of commitment and involvement of the parent/
the contract, the participating bidder should enclose (i) subsidiary/sister company/ group companies with
an Agreement (as per format enclosed at Annexure 10 ultimate parent for successful execution of the
of this Volume) between the bidder and its parent / contract, the participating bidder should enclose (i)
subsidiary/Sister concern company for fulfilling the an Agreement (as per format enclosed at Annexure
obligation and deployment of expert during 10 of this Volume) between the bidder and its
implementation phase for the Track/Component for parent / subsidiary/Sister concern company/ group
which the experience is being used and (ii) Guarantee companies with ultimate parent for fulfilling the
(as per format enclosed at Annexure 11 of this obligation and deployment of expert during
Volume) from the parent/ subsidiary/sister concern implementation phase for the Track/Component for
company in favor of SSCL. which the experience is being used and (ii)
Guarantee (as per format enclosed at Annexure 11
of this Volume) from the parent/ subsidiary/sister
concern/ group companies with ultimate parent
company in favor of SSCL.
30 Volume New Clause General : In conformance to the DOT MII and MIII
1 Guidelines to promote Make in India, the bidders
are encouraged to include products made in India in
their bid.
31 Volume 3.2 Project Objectives : Project Objectives :
2 The geographical coverage of the project has been ICCC for Pan City Area from Smart City perspective
divided in two one categories as mentioned below:
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


32 Volume 24 5.1 Geographical Scope of Services Geographical Scope of Services
2 1.Surveillance Camera: 292 locations 1.Surveillance Camera: 296 locations
33 Volume 5.5.6.1 34 The junction box should be weather proof, theft proof The junction box should be weather proof, theft
2 and vandal proof. It should be certified for IP65 or proof and vandal proof. It should be certified for
above. IP55 or above
34 Volume 5.6.1.1 37 1. The MSI shall cameras with night vision for CCTV 1.The MSI shall cameras with night vision for CCTV
2 monitoring and management across Saharanpur city as monitoring and management across Saharanpur
per below: city as per below:
a. 860 Fixed box camera at 292 locations a. 860 (760 Fixed box camera+ 100Bullet camera) at
b. 56 PTZ camera at 56 locations 296 locations
c. 36 ANPR camera at 9 city entry/exit points b. 56 PTZ camera at 56 locations
c. 36 ANPR camera at 9 city entry/exit points
35 Volume 5.6.1.8 41 2. Design and Integrate “Bin Monitoring System” 2. Both the clauses stand deleted
2 through:
a. Bin level sensors
b. RFID tagged bins for monitoring of waste collection
36 Volume 5.6.1.10.6. 47 Enterprise GIS shall provide a GIS platform where all Enterprise GIS shall provide a GIS platform where
2 GIS services that fall under GIS scope can be accessible all GIS services that fall under GIS scope can be
to SSCL. Bidder will Supply, Install and Implement GIS accessible to SSCL. Bidder will Supply, Install and
& Image Processing Servers Software 16 Core license Implement GIS & Image Processing Servers
and provide three licenses of COTS Based Standard Software and provide three licenses of COTS Based
Desktop GIS to SSCL. MSI shall have to develop and Standard Desktop GIS to SSCL. MSI shall have to
design Citizen GIS web portal, Mobile Application and develop and design Citizen GIS web portal, Mobile
GIS enabled departmental modules for department. Application and GIS enabled departmental modules
for department.
37 Volume 5.6.2 54 3.Survillance camera: 3.Survillance camera:
2 Resolution 1920x1080; Resolution 1920x1080;
Frame Rate: 30FPS Frame Rate: 25FPS
38 Volume 5.6.5 58 1. MSI shall propose to host Applications and 1. MSI shall propose to host Applications and
2 storage on cloud for complete Data Recovery (DR) storage on cloud for complete Data Recovery (DR)
operations. Applications should fail-over to the cloud operations. Applications should fail-over to the
in case of DR. The MSI would have to Design the DR cloud in case of DR. The MSI would have to Design
according to Recovery Point Objective (RPO) (4 the DR according to Recovery Point Objective (RPO)
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


hours.)/ Recovery Time Objective (RTO) (5 minutes or (15mins)/ Recovery Time Objective (RTO) (4 hrs. or
less.) criteria and consider active/active and less.) criteria and consider active/active and
active/passive method. active/passive method.
39 Volume 6.1 67 All cameras to be deployed in this project should be Clause stands deleted .
2 from same OEM
40 Volume 6.1 67 All cameras to be deployed in this project should be Clause stands deleted .
2 from same OEM
41 Volume 6.1.1. 67 Fixed Outdoor Box Camera Annexure
2
42 Volume 6.1.2 68 Fixed Outdoor Bullet Camera Annexure
2
43 Volume 6.1.3 70 PTZ Outdoor Camera Annexure
2
44 Volume 6.1.8 75 1.Port Density & Redundancy 1. Port Density & Redundancy
2 The switch should be rugged outdoor DIN rail 1.Port Density & Redundancy
mountable 16 ports 10/100/1000TX PoE + with PoE The switch should be rugged outdoor DIN rail
budget of 240w and with 4 100/1000x SFP ports mountable 8 ports 10/100/1000TX PoE+( min. 4
May require higher port density at some locations, Port IEEE802.3at or 8 Port 802.3af) and with 2
depending upon site conditions 100/1000x SFP ports
4. Multi Cast Support May require higher port density at some locations,
IGMP Snooping V1, V2, V3, MLD snooping, PIM, OSPF, depending upon site conditions
BGP for IPv4 and IPv6 4. Multi Cast Support
6. Security IGMP Snooping V1, V2, V3 or equivalent
Should support Access Control Lists (ACLs), DHCP 6. Security
snooping, IEEE802.1x based port authentication, Should support Access Control Lists (ACLs), DHCP
RADIUS, TACACS, SSL, SSH, port mirroring, NTP , FIPS snooping, IEEE802.1x based port authentication,
180/MACSec RADIUS, TACACS, SSL, SSH, port mirroring, NTP
7. Resiliency 7. Resiliency
IEEE802.1q, IEEE802.1d, IEEE802.1s, IEEE802.1w, IEEE802.1q, IEEE802.1d, IEEE802.1s, IEEE802.1w,
ITUT-G.8032 ring resilience/ring protection ring resilience/ring protection
45 Volume 6.1.9, 77 11. Battery Backup 11. Battery Backup
2 point 11 Recommended 4 hours or more battery backup to Adequate and required battery backup to achieve
achieve required uptime of field device as well as SLA required uptime of field device as well as SLA of the
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


of the overall solution overall solution.
13. General Operating Temperature 13. General Operating Temperature
0° to 60°C As per Saharanpur weather conditions
15 Bypass: Automatic, Manual Bypass Switch 15.Bypass : Automatic/Manual Bypass
16. Certification : 16 Certification
For Safety & EMC as per international standard. These For Safety & EMC as per international standard.
standards should be among CE / BIS /ROHS. OEM OEM should have or establish company owned
should have or establish company owned service service center in India
center in the city
46 Volume 6.1.10 77 22. VMS shall support automatic failover for recording. 22. VMS shall support automatic failover for
2 VMS should be able to store data on cloud storage once recording.
the local storage is full, if the same is desired by the
Department.
47 Volume 6.1.10 81 39.b. Attribute based search for Objects /People such 39.b The clause is modified. Refer Annexure.
2 as physical attributes, cloth color, height etc.
• Should be able to track a Person/ moving Object till
the last point of the camera view
• The applications should also be able to do People
search based on a given
description/attributed/Sketch/Full length photograph
• Should have an interface to Create sketches,
Composite (Human like Figure) of the suspect based on
description. There Shall be different options available
for describing hair color and style, Facial Attributes,
shirts, trousers, patterns, etc.
48 Volume 6.1.10 81 e. The system should be able to automatically 39.e. The clause is modified. Refer Annexure.
2 categorize images and videos from CCTV system into at
least the categories: Weapons, Drugs, Documents,
Money, Screenshots, Nudity, Suspect child exploitation,
Faces, Tattoos, Vehicles, Handwriting, Maps, Flags
• Users should be able easily skip to a relevant frame in
a video that contains data with any of the categories
mentioned above.
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


• Users should get indication if a picture in a case
matches a set of pre-loaded picture hashes (a picture
hash is a unique identification of a picture).
• When a face is detected in a picture, users may search
for additional pictures in the system that contain
similar face. System should be able to look for similar
face with images as well as videos.
49 Volume 6.8 151 Environmental Sensor Annexure
2
50 Volume 6.9 152 ICT support for Solid Waste Management Annexure
2
51 Volume 6.11.12 233 Integration requirements are mentioned in Module 3 Integration requirements are mentioned in the RFP
2 of this document still during project preparation and however, during project preparation and business
business blueprint stage, system integrator is required blueprint stage, system integrator is required to
to study the requirement of the modules and propose study the requirement of the modules and propose
an approach on the type and level of integration of the an approach on the type and level of integration of
existing module with the proposed solution. Necessary the existing module with the proposed solution.
integration shall have to be undertaken by the SI. Necessary integration shall have to be undertaken
by the SI.
52 Volume 6.12.1.5 247 3. Solution The required Document Management Clause stands deleted
2 System or Enterprise Content Management should be
enlisted in renowned Analyst MQ i.e. Gartner or
Forrester.
53 Volume 6.13.3 254 5. Max. Attenuation: At 1310 nm ≤ 0.34 dB/km; At 5. Single mode fiber shall have attenuation not
2 1550 nm ≤ 0.21 dB/km greater than 0.36 dB/km at 1310 nm and 0.25
7. Max. Tensile Strength-Short Term : 2700N dB/km at 1550 nm
10. Max. Crush Resistance-Short Term : 3000N/100 7. Fibre optic cable shall be able to withstand a high
mm pulling tension
10. The entire fibre length shall be capable of
withstanding a potential high tensile stress
54 Volume 6.13.4 255 UTP Copper Armored Cable and Accessories UTP Copper Armoured Cable and Accessories
2 Inner Jacket: LSZH Inner Jacket: LSZH/PVC
Outer Jacket: PE –Black, Anti-Rodent with 1.1 thickness Outer Jacket: PE –Black, Anti-Rodent with 1.1+_1%
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


Should have Pulling force of 50 Kg thickness
Bend Radius: 20 x Cable Diameter Should have Pulling force of 11.50 Kg
Bend Radius: 15 x Cable Diameter.
55 Volume 6.13.8 257 2. Be available in duplex configurations, with extra 2. Be available in duplex configurations
2 wire to detect the move or add changes that are
performed on fiber patch cords.
56 Volume 6.13.8. 257 Fibre Patch Cords Fibre Patch Cords
2 2. Be available in duplex configurations, with extra 2. Be available in duplex configurations
wire to detect the move or add changes that are
performed on fiber patch cords.
57 Volume 6.13.9 257 7. The Fiber Tray should be a high-end fiber optics- 7. Clause stands deleted
2 managed tray that supports up to 96 LC-LC fiber
strands in 1 U (LC-LC and LC-MPO) along with a full
management system
58 Volume 6.13.9 257 8.To assist in monitoring, configuring, and 8. Clause stands deleted
2 troubleshooting, the Fiber Tray should include a bi-
color LED on the tray and a single LED above each port
in the cassette
59 Volume 6.13.9 257 2. The Fiber Tray should support three types of fiber The Fiber Tray should support three types of fiber
2 patching options: LC-LC, LC-MPO, patching options .
60 Volume 6.13.10 258 Ethernet Switch – Layer 2- Industrial Grade Field Ethernet Switch – Layer 2- Industrial Grade Field
2 Switch Switch
16x1G Base-T and 4x1G SFP slots with PoE Budget of 2 The industrial grade switches shall support –
240W or more IPv4/v6, SNMP v1/v2/v3, LLDP, port mirror,
2. The industrial grade switches shall support – RMON, Server/Client DHCP, TFTP, Telnet, Flow
IPv4/v6, SNMP v1/v2/v3, LLDP, port mirror, RMON, control, IGMP v1/v2,
Server/Client DHCP, TFTP, Telnet, Flow control, IGMP
v1/v2, MLD snooping, OSPF, BGP PIM for IPv4 & IPv6
61 Volume 6.13.10 258 All switches installed on-field shall be capable of All switches installed on-field shall be capable of
2 working in the harsh working in the harsh environmental conditions with
environmental conditions with immunity to EMI and immunity to EMI and heavy electrical surges.
heavy electrical surges. They shall support:
They shall support: · EN-60950-1 or equivalent
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


· EN-60950-1 or equivalent · EN 55022/24 or CISPR 22
· EN 55022/24 or CISPR 22 · FCC Part 15B Class A or equivalent
· FCC Part 15B Class A · IEC 60068-2-27 and 2-32 or equivalent
· IEC 60068-2-27 and 2-32 or equivalent · IEC 60068-2-6 or equivalent
· IEC 60068-2-6 or equivalent, IP30 Rating
62 Volume 6.13.10 258 Minimum Specifications Minimum Specifications
2 Ethernet Switch – Layer 2- Industrial Grade Field Ethernet Switch – Layer 2- Industrial Grade Field
Switch Switch
16x1G Base-T and 4x1G SFP slots with PoE Budget of
240W or more
63 Volume 6.13.10 259 Type 1 Type 1
2 Type 1: Backbone Ethernet Switch/Router Type 1: Backbone Ethernet Switch/Router
• The Layer 3 based backbone Ethernet switch/router •The Layer 3 based backbone Ethernet
shall be installed for backbone connectivity switch/router shall be installed for backbone
• The Layer 3 based backbone Ethernet switch/router connectivity
shall have minimum 24 SFP+ ports that are a •The Layer 3 based backbone Ethernet
minimum SFP+ links with 40/100 Gb/s connectivity switch/router shall have minimum 24 SFP+ port
including Copper and Fibre ports as per the design connectivity including Copper and Fibre ports as
requirements. These ports shall support hot swap per the design requirements. These ports shall
modules to support upgrade of ports in the future. Any support hot swap modules to support upgrade of
attenuators required for inter-switch connectivity shall ports in the future. Any attenuators required for
be provided by MSI. inter-switch connectivity shall be provided by MSI.
• The backbone switch/router shall have a minimum •The backbone switch/router shall have a minimum
switching capacity of 640 Gbps, non-blocking. switching capacity of 640 Gbps, non-blocking.
• The backbone switch/router shall support IP •The backbone switch/router shall support IP
connectivity and shall be carrier grade. This clause connectivity and shall be carrier grade. This clause
shall not apply for Server/Workstation switches shall not apply for Server/Workstation switches
64 Volume 6.13.10 260 Type III – Server/Workstation Connectivity Ethernet Type III – Server/Workstation Connectivity
2 Switch – Minimum 48 Ports Ethernet Switch – Minimum 48 Ports
• The Layer 3 based Ethernet switch shall be installed • The Layer 3 based Ethernet switch shall be
for connectivity to servers and workstations at ICCC installed for connectivity to servers and
and POP workstations at ICCC and POP
• The Layer 3 based Ethernet switch shall have a • The Layer 3 based Ethernet switch shall have a
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


minimum of 36 ports Ethernet interface minimum of 48 ports Ethernet interface with a
with a combination of 1/10 Gig SFP+ ports. And 4x combination of 1/10 Gig SFP+ ports.
40G/100G ports
• Shall support active-active clustering with two or
more switches shall operate as logical one L3 switch
65 Volume 6.14.1 262 Should manage the life cycle of incidents and related This sentence stands deleted
2 entities via pre-defined workflows available as Smart
Launch and key-board function keys or scheduled
triggers or event triggers or on-demand by operators.
66 Volume 6.14.1 262 Incident Management Requirements - Clause stands deleted .
2 23.For an Incident, all the communications should be
replayed in a sequence in which the communications
occurred so as to allow time coded playback of the
incident on a synchronized timeline.
67 Volume 6.14.1 263 Command & Control Center Components- Incidents Incidents Planning – should manage the planning
2 Planning – should manage the planning preparations preparations of an incident including resource
of an incident including resource allocation, tasks allocation, tasks management etc.
management etc. in both offline and online modes
consistently, enabling users to export, save, pdf and
print out the entire Incident Planning procedure book.
68 Volume 6.14.1 266 Event Correlation Event Correlation
2 41. Command & Control Center should be able to 41. Command & Control Center should be able to
correlate two or more events coming from different correlate two or more events coming from different
subsystems (incoming sensors) based on time, place, subsystems (incoming sensors) based on time,
custom attribute and provide correlation notifications place, custom attribute and provide correlation
to the operators based on predefined business and notifications to the operators based on predefined
operational rules in the configurable and customizable business and operational rules in the configurable
rule engine. and customizable rule engine.
The analytics module should be able to ingest data
from CCTV systems, third party NVRs/hand held
devices, work stations and information from cellular
operators to perform the below:
• Users should be able to search for text and get results
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


with matching conversations (such as SMS, instant
messages, emails, docs, pictures, images) using regular
expressions (AND, OR, *, ?)
• Users should be able to define a set of keywords
which will automatically be searched by the system
• At least the following entities should be supported:
Date; Distance; ID number; Identifier: credit card,
email, money, phone number, product, title, URL;
Lat/Long; Location; Nationality; Number;
Organization; Person; Religion; Time
• Users should be able to view a graph of connections
between the different persons generated by the system
• Users should be able to review locations from an
extracted device on a map
Users should be able to tag any data artifact or set of
data artifacts, so they can be referenced by other users
69 Volume 6.14.1 266 Standard Operations Procedures (SOP) Standard Operations Procedures (SOP)
2 42. Command & Control Center should provide for 42. Command & Control Center should provide for
authoring and invoking un-limited number of authoring and invoking un-limited number of
configurable and customizable standard operating configurable and customizable standard operating
procedures through graphical, easy to use online and procedures through graphical, easy to use tooling
offline tooling interface. interface.
70 Volume 6.14.1 268 Reporting Requirements Reporting Requirements
2 58. • The solution should generate Customized reports 58. • The solution should generate Customized
based on the area, sensor type or periodic or any other reports based on the area, sensor type or periodic
customer reports as per choice of the administrators or any other customer reports as per choice of the
• Incident review should have incident logs including administrators
video & voice events as well as the operator’s onscreen
activities. This is required for finding out operator
efficiency and for planning training activities for the
operators.
71 Volume 6.14.1 269 . Resource & Route Optimization 69. Resource & Route Optimization-
2 The system shall support the calculation and map The system should provide the software component
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


representation of the nearest geographical route for the message broadcast and notification solution
between two locations. The calculation shall be capable that allows authorized personal and/or business
of including factors such as street directionality processes to send large number of messages to
• The system shall include a facility to define and target audience (select-call or global or activation of
manage Route Tours. These are tours performed pre-programmed list) using multiple
regularly by Assets/Officers to report in a series of communication methods including SMS, Voice
checkpoints according to a predefined schedule and (PSTN/Cellular), Email and Social Media.
order.
• The Route Tour module shall be fully integrated with
the rules engine and shall allow triggering various
actions in case of exceptions. An example for such an
exception may be when an Asset/Officer did not reach
the next checkpoint within the predefined time for that
segment of the tour.
The system should provide the software component
for the message broadcast and notification solution
that allows authorized personal and/or business
processes to send large number of messages to target
audience (select-call or global or activation of pre-
programmed list) using multiple communication
methods including SMS, Voice (PSTN/Cellular), Email
and Social Media
72 Volume 6.14.1 271 The CCA should be able to combine data from various The Command Control Application/Platform for all
2 sources and present it as different views tailored to clauses under ICCC application The Command
different operator’s needs Control Application/Platform should be able to
combine data from various sources and present it as
different views tailored to different operator’s
needs.
73 Volume 6.14.1 273 85. Time line and Charting - Clause stands deleted
2 Should allow for a graphical user- interface for search,
replay and to simultaneously search and replay
recorded video feeds, recorded telephone systems,
VOIP, screen recording, GPS data on GIS maps,
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


conventional and digital radio channels as well as
trunked radio communications.
74 Volume 6.14.1 276 Data Management Platform (DMP)(all clauses) 92. Data Management Platform (DMP)(all clauses)
2 Clause stands deleted (all clauses)
75 Volume 6.14.2 276 Additional Clause Video wall screen depth < 700 mm
2
76 Volume 6.14.2 277 16. Screen Support - screen should not be 16. Screen Support - screen should not be
2 expanding or shrinking due to variations in expanding /shrinking, non-reflective and should not
humidity and temperature or any other climatic bulge out due to variations in humidity and
conditions temperature or any other climatic conditions
77 Volume 6.14.2 277 1.Configuration 1.Configuration
2 Video Wall cubes of 70" diagonal in an 8(C) x 2(R) Video Wall cubes of 70" diagonal in a 4(C) x 3(R)
configuration complete with base stand configuration complete with base stand
4. Light Source Type 4. Light Source Type
Laser light source using DIRECT RGB laser diode with Laser light source with a life time
a life time of 100000 hrs. of 100000 hrs. Eco mode
11. Heat dissipation 11. Heat dissipation
700 BTU/Hr. BTU/Hr. 1500BTU/Hr.
16. Input Ports 17. Input Ports
Dual link DVI/HDMI Input Input ports: DVI/HDMI Input ports
17. Output port 18. Output port
Dual link DVI or Display port DVI or Display port
18. Power Consumption 19. Power Consumption
Power Consumption for each VDU/Rear Power Consumption for each VDU/Rear
Projection Modules should be less than 150 Watts Projection Modules should be less than 350 Watts
12. Pixel Clock : 330Mhz to ensure flicker less image 12. Pixel Clock : 160 MHz or better
78 Volume 6.14.4 281 LED Display LED Display
2 Contrast Ratio :-5000:1 Contrast Ratio :-4000:1
79 Volume 6.14.5. 281 Headset 0 Wired, Cushion Padded Dual Ear-Speaker, Headset: Wired, Noise Cancelling headset with
2 Noise Cancelling headset with mouthpiece mouthpiece microphone, port compatibility with IP
microphone, port compatibility with IP Phone Phone
80 Volume 6.14.7 283 IP PBX (Call Control System) 2. Clause stands deleted
2 2. Proposed Solution should support remote site
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


survivability on local gateways and the survivable
system should provide all the telephony features as of
main site. Survivability features and options that allow
gateways to continue operating even if the primary
server fails or in the event a WAN failure affects
communications between the gateway and the IP PBX.
13. This call center solution also needs to seamless
Integrate with the existing UP DIAL 100 architecture:
Transfer of agent calls from Bareilly to UP Dial 100
- Integration of this call center with CAD deployed in
UP Dial 100.
81 Volume 6.14.7 283 IP PBX (Call Control System) 13. This call center solution also needs to seamless
2 13. This call center solution also needs to seamless Integrate with the existing UP DIAL 100
Integrate with the existing UP DIAL 100 architecture: architecture:
Transfer of agent calls from Bareilly to UP Dial 100 Transfer of agent calls from Saharanpur to UP Dial
- Integration of this call center with CAD deployed in 100
UP Dial 100. - Integration of this call center with CAD deployed in
UP Dial 100.
82 Volume 6.14.8. 283 Contact Center Contact Center
2 2.No. of call center agents license: 10 2.No. of call center agents license: 4
83 Volume 6.14.7 284 8. The entire solution (IP PBX, its hardware, IP Phones, 8. The entire solution (IP PBX, its hardware, IP
2 Voice Gateway, recording, headsets, customer Phones, Voice Gateway, recording, headsets,
automated center, etc.) should be from a single OEM customer automated center, etc.) should be from
same/different OEM ensuring smooth integration
84 Volume 6.14.8 284 Automatic Call Distribution (ACD): Automatic Call Distribution (ACD): Clause 22-26
2 22. Platform support rich blending of inbound, stand deleted
outbound and multi-channel contacts in single queue
and workflow
23. Platform should be capable of webrtc, real time
speech, co browsing features whenever required.
24. Platform should be capable to perform contact
routing based on previous citizen journey event.
25. Agent/Supervisor should be able to invite
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


customer on a voice call or web chat may initiate a co-
browse session by starting their browser, navigating to
a co-browse URL and generating a session key for
security.
26. The call center solution should have been
implemented in minimum 2 projects of Emergency
(108, 100, etc.) handling over 50,000 calls per day in
India. Documentation proof should be submitted as
part of the tender submission
85 Volume 6.14.8 284 27. All contact center related components including 27. All contact center related components including
2 ACD, PABX, Gateways, Recording, CTI, softphone, hard ACD, PABX, Gateways, Recording, CTI, softphone,
phone, Customer Interactive Center, Emergency hard phone, Customer Interactive Center,
Notification System, etc. must be from same OEM Emergency Notification System, etc. must be from
same/different OEM ensuring smooth integration.
86 Volume 6.14.8 284 2. No of call center agents license: 10 2. No of call center agents license: 4
2
87 Volume 6.14.8 284 2. No of call center agents license: 10 2. No of call center agents license: 4
2
88 Volume 6.14.8 285 Interactive Voice Response (IVR): Clause stands deleted
2 28. IVR Platforms should support following standards
from Day 1
89 Volume 6.14.8 285 Interactive Voice Response (IVR): Clause stands deleted
2 29. VXML,CCXML,SMIL,SRGS/SISR,
MRCP,SIP/H.323,WSDL/SOAP,HTML5
90 Volume 6.14.8 285 Interactive Voice Response (IVR): Clause stands deleted
2 34. IVR should be able to Read data from HTTP and
XML Pages
91 Volume 6.14.8 285 Interactive Voice Response (IVR): Clause stands deleted
2 36. IVR should support voice, email and SMS channels
with two-way communication capabilities and be
capable of visual IVR capabilities.
92 Volume 6.14.8 285 Interactive Voice Response (IVR): Clause stands deleted
2 37. IVR should be able to stream RTP to external ASR
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


applications , IVR should be able to integrate home
automation devices like Amazon Echo and Google
home
93 Volume 6.14.8 285 Interactive Voice Response (IVR): 38. The Call center needs to integrate with
2 38. The Call center needs to integrate with Emergency Emergency response system of the state / city.
response system of the state / city. For the same, the
call center suggested should have deployment /
experience in Emergency like 100/101/108, or similar
emergency systems
94 Volume 6.14.8 285 Interactive Voice Response (IVR): Clause stands deleted
2 42. Reporting platform to support custom reports
using a combination of the Crystal Reports Developer's
Toolkit and SQL stored procedures.
95 Volume 6.14.9 287 4. It shall also have at least three (03) slots to support 4. "It shall also have at least two (2) slots to support
2 variety of Voice interfaces like FXO, FXS, Channelized variety of Voice interfaces like FXO, FXS,
PRI (E1), etc. Channelized PRI (E1), etc.
96 Volume 6.14.12, 288 9. Should have DVI (Digital Video Interface) input to 9.Should have DVI (Digital Video Interface)/HDMI
2 point 9 connect PC / Laptop directly to the Video conferencing input to connect PC / Laptop directly to the Video
system and display resolutions WXGA / HD720p along conferencing system and display resolutions WXGA
with PC Audio / HD720p along with PC Audio
97 Volume 6.14.12 289 1. Video Standards: H.263, H.264, H.265 1. Video Standard: H.264 or better
2 2. The Video Conferencing unit should support inbuilt 2.The Video Conferencing unit should support
1+8 Full HD Multi Party Conferencing inbuilt 1+3 HD resolution Multi Party Conferencing
98 Volume 6.14.13. 289 Multiparty Conferencing Unit: From day one the bridge must provide 6 full HD
2 2.From day one the bridge must provide 10 full HD video ports @1080p 30 fps and 10 audio port for
video ports @1080p 30 fps conferencing
99 Volume 6.14.14, 290 5. Input Voltage Range - 380V,400V, 415V (+15% to - 5. Input Voltage Range : 305-475VAC at Full Load
2 point 5 20%), 3 Phase, 3 wire input to rectifier.
100 Volume 6.14.14 291 UPS shutdown: UPS should shutdown with an alarm and indication
2 UPS should shutdown with an alarm and indication on on following conditions
following conditions 1)Output over voltage
1)Output over voltage 2)Output under voltage
2)Output under voltage 3)Battery low
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


3)Battery low 4)Inverter overload
4)Inverter overload 5)Over temperature
5)Over temperature 6)Output short
6)Output short
7)Input Voltage and Frequency
8)Bypass Voltage and Frequency
9)Battery Voltage and 10)Charging/Discharging
Current
11)Battery Charging percentage/Remaining autonomy
time
12)Output Voltage, Frequency and Current
13)Output active power Output power factor
101 Volume 6.14.14 291 17. Operating Temp 0° to 60°C General Operating Temperature : As per
2 Saharanpur weather conditions
102 Volume 6.14.14 293 16. Cabinet Monolithic Design 16. Clause stands deleted
2
103 Volume 6.14.14 293 B. Smart Energy Saving Mode : B. Smart Energy Saving Mode :
2 During this mode, it Enables control of During this mode, it Enables control of
input current close to the same quality as input current close to the same quality as
the on-line UPS with zero-break transfer in the on-line UPS with zero-break transfer in
the event of a power outage with high the event of a power outage with high
efficiency of 98.5% efficiency of 95%
104 Volume 6.14.15 293 Fixed Dome camera for Indoor Surveillance Annexure
2
105 Volume 6.15.2 297 •24 or 48 (as per requirements) 10/100/1000 Base- •24 or 48 (as per requirements) 10/100/1000
2 TX Ethernet ports and extra 4 nos of 1G/10G of Base- Base-TX Ethernet ports and extra 4 nos of 1G/10G
SX/LX ports of Base-SX/LX ports
•All ports can auto-negotiate between 10Mbps/ •All ports can auto-negotiate between 10Mbps/
100Mbps/ 1000Mbps, half-duplex or full duplex and 100Mbps/ 1000Mbps, half-duplex or full duplex and
flow control for half-duplex ports. flow control for half-duplex ports.
•Shall support active-active clustering with two or
more switches shall operate as logical one L3 switch.
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


106 Volume 6.15.3 298 1.Port: 1.Port
2 24 or 48 (as per density required) 1G/ 10G Ethernet 24 or 48 (as per density required) 1G/ 10G Ethernet
ports (as per internal connection requirements) and ports (as per internal connection requirements) and
extra 4 numbers of Uplink ports (40/100G) extra 4 numbers of Uplink ports (40G)
24 or 48 (as per density required) 1G/ 10G Ethernet All ports can auto-negotiate between all allowable
ports (as per internal connection requirements) and speeds, half-duplex or full duplex and flow control
extra 4 numbers of Uplink ports (40GE) for half-duplex ports.
Shall support active-active clustering with two or more
switches shall operate as logical one L3 switch
All ports can auto-negotiate between all allowable
speeds, half-duplex or full duplex and flow control for
half-duplex ports
107 Volume 6.15.3 298 13. Resiliency 13. Resiliency
2 Dual load sharing AC and DC power supplies Dual load sharing AC OR DC power supplies
Redundant variable-speed fans Redundant variable-speed fans
108 Volume 6.15.3 298 8. Support up to 1024 VLANs. 8. Support min. 1024 VLANs.
2
109 Volume 6.15.3 299 Should have accessibility using Telnet, SSH, Console Configuration management through CLI or any
2 access, easier software upgrade through network using other mode.
TFTP etc. Configuration management through CLI, GUI
based software utility and using web interface
110 Volume 6.15.4. 299 e. support SSL VPN for remote user access and e. support SSL VPN for remote user access and
2 management with AD, LDAP, Radius and TACACS management with AD/LDAP/Radius/TACACS
integration for authentication integration for authentication
111 Volume 6.15.4 300 Virtual instances scalable to 8 instances on the same The clause stands deleted.
2 appliance.
112 Volume 6.15.4 300 Hardware height should not be more than 1 U and The SLB should provide minimum 60Gbps of
2 should provide minimum 60Gbps of throughput with throughput with 8x1G, 8x10G and 2x40G QSFP+
8x1G, 8x10G and 2x40G QSFP+ interfaces from day 1. interfaces from day 1.
113 Volume 6.15.4 300 The proposed solution should have FIPS 140-2 Level 3 The clause stands deleted.
2 either inbuilt or external dedicated HSM module to SLB
solution to protect cryptographic keys generated on or
imported into appliance's hardware security module.
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


114 Volume 6.15.4 300 Secure Web Based Management Secure Web Based Management
2 - SSH - SSH
- SNMP v1, 2, 3 - SNMP v2, v3
- Based GUI - Based GUI
- Command Line - Command Line
115 Volume 6.15.5 301 Processor: Latest series/ generation of 64-bit x86 Processor: Latest series/ generation of 64-bit x86
2 processor(s) with 20 or higher Cores processor(s) with 12 or higher Cores
116 Volume 6.15.5 301 Raid Support: 12Gbps PCIe 3.0 with RAID 1, 5, 6,10, 50 Raid Support: As per requirement/solution
2 with 8 GB Cache
117 Volume 6.15.5 301 Security Feature Should provide effective protection, reliable
2 Should provide effective protection, reliable detection detection & rapid recovery using:
& - Silicon-based Hardware Root of Trust
rapid recovery using: - Signed firmware updates
- Silicon-based Hardware Root of Trust - Secure default passwords
- Signed firmware updates - Configuration and firmware drift detection
- Secure default passwords - Persistent event logging including user activity
- Configuration and firmware drift detection - Automatic BIOS recovery
- Persistent event logging including user activity This will allow for a wider participation
- Secure alerting
- Automatic BIOS recovery
- Rapid OS recovery
- System erase
118 Volume 6.15.5 301 • Real-time out-of-band hardware performance Real-time out-of-band hardware performance
2 monitoring monitoring
& alerting & alerting
• Agent-free monitoring, driver updates & • Agent-free monitoring, driver updates &
configuration, configuration,
power monitoring & capping, RAID management, power monitoring & capping, RAID management,
external external
storage management, monitoring of FC, HBA & CNA & storage management, monitoring of FC, HBA & CNA
system health &
• Out-of-band hardware & firmware inventory system health
• Zero-touch auto configuration to auto deploy a • Out-of-band hardware & firmware inventory
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


baseline • Zero-touch auto configuration to auto deploy a
server configuration profile• Automated hardware baseline
configuration and Operating System deployment to server configuration profile
multiple • Automated hardware configuration and Operating
servers System deployment to single/multiple servers
• Zero-touch repository manager and self-updating • Zero-touch repository manager and self-updating
firmware firmware system
system Support for Redfish API for simple and secure
• Virtual IO management / stateless computing management
• Support for Redfish API for simple and secure of scalable platform hardware
management
of scalable platform hardware
119 Volume 6.15.5 301 GPU:Server should be configured with 1no. Of Nvidia Clause stands deleted .
2 V100, 32 GB GPU & should support Up to 3 DW and 6
SW GPU cards in case of GPU based server
requirement, without GPU use case it can be ignored.
120 Volume 6.15.6 303 2. Storage: 1250 2. Storage: 1400
2
121 Volume 6.15.6.1 303 Disks should be maximum of 1.8 TB capacity for SAS Disks should be minimum of 1.8 TB capacity for SAS
2 and maximum 4 TB for Flash/SSD/SATA/ NL-SAS and minimum 4 TB for Flash/SSD/SATA/ NL-SAS
(combination as per performance and SLA (combination as per performance and SLA
requirements of overall solution) requirements of overall solution)
122 Volume 6.15.11. 308 Application Control: Application Control:
2 At least 7000+ application signature must be there & it At least 2500+ application signature must be there
should able to understand well-known application like & it should able to understand well-known
P2P, Voice, etc. without any dependency on the ports application like P2P, Voice, etc. without any
Solution should have NGFW throughput of at least 7 dependency on the ports
Gbps or higher Solution should have NGFW throughput of at least 7
Should support at least 20 Million concurrent Gbps or higher
connections. Should support at least 20 Million concurrent
Firewall must able to scan http, https, IMAP, IMAPs, connections.
FTP, FTPs, POP, POPs, SMTP protocols with AV Firewall must able to scan http, https, IMAP, IMAPs,
signatures.
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


FTP, FTPs, POP, POPs, SMTP protocols with AV
signatures.
123 Volume 6.15.11. 308 NGFW should provide the endpoint attributes visibility The clause stands deleted.
2 via an endpoint client to the firewall to create policies
on posture check such as if IE version 10 has some
vulnerability declared by Microsoft then only IE
version 10 communication to be blocked
124 Volume 6.15.12 309 Should be able to integrate with Web Vulnerability Should be able to integrate with Web Vulnerability
2 Scanner to detect existing vulnerabilities in the Scanner/Auto discovery to detect existing
protected web applications. vulnerabilities in the protected web applications.
125 Volume 6.15.12 310 The proposed solution should support inbuilt The clause stands deleted.
2 capability to encrypt the user credentials in real time.
Users typing the credentials on web browser for any
web application should be encrypted in real time to
protect against browser-based malware. This feature
should be agentless and should not require installation
of any kind of software either on client or on the
application side.
126 Volume 6.15.12 310 Device should have capability of BOT detection and Device should have capability of BOT detection and
2 Protection beyond signatures and reputation to Protection beyond signatures and reputation to
accurately detect malicious and benign bots using accurately detect malicious and benign bots using
client behavioral analysis, server performance client behavioral analysis, server performance
monitoring, and escalating JavaScript and CAPTCHA monitoring, and escalating JavaScript and/or
challenges CAPTCHA challenges/device fingerprinting
127 Volume 6.15.14 312 Dedicated Network Intrusion Prevention System- Dedicated Network Intrusion Prevention System-
2 common criteria certified Appliance based (not a part common criteria certified Appliance based (not a
of Firewall or UTM blade). OEM should be part of Firewall, UTM blade and ADC). OEM should
recommended in Latest NSS lab IPS report and not be recommended in Latest NSS lab IPS report or
have observed any evasion, should have more than EAL4 certified and not have observed any evasion,
10000 IPS signatures should have enough IPS signatures to meet
technical requirements
128 Volume 6.15.15 312 Enterprise Management System (all clauses) Annexure
2
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


129 Volume 6.15.19 326 Data Classification The section stands deleted
2
130 Volume 6.14.12. 327 WAF should support inbuilt capability or via WAF should support inbuilt capability or via
2 integration with 3rd party solution to protect against integration with 3rd party solution to protect
the mobile/tablet application-based attacks through against the mobile/tablet application-based attacks
Anti-Bot Mobile SDK which whitelist establish trust through Anti-Bot Mobile SDK
based on an embedded software package within the
application code and corresponding cookie verification
to protect application against attacks generated from
mobile
131 Volume 6.14.12. 328 WAF should be able to put WAF policy and signature in The clause stands deleted.
2 staging mode i.e. the system must apply the attack
signatures and WAF policy to the web application
traffic but does not apply the blocking policy action to
requests that trigger those attack signatures for
specific period to identify the false positive. The
staging mode technique should be different than
learning mode.
132 Volume 6.14.12. 328 The proposed Appliance must have below These clauses stand deleted. Bidder to size as per
2 configuration: overall RFP objective.
1. Minimum 8X 1G, 8x10G Ports and 2x40G QSFP+. 1G
and 10G should be
provisioned from day1 and 40G is for future use
2. The proposed hardware must support minimum 20
Gbps of SSL and
Compression throughput
3. Appliance must provide minimum of 40M hardware
DDOS protection
133 Volume 6.15.19 328 Data Classification All clauses stand deleted
2
134 Volume 6.15.19 328 Data Classification All clauses stand deleted
2
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


135 Volume 6.15.23 335 Anti-DDoS The section stands deleted
2
136 Volume 6.15.27 338 The offered solution should provide DNS Firewall The clause stands deleted.
2 functionality by detection and mitigation of DNS
reflection or amplification DDoS attacks, DNS Flood,
protocol violations, bad request types attacks and
other DNS threats
137 Volume 6.15.18. 339 The DLP Solution must have capability to integrate The DLP Solution must have inbuilt capability or
2 with 3rd party Proxy solution for content inspection integrate with 3rd party Proxy solution for content
using ICAP channel or must have DLP engine on OEM inspection using ICAP channel or must have DLP
provided Proxy itself engine on OEM provided Proxy itself
138 Volume 6.15.29 342 Backup Software (all clauses) Annexure
2
139 Volume 7.1.5 368 4. GPS: ICCC should show the location of Garbage vehicles
2 ICCC should Garbage vehicles, C&D Waste, Municipal etc.
sweepers, water tankers etc.
140 Volume 7.1.11.1 385 The MSI shall have to submit Factory Test Certificate MSI shall have to submit Factory Test Certificate for
2 for all IT hardware items before the actual supply of the below mentioned materials before the actual
the items. An authorized representative or a team from supply of the items.
SSCL may visit the manufacturing plant of the product 1. Cable
at the cost of MSI. Authorized representative will check 2. Pole
the testing process. 3. Signal Aspects
Authorized representative from SSCL may visit the
manufacturing plant of the product subject to
present in India. Authorized representative will
check the testing process."
141 Volume 14 429 14. Annexure IX- Analytics Use Cases Required Loitering detection (20 Channels): Loitering
2 1.Loitering detection in a given area of interest. detection in a given area of interest.
2. Upon verified and confirmed by operator that it is a Camera Tempering (All Surveillance Cameras): 1.
suspicious person, the system shall be able to track the Alert to be generated when camera tampering is
person across various cameras and to find the origin of detected due to change of initial field of view of
such person. The track/trace of the person shall be camera, blurring of view, blocking of view by cloth
shown on the map.
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


Camera Tempering (All Surveillance Cameras)1. Alert or obstruction, camera disconnection and blinding
to be generated when camera tampering is detected of camera by laser or flashlights.
due to change of initial field of view of camera, blurring
of view, blocking of view by cloth or obstruction,
camera disconnection and blinding of camera by laser
or flashlights.
2. Once the camera tampering alert is generated, the
incident should be flagged, and system should have the
capability to trace the person responsible for the
sabotage across non-overlapping security cameras.
The track/trace of the person shall be shown on the
map
142 Volume 14. 429 People Tracking / Suspect Search across cameras (100 Clause Stands Deleted
2 Annexure Channels)
IX- Tracking of person based on image captured from the
Analytics proposed CCTV footage, e.g. - pause the video and track
Use Cases the person of interest in multiple CCTV cameras and
Required stored video footage of 30 days.
2. Tracking of person based on verbal clues given to
the central control room e.g., man having beard, dark
skin, with white shirt and blue jeans and black jacket.
The system shall trigger search and tracking based on
attribute-based search.
1. Tracking of person based on image captured from
the proposed CCTV footage, e.g. - pause the video and
track the person of interest in multiple CCTV cameras
and stored video footage of 30 days.
2. Tracking of person based on verbal clues given to
the central control room e.g., man having beard, dark
skin, with white shirt and blue jeans and black jacket.
The system shall trigger search and tracking based on
attribute-based search.
3. Tracking of people based on Full body photographs
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


received by the police control room.
4. Tracking and detection of people based on Facebook
or social media profiles on camera footage as well as
recorded video footage
143 Volume 6.15.11. 440 It should support integration with URL/Content The clause stands deleted.
2 filtering systems.
144 Volume 6.15.18. 444 The proposed solution Should have the ability to The proposed solution Should have the ability to
2 monitor popular IM protocols (AIM, Yahoo, MSN, IRC) monitor popular IM protocols and properly classify
and properly classify tunneled IM traffic (HTTP). tunneled IM traffic (HTTP).
145 Volume 6.15.17 453 5. The proposed solution should have ability to The clause stands deleted.
2 quarantine undetonated malicious executables within
the environment with the ability to hunt for such
malicious executables
146 Volume 6.15.17 453 6. The proposed solution should be able to block on The clause stands deleted.
2 certificate basis such that only trusted certificates are
allowed to execute.
147 Volume 6.15.18. 455 The proposed solution should have various methods to The proposed solution should have various
2 monitor quarantine and block e-mails that violates the methods to monitor quarantine and block e-mails
company's DLP policies (existing). that violates the company's DLP policies.
148 Volume 6.15.20 461 The solution should be capable of dynamically blocking The solution should be capable of
2 a legitimate website which has become infected and dynamically/Manually blocking a legitimate website
unblock the site in real time when the threat has been which has become infected and unblock the site in
removed for below mentioned security categories and real time when the threat has been removed for
vulnerabilities. below mentioned security categories and
vulnerabilities.
149 Volume 6.12.1.2. 234 The proposed DMS shall support separate The proposed DMS shall ensure data security and
2 of Document/Image server for better management of use of appropriate security parameters as per the
429 documents and store only metadata information in guidelines.
database.
150 Volume 6.12.1.2. 234 The proposed DMS shall support separate It is recommended to modify the clause of the RFP
2 of Document/Image server for better management of as below: bidder has to ensure proposed data is
429 documents and store only metadata information in secure and factor in the appropriate security
database. parameters are applied as per the guidelines.
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


The proposed DMS shall ensure data security and
use of appropriate security parameters as per the
guidelines.
151 Volume 6.12.1.5. 247 19. As part of the project, the IT infrastructure will be 19. As part of the project, the IT infrastructure will
2 of provided by SMC. The bidder will be required to be provided by the bidder. The bidder will be
429 propose, provide, install, configure and maintain the required to propose, provide, install, configure and
software components like the OS, Database, Anti-virus maintain the software components like the OS,
Software for Server and any middleware best suited Database, Anti-virus Software for Server and any
with the proposed solution. Necessary server middleware best suited with the proposed solution.
hardening at OS level and Database level will be Necessary server hardening at OS level and
responsibility of bidder. The bidder is required to use Database level will be responsibility of bidder.
Table-B of “Appendix-2 Content & Format of Price
152 Volume 6.11. 275 New Clause 92. Data Management Platform:
2 of The data in DMP should be stored as an Index in the
429 DMP. Additionally, it should support indexes based
on query requirements and data types.
153 Volume 6.11. 275 1.8. 1. Ability of in-built Budget Preparation & Control 1.8. 1. Ability of in-built Budget Preparation &
2 of Control where methodologies like activity based
429 costing and zero-based budgeting should be
available to align OPEX and CAPEX decisions with
the intended outcomes.
154 Volume 5.4. 29, 30 8. In particular, three factor authentications (login id & 8. In particular, two factor authentications (login id
2 password, biometric and digital signature) shall be & password and digital signature) shall be
implemented by the MSI for officials/employees implemented by the MSI for officials/employees
involved in processing citizen services. involved in processing citizen services.
155 Volume 6.15.4. 299 The proposed Appliance must have below The proposed Appliance must have below
2 of configuration configuration
429 The proposed solution must be able to perform TCP a. Supports Active-Active and Active-Standby
multiplexing and TCP optimization, SSL session and Redundancy
persistence mirroring during HA failover, hardware- (Based on Standard VRRP or equivalent )
based b. Segmentation / Virtualization support
compression, caching etc. in active-passive mode along with resource allocation per
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


segment, dedicated access control
for each segment
156 Volume 6.15.11 308 - • Sandbox appliance to have minimum Memory 48 GB The clause stands deleted. Please refer
2 309 (6 x 8 GB) HDD 1 TB NIC 4 x 10/100/1000 Mb RJ-45 specifications of Anti-APT provided with the
Ethernet Ports and should support 10,000 files a day Corrigendum.
and should have dual redundant power supply hot
pluggable
• Sandbox appliance should have Kernel visibility with
minimal OS version dependencies
• Any Microsoft license required to run the sandbox to
be provided by the day 1
• Sandbox should support multiple file formats for
execution
157 Volume 6.15.20. 331 The solution must provide malware, anti-virus, anti- The solution must provide malware, anti-virus, anti-
2 of bot etc. scanning though in-built AV scanning engine in bot etc. scanning though in-built AV scanning engine
429 appliance also Solution should provide on cloud APT in appliance
(apt feature should be enabled through license
upgrade as required), Advanced threat protection
capabilities over web channel with sandboxing
functionality enabled through license upgrade.
158 Volume 6.15.20. 331 The solution should support advance malware The clause stands deleted. Please refer
2 of detection through Sandboxing either on premise or on specifications of Anti-APT provided with the
429 cloud for advance threat detection with license Corrigendum.
upgrade in future.
159 Volume 6.15.21. 332 All clauses The Section 6.15.21. stands deleted.
2 to
333
160 Volume 5.5.6. 34 of 5. The junction box should be weather proof, theft 5. The junction box should be weather proof, theft
2 429 proof and vandal proof. It should be certified for IP65 proof and vandal proof. It should be certified for
or above. IP55 or above.
161 Volume 6.17. 350 The edge analytics and AI/ML will be used for below These lines stand deleted.
2 of use cases :
429 1. Red light Violation Detection
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


2. Riding without helmet
3. Triple riding on two wheelers
4. Defective number plate alert
162 Volume 6.18 351 The functional requirements and technical To ensure an integrated solution & to qualify as per
2 of specifications provided in the below sections and at the International control room design & safety
429 other sections in this RFP are indicative and carry norms; main bidder shall bring one single
guiding rule. The MSI is free to offer products and professional Control Room Turnkey Solution
solutions which meet requirements of the RFP focusing Provider on board with an experience of designing,
on the outcome, future scalability, security, reliability manufacturing and installing at least 4 smart city
and adherence to specified SLA under this RFP, in line control rooms including Control Desk.
with applicable standards & best practices adopted in Various aspects should be considered while
the industry. The MSI is encouraged to design an designing Control Room area to create ideal
Optimised solution which is technically superior, workplace, considering physiological aspects such
innovative, proven, better in terms of functionality and as line of sight and field of vision and cognitive
is cost effective. Any specified parameters mentioned factors such as concentration and perceptivity as
in the scope/technical requirement in the RFP may be per ISO 11064
considered if it is required for meeting current &
future requirements during the contract period.
163 Volume 6.18 351 The MSI is fully responsible for the specified outcome The MSI is fully responsible for the specified
2 of to be achieved. It is essential that Fire Proof material outcome to be achieved. It is essential that Fire
429 be used as far as possible and Certification from Fire Proof material be used and Certification from Fire
Department be taken for Command Centres before Go- Department be taken for Command Centres before
Live. Go- Live.
All its components like designer metal ceiling,
flooring, control desk, modular metal wall paneling,
Glass partitions, ceiling light & luminaires,
electricals should be treated as a part of one single
solution i.e. control room turnkey interior solution.
Main bidder to submit MAF from Control Room
Turnkey Solution Provider for entire control room
solution, MAF to be enclosed along with the bid.
Also, from fire safety point of view the control room
solution provider must ensure that the metal wall
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


paneling, designer metal ceilings and console
finishes (worktop & shutters) are ASTM E84 tested
and certified so that any kind of material (which
provokes fire is not used). Valid test reports should
be submitted along with the bid.
164 Volume 6.17.1 351 Edge Analytics Edge/Central Analytics
2 of
429
165 Volume 6.17.1. 351 Edge Analytics The section heading reads as "Analytics Server"
2 of
429
166 Volume 6.18.1. 352 & Structure Console System must be of modular design. The
2 353 Console System must be of modular design. The Console design shall address the functional,
of Console design shall address the functional, ergonomic ergonomic and aesthetic requirements of the
429 and aesthetic requirements of the particular working particular working environment while complying
environment while complying with accepted human with accepted human factor design and ergonomic
factor design and ergonomic standards for viewing standards for viewing distance, angle, keyboard
distance, angle, keyboard height, and knee space height, and knee space requirements.
requirements. The vertical & horizontal profiles should be made
· Standard top height of modular control desk shall be up of Heavy duty Extruded Aluminium profiles of
750 mm. The Console Table Top / Working Surface HE9WP grade. Top and bottom frames of aluminum
should be made of 25mm MDF Board with 1mm are necessary to ensure that the structure is self-
Laminate to be wrapped around the Table top. standing and permits quick & easy installation of
· The Basic Structure should consist of Extruded AL shutters, side panels, cable gland plate and table top
Profiles (6063T6 grade) binded by Top & Bottom (min in a quick and effective way. Self-standing structure
2mm) MS Frames formed in such a way as to provide is so sturdy that the purpose is served for a longer
maximum buckling and torsion resistance. The Front & duration.
Back Panels should be openable / removable (with Console design must be ISO 11064 compliant.
Push Lock Mechanism) made of laminated MDF Board Consoles must be of modular design, facilitating
in min thickness of 18mm. The Side Panels should be future equipment retrofits and full
fixed type, made in 26mm MDF Board Cladded on reconfigurations without requiring any major
18mm MDF Board. All panels must be attached to the modification to the structure or exterior elements.
frame with concealed fasteners. Console access panels
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


(Front & Rear Panels) must be removable without the Entire console must be tested & qualified for
use of tools. The Front panel should be positioned in seismic zone 5 earthquake vibrations with monitor
such a way that there should be sufficient leg space mounted on monitor arms of the console. Seismic
(min of 400mm from the front edge of the Table test report of bare control desk shall be deemed
Top).All sheet metal / aluminum parts must be unacceptable. Test report (issued by government
finished with electrostatic powder coating with authorized test lab) with images of control desk
average of min 80 microns over all surfaces. seismic test should be submitted along with the bid
· The console frame shall have provisions for leveler
legs to be incorporated into the frame.
167 Volume 6.18 352 Providing and fixing metal false ceiling with powder The control room should be aesthetically appealing,
2 of coated 0.5mm thick hot dipped galvanized steel tiles functionally superior, acoustically sound,
429 595 x 595 mm with regular edge (10mm) suitable for ergonomically designed, safe in operations and low
25mm grid supported on suitable powder coated in maintenance. So, the ceiling specs are designed
galvanized steel grid as per manufacturer specification. for providing a state-of-art control room to the
The same shall be inclusive of cut outs for lighting, AC customer. Factory made acoustic modular metal
grills, Fire detectors, nozzles, etc. 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
design consultant with the combination of acrylic
panels with lights, 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.

Safety - Ceiling system shall be seismic zone 5 tested


and certified from government approved test
laboratory on the name of Control Room Solution
Provider.
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


Environmental Concern - RoHS (Restriction of
Hazardous Substances) certified (from UL/Intertek)
ceiling to ensure restriction of hazardous substance.

Fire Safety - The on-perforated ceiling tiles shall be


Class A fire rated as per ASTM E-84 (from
UL/Intertek)to ensure that the material does not
provoke fire and does not generate smoke."

Quick & Easy Maintenance - UL Certified design


feature of Integrated channel in ceiling for quick
installation & replaceability of continuous linear
light: The ceiling system having integrated inbuilt
channel for installation of cove lights and shall
permit quick and easy replacement of cove light
without using any tools.

Acoustics‐ The tiles are designed to provide


acoustics and ensure that no echo is generated in
the control room.
168 Volume 6.18.1. 352 Providing and fixing 12 mm thick fire line Gypsum Command control room is mission critical facility
2 of false ceiling and lighting troughs 300 mm as per design and is meant for 24X7 working; whatever material
429 including 100 mm high cornices as lighting pelmets on is used in the control room, it should be
G.I. frame work, in G.I. vertical supports at every maintenance free and sustainable.
450mm c/c and horizontal runners at every 900mm The control room interior design material should be
c/c self-taping metal screws to proper line and level. 100 % modular so that any kind of technological
The same shall be inclusive of making holes and changes and retrofitting can be done
required framing for fixing electrical fixtures, A.C. grills
etc. GI vertical supports to be anchored to slab by
means of anchor fasteners.
169 Volume 6.18.1. 352 B. Furniture and Fixture Bidder should submit the below certificates /
2 of documents at the time of BID submission for
429 Bidder should submit the below certificates / Console Manufacturer, in light of absence of the
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


documents at the time of BID submission for Console documents BID can be rejected.
Manufacturer, in light of absence of the documents BID a) ANSI / BIFMA Certificate for Consoles
can be rejected. b) ISO 9001, ISO 14001 & OHSAS 18001 Certificate
a) ANSI / BIFMA Certificate for Consoles c) Green Guard gold certificate
b) ISO 9001, ISO 14001 & OHSAS 18001 Certificate d) ROHS Compliance
c) Green Guard Certificate for low emissions e) Seismic Zone 5
d) ROHS Compliance f) ASTM E84
e) Seismic Zone 5 g) UL listed
f) ASTM E84
170 Volume 6.18.1. 353 Work Surface Work Surface
2 of The Console Table Top should be made of 25mm MDF The Console Table Top should be made of 25mm
429 Board with wrapped around Laminate, with no sharp MDF (the top must be ASTM E-84 certified from fire
Edges. The work surface platform shall have smooth safety point of view) Board with wrapped around
edges and transitions, thus avoiding sharp corners or Laminate, with no sharp Edges. The work surface
potential rib catchers for operator safety. platform shall have smooth edges and transitions,
thus avoiding sharp corners or potential rib
catchers for operator safety.
171 Volume 6.18.1. 353 Modular Rear Wall (Slat Wall) Modular Rear Wall (Slat Wall)
2 of - Wall should be of min 86 mm (Height) and approx. - Wall should be of min 86 mm (Height) and approx.
429 200-300 mm high from the Monitor Base. 200-300 mm high from the Monitor Base.
- Modular walls shall be made of 2mm thick Extruded - Modular walls shall be made of 2mm thick
Aluminum (6063T6 aluminum alloy). Extruded Aluminum.
- It should have high Load bearing capacity. Minimum - It should have high Load bearing capacity.
weight carrying capacity has to be 20 KGs per Meter. Minimum weight carrying capacity has to be 20 KGs
per Meter.
172 Volume 6.18.1. 353 Miscellaneous: - There shall be a closed cabinet below the modular
2 of · There shall be a closed cabinet below the modular control desk for placing of CPU. Cabinet should have
429 control desk for placing of CPU. Cabinet should have proper cooling system. CPU needs to be accessible
proper cooling system. CPU needs to be accessible from front as well as rear side of control desk for
from front as well as rear side of control desk for easy easy working and maintenance.
working and maintenance. - The cabinet shutters shall be of Butt Hinged type
· The cabinet shutters shall be of Butt Hinged type with with 18mm thick MDF.
18mm thick MDF. - Rear shutters of each console should have
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


· Rear shutters of each console should have provision provision of Airflow opening for cooling and heat
of Airflow opening for cooling and heat dissipation dissipation effect.
effect. - Rear panel shall have ventilation fans mounted on
· Rear panel shall have ventilation fans mounted on it. it.
· It shall have proper arrangement for flow of cables i.e. - It shall have proper arrangement for flow of cables
LAN Cable, Power cable, VGA cable, Mouse cable, i.e. LAN Cable, Power cable, VGA cable, Mouse cable,
Keyboard etc. Keyboard etc.
· Design of control desk shall allow cables from the - Design of control desk shall allow cables from the
floor cable channel. floor cable channel.
· Control desk shall be equipped with individual power - Control desk shall be equipped with individual
distribution unit (PDU) (06 no for one Modular Control power distribution unit (PDU) (06 no for one
Desk) and capable of being switched on/off Modular Control Desk) and capable of being
individually. Power supply socket should be dual type switched on/off individually. Power supply socket
i.e. Universal type. should be dual type i.e. Universal type.
· All bolts must be of SS material to avoid rust due to All bolts must be of SS material to avoid rust due to
environment environment.
173 Volume 6.18.1. 354 1) The MSI shall procure and install a raised floor to Bidder to read this clause as"1) The MSI shall
2 of match the floor height and room aesthetic in procure and install a raised floor to match the floor
429 accordance with the approved final layout and design. height and room aesthetic in accordance with the
The MSI shall consider standard parameters for approved final layout and design. The MSI shall
developing the final height, width, point of load, and consider standard parameters for developing the
uniform distribution load of the raised floor for the final height, width, point of load, and uniform
rooms based on type of furniture and overall load. distribution load of the raised floor for the rooms
2) The MSI shall ensure the following features and based on type of furniture and overall load.
parameters are considered while designing and 2) The MSI shall ensure the following features and
commissioning the raised floor: parameters are considered while designing and
1. Point of Load (PoL) shall be considered 20% more commissioning the raised floor (Calcium silicate
than the actual load floors):
2. Uniform Distribution Load shall be calculated 1. Point of Load (PoL) shall be considered 20%
according to the final Point of Load more than the actual load
3. Noise-proof 2. Uniform Distribution Load shall be calculated
4. Fireproof according to the final Point of Load
5. Maintenance window for easy access to under the 3. Noise-proof
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


raised floor 4. Fireproof
6. Separate electrical and data cable tray under the 5. Maintenance window for easy access to under
raised floor the raised floor
7. Face of floor tiles shall conform to the aesthetic 6. Separate electrical and data cable tray under
part of the approved design the raised floor
3) The MSI shall perform load test and noise test of the 7. Face of floor tiles shall conform to the aesthetic
constructed raised floor. part of the approved design
4) The MSI shall complete the following requirements 3) The MSI shall perform load test and noise test of
for the raised flooring panels: the constructed raised floor.
1. Floor shall be designed for standard load 4) The MSI shall complete the following
conforming to BIS 875-1987. requirements for the raised flooring panels:
2. Panels shall be made up of 18-gauge steel of 600 1. Floor shall be designed for standard load
mm × 600 mm size treated for conforming to BIS 875-1987.
corrosion and coated with epoxy conductive paint 2. Panels shall be made up of 18-gauge steel of
(minimum thickness 50 Micron). 600 mm × 600 mm size treated for
3. Raised flooring covering shall be antistatic, high- 3. Raised flooring covering shall be antistatic, high-
pressure laminate, two (2) mm thick pressure laminate, two (2) mm thick
in approved shade and color with PVC trim edge. in approved shade and color with PVC trim
It shall not make any noise while edge. It shall not make any noise while
walking on it or moving equipment. Load and walking on it or moving equipment. Load and
stress tests on floor panels shall be stress tests on floor panels shall be
performed as part of acceptance testing. performed as part of acceptance testing.
174 Volume 6.18.1. 354 Providing, making & fixing an enclosure for gas Providing, making & fixing an enclosure for gas
2 of cylinder of Shutters and Partitions along with wooden cylinder of Shutters and Partitions. . The complete
429 support and 18 mm thick MDF board along with 1.5 console must be 100% modular to accommodate
mm approved laminate colour outside and 2 coat of any kind of technological upgradations or
enamel paint inside the shutter. The same should be retrofitting. Modular consoles also permit quick and
provided with all the required accessories including easy replacements of the faulty components in least
the handle, lock, loaded hinges, tower bolt and possible time.
necessary hardware etc. complete with French polish. The proposed console's life cycle should be assessed
(from approved LCA consultant) for environmental
impacts associated with all the stages of a product's
life for cradle to grave analysis. Valid documents
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


should be submitted along with the bid. The same
should be provided with all the required accessories
including the handle, lock, loaded hinges, tower bolt
and necessary hardware etc. complete with French
polish.
175 Volume 6.18.1. 354 1) Providing and fixing in position full height partition 1) Providing and fixing in position full height
2 of wall of 125 mm thick fire line gyp-board partition partition wall"
429 using 12.5 mm thick double fire line gypboard on both 2) With glazing including the framework of 4" x 2"
sides with GI steel metal vertical stud frame of size 75 powder coated aluminium section complete (in
mm fixed in the floor and ceiling channels of 75 mm areas like partition between server room & other
wide to provide a strong partition. Glass wool auxiliary areas) or better
insulation inside shall be provided as required. Fixing 3) Providing & fixing Fire Rated Wire Glass
is by self-tapping screw with vertical studs being at minimum 6 mm thick for all glazing in the partition
610 mm intervals. The same should be inclusive of wall complete. (External windows not included in
making cut-outs for switch board, sockets, grill etc. It this) or better
shall also include preparing the surface smoothly and Safety - "Wall paneling system shall be seismic zone
all as per manufacture’s specification etc. finally 5 tested and certified from government approved
finishing with one coat of approved brand of fire test laboratory.
resistant coating. Sound transmission class (STC) value of 35 for Wall
2) With glazing including the framework of 4" x 2" Paneling & Partition.
powder coated aluminium section complete (in areas Environmental Concern - RoHS (Restriction of
like partition between server room & other auxiliary Hazardous Substances) certified (from UL/Intertek)
areas). wall paneling to ensure restriction of hazardous
3) Providing & fixing Fire Rated Wire Glass minimum 6 substance.
mm thick for all glazing in the partition wall complete. Fire Safety - ASTM E84 class A certified (From
(External windows not included in this). UL/Intertek) control room wall tiles to be submitted
to ensure that the material does not provoke fire
and does not generate smoke."
Load Bearing Capacity - UL Certificate design
176 Volume 7.1.5. 365 City Surveillance & ITMS
2 366
of · Integrates with existing cameras and new cameras.
429 Should support multiple video sources from multiple
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


locations. Platform should have no limitation in
displaying the number of CCTV video sources
· Integrate and assess inputs from different
sources such as CCTV, ANPR, RLVD, Speed detection
systems, Traffic Violation cameras, Emergency Call
Box/Panic Buttons, PA Systems, Video Analytics, and
other sensors further to assist with actionable
intelligence.
· CCTV, Video Analytics, and sensors further to assist
with actionable intelligence.
· Should use dynamic channel coverage
specifically for video stream function for efficient
bandwidth usage for multiple Remote Control
center
· Display module should have capability to control
multi-screened display wall in sync with operator
console
· Should support Fixed type and PTZ camera. Control
PTZ function from the screen to control the camera but
with changing tile configuration each camera should be
viewed with much lower resolution.
· The system should dynamically reduce the bit
rate and bandwidth for each stream based on the
viewing resolution at the remote location.
· Integration with GIS map
177 Volume 5.6.1.2. 38 of 6. The MSI should design and propose energy saving 6. Battery Backup - Adequate and required battery
2 429 signaling system by using solar powered signals or backup to achieve required uptime of field device as
other advanced technologies. well as SLA of the overall solution.
178 Volume 5.6.1.3. 38 of New Clause 6. Battery Backup - Adequate and required battery
2 429 backup to achieve required uptime of field device as
well as SLA of the overall solution.
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


179 Volume 5.6.1.3. 38 of New Clause 7. The Traffic violation detection system should
2 429 have an accuracy of 80% during daylight conditions
and 60% in low light conditions.
180 Volume 5.6.1.4. 38 of 5.6.1.4. Intelligent Transport System This section stands deleted.
2 429
181 Volume 5.6.1.4. 39 of 4. CCTV Cameras and MDVR (2 cameras with This clause stands deleted.
2 429 comprehensive coverage)
182 Volume 5.6.1.4. 39 of 5. ETM Handheld/ETM with printer for bar-coded This clause stands deleted.
2 429 ticket issuance and reader for smartcards (NCMC
Compliant)
183 Volume 6.14 395 Business Process Model and Notation (BPMN) or Business Process Model and Notation (BPMN),
2 of equivalent for KPI Monitoring. BPEL and WFMC or equivalent for KPI Monitoring.
429 Workflow management system should be compliant
to workflow standards: BPMN, BPEL ,WFMC,etc.
184 Volume 5.6.1.16. 53 of Decision on use cases to be implemented using edge Decision on use cases to be implemented would be
2 429 devices would be taken during the design phase after taken during the design phase after finalisation on
finalisation on locations and approval from SSCL. locations and approval from SSCL.
185 Volume 5.6.2. 54 of 2. Variable Message Display (VMD) Boards - As per This clause stands deleted.
2 429 designed solution requirements for real time data
transmission
186 Volume 5.6.2. 54 of 3. Surveillance Cameras - Resolution: 1920x1080, As per designed solution requirements for real time
2 429 Frame Rate: 30 fps data transmission
187 Volume 5.6.2. 54 of 4. ANPR Cameras - Resolution: 1920x1080, Frame As per designed solution requirements for real time
2 429 Rate: 60 fps data transmission
188 Volume 6.1.4. 73 of 25. Systems requirement: Local Server at Intersection: 25. Systems requirement: Local Server at
2 429 The system shall run on a Commercial Off the Shelf Intersection: The system shall run on a Commercial
Server (COTS). Outdoor IP 66 Quad core processor- Off the Shelf Server (COTS). Min. Quad core
based server should be able to cover at least 8 lanes. processor-based server should be able to cover at
Temperature rating of the server should be 0° to 65°C. least 8 lanes. Temperature rating of the server
Operating system: The system shall be based on open should be 0° to 65°C.
platform and should run on Linux or windows Workstation: Workstation shall run on latest
Operating system. available OS. All the junction equipment should be
housed in IP55 Junction box.
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


Workstation: Workstation shall run on latest available
OS.
189 Volume 6.1.4. 73 of 23. ANPR Camera Specification - All specification of 23. ANPR Camera Specification - All specification of
2 429 Fixed Box Cameras mentioned above must be complied Fixed Box/Bullet Cameras mentioned above must
by the ANPR camera. be complied by the ANPR camera.
190 Volume 6.2.1. 84 of New Clause 36. The application should be capable of running in
2 429 the following modes: -Connected signals mode -
This mode should enable traffic police personnel to
remotely configure and control the signal timing
plans using the ATCS interface available in the CCC.
Automatic plan switching mode - The system should
be configured to run the most appropriate signal
timing plan for a group of junctions from a library of
signal plans. The system should automatically select
the most appropriate plan for the prevalent traffic
conditions based on a set of customizable rules.
Optimization mode - Signal timings for a group of
junctions should be optimized for pre-defined
performance indicators, like delays, travel times etc.
The traffic demand shall be input into a traffic
online simulation model and the outputs of the
simulation model shall be employed to establish
performance indicators. The optimization model
shall use these performance indicators to determine
optimal signal timings.
191 Volume 6.2.1. 84 of New Clause 37. The system shall continually estimate the state
2 429 of the network, in terms of traffic flows and travel
times. The traffic flows and travel times are to be
input into an offline microscopic traffic flow
simulation model. The system operator/engineer
should be able to factor significant changes in the
network state and run simulation models to
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


perform what-if analysis on pre-defined traffic
management strategies.
192 Volume 6.2.1. 84 of New Clause 38. The ATCS system shall predict future flows at
2 429 each junction on the central ATCS server.
193 Volume 6.2.1. 84 of New Clause 39. Simulation Model:
2 429 The adaptive traffic control system shall be
provided with a simulation model based real time
traffic flow modelling capability with the capacity to
calculate traffic flows, OD movements, and queues
and turning movement along entire primary road
transport network in the defined study area
covering the ATCS junctions and beyond.
-The simulation software shall assist evaluating
potential traffic control strategies in case of any
anomalies and identify the appropriate strategies
for the traffic control.
- Calibrated traffic simulation models for AM peak,
PM peak, inter-peak and off-peak for weekdays and
peak and off-peak for Saturday & Sundays covering
all the ATCS junctions shall be provided
-Shall have the ability to predict, forecast and
estimate the traffic pattern across the signals over
the near future.
-The MSI is required to impart training to the
Authority on use cases of the simulation software.
194 Volume 6.2.1. 84 of New Clause 40. Selective Vehicle Priority & Compensation
2 429 Module:
The system shall provide following functionalities:
- The ATCS system shall interface with the GPS
device in the bus/ambulances and provide them the
priority in crossing the junction.
- It shall also be possible to integrate the RFID
reader in the ATCS system for identifying the buses
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


& other vehicles of significance near the junction to
providing priorities.
- The system shall be able to determine the priority
order of each vehicle when there are multiple
priority vehicles simultaneously present at a given
junction, and accordingly determine which get the
priority first.
- The priority can be given either as an extension to
green stage or a forced switching to a green stage
depending on the current state of the signal.
- The system shall also compensate the other stages
for the lost green after the passage of the priority
vehicle in order to minimize congestion.
195 Volume 6.2.1. 84 of New Clause 41. Traffic Data Collected should include:
2 429 - Date and time
- Lane number
- Vehicle classification
- Number of vehicles per lane and per vehicle class
- Average speed per lane and per vehicle class
- Zone occupancy
196 Volume 6.2.1. 84 of Shall collect continuously information about current Shall collect continuously information about current
2 429 observed traffic conditions from a variety of data observed traffic conditions from a variety of data
sources and of different kind (traffic states, signal sources and of different kind (traffic states, signal
states, vehicle trajectories, incidents, road works, …) states, vehicle trajectories)
197 Volume 6.2.1. 84 of 23. Shall provide a decision support tool for assessing 23. Shall provide support for assessing strategies to
2 429 strategies to minimize congestion, delays and minimise congestion, delay and emergency
emergency response time to events via simulation and response.
planning tools liked with real time traffic data fusion
and control of traffic signaling infrastructure on
ground.
198 Volume 6.2.2. 85 of New Clause 10. Accuracy of data collected related to vehicles
2 429 should be 80% in daylight conditions and 60% in
low light conditions.
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


199 Volume 6.2.2. 85 of 6. Resolution - Min 5 MP 6. Resolution - 640x480 pixels with 1/4”
2 429 CMOS/CCD/equivalent or better.
200 Volume 6.2.2. 85 of 5. Vehicle Detector camera can optionally be used in Clause stands deleted.
2 429 surveillance mode.
201 Volume 6.2.3. 86 of 4. Stages - The controller shall have facility to 4. Stages - The controller shall have facility to
2 429 configure 32 Stages configure 30 Stages
202 Volume 6.2.3. 86 of 5. Cycle Plans - The controller shall have facility to 5. Cycle Plans - The controller shall have facility to
2 429 configure 24 Cycle Plans and the Amber Flashing / Red configure minimum 11 Cycle Plans and the Amber
Flashing plan. It shall be possible to define different Flashing / Red Flashing plan. In addition, minimum
stage switching sequences in different cycle plans. The 20 plans should be configurable at Server level in
controller shall have the capability for a minimum of ATCS mode . It shall be possible to define different
32 cycle-switching per day in fixed mode of operation. stage switching sequences in different cycle plans.
The controller shall have the capability for a
minimum of 11 cycle-switching per day in fixed
mode of operation in coordination of Controller .
203 Volume 6.2.3. 88 of New Clause Media interfaces (minimum):
2 429 1 x 10/100 Ethernet interface
1 x USB 2.0 host ports
1 x RS232 port/ RS485 port
204 Volume 6.2.3. 88 of New Clause Cabinet IP 55 or better
2 429
205 Volume 6.2.5. 89 of 2. Structural Material - Polycarbonate strengthened 2. Structural Material - Aluminium/Polycarbonate
2 429 against UV rays strengthened against UV rays. Preferably, front
cover should be polycarbonate.
206 Volume 6.2.5. 90 of New Clause 20. Functioning: Adaptable timers, which can
2 429 display time in fixed time modes as well as Vehicle
Actuated and ATC modes. The timers should be
capable of time-jumping in case of change.
207 Volume 6.2.5. 90 of 4. Dimensions - 360mm x 370mm x 220mm 4. Dimensions - As per requirement
2 429
208 Volume 6.3.1. 91 of 2. Video Compression H.265 or better 2. Video Compression H.264 or better
2 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


209 Volume 6.3.1. 91 of 4. Frame rate - Min. 60 fps 4. Frame rate - Min. 25 fps
2 429
210 Volume 6.3.1. 91 of 7. Lens 5-50mm IR corrected, CS-mount lens, P-Iris 7. Lens 5-50mm IR corrected, CS-mount lens, P-
2 429 Iris/Auto Iris
211 Volume 6.3.1. 91 of 8. Minimum Illumination Colour: 0.0005 Lux (F1.2, 8. Minimum Illumination Colour: 0.5 Lux B/W:0.1
2 429 AGC ON) Lux
B/W:0.0005 Lux (F1.2, AGC ON)
212 Volume 6.3.1. 92 of 15. Protocol: IPV4, IPV6, HTTP, HTTPS, FTP/SMTP, 15. Protocol: IPV4/IPV6, HTTP, HTTPS, FTP/SMTP,
2 429 RTSP, RTP, TCP, UDP, RTCP, DHCP, UPnP, NTP, QoS, RTSP, RTP, TCP, UDP, RTCP, DHCP, UPnP, NTP, QoS,
ONVIF Profile S ONVIF Profile S
213 Volume 6.3.1. 92 of Sr. No. 2 - 21 Sr. No. 2 - 21 stand deleted.
2 429
214 Volume 6.3.1. 92 of New Clause All specification of Fixed Box / Bullet Cameras
2 429 mentioned above must be complied by the RLVD
camera.
215 Volume 6.4. 93 of Intelligent Transport System (Public Transport) This section stands deleted.
2 429
216 Volume 6.2.3. 96 of 22. The controller shall provide a real time clock (RTC) 22. The controller shall provide a real time clock
2 429 with battery backup that set and update the time, date (RTC) with battery backup that set and update the
and day of the week from the GPS. The RTC shall have time, date and day of the week from the GPS.
minimum of 10 years battery backup with maximum The RTC shall have maximum time tolerance of (+/-
time tolerance of (+/-) 2 sec per day. ) 2 sec per day and:
a. minimum 3 days battery backup with Local
Power line frequency synchronisation
OR
b. minimum of 10 years battery backup
217 Volume Additional NA Additional Clause Please refer Annexure for Anti-APT specifications.
2 Section
218 Volume 5.7. page Encryption of all backup files and data and To be discussed with project team.
2 59 management of encryption keys as a service that can
be enabled for Government Departments that require
such a service.
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


219 Volume 6.15.20 ,. Web The solution must detect and block outbound Botnet The clause stands deleted.
2 Proxy and Trojan malware communications. The solution
Gatew must log and provide detailed information on the
ay originating system sufficient to enable identification of
infected units for mitigation
220 Volume 9. Convergence of Multiple feeds / services:- 9. Convergence of Multiple feeds / services:-
2 System need to have provision that integrates various System need to have provision that integrates
services and be able to monitor them and operate various services and be able to monitor them and
them. The solution should provide option to integrate operate them. The solution should provide option to
existing deployed solution by City and also need to integrate existing deployed solution by City and also
provide scalability option to implement new use cases. need to provide scalability option to implement new
System should support DDE (Dynamic Data Exchange) use cases.
/ OPC (OLE for process control) for integration with The City Operation Platform/ICCC should have
Process control systems and sensors. System should capability to integrate various field devices that
have capability to source data from various systems supports/enabled by IoT protocols such as OPC UA ,
implemented in Saharanpur City to create actionable MQTT, AMQP, Zigbee LoRaWAN etc.
intelligence.
221 Volume 6.14.1 263 Addition The ICCC platform should support Post Incident
2 Analysis
221 Volume 1.6 5 “Applicable Law(s)” means all laws in force and effect "Applicable Law (s)" means all laws in force and
3 as of the date hereof and/or laws which may be effect as of the date hereof and/or laws which may
promulgated or brought into force and effect after the be promulgated or brought into force and effect
date of execution of the Agreement and includes any after the date of execution of the Agreement and
statute, law, ordinance, notification, rule, regulation, includes any statute, law, ordinance, notification,
judgment, order, decree, injunctions, by-laws, rule, regulation, judgment, order, decree,
approval, directive, guideline, policy, requirement or injunctions, by-laws, approval, directive, guideline,
other governmental restriction or any similar form of policy, requirement or other governmental
decision applicable to the relevant Party and all restriction or any similar form of decision
judgments, decrees, injunctions, and orders of any applicable to the relevant Party and all judgments,
court, tribunal or any quasi-judicial authority, as may decrees, injunctions, and orders of any court,
be in force and effect during the subsistence of the tribunal or any quasi-judicial authority, as may be in
Project; force and effect during the subsistence of the
Project provided that changes in such laws, rules
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


and regulations which result in a change to the
Services shall be dealt with in accordance with the
Change Control Schedule
222 Volume 2.1 (k) 11 In the event of an inconsistency between the terms of In the event of a conflict between this Agreement,
3 the Contract and the RFP and the Bid, the terms of the Annexures / Schedules or the contents of the RFP,
RFP shall prevail the terms of this Agreement shall prevail over the
Annexures / Schedules and Annexures / Schedules
shall prevail over the contents and specifications of
RFP.
223 Volume 2.1 (l) 11 In case there is a contradiction between the clauses In case there is a contradiction between the clauses
3 mentioned in the RFP, the below hierarchy of clauses mentioned in the RFP, the below hierarchy of
in order of precedence shall be applicable: clauses in order of precedence shall be applicable:
i. Pre-bid clarification and Corrigendum, if any a) Agreement along with
ii. Volume III of RFP b) the SLA agreement,
iii. RFP volume II c) NDA agreement,
iv. RFP volume I d) Schedules and Annexures;
e) the RFP along with subsequently issued
corrigenda
f) Technical and financial proposal submitted by
the successful bidder, to the extent they along with
subsequently issued clarifications furnished by the
Implementation Agency in response to the RFP, to
the extent they are not inconsistent with any terms
of the RFP.
224 Volume 9.4 14 No agreement/contract executed within the No agreement/contract executed within the
3 consortium members be amended, modified and/or consortium members be amended, modified and/or
terminated without the prior written consent of the terminated without the prior written consent of the
Authority. An executed copy of each of such Authority. An executed copy of each of such
agreements/contracts shall, immediately upon agreements/contracts shall, immediately upon
execution be submitted by SI to the Authority. execution be submitted by Prime Bidder to the
Authority.
225 Volume 10.2 15 MSI shall ensure that the Services are performed MSI shall ensure that the Services are performed
3 through the efforts of MSI’s Team/Key Personnel and through the efforts of MSI’s Team/Key Personnel
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


are in accordance with the terms hereof and to the and are in accordance with the terms hereof and to
satisfaction of the Authority. Nothing in this RFP or the the satisfaction of the Authority. Nothing in this RFP
Contract will relieve MSI from its liabilities or or the Contract will relieve MSI from its liabilities or
obligations under the RFP or the Contract to provide obligations under the RFP or the Contract to
the Services in accordance with the Authority’s provide the Services in accordance with the
directions and requirements and as stated in the Authority’s directions and requirements and as
Contract and the Bid to the extent acceptable by the stated in the Contract and the Bid to the extent
Authority and MSI shall be liable for any non- acceptable by the Authority and MSI shall be liable
performance, non-compliance, breach or other loss for any non-performance, non-compliance, breach
and damage resulting either directly or indirectly by or or other loss and damage resulting from any act
on account of its team. and/or omission on account of its team
226 Volume 30.1 24 MSI shall bear all personal taxes levied or imposed on MSI shall bear all personal taxes levied or imposed
3 its Personnel, or any other member of MSI’s Team, etc. on its Personnel, or any other member of MSI’s
on account of payment received under the Contract. Team, etc. on account of payment received under
MSI shall bear all corporate taxes, levied or imposed on the Contract. MSI shall bear all corporate and other
MSI on account of payments received by it from the taxes, levied or imposed on MSI on account of
Authority for the Work done/Services provided under payments received by it from the Authority for the
the Contract Work done/Services provided under the Contract.
227 Volume 31.1 25 MSI hereby agrees to indemnify defend and hold 31.1 a) to be read as “"any gross negligence or
3 harmless the Authority and its Affiliates, respective willful misconduct by MSI or any third party
officers, directors and agents and their respective associated with MSI in connection with or incidental
successors and assigns from and against any and all to the Contract;"
claims (including from third parties), losses, liabilities 31.1 b) stands deleted
of any kind howsoever suffered, fees (including 31.1 e) stands deleted
reasonable attorneys' fees, disbursements and costs of Remaining clause remains unchanged.
investigation), damages, cost and expenses
(collectively “Losses”), arising or incurred inter alia
during and after
Contract period in connection with:
a) any negligence or wrongful act or omission by
MSI or any third party associated with MSI in
connection with or incidental to the Contract;
b) MSI or its Sub Contractor’s actual or alleged
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


failure occurring after the Effective Date to observe or
perform any duties or obligations required to be
observed or performed by MSI or its Subcontractor
under or with respect to any obligations under the
Contract;
c) the damage to or loss or destruction occurring
after the Effective Date of any real or tangible personal
property in the possession or under the control of MSI,
or any Affiliate thereof;
d) the death or bodily injury occurring after the
Effective Date of any agent, employee, Subcontractor’s
employee, visitor of MSI or its Subcontractor;
e) any breach of MSI's representations and
warranties set forth in the Contract occurring after the
Effective Date to the extent caused by MSI or its
Affiliates, or its or their agents, employees or
Subcontractors;
228 Volume 37.2 30 The failure or occurrence of a delay in performance of The failure or occurrence of a delay in performance
3 any of the obligations of either Party shall constitute a of any of the obligations of either Party shall
Force Majeure event only where such failure or delay constitute a Force Majeure event only where such
could not have reasonably been foreseen and shall failure or delay could not have reasonably been
mean an occurrence beyond the reasonable control foreseen and shall mean an occurrence beyond the
and without the fault or negligence of either Parties reasonable control and without the fault or
affected and which the other Party is unable to prevent negligence of either Parties affected and which the
or provide against by the exercise of reasonable other Party is unable to prevent or provide against
diligence including, but not limited to: war, or hostility, by the exercise of reasonable diligence including,
acts of the public enemy, civil commotion, sabotage, but not limited to: war, or hostility, acts of the
fires, floods, vandalism (due to law & order situation), public enemy, civil commotion, sabotage, fires,
terrorism, explosions, epidemics, quarantine floods, explosions, epidemics, quarantine
restriction, strikes, lockouts or act of God, or where restriction or act of God, or where despite the
despite the presence of adequate and stipulated presence of adequate and stipulated safeguards the
safeguards the failure to perform obligations has failure to perform obligations has occurred at any
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


occurred at any location in scope (hereinafter referred location in scope (hereinafter referred to as “Force
to as “Force Majeure Event(s)”). Majeure Event(s)”).
229 Volume 42.1 34 To guarantee its performance under the Contract, the To guarantee its performance under the Contract,
3 MSI shall provide to Authority in its favour a the MSI shall provide to Authority in its favour a
Performance Bank Guarantee (PBG) which is Performance Bank Guarantee (PBG) which is
unconditional, unequivocal and irrevocable for an unconditional, unequivocal and irrevocable for an
amount equivalent to 10% of the order value of the amount equivalent to 10% of the order value of the
Contract in the format prescribed in RFP issued by any Contract in the format prescribed in RFP issued by
of the nationalized banks only. The Performance Bank any of the nationalized banks or scheduled
Guarantee shall be kept valid for the Term of the commercial only. The Performance Bank Guarantee
Contract and any extension of the Term and up to a shall be kept valid for the Term of the Contract and
period of 6 (six) months after the termination or expiry any extension of the Term and upto a period of 6
of the Contract. The Performance Bank Guarantee shall (six) months after the termination or expiry of the
be encashed by the SSCL in the event of MSI’s failure to Contract. The Performance Bank Guarantee shall be
complete obligations or breach by MSI of any of the encashed by the SSCL in the event of MSI’s failure to
terms and conditions of the Contract. complete obligations or breach by MSI of any of the
terms and conditions of the Contract.
230 Volume 37.4 30 of New Clause In case of Force Majeure continues beyond 60 days.
3 61 If the performance of the Contract is substantially
prevented, hindered, or delayed for a single period
of more than sixty (60) days on account of one or
more events of Force Majeure during the time
period covered by the Contract, the parties will
attempt to develop a mutually satisfactory solution,
failing which, either party may terminate the
Contract by giving a notice to the other
231 Volume 30.8 If, after the date of this Agreement, there is any
3 change of rate of levy under the existing applicable
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
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS
IN SHARANPUR CITY

# Volume Section Page Content in the RFP Amended/New Clause


Implementation Agency in performing the Services,
then the remuneration and reimbursable expense
otherwise payable to the Implementation Agency
under this Agreement shall be increased or
decreased accordingly by correspondence between
the Parties hereto. 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.
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Annexure

Volume 1, Section 3.6.1 Technical Bid Evaluation Criteria

# Technical Technical Evaluation parameter Points Name to be


Evaluation given to the
Criteria PDF file to
be uploaded
A. Sole Bidder/ Consortium Profile – 5 Marks
A1 Annual Sole Bidder/ Consortium should have an average 3 TQ_1
Turnover annual turnover of INR 500 Crore for last 3
audited financial years (2018-2019, 2017-2018,
2016-2017).
In case of a consortium, the lead bidder shall
have at least 50% of the above stated average
annual turnover.
Lead members or consortium members shall be
into one of the following specific business areas:
• ICT Infrastructure
• Telecom Infrastructure
• IT system integration services

Turnover Marks
More than 800 Crore 3
> 700 Crore to <= 800 Crore 2
>= 500 Crore to <= 700 Crore 1
A2 CMMi level The sole bidder or any member of consortium in 1 TQ_2
certification a case of consortium, should possess any
following certification valid at the time of
Bidding:
• CMMi Level 5 certification
• CMMi Level 3 certification
Certificate Marks
Allotted
CMMi Level 5 1
CMMi Level 3 0.5
Copies of valid certificates in the name of sole
bidder or any member in case of consortium
A3 ISO Sole Bidder or the Lead bidder of consortium or 1 TQ_3
Certification any member of the consortium, should possess
relevant ISO Certifications (any 1) which are valid
at the time of bidding:
ISO 9001:2008 or latest
OR
ISO 20000:2011 for IT Service Management or
equivalent certification
OR
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

# Technical Technical Evaluation parameter Points Name to be


Evaluation given to the
Criteria PDF file to
be uploaded
ISO 27001:2013 for Information Security
Management
Certificate Marks
Allotted
2 Certifications 1
1 Certification 0.5
B. Sole Bidder /Consortium Project Experience – 35 marks
B1 Experience The bidder (or any Consortium member) should 5 TQ_4
in executing have experience in executing large System
large System Integration Project during last 7 years as on
Integration publication of the bid. Cumulative value of the
projects projects should be minimum of INR 50 Crore Cost
of the Project (INR)

No. of Project Marks


2 projects of 75 crores or 1
project of more than 150 5
crores
2 projects of 50 crores or 1
project of more than 100 4
crores
2 projects of 25 crores or 1
project of more than 50 3
crores
0 project 0
B2 Surveillance The bidder (or any Consortium member) should 5 TQ_5
have experience of implementing following scope
during last 7 years as on publication of bid.
• Surveillance system like CCTV surveillance
system with min 250 cameras in a project

No. of Project Marks


More than 3 projects 5
1 to 3 projects 4
1 project 3
0 project 0
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

# Technical Technical Evaluation parameter Points Name to be


Evaluation given to the
Criteria PDF file to
be uploaded
B3 ITMS/ATCS The bidder (or any Consortium member) should 5 TQ_6
have experience of implementing minimum 2 no.
of projects with minimum value of Rs. 1.5 Cr each
in any of the following areas during last 7 years
as on publication of bid.
• Road Traffic enforcement (RLVD/No-
Helmets/Triple Riding/e-Challan/ANPR)
OR
• ATCS with Traffic Signals
Number of Project Marks
More than 3 projects 4
3 projects 4
2 projects 3
< 2 projects 0
B4 Optical Fiber Bidder (or any Consortium member) should have 5 TQ_7
experience of laying and operation &
maintenance of at least100 kms Optical Fiber (in
a single project) during last 7 years ending as on
publication of the bid.
Number of Project Marks
More than 2 projects 5
2 projects 4
1 project 3
0 project 0
B5 ERP The Bidder (or any Consortium member) should 5 TQ_8
have implementing experience of minimum 1
project in COTS ERP in the following modules
(any 3) during last 7 years ending as on
publication of the bid.
• Financial Accounting and Costing
• Payroll and HR
• Project Management
• Purchase and material management
• Asset management
• Property Taxes and non-taxes
Number of Project Marks
More than 2 projects 5
2 projects 4
1 project 3
0 project 0
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

# Technical Technical Evaluation parameter Points Name to be


Evaluation given to the
Criteria PDF file to
be uploaded
B6 ICCC The bidder (or any consortium member) should 5 TQ_9
have experience in executing projects for setting
up and O&M of Integrated command and control
centre /emergency response center / Security
and Surveillance control room/ City wide
(NOC/SOC) built for Smart
Cities/Highways/Railway/Airport or other
Government establishment etc. during last 7
years ending as on publication of the bid of value
not less than INR 10 Crore each.
Number of Project Marks
More than 2 projects 5
2 projects 4
1 project 3
0 project 0
B7 Integration The bidder (or any consortium member) should 5 TQ_10
have experience in executing projects for
integration of following components with the
Centralized Command & Control System - GIS
system /Smart Parking /Street lighting /
Environmental Sensors/ Optical Fiber/ CCTV
Cameras/ Digitization & ERP/ SCADA/ ITMS or
ATCS / Health & Telemedicine System/ Smart
Library/Public Address System/Emergency Call
Box/Solid Waste Management/Mobile App/ITS
during last 7 years as on publication of the bid.
Integration of;
• 0.5 marks for each integration up to a
maximum of 5 marks
C. Approach & Methodology & Project Presentation/Demonstration – 33 Marks
C1 Approach & Following parameters will be evaluated (To be 7 TQ_11
Methodology provided in section 7.13):

Parameter Marks
Understanding of the project and
conformity to volume 2 : Functional
Requirement and High-level
1
Architecture of the proposed
solution as per requirements of the
RFP
Proposed deployment architecture
for on-premise DC, cloud DC & 1
cloud DR to meet the functionalities
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

# Technical Technical Evaluation parameter Points Name to be


Evaluation given to the
Criteria PDF file to
be uploaded
as given in RFP and Proposed
Network Architecture covering
ICCC viewing center, CCC platform
(DC Cloud), on-premise DC & cloud
DR to meet the functionalities as
given in RFP
Proposed security solution to
safeguard against various threats
including hacking attempts, cyber- 1
crime, internal/ external threats
etc.
Proposed solution for design &
development of SOPs and KPIs, also
1
please list down all the SOPs & KPIs
identified for the solution.
Identification of major risks for the
projects and also propose suitable
1
mitigation plan for each of
identified risks.
Methodology, tools and
Technologies to create, monitor &
1
maintain all the SLAs and managing
change requests
Proposed structure for:
1. Project Strategy
2. Project Management
3. Risk Management 1
4. Resource Plan
5. Delivery Timelines
6. Project Governance Model
C2 Technical Following parameters will be evaluated during 16 TQ_12
Demonstrati Technical Demonstration:
on (Proof of Parameter Marks
Concept) Need to demonstrate
implementation of all the smart
components which are in the
8
scope of this project such as
Security & Surveillance, ITMS,
SWM, GIS, ERP etc.
Need to demonstrate the ICCC
Control Room setup with
visualization of smart
components and integration of 8
various components as defined
under B7 with ICCC and other
smart components
Bidder will be given maximum of 1 week to
establish setup for infrastructure for Demo / POC
at Saharanpur.
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

# Technical Technical Evaluation parameter Points Name to be


Evaluation given to the
Criteria PDF file to
be uploaded
C3 Presentation
The Bidder will need to exhibit functional and 10 TQ_13
non-functional requirements through
presentation.
The presentation should demonstrate capabilities
against the parameters highlighted in Approach &
Methodology section (C1)
D. Proposed Resources for the Project – 15 Marks
D1 People on Each of the following profiles suggested by the 15 TQ_14
project bidder will be evaluated:

Profile Marks
Allotted
Project Manager 4
Command and Control
1
Centre Expert
Solution Architect 1
ITMS Expert 1
Security & Surveillance
1
Expert
SWM Expert 1
Cyber Security Expert (2
1
resources)
Mobile App/Software
1
Developer (2 resources)
Network & Infrastructure
1
Expert
Server/ Storage & Database
1
Expert
GIS Expert (2 resources) 1
ERP Expert 1
E. OEM Selection – 12 marks
E1 Command & OEM with total deployments; 3 TQ_15
Control No. of deployments Marks
Centre 3 projects 3
Platform 2 projects 2
1 project 1
0 project Not eligible
E2 Surveillance OEM with total deployments; 3 TQ_16
with No. of deployments Marks
minimum 3 projects 3
250 Camera 2 projects 2
1 project 1
0 project Not eligible
E3 ITMS/ATCS OEM with total deployments; 3 TQ_17
No. of deployments Marks
3 projects 3
2 projects 2
1 project 1
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

# Technical Technical Evaluation parameter Points Name to be


Evaluation given to the
Criteria PDF file to
be uploaded
0 project Not eligible
E4 ERP Solution OEM with total deployments; 3 TQ_18
with min 5 No. of deployments Marks
modules 3 projects 3
2 projects 2
1 project 1
0 project Not eligible
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Volume 1, 7.14.1:Capex Items

Quantit Complia
Indicativ Make
y Model nt with
# BOM Line Item UoM e /Bran
Propose Details RFP Vol-
quantity d
d 2
ITMS
Supply & Installation of digital
Vehicular Count down timer for
1 Nos 60
Signal Junctions (Dual Color ,EN
12966 Standards )
Supply & Installation of digital
Pedestrian Count down timer
2 Nos 120
for Signal Junctions (Dual Color
,EN 12966 Standards )
Supply & Installation of
Galvanized Iron Class B Traffic
3 Nos 60
Signal straight pole of 6 mtr
height as per Specification
Supply & Installation of
Galvanized Iron Class B Traffic
4 Nos 120
Signal cantilever pole of as per
Specification
Supply & Installation of 300
mm dia – single source – LED
Red (blow) as per EN 12368
Standards with
5 Nos 180
Aluminium/Polycarbonate LED
Signal head housing as per ATC
technical specification (along
with brackets, accessories etc.)
Supply & Installation of 300
mm dia – single source – LED
Amber (blow) as per EN 12368
Standards with
6 Nos 180
Aluminium/Polycarbonate LED
Signal head housing as per ATC
technical specification (along
with brackets, accessories etc.)
Supply & Installation of 300
mm dia – single source – LED
Green (arrow/U- Turn) as per
EN 12368 Standards with
7 Nos 300
Aluminium/Polycarbonate LED
Signal head housing as per ATC
technical specification (along
with brackets, accessories etc.)
Supply & Installation of 300
mm dia – single source – LED
Green (full) as per EN 12368
8 Nos 60
Standards with
Aluminium/Polycarbonate LED
Signal head housing as per ATC
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

technical specification (along


with brackets, accessories etc.)

300 mm dia – single source –


LED Red (blow) Stop-Man as
per EN 12368 Standards with
9 Aluminium/Polycarbonate LED Nos 120
Signal head housing as per ATC
technical specification (along
with brackets, accessories etc.)
300 mm dia – single source –
LED Green (blow) Walk-Man as
per EN 12368 Standards with
10 Aluminium/Polycarbonate LED Nos 120
Signal head housing as per ATC
technical specification (along
with brackets, accessories etc.)
As per
requirem
ent for 17
11 Vehicle Detector (Camera) Nos
junctions,
60 arms,
103 lanes
Supply & Installation of 32/64
bit Microcontroller based
Automatic traffic signal
controller housed in an IP55
grade cabinet with internal
12 Nos 17
locking arrangement, Police
panel etc., The controller should
be equipped with all features to
be part of Adaptive traffic
Controller system
Supply and Installation of
As per
13 wiring for electrical connection mtrs
site
at junctions.
Supply & Installation of
required number of power
14 supply boxes of appropriate Nos 60
size (with canopy if required)
having IP55 protection
Complete cabling and civil
works as required including but
not limited to: digging laying of
15 Lot 60
HDPE Pipe at road crossing,
island, median, etc.; including
backfilling.
Provisioning of Electric Supply
16 Nos 60
at junctions
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

As per
Supply & Installation of Lane requirem
RLVD/ANPR Camera with ent for 17
17 Nos
internal / external IR junctions,
Illuminator 60 arms,
103 lanes
As per
Supply & Installation of Wide- requirem
angle Evidence Camera with ent for 17
18 Nos
internal / external IR junctions,
Illuminator 60 arms,
103 lanes
As per
requirem
ent for 17
19 License for RLVD analytics Nos
junctions,
60 arms,
103 lanes
As per
requirem
License for No-Helmet ent for 17
20 Nos
Detection analytics junctions,
60 arms,
103 lanes
As per
requirem
License for Triple Riding ent for 17
21 Nos
Detection analytics junctions,
60 arms,
103 lanes
Control unit housing with all
22 cabling, fittings, earthing , link Nos 60
to ANPR processor by OFC , etc.
Junction box for housing
23 controllers, switch, cable, UPS, Lot 60
etc. at traffic junctions.
Online UPS/Inverter-battery set
24 for continuous power backup Nos. 60
and associated accessories
Additional Requirement
Any other Hardware or Nos.
Software required to meet the /
1 RFP requirements (Bidder to Lum
list individual items and psu
provide costing). m
E-Governance Kiosk
E-Governance Kiosks (including
1 Nos 4
software license
Additional Requirement
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Any other Hardware or Nos.


Software required to meet the /
1 RFP requirements (Bidder to Lum
list individual items and psu
provide costing). m
CCTV Surveillance
Outdoor Box Fixed Camera with
1 internal / external IR Nos 760
Illuminator
Outdoor Bullet Fixed Camera
2 Nos 100
with internal IR Illuminator
Outdoor PTZ Camera with
3 Nos 56
internal IR Illuminator
ANPR Cameras with internal /
4 Nos 36
external IR Illuminator
5 Public Address System Nos 22
6 Emergency Call Box Nos 22
Poles with Cantilever for ANPR
7 Nos 18
Cameras
Poles for cameras and
8 Nos 322
equipment
Industrial grade outdoor PoE
9 Nos 322
Switches
10 Provisioning of Electrical Power Nos 322
Networking Cost (Passive
Components) (Pl. specify the
details like Junction Box, Patch
Panel, LIU, OFC, Cat6 Cable,
11 Power Cable, Patch Cords, Lot 322
Pipes, earthing, Lighting
arrester and electrical, earthing
cables, Installation & Labour
Charges, etc.
UPS with Battery (appropriate
12 Backup as per technical/ Nos 322
functional specification)
Additional Requirement
Any other Hardware or
Software required to meet the Lum
1 RFP requirements (Bidder to psu
list individual items and m
provide costing).
Mobile Application
SAHART City App: Mobile
Application + Web Portal
development (Integration with
all municipal services with
1 Lot 1
payment gateway integration,
collaboration plat form (Polls,
blogs and social media
integration)
Additional Requirement
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Any other Hardware or


Software required to meet the Lum
1 RFP requirements (Bidder to psu
list individual items and m
provide costing).
Solid Waste Management
Solid Waste Management
1 Set 1
Application Software
Automated Vehicle Locator
Management System with
requirement of customized
dashboard specific for
2 monitoring and tracking of solid Set 1
waste management activities
and integration with the RFID
system & volume sensor system
for bin collection management.
Waste Management Monitoring
3 Set 1
Application
Mobile Application - Mobile GPS
4 based Staff Attendance Set 1
Management System
Driver/Field Staff Mobile
5 Set 1
Application
6 Citizen Mobile App Set 1
GIS Platform to be provided by
SI which will be integrated
7 Set 1
through API (Integration with
existing Map)
Vehicle Tracking System (VTS)
8 No. 76
GPS Device
RFID receiver for Compactors /
9 No. 10
Auto tippers
Mobile Phone for Vehicle
Collector driver (Smart Phone
10 No. 66
with SWM app to scan the QR
code)
11 RFID tags for SWM Vehicles No. 76
4G Mobile with Biometric
12 No. 45
device for Supervisor
3G GPRS SIM for the GPS Units
13 in Vehicles, Filed Staff Mobiles No. 199
& Weighbridge Gateway
Geo Tagging, geo referencing,
geo fencing in coordination
14 No. 1
with the route plan for vehicle
tracking
RFID reader along with pole for
15 No. 2
land fill sites
Additional Requirement
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Any other Hardware or


Software required to meet the Lum
1 RFP requirements (Bidder to psu
list individual items and m
provide costing).
Environmental Sensors
Supply and Installation of
Environmental Sensor
(GSM/Wi-Fi based)
a. PM2.5, PM10
1 b. Gases: CO2, CO No. 6
c. Temperature, Humidity
d. Light :Visible Light, UV
e. Weatherproof
f. External DC Powered
Data Integration Support + Data
2 No. 1
dashboard/Platform
Additional Requirement
Any other Hardware or
Software required to meet the Lum
1 RFP requirements (Bidder to psu
list individual items and m
provide costing).
ICCC
Video Wall
Video Wall Cubes (70'') 4*3
1 No. 24
matrix (DLP Laser Light)
Video Wall Controller with Wall
2 No. 2
Management System
Audio Mixer and Speaker
3 Lot 2
System
Hardware
Multi-Function Laser Printer
4 No. 2
(City Operations Room)
Operator Workstations (City
5 No 24
Management Room)
6 IP Phones No. 44
7 Digital Set top boxes No. 2
8 65" LED TV set (Meeting room) No. 2
Virtual Reality : Dashboard
Integration , Development and
deployment along with
9 Lot 1
necessary hardware and
software (16 screen : 4
instances )
10 Office Desktop with monitor Nos. 5
Situation Room
65" LED display to present
11 No. 2
critical information Display
Video Multiconference Unit
12 No. 1
(MCU)
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

13 Video End point No. 1


IP PBX
IP PBX System with Emergency
14 Lot. 1
Notification System
15 ISDN PRI Licenses No. 2
16 Contact Center Agent License No. 4
Contact Center Supervisor
17 No. 1
License
18 Call Recording License No. 5
Contact Center Reporting
19 No. 1
License
20 Outbound Dialer Nos. 2
21 Headsets Nos. 5
Building Utilities
22 DG Set (for IT load only) Nos. 2
23 IBMS Lot 1
24 UPS with battery backup Nos. 2
25 Access Control System Nos. 2
26 Electrical and power cabling Lot 1
Electrical Cabling & Necessary
27 Lot 1
Illumination Devices
28 LAN and CAT-6 cabling Lot 1
Public Address System
29 Lot 1
(Speakers)
30 Fire & Smoke Detection System Lot 1
31 Fixed Dome Cameras Nos. 6
32 Rodent Repellent System Lot 1
33 WLD system Lot 1
Furniture
Furniture for City Management
34 Nos. 26
Room Operator Desks
Furniture for City Management
35 Nos. 1
Room Manager’s Desk
Furniture for City Management
36 Nos. 1
Room meeting table and chairs
Furniture for Meeting Room
37 Nos. 1
meeting table and chairs
Furniture for Contact Center
38 Nos. 4
Operator Desks
Furniture for Security Room
39 Nos. 1
Desks
Furniture for 'Technical
40 Nos. 9
Support Team Desks
41 Furniture for War Room Nos. 1
Civil Works
Civil Work (2 floors of 2800 Sq.
Ft each) (Structure of building
42 Lot 1
shall be provided by the City
SPV, finishing which includes
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

wiring, ducting, false ceiling,


false flooring, etc. will be the
responsibility of MSI)

Additional Requirement
Any other Hardware or
Software required to meet the Lum
1 RFP requirements (Bidder to psu
list individual items and m
provide costing).
Optical Fibre Cable
1 96 cores optical fibre cable Km. 200
UTP Cat 6 Armoured Cable (As
2 Km. 200
per Bidder's Solution)
3 Patch Cord Nos. 600
Distribution Switches (Field
4 Nos. 20
Side )
5 HDPE for laying OFC (Per Km) Km. 200
6 Network Switch (Junctions) Nos. 100
7 Junction Box Nos. 100
8 Field UPS Nos. 100
Patch Panel/ Fibre interface
9 Nos. 100
unit
10 Power Cable Km. 11
11 Fibre Management System Nos. 100
Additional Requirement
Any other Hardware or
Software required to meet the Lum
1 RFP requirements (Bidder to psu
list individual items and m
provide costing).
ICCC Integration
Lum
Integration with City GIS
1 p 1
Platform
sum
Lum
Integration with City
2 p 1
Surveillance System
sum
Integration with SMART Lum
3 Governance (Multiple Municipal p 1
Services) System sum
Integration with SMART LED
Lum
Lights (Monitoring & Control,
4 p 1
Integration with Existing LED
sum
CCMS Systems)
Integration with Integrated
Solid Waste Management Lum
5 System (GPS Vehicle, STP p 1
SCADA, SMART Bins, Camera sum
based Monitoring)
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Lum
Integration with City Water
6 p 1
SCADA System
sum
Lum
Integration with City Power
7 p 1
SCADA System
sum
Lum
8 Integration with ITMS p 1
sum
Lum
Integration with SMART
9 p 1
Parking System
sum
Lum
Integration with SMART Health
10 p 1
Care System
sum
Lum
Integration with SMART
11 p 1
Education System
sum
Lum
Integration with Digital VMD
12 p 1
System
sum
Lum
Integration with Panic Button &
13 p 1
Emergency Call Box System
sum
Lum
Integration with Public
14 p 1
Addressal System
sum
Lum
Integration with Environmental
15 p 1
Sensors Application
sum
Lum
Integration with City Specific
16 p 1
mobile / web Application
sum
Lum
Integration with DIAL 100
17 p 1
Application
sum
Lum
18 Integration with library p 1
sum
Lum
19 Integration with Smart Toilets p 1
sum
Lum
20 Integration with Kiosk p 1
sum
Lum
21 Integration with ERP p 1
sum
Cloud DC
Lum
1 ICCC Platform on cloud p 1
sum
2 Kiosk Nos. 1
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

3 Traffic Management System Nos. 1


4 SWM Nos. 1
5 ECB Nos. 1
6 EMS &NMS Nos. 1
IDAM, Firewall, VPN, etc.
7 Lot 1
(service)
8 Enterprise ESB Lot 1
Additional Requirement
Any other Hardware or
Software required to meet the Lum
1 RFP requirements (Bidder to psu
list individual items and m
provide costing).
GIS
GIS Survey
1 DGPS Survey Nos. 25
Sq.
2 Total Station Survey 80
Km.
3 GPR Survey Km. 890
4 Property Tax Survey Nos. 125000
GIS - Basemap Creation
Acquisition of Satellite imagery
0.3 m or better resolution
,ortho rectified, Geo referenced Sq.
5 100
satellite image(Saharanpur), in Km.
the name of Saharanpur
municipal corporation
Creation of Basemap and
6 overlaying TS data on 0.3 m Nos. 80
high resolution imagery
GIS - Enterprise
Supply, Installation and
Implementation of GIS &
7 Nos. 1
Image Processing Servers
Software Licenses
Supply, Installation and
Implementation of GIS & Image
8 Nos. 3
Processing Desktop Software
Licenses
Citizen GIS web portal, Mobile
Application and GIS enabled
9 Nos. 12
departmental modules for
department
GIS Integration with ICCC and
10 Nos. 1
other application
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Geographical Information
System:
1.Survey of Line departments
for Data Collection, Ground
Truthing and GIS conversion of
legacy Data.
2. Procurement of Satellite
11 Lot 1
Imagery 0.5 m or better
Resolution, Ortho rectified, Geo
Referenced Satellite Image
(Saharanpur) in the name of
Saharanpur Municipal
corporation
3. Creation of Basemap
Digital Address Module (DAM)
12 Metal plates for houses Nos. 128710
QR codes and Barcodes printing
13 Nos. 128710
/ fabrication on Plates
Door to Door activity to install
14 DAM (including Installation cost Nos. 128710
+ labour)
Integration with ICCC and Lum
15 support for Solid Waste psu 1
Management & Property Tax m
Procurement of Metal Signage
16 Boards, support posts Printing Nos. 1000
/ fabrication
Installation of Street Signage’s
17 (including labour cost and Nos. 1000
materials)
Additional Requirement
Any other Hardware or
Software required to meet the Lum
1 RFP requirements (Bidder to psu
list individual items and m
provide costing).
Digitisation and ERP
Lum
License Cost of the Basic ERP
1 psu 1
Modules (Approx. 300 Licenses)
m
One Time Customization and
2 implementation of ERP Module( Lot 1
Lump sum)
DMS based E-office (for 100
Lum
Concurrent users) with content
3 psu 1
capture facility from all
m
document scanners
Lum
4 Deployment Cost of DMS psu 1
m
5 Desktop PCs Nos. 30
6 Scanners (with ADF) Nos. 30
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

7 Desktop Laser Printers Nos. 30


Data Scanning & Entry (per
8 Nos. 1700000
sheet)
9 IT Audit Cost Nos. 1
Additional Requirement
Any other Hardware or
Software required to meet the Lum
1 RFP requirements (Bidder to psu
list individual items and m
provide costing).
Server Room
Servers
1 ANPR Server Lot 1
2 ATCS Server Lot 1
3 RLVD Server Lot 1
Surveillance Cameras-
4 Nos. 1
Management Server
Surveillance Cameras-
5 Nos. 15
Recording Server
6 Servers for Digitisation and ERP Nos. 9
7 Antivirus Server Nos. 1
8 GIS server Nos. 1
Server Applications like IBMS,
9 Nos. 4
contact centre, etc.
10 Other management servers Nos. 1
11 Server for Analytics Lot 1
Application and System Software
ITMS Software (Software +
12 Lot 1
License) (ATCS)
13 ATCS Server Application Lot 1
Traffic Monitoring and Report
14 Nos 1
generation Software
Traffic Violation Detection &
15 Nos 1
Reporting + eChallan Software
16 ANPR (Software + License) Lot 1
17 Public Address System Lot 1
18 Emergency Call Box System Lot 1
Contact Centre application and
19 Lot 1
database
Other Requirements
42U Racks (Network + Server
20 Nos 10
Racks)
21 Storage (SAN Switch) Nos 2
Primary + Secondary Storage
22 Lot 1
(2150 TB)
Video Management System
23 Nos 930
(VMS) (Software+Licence)
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

LAN Switches (along with


24 desired software system like Nos 15
OS, DB, etc.)
Aggregation Router (along with
25 desired software system like Nos 2
OS, DB, etc.)
Access Switch (along with
26 desired software system like Nos 7
OS, DB, etc.)
Internet Router (along with
27 desired software system like Nos 2
OS, DB, etc.)
KVM Switch (along with desired
28 software system like OS, DB, Nos 10
etc.)
Core Switch (along with desired
29 software system like OS, DB, Nos 2
etc.)
Aggregation Switch (along with
30 desired software system like Nos 2
OS, DB, etc.)
Host Intrusion Prevention
31 Lot 1
System (HIPS)
Network Intrusion Prevention
32 Lot 1
System (NIPS)
NGFW Firewalls (for internal &
33 Nos 4
external both in HA)
34 Web Application Firewall Lot 1
35 Enterprise Management System Lot 1
Security Information & Event
36 Lot 1
Management (SIEM) System
37 Centralized Antivirus Solution Lot 1
Data Loss Prevention (DLP)
38 Lot 1
Tool
39 Threat Analysis tool License Lot 1
40 Server Load Balancer Nos 2
41 Link Load balancer Nos 2
42 Anti-APT Lot 1
Operating System, Database,
43 Lot 1
CALs (Lot)
44 Tape Drive for Backup Lot 1
Virtualization (Software +
45 Lot 1
Licenses)
Development/test/SIT
46 environment license wherever Lot 1
required
Video Analytics licenses
47 Nos 1000
(channels)
Additional Requirement
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Any other Hardware or


Software required to meet the Lum
1 RFP requirements (Bidder to psu
list individual items and m
provide costing).
Disaster Recovery
1 ICCC Platform Nos 1
2 ATCS Nos 1
3 GIS Nos 1
4 EMS & NMS Nos 1
5 Contact Center Nos 1
6 Kiosk Nos 1
7 Environmental Sensor Nos 1
8 PA system and ECB Nos 1
Additional Requirement
Any other Hardware or
Software required to meet the Lum
1 RFP requirements (Bidder to psu
list individual items and m
provide costing).
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Volume 2, 8. Annexure III: Payment Schedule and Milestones

The total payment shall be paid separately for Capex and Opex. For payment release purpose,
Capex value will not be considered more than 70% of total bid value at any stage, balance
will be considered as Opex. Capex payment shall be released based on below mentioned
milestones. Opex payment will be released in twenty (20) equal quarterly instalments
spread across 5 years Post Final Go-Live. Other recurring/non-recurring expenses like for
Electricity/Water connections & consumption bills, Fees for PUC/ROW/etc. to be paid to
Government Departments for Project Execution will be released on actuals by SSCL (These
expenses need not to be mentioned in Price Bid).

The payment schedule and milestones are divided into three phases:

1. Implementation & Integration Phase-I

2. Implementation & Integration Phase II

3. Operations and Maintenance Phase

SSCL shall issue a “Request Order” in writing, indicating the number of units of Hardware
and Software to be supplied along with the location (Project Site). SSCL shall continue to
issue such request until the full quantities of Hardware and Software specified in volume 1
within the variation limits of RFP is exhausted. Upon getting the Request Order, the MSI shall
promptly and as soon as possible within the lead time specified in the request order, supply,
install and implement specified numbers of hardware and software at stated project site and
commissioned the same. SSCL shall specify the Lead Time in Request Order. Tentative
Number of Request Orders and Lead Time as envisaged at this point of time is specified
below.

Approximate
Time for Tentative Scope/
Service Tentative Lead Time
Issuance of Approximate Sizing
Request Order

Request One week post 1. CCC - IT hardware, Non-IT 5 months post issuance
Order 1 issue of LOI/ equipment, software (Cloud of Request Order 1
completion of Deployment)
site survey 2. Data Center (DC) –
activity Hardware
3. Data Center (DC) –
Software
4. Data Center (DC)– Non-IT
equipment
5. Viewing Centers- IT/ Non-
IT Infrastructure at ICCC
location
6. Implementation and
Integration of City
Surveillance System at 50%
locations
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Approximate
Time for Tentative Scope/
Service Tentative Lead Time
Issuance of Approximate Sizing
Request Order

7. Implementation and
Integration of ITMS & ATCS
– 8 Traffic Junctions
8. Implementation and
Integration of Solid Waste
Management (SWM)
System covering 50%
households and 50% bin
level sensors & RFIDs, etc,
9. Temporary Connectivity till
the time OFC is not laid
10. Implementation and
Integration of GIS solution
11. Implementation and
Integration of
Environmental Sensors
12. Implementation and
Integration of Public
Announcement System
13. Implementation and
Integration of Panic Button
& Emergency Call Box
14. Setting up of Helpdesk
Request Post Go-Live of 1. Augmentation of Data 7 months from the
Order 2 Request Order 1 Center (DC) – Hardware issue of Request Order
2. Augmentation of Data 2
Center (DC) – Software
3. Augmentation of (DC)– Non-
IT equipment
4. Implementation and
Integration of City
Surveillance System at
remaining 50% locations
5. Implementation and
Integration of ITMS & ATCS
– 9 Traffic Junctions
6. Laying and connecting ~200
kms of Optical Fiber
network
7. Implementation and
Integration of e-Governance
Kiosks
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Approximate
Time for Tentative Scope/
Service Tentative Lead Time
Issuance of Approximate Sizing
Request Order

8. Implementation and
Integration of Mobile
Application
9. Implementation and
Integration of Digitization &
ERP system
10. Implementation and
Integration of the GIS
system
11. Implementation and
Integration of remaining
Solid Waste Management
(SWM) System activities
12. Integration with SMART
LED Lights (Monitoring &
Control, Integration with
Existing LED CCMS Systems)
13. Integration with City Water
SCADA System (including
tube well)
14. Integration with City Power
SCADA System
15. Integration with Sewerage
SCADA System
16. Integration with SMART
Parking System
17. Integration with SMART
Health Care System
18. Integration with SMART
Education System
19. Integration with Digital
Billboards
20. Integration with DIAL 100
Application
21. Integration with eLibrary
22. Integration with Smart
Toilets
23. Integration with Smart
Poles
24. Integration with Smart
Schools
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Approximate
Time for Tentative Scope/
Service Tentative Lead Time
Issuance of Approximate Sizing
Request Order

25. Implementation any


Integration of any
remaining activities as
mentioned under scope of
work
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

8.1. Milestones and Payment Schedules for Implementation Phase

Based on findings of the site survey activity done by the MSI, the MSI may propose a change in
the number of sites or individual units to be deployed in each phase as well as overall scope
and a consequent change in phasing. SSCL also retains the right to suo-moto change the
number of sites or individual units to be deployed for each scope item. The final decision on
change in phasing and related change in payment schedules shall be at the discretion of SSCL.

MSI should complete all the activities within the defined timelines as indicated above. The
timeline will be reviewed regularly during implementation phase and may be extended incase
SSCL feels that extension in a particular Request Order/Integration or any track is imperative,
for the reason beyond the control of the bidder. In all such cases SSCL’s decision shall be final
and binding. The MSI will be eligible for the payment based on the completion of activities and
approval of the relevant deliverables.

D = Effective Date of contract agreement

D1 = Effective date of issuance of Request Order 1

D2 = Effective date of issuance of Request Order 2

Payment
Milestones for
the
Payment Schedule Time
Milestone Implementatio
Schedul Deliverable
s n % Payment
e
of Time
Schedule
Phase

M1 Project Kick-off Value commensurate D


to the discovered
quote for site survey
activity as per
commercial format

M2 Request Order 1
M2.1 Site Survey 10% of the Request D1 + 30 1. Inception Report
Order 1 days 2. Project Plan
3. Risk Management
and Mitigation
Plan
4. Site Survey report
5. Final BoQ

M2.2 Requirement 10% of the Request D1 + 2 1. CONOPS document


Phase Order 1 months 2. Functional
Completion Requirement
Specification
Design Phase
document
Completion 3. System
Requirement
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Payment
Milestones for
the
Payment Schedule Time
Milestone Implementatio
Schedul Deliverable
s n % Payment
e
of Time
Schedule
Phase

Specification
document
4. Requirements
Traceability Matrix

M2.3 Delivery and 35% of the Request D1 + 2.5 1. HLD documents


Receipt of Order 1 months 2. LLD documents
Hardware and 3. Application
architecture
Software at site
documents.
and after 4. Technical
Verification of Architecture
such items by documents.
SSCL/SSCL 5. Network
authorized Architecture
agency documents.
6. Logical and
physical database
design.
7. Data dictionary
and data
definitions.
8. GUI design (screen
design, navigation,
etc.).
9. Test Plans
10. Change
management Plan
11. Procurement of
Hardware

M2.4 Power-up (for 25% of the Request D1 + 3.5 1. IT and Non IT


hardware), Order 1 months Infrastructure
Installation, Installation Report
2. Completion of UAT
configuration
and closure of
and Application observations
deployment report
3. Training
Completion report
4. Application
deployment and
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Payment
Milestones for
the
Payment Schedule Time
Milestone Implementatio
Schedul Deliverable
s n % Payment
e
of Time
Schedule
Phase

configuration
report

M2.5 Completion of 20% of the Request D + 5 1. Integration


Integration of Order 1 months Testing Report
Smart Features 2. Go-Live Report
and
phase/partial
Go- Live
M3 Request Order 2
M3.1 Requirement 10% of the Request D2 + 1.5 1. CONOPS document
Phase Order 2 months 2. Functional
Completion Requirement
Specification
Design Phase 2
document
Completion 3. System
Requirement
Specification
document
4. Requirements
Traceability Matrix

M3.2 Delivery and 40% of the Request D2 + 3.5 1. HLD documents


Receipt of Order 2 months 2. LLD documents
Hardware and 3. Application
architecture
Software at site
documents.
and after 4. Technical
Verification of Architecture
such items by documents.
SSCL/SSCL 5. Network
authorized Architecture
agency for documents.
6. Logical and
phase 2.
physical database
design.
7. Data dictionary
and data
definitions.
8. GUI design (screen
design, navigation,
etc.).
9. Test Plans
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Payment
Milestones for
the
Payment Schedule Time
Milestone Implementatio
Schedul Deliverable
s n % Payment
e
of Time
Schedule
Phase

10. Change
management Plan
11. Procurement of
Hardware

M3.3 Power-up (for 25% of the Request D2 + 5 1. IT and Non IT


hardware), Order 2 months Infrastructure
Installation, Installation Report
2. Completion of UAT
configuration
and closure of
and Application observations
deployment report
3. Training
Completion report
4. Application
deployment and
configuration
report

M3.4x Completion of 25% of the Request D2 + 7 1. Integration


Integration of Order 2 months Testing Report
Smart Features 2. Go-Live Report
and complete
Go- Live

Note 1: If successful bidder requests for Interest-free Mobilization advance, following


conditions shall be applicable:

a. Mobilization advance can be maximum of 10% of capex value


b. Mobilization advance shall be released only after receipt of Bank Guarantee of 110%
of the
c. requested amount. This Advance Bank Guarantee (ABG) shall be returned to the
Bidder, without
d. any interest, post recovery of the entire advance amount paid to the Bidder during
execution of the project.
e. Mobilization advance shall be adjusted proportionately among all Phases’ Payment
Release.

Note:

• All payments to the Master Systems Integrator (MSI) shall be made upon submission
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

of invoices along with necessary approval certificates from concerned Authorities.


• The above payments are subject to meeting of SLA’s failing which the appropriate
deductions as mentioned in the SLA document of this RFP.
• Payment for Integration with Individual sub system can be released after 3 months of
given timeline of each phase in case of the any of the sub systems of that phase is not
ready

Note 1: If successful bidder requests for Interest-free Mobilization advance, following


conditions shall be applicable:

a. Mobilization advance can be maximum of 10% of capex value

b. Mobilization advance shall be released only after receipt of Bank Guarantee of 110%
of the

c. requested amount. This Advance Bank Guarantee (ABG) shall be returned to the
Bidder, without

d. any interest, post recovery of the entire advance amount paid to the Bidder during
execution of

e. the project.

f. Mobilization advance shall be adjusted proportionately among all Phases’ Payment


Release.

Note:

• All payments to the Master Systems Integrator (MSI) shall be made upon submission
of invoices along with necessary approval certificates from concerned Authorities.
• The above payments are subject to meeting of SLA’s failing which the appropriate
deductions as mentioned in the SLA document of this RFP.
• Payment for Integration with Individual sub system can be released after 3 months of
given timeline of each phase in case of the any of the sub systems of that phase is not
ready
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Volume 2 - Section 5.6.1.10 City GIS platform with Property & Utility details (Volume
II) (Page 42) Item listed below is added.

5.6.1.10.10 Digital Address Module (DAM)

Digital door numbering is a modern tracking method of coding each property with an
alphanumeric code consisting of alphabets and numbers defined by state, city name, locality
code road Id, house no etc. State, city name & locality code will be abbreviated as alphabets
whereas Road id & House numbers are encoded as numbers. While doing a door to door
survey for Property tax, bidder has to collect the house entrance locations (Gate) using
property tax survey application. Bidder has to make sure that when they are collecting the
locations, they are linking with property tax data and also linking with DAM system. Data
collected via mobile / tablet property tax application must be accurate and accuracy should
less than 1 mtr. These DAM ID / GIS property ID / Unique codes will be linked with property
tax IDs, and bidder has to provide a solution which will auto generate unique codes for new
properties. These ID are also going to link with SWM module where SWM will use the QR
code from DAM plates to fetch the data.

5.6.1.10.11 Implementation / Creation of Digital Address Module (DAM) for Houses


and Streets

The Bidder should collect the locations of the property access point (entrance of the
property) and this process should be part of the door to door survey using mobile / tablets
app (GIS property tax survey application) . Once the required data is collected and organised,
Bidder must prepare the DAM web portal under GIS property tax module which will be part
of ICCC, for search, navigate and identify the properties (along with database) and share the
APIs. The solution should provide / generate the unique numbers (GIS property ID) in
sequential order. The format of DAM ID /GIS property ID shall include Area code,
Road/Street id, House id (generated in property tax survey). However, Bidder in
consultation with SSCL shall finalized the format of the DAM and street numbering. The
Bidder shall design, customize and implement a platform to auto generate a smart and
unique holding number that is in accordance with pattern -based encoding logic and can be
accessed on web and mobile. The numbering system shall scale horizontally and vertically
without any limitations for future expansions.

Note: The pattern-based encoding logic format will be finalized by the bidder in
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

consultation with SSCL.

The Bidder shall provide COTS solution for using the COTS technology for the period of the
contract. Including connected mobile applications and dashboards. Successful Bidder must
Implement \ Develop a platform where new \ missing \ reconstructed houses and streets
will have Unique Smart Address numbers (GIS property ID). Bidder must develop the DAM
web solution under GIS property tax module and mobile application which will be part of
Solid waste management system and property tax system.

5.6.1.10.12 Design / Supply / Installation of New Smart housing plates and Street
plates

The Bidder shall affix a weather-resistant, rust free plate boards with printed Unique Digital
Address Module for each dwelling after DAM ID, QR code and Barcode generation and
collecting the required information at the holding level. Bidder must have a discussion
before finalizing the format of plats and signages. The indicative sizes and the content of
plate shall be as below:

8 X 6 Inches
0.25 mm thickness
SS or MS (Stainless steel or
Mild Steel) sheets with
supporting post
UV Printing

Note: The pattern-based encoding logic format and design format will be finalized by the
bidder in consultation with SSCL. Boards to be affixed with nails & screws or strong
Waterproof Industrial adhesive.

However, Size of board may vary depending on the RoW of the roads & spacing of wall. The
bidder shall print and present it an effective manner for the approval.

The bidder shall deploy requisite technology including the necessary licenses to use the
backend software along with their renewals, if any, requisite manpower, equipment, tools,
operating systems, comprehensive maintenance, consumables and any other items/services
that are required for implementing the project and to carry out the operations complete in
all respects. For avoidance of doubt, any upgraded version(s) of backend software(s) are also
to be procured and maintained by the bidder during the contract period.

Once the Streets data with DAM (unique street numbers) is ready, successful bidder must
identify the locations / roads for streets’ signages and placed them. Bidder must prepare the
signage’s boards with locality name, Streets & connected areas etc. and placed them at each
identified location.

It is bidder’s responsibility to identify the intersections, T-junctions, roundabout junctions


where this DAM Street signages will be placed. Bidder must Identify 1000 locations using
road network on primary streets (1st cover primary roads and then cover secondary roads
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

in order to install 1000 signages.) which can be intersections, T-junctions and roundabouts.
Bidder must make sure that the placed signages are compatible and strong enough to tackle
the weather and some unnecessary incidents. Bidder must insure the quality of the signage’s,
SMC will do quality check at random places. The indicative sizes and the content of Signage’s
plate shall be as below:

24 X 16 Inches
0.25 mm thickness
SS or MS (Stainless steel
or Mild Steel) sheets and
supporting post with rust
free that should be
weather resistant & last
long for at least 10 years.

Note: The pattern-based encoding logic format and design format will be finalized by the
bidder in consultation with SSCL.

However, Size of signage board may vary depending on the RoW of the roads & spacing
availability. The Bidder shall print and present it an effective manner for the approval.

The Bidder shall support in preparing marketing strategies for citizen adoption of the new
addressing solution and get the same implemented through ULB. The Bidder shall also
identify the key stakeholders for usage of the DAM project in the private sector and submit
details to ULB. Signages of streets will be placed at the primary and secondary intersections
of streets to make navigation and directions easy.

SSCL shall not be responsible to pay compensation for any loss or damage to any signages
that may arise during the implementation phase. The bidder shall be liable to pay
compensation for any such loss. However, the bidder will not responsible for any kind of
vandalism that may arise after the fixation/installation of boards.

During O&M period, Bidder shall not bear the loss to signage’s arise as act of vandalism after
its installation. However, it is the sole responsibility of bidder to maintain & replace the
signage’s board on per unit pay basis.
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Volume 2 - Section 6.16 City GIS platform with Property & Utility details (Volume II)
Item listed below is added.

6.16.4 Geo enabled door-to-door Property tagging survey

S. No. Functionality Description Compliance


While doing door to door survey, bidder must collect the access point of
18. property (entrance of the house) locations using mobile app \ tablet app (In
property survey app). Accuracy must be 1 mtr or less.

Bidder must implement the DAM system which will be integrated with solid
19. waste management and property tax departments.

While taking geo locations of the access points(Entrances of the properties)


20. Bidder must ensure accuracy should be 1 mtr or less
Once the properties will be mapped, bidder must generate the unique IDs
21. which will be combination of street number/name, area code and house
number.

Unique codes of houses will be linked with property tax ID which will be used
22. by solid waste management applications (will use the QR / Barcodes for
fetching the data.

Once the DAM IDs / GIS property IDS are generated for houses and Streets,
23. Bidder must send their team to install the DAM plates to each house and
1000 signages at identified locations (1st cover primary roads and then will
cover secondary roads in order to install 1000 signages.)
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Volume 2 - Section 6.16 City GIS platform with Property & Utility details of Volume II
(Page 476) Item listed below is added

6.16.7 Digital Address Module (DAM)

Solution Requirements

Description of the Requirement

The platform must be accessible on web portal, mobile application and also be linked with solid
waste management and property tax modules to fetch the data using QR codes and Barcodes.
The DAM code format for the address must take into account the relation between a
dwelling and its building, the numbering should be contiguous and automatically identify and
link the home's access road.
As a result of providing unique codes to every dwelling or building the format should also have
the ability to uniquely identify every street/road in the defined urban area.
DAM database should have the ability to interoperate and integrate seamlessly with a host of
departments, agencies and Service Providers’ applications. The DAM Solution should achieve
this by providing easy to use web and offline services that can be used to seamlessly integrate
with other departments. This should provide the API support.
The solution must aim to extend or reuse to the extent possible any existing solution that
uniquely identifies areas or a particular region.
The Solution must provide an internet enabled Mobile-App based Digital application that
captures each individual dwelling address information in a format mutually agreed upon.
The solution must have the capability to fetch the data using QR codes and Barcodes.
The solution should generate the unique DAM ID with QR codes, QR codes will be shared with
solid waste departments for fetch the property information.
An efficient data retrieval mechanism should be built to ensure that access to data is quick and
comprehensive. This module should be available to users based on permissions and privileges
The addressing solution for urban dwellings/properties/establishment must be Unique and must
provide extensibility for future growth of the ULB. The address format should have an intuitive
design which allows the possibility of pinpointing locations or regions as it relates to the road
network
The unique addressing solution must support multiple channels including the internet through a
web-browser and Mobile phones through a Native, or Web or a Hybrid Application.
The system should use self-learning algorithms to take in sample data for cleansing and use to
collate high-quality data sets that can be used for future reference.
Ability to search for the address codes should be available across multiple mobile and non-
mobile platforms with redundancies inbuilt for failure and speed.
Based on the IDs, the system should be able to provide address information to one or more
navigation, routing and GIS systems. At the same time, navigation should not be limited to
specific platforms.
DAMS should be integrated with property tax department so it should not have any gap in linking
the data and fetching the data.
The data that is collected through the Mobile Digital Survey Application contains Personal
Identifiable Information, Address Information and Dwelling Information. The Digital Survey
application should provide segmentation of data such that each of this information can be stored
in separate configurable physical databases

6.16.8 Street name Signages

The minimum of the following Technical & Functional Requirement are as follows: -
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

S. Parameters Description
No.
Printing
1. • Retro Reflective Printing
• Printing details:
• Guiding Arrows for: -
Locality/Area Name
Road Name,
Street Name,
House No’s
SS or MS (Stainless steel or Mild Steel) sheets with supporting
posts with rust free that should be weather resistant & last long
for at least 10 years.
The design / fabrication / printing format will be finalized by
the bidder in consultation with SSCL.
2. Installation
• In a pole standing manner mounting on corrode and
weather resistant posts. Supporting posts Material
should be strong enough to support signage boards
• The signages will be placed at such height for better
visibility.
• It should be sustainable & long lasting for at least 10
years.
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Volume 2 - 6.1.1. Fixed Outdoor Box Camera

Proposed Make :
Proposed Model :
Page Nos of Bid for
Technical compliance :

# Parameter Minimum Specifications or better Compliance


Video
1 H.264 or above
Compression
Video
2 1920 X 1080
Resolution
25 FPS at all resolutions with Controllable Bit
3 Frame rate
Rate/ Bandwidth and Frame Rate
Operating
4 50 Hz
frequency
Image
5 1/3” Progressive Scan CCD / CMOS or better
Sensor
Varifocal, C/CS Mount, IR Correction Full HD lens
6 Lens Type
compatible to camera imager
5-50mm IR corrected, CS-mount lens, P-
7 Lens
Iris/Auto Iris
Electronic
8 Manual/Automatic
Shutter

Minimum Dual streaming with 2nd stream at


Multiple
9 minimum 720P at 25fps at H.264 or better
Streams
individually configurable

Minimum
10 Colour: 0.5 lux, B/W: 0.1 lux
Illumination
11 IR Cut Filter Automatically Removable IR-cut filter
Day/Night
12 Yes, with IR Cut Filter.
Mode
13 S/N Ratio ≥ 50 dB
Auto
adjustment + Colour, brightness, sharpness, contrast, white
Remote balance, exposure control, backlight
14
Control of compensation, Gain Control, Wide Dynamic
Image Range
settings
Wide
15 Dynamic True WDR 120 db. or better
Range
Privacy
16 Minimum 4
Masks
17 Audio Full duplex, line in and line out, G.711/ G.726
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Minimum 128 GB Local storage microSDXC/SD


slot. In the event of failure of connectivity to the
central server the camera shall record video
Local locally on the SD card automatically. After the
18
storage connectivity is restored these recordings shall be
automatically merged with the server recording
such that no manual intervention is required to
transfer the SD card-based recordings to server
SD Card Slot with minimum 128GB Support Class
19 Edge Storage
10 speed
Protocol IPv4/IPv6, IGMP, ICMP, TCP, UDP,
DHCP, RTP, RTSP, RTCP, DNS, DDNS, NTP, FTP,
20 Protocol
UPnP, HTTP, HTTPS, SMTP, 802.1x, ONVIF
Profile S & preferably G
Password Protection, IP Address filtering, User
21 Security
Access Log, HTTPS encryption
Intelligent
22 Motion Detection & Tampering alert
Video
Minimum 1 Input & Output contact for 3rd part
23 Alarm I/O
interface
Operating
24 -20 to +60 degree C
conditions
25 Interface RJ 45, 100 Base TX
26 Humidity Humidity 10–95% RH (condensing)
27 Casing NEMA 4X / IP-66 rated & IK 09 or higher
28 Certification UL / EN, CE ,FCC
802.3af PoE (Class 0) and 12VDC/24AC/ / POE+
29 Power IEEE 902.3at
Compliant
Detection of camera tampering, and Detection of
Physical
30 Motion should be possible using either camera or
security
VMS
IR Illuminator with range of 100 meters can be
IR
31 internal or external based upon the requirement
illuminator
of site/ focus/ area of interest.

Volume 2 - 6.1.2. Fixed Outdoor Bullet Camera

Proposed Make :
Proposed Model :
Page Nos of Bid for
Technical compliance :

# Parameter Minimum Specifications Compliance

Video
1 H.264 or above
Compression
Video
2 1920 X 1080
Resolution
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

# Parameter Minimum Specifications Compliance

25 FPS at all resolutions with Controllable Bit


3 Frame rate
Rate/ Bandwidth and Frame Rate
Operating
4 50 Hz
frequency
Image
5 1/3” Progressive Scan CCD / CMOS or better
Sensor
Varifocal, IR Corrected Full HD compatible to
6 Lens Type
camera imager, Auto/P-Iris
Varifocal, IR Corrected Full HD lens compatible
7 Lens
to camera imager (3-10mm or better)
Electronic
8 Manual/Automatic
Shutter
Minimum Dual streaming with 2nd stream at
Multiple
9 minimum 720P at 25fps at H.264 or better
Streams
individually configurable

Colour: 0.5 lux, B/W: 0.1 lux


Minimum
10
Illumination Internal Illuminator with visibility should be at
least 50 Meter or better
11 IR Cut Filter Automatically Removable IR-cut filter
Day/Night
12 Yes, with IR Cut Filter
Mode
13 S/N Ratio ≥ 50 dB
Auto
adjustment + Colour, brightness, sharpness, contrast, white
Remote balance, exposure control, backlight
14
Control of compensation, Gain Control, Wide Dynamic
Image Range
settings
Wide
15 Dynamic True WDR 120 db. or better
Range
Privacy
16 Minimum 4
Masks
17 Audio Full duplex, line in and line out, G.711/G.726
Minimum 128 GB Local storage microSDXC/SD
slot. In the event of failure of connectivity to the
central server the camera shall record video
locally on the SD card automatically. After the
18 Local storage
connectivity is restored these recordings shall be
automatically merged with the server recording
such that no manual intervention is required to
transfer the SD card based recordings to server
SD Card Slot with minimum 128 GB Support
19 Edge Storage
Class 10 speed
Protocol IPv4/IPv6, IGMP, ICMP, TCP, UDP,
DHCP, RTP, RTSP, RTCP, DNS, DDNS, NTP, FTP,
20 Protocol
UPnP, HTTP, HTTPS, SMTP, 802.1x, ONVIF
Profile S & preferably G
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

# Parameter Minimum Specifications Compliance

Password Protection, IP Address filtering, User


21 Security
Access Log, HTTPS encryption
Intelligent
22 Motion Detection & Tampering alert
Video
Minimum 1 Input & Output contact for 3rd part
23 Alarm I/O
interface
Operating
24 -20 to +60 degree C
conditions
25 Interface RJ 45, 100 Base TX
26 Humidity Humidity 10–95% RH (condensing)
27 Casing NEMA 4X / IP-67 rated & IK 08 or higher
28 Certification UL / EN, CE ,FCC
802.3af PoE (Class 0) and 12VDC/24AC/ / POE+
29 Power
IEEE 902.3at Compliant
Detection of camera tampering and Detection of
Physical
30 Motion should be possible using either camera or
security
VMS

Volume 2 - 6.1.3. PTZ Outdoor Camera

Proposed Make :
Proposed Model :
Page Nos of Bid for
Technical compliance :

# Description Minimum Specifications Compliance


1 Video Compression H.264 or above
2 Video Resolution 1920 X 1080
3 Frame rate Min 25ps
4 Operating frequency 50 Hz
5 Image Sensor 1/ 3” Progressive Scan CCD / CMOS or better
Auto-focus, Vari-focal lens range between 4.3
6 Lens mm ± 2mm to 129 mm ± 10 mm
(corresponding to 30x) or better. Auto/P-Iris
Minimum Dual streaming with 2nd stream at
7 Multiple Streams minimum 720P at 25fps at H.264 or better
individually configurable
Minimum
Colour: 0.5 lux, B/W: 0.1 lux
8 Illumination
9 Day/Night Mode Colour, Mono, Auto
Wide Dynamic
10 True WDR 120 db. or better
Range
11 S/N Ratio ≥ 50 dB
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

# Description Minimum Specifications Compliance


Pan 360º endless/continuous , Pan Speed :
200º/s, Tilt preset Speed as 160º/s,
12 PTZ 30x optical zoom or better
10x digital zoom
min. 200 Preset position
Colour, brightness, sharpness, contrast, white
Auto adjustment +
balance, exposure control, backlight
13 Remote Control of
compensation, Gain Control, Wide Dynamic
Image settings
Range
Protocol IPv4/IPv6, IGMP, ICMP, TCP, UDP,
DHCP, RTP, RTSP, RTCP, DNS, DDNS, NTP, FTP,
14 Protocol
UPnP, HTTP, HTTPS, SMTP, 802.1x, ONVIF
Profile S & preferably G
Password Protection, IP Address filtering,
15 Security
User Access Log, HTTPS encryption
Minimum 128 GB Local storage
microSDXC/SD slot. In the event of failure of
connectivity to the central server the camera
shall record video locally on the SD card
automatically. After the connectivity is
16 Local Storage
restored these recordings shall be
automatically merged with the server
recording such that no manual intervention is
required to transfer the SD card based
recordings to server
17 Intelligent Video Motion Detection & Tampering alert
Minimum 1 Input & Output contact for 3rd
18 Alarm I/O
part interface
19 Operating conditions -20 to +60 degree C
20 Casing NEMA 4X / IP-66 rated & IK10
802.3af PoE (Class 0) and 12VDC/24AC/ /
21 Power
POE+ IEEE 902.3at Compliant
Detection of camera tampering and Detection
22 Physical security of Motion should be possible using either
camera or VMS
23 Certifications UL / EN, CE ,FCC
24 IR Illumination Internal > 100 meters/external
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Volume 2 - Section 6.7 E-Governance Kiosks

Proposed Make :
Proposed Model :
Page Nos of Bid for
Technical compliance :

Features of Compliance
# Minimum Specifications
eGov Kiosk
1 Camera To record users’ interaction with kiosk.
Kiosk will support a touchscreen interface to the
2 Touchscreen users.

3 Speakers For enabling multimedia output through kiosk.

Interface to accept payments through credit card


and debit card through kiosk
Payments Wireless payments through NFC should also be
4 Interface supported.
5 Microphone Shall support speech based interaction.
Support digital interactive content for G2C / B2C
6 Digital Display services (future use )

Electricity Bill payment


Municipal Payment of property tax
Transactional ERP integration
Services & and other listed services available in :
7 Integration nagarsewaup.gov.in
Grievance Grievance registration
8 registration Feedback system

9 Language understand menu options in both Hindi and English.


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Volume 2 - Section 6.8 Environmental Sensors

• Functional Specifications:

Proposed Make :
Proposed Model :
Page Nos of Bid for
Technical compliance :

Sr. No Minimum Specifications Compliance


The environment sensors should be having the following
1.
capabilities
They should be ruggedized enough to be deployed in open
2.
air areas on streets and parks
They should be able to read and report at least the
following parameters
Temperature
Relative Humidity
Ambient Light
Noise
CO
3. NO2
So2
O3
PM 2.5
PM 10
UVa
UVb
CO2
Sensor should be able to communicate its data using
4.
wireless technology (GSM/WIFI)
Data should be collected in a software platform that
5. allows third party software applications to read that data.
Data Buffer Capacity up to 3 years
6. Data Capture Frequency – 30 seconds
7. Li-Ion Battery Backup of 4 hours
8. Aesthetic & Elegant Aerodynamic design

9. Stabilization Time on power outages < 10 minutes

10. LEDs on the enclosure for easy visual indications


Software Solution

Solution to enable APIs for mobile & Web services


11.
APIs to provide
Status of Devices
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Sr. No Minimum Specifications Compliance


NAQI Colour Schema as per NAQI, India
Lead pollutant contributing to NAQI
Architecture to support computation of new
parameters such as
o Now Cast NAQI
o Zonal Limits of pollutants if any
Data Analytics
Lead pollutants, trends & Source level
apportionments
12.
Integration and analysis of various northbound
API's including traffic / parking & Environment to derive
insights.
The sensor management platform should allow the
13. configuration of the sensor to the network and also
location details etc.

• Technical Specifications

Proposed Make :
Proposed Model :
Page Nos of Bid for
Technical compliance :

# Parameter Minimum Specification Compliance

1. Communication 3G/4G or any better technology

Device should be capable of


measuring
• Temperature
• Humidity
• Ambient Light
2. Measurement Principle
• Sound
• CO
• CO2
• NO2
• NOX
• NO2 upto 10ppm
• CO upto 100 ppm
• SO2 upto 100 ppm
Component Measurement • O3 upto 1000 ppb
3.
Range
• PM 2.5 0 to 250 micro gms
/ cu.m
• PM 10 0 to 450 micro gms
/ cu.m
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

# Parameter Minimum Specification Compliance


• Weather Parameters

o Temperature 0 to 100 Deg. C

o Relative Humidity upto 100%

• Light upto 10,000 Lux


• Noise 40 to 110 db(A)
• UVa upto 15 mW/ cm2
• UVb upto 15 mW/ cm2
• CO2 upto 5000 ppm
• Rainfall in millimeters
4. Rain Water Measurement (mm), both in quantity and
intensity.
5. Repeatability ±0.5% Full Scale
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Volume 2 - Section 6.9 ICT support for Solid Waste Management - Item listed below is
added

Functional & Technical Requirements of the Solid Waste Management System

6.9.1 Door to Door Collection:

QR Code tags to be placed in all house hold bins. Mobile with QR Code Reader - shall be
provided to Staff who are doing activities like door-door collection/community bin
collection. Field staff shall read the tag while collecting the House hold bin for Proof of
service. Alerts to be generated based on the not attending the House hold bins.

6.9.2 Adhesive based Windshield Mount Passive RFID Tag

Proposed Make :
Proposed Model :
Page Nos of Bid for
Technical compliance :

Parameter Minimum Specifications Compliance


Type Windshield ISO18000-6C RFID UHF
EPC vehicle
tag
Memory EPC 128 bits; Unique TID 48 bits; User
Configuration Memory
512 bits
Operational 865-867 MHz
Frequency
Reading Distance Up to 7 m / 22.97 ft.
Air Interface EPC Global Class1 Gen2 ISO 18000-6C
Protocol or equivalent

6.9.3 RFID Reader

Proposed Make :
Proposed Model :
Page Nos of Bid for
Technical compliance :

Sr. Parameter Indicative Specifications Compliance


No.
1 Read Range 10 meters

2 Protocol ISO18000-6C, EPC UHF Class 1 Gen 2/


Dense Reader Mode available (Class 3 Gen 2
compliant)/or equivalent

3 Frequency One of the following: 865-868 MHz, 865-867


Range MHz, 902-928 MHz, 922-928 MHz, 920-925
MHz, 915-922 MHz
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Sr. Parameter Indicative Specifications Compliance


No.
4 Polarization Circular Polarization Antenna, choice of LHCP or
RHCP or equivalent
5 Dust & Water IP 65, Should work in outdoor environment
6 Connectivity Ethernet
7 Power Supply DC supply (12 V, 2.5 A), or use POE+
(IEEE802.3at)

6.9.4 Vehicle Tracking and Monitoring System

Proposed Make :
Proposed Model :
Page Nos of Bid for
Technical compliance :

# Minimum Specifications Compliance

1.
GPS tracking of the waste pick up vehicle for real time tracking

2. System should help in co-ordination between primary and


secondary collection vehicles for transferring dump
3. Route Optimization shall help in reduction of trip time, fuel saving
and serving more locations
4.
Record history of vehicle routes, attended sites and other details

5. Monitoring & Reporting Application - reports of vehicles, garbage


collection status etc.
6.
Alert / Alarm management
7.
Real time management of missed garbage transfer

8. Daily report of Door-Door Collection efficiency combined with


complaints raised by Public
9. Monitoring & Reporting Application - reports of vehicles, garbage
collection status etc.
10.
Solution should be integrated into the GIS map
Garbage Collection Scheduling:
a. Communication of route assignment to vehicles to pick-up the
Garbage - Category wise like A: Highly in demand, B: Medium, C:
11.
Low Demand should be enabled to be passed on to the SWM
department
b. Assignment of dynamic routes’ information to SWM using the
vehicle initial route and waste collected should be enabled

6.9.5 Aadhar Enabled Biometric Attendance System (Functional Specifications)


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Proposed Make :
Proposed Model :
Page Nos of Bid for
Technical compliance :

# Minimum Specifications Compliance

1. Should blend perfectly to match Aadhaar Certified


Fingerprint and Iris scan
2. Gray scale finger image data may be stored, recorded, or
transmitted in uncompressed – bit packed form.
3. The resolution of the image data formatted and recorded for
interchange should be the scan resolution of the image.
Each record shall pertain to a single Aadhaar entry and shall
4. contain an image record (consisting of single view) for each of
one or more fingers/iris scans; multiple fingers/iris scans
(single image records).
5.
Live-scan plain Finger Impression type should be used
Except the scanner driver, there should not be any
6.
requirement for loading any software/ license while plugging
the scanner.
7. The scanner driver should be API enabled to ensure
compatibility with any application
8.
Should have inbuilt battery backup
9.
Data retention should be provisioned in case of power failure

10. Should be able to mark time (hours) against the attendance of


the worker

6.9.6 Unified Dashboard for Solid Waste Management System

Proposed Make :
Proposed Model :
Page Nos of Bid for
Technical compliance :

# Minimum Specifications Compliance


A unified View should show the primary and secondary
collection.
a. Included all vehicles tracked.
1.
b. Collection Percentage achieved daily – co-relating with the
final dumping processes
c. Co-relation with the complaints raised / Area, along with
photographic evidence
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

# Minimum Specifications Compliance


2.
System should be capable of providing missed collection

3. System should be capable of marking areas where waste is


generated or high to low basis
4. System should be capable of showing only a single selected
process for a particular area
5. System should be capable of showing complaints raised by
citizen tagged to a particular location
6. Unified View goal shall be to improve waste collection efficiency
using the field infrastructure deployed
7. Monitoring of the vehicle in real time to improve per vehicle
productivity & reduce non-compliance.
8.
Usage and route planning optimization of garbage trucks.
9.
Rapid management of vehicle breakdown and maintenance.

10. Centralized command control center for waste collection and


transportation.
11.
Efficient monitoring and management of waste.
Automated monitoring of transfer stations, processing centers
12.
for daily garbage inward, outward using weigh bridge
automation.
13.
Live-Tracking of all Municipal vehicles under the project
14.
Access to vehicle historical Data
15.
Trip history tracing for every vehicle during any given period
Reports to understand the Distance travelled, Trips
16.
completed, On-road vehicles, Idle points, Garbage collection
efficiency etc. to be made available on regular basis.
17. Data backup to be available on Cloud/any redundant
infrastructure.
18.
Resource Utilization Dashboard

19. A report indicating the deployment and utilization of the


resources shall be provided.
The statement shall include proposed organizational structure,
20.
employee deployment, equipment procurement and utilization,
contracting services, utilization of office and other facilities.
21. List of all the employees deployed for this Project with name
and designation with identity proofs.
22. Attendance details of employees with their utilization on a
daily basis as well as leaves availed
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

# Minimum Specifications Compliance


Details of employees deployed on each of the route and with
23.
each vehicle with their names, identity, driving licenses of
driver’s etc.

6.9.7 MIS Reports

Proposed Make :
Proposed Model :
Page Nos of Bid for
Technical compliance :

# Minimum Specifications Compliance

1. Monitor the deployment of pickup trucks and personnel based


on the schedule originally drawn
2.
Info on the use of Transfer Stations
3.
How much garbage received (if system is available)
4.
Door to door collection
5.
Reports from Dashboard view for all activities
6.
Reports of Ward Wise Weight Report
7.
Information/Contact details of ward-wise health officers
8.
Energy production report
9.
Any other custom report as per department

6.9.8 Aadhar Enabled Biometric Attendance System

Proposed Make :
Proposed Model :
Page Nos of Bid for
Technical compliance :

# Parameters Minimum Specifications Compliance


1. Fingerprint template
ISO 19794(2) or UIDAI
Compliance for minutiae
registered
data
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

# Parameters Minimum Specifications Compliance


2. Fingerprint template ISO 19794(2) or UIDAI
Compliance for image registered
resolution
3. Image Acquisition
Setting level 31 or higher
Requirements
4. Scan resolution As per standards to meet the
pixels/centimeter (ppcm) project requirements
5. Scan resolution pixels/inch As per standards to meet the
(ppi) project requirements
6. Pixel depth (bits) As per standards to meet the
project requirements
7. As per standards to meet the
Dynamic range (gray levels)
project requirements
8. RAM (MB) 512
9. Certification EFTS/F
10. Enrolment and Verification
(other than just the image of Live Swipe
the finger being captured)
11. Live-scan plain / Live-Scan
Impression type Contactless may be considered
for verification.
12. Light source dependability No

13. High Resistance To shock, abrasion and water


14. Algorithm should include Image Quality Determination
and Feature Generalization
15. Encryption of fingerprint
Using unique foreign key
template
16. Image acquisition and
According to RBI guidelines
storage
17. USB connectivity Yes

6.9.9 GPS Device

Proposed Make :
Proposed Model :
Page Nos of Bid for
Technical compliance :

• GPS based Tracking

• Advanced Micro-controller-based system with integrated GPS, GSM / GPRS sub systems,
Telematics and Interface with other Devices
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

• Built-in Li-ion battery support for upto 6 Hours backup on normal conditions, while
vehicle battery is disconnected

• RS 232 ports for connecting to external devices like RFID Readers

• Analog/Digital inputs for vehicle telematics capabilities for Ignition on/off conditions.

Sl. Minimum Specifications Compliance


No
1 The Tracking Unit should have position accuracy of 5 -10 m
2 Data logging should be done at every 1sec
3 Data transfer through GPRS/GSM/3G/ 4G should be at every max
5 sec or less to the server
4 Able to modify the data arrival frequency and server IP any time
5 Remote Configuration, activation, status alert and deactivation of
device by SMS must be available and training to personnel on this
should be provided.
6 The unit should be light in weight and should have supporting
accessories to fix it to a vehicle.
7 Tamper Proof, Vandal Proof and Water Proof enclosure for GPS,
power supply and antenna must be provided such as metallic
casing for the unit, metallic tube covering the power supply as
well as antenna cable without leaving gap for tampering, cutting
etc.
8 The GPS unit, power supply, and antenna have to be installed such
that it is not within reach of any passenger.
9 The GPS unit must give warning SMS if tampered such as power
cord removed, antenna cut etc.
10 The device should be capable of operating with vehicle battery.
The unit should also have an internal back-up battery (6 hours)
and the battery charge should be indicated in the unit. Battery
charging facility also should be provided.

6.9.10 Mobile GPS based Staff Attendance Management System:

GPS based device shall enable Authority’s field staff to register their presence throughout the
day. The attendance shall be enabled by bio-metric device available with the supervisor.

The system shall periodically track the location (with time stamping) of the staff through
their GPS based mobile device and shall map it in the system with the pre-defined area
coordinates. The device shall feed the data through GPRS/GSM network to the city operation
centre central application for reporting generation and alerts.

Proposed Make :
Proposed Model :
Page Nos of Bid for
Technical compliance :
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Parameter Minimum Specifications Compliance

Communication 1 - 2G/3G GPRS Data & SMS


2 - Wi-Fi with IEEE 802.11 a/b/e
3 - Ethernet LAN 100 Base-T
4- Inbuilt GPS
Display 128×64-pixel LCD, white LED backlight and
specific icon
Fingerprint reader High Performance Optical Sensor
(Optical Fingerprint (500dpi),with large capture area ,must have
Scanner of ANSI and ISO 1:1
formats) authentication and 1:N identification
Inbuilt Card Reader Inbuilt Card Reader for Mifare classic,
Ultralight, DESFire, ISO 14443 A & B & SONY
FeliCa or 1 wire protocol
2.8 inch or higher TFT LCD
16 or more Keys rubber rugged
alphanumeric keypad
Processor & Memory 32-bit ARM11 400MHz or better CPU with
minimum 64MB RAM & 128MB FLASH
Rechargeable Li-on Battery 2600mAH or
more with minimum 12 hours of user
operations
Firmware must be upgradeable over the air
from central location, there shall be no need
to physically connect device to computer to
upgrade the firmware
Central User User registration shall happen centrally
management (including including biometric captures, using desktop
centralized Biometric computers, the data shall be then pushed to
Registration) all/selected remote devices over internet

6.9.11 Driver/ Field Staff Mobile Application

Proposed Make :
Proposed Model :
Page Nos of Bid for
Technical compliance :

# Minimum Specifications Compliance

Mobile device shall be provided to Staff who are doing activities


1
like door-door collection/community bin collection

2 Job is assigned to the staff/ Driver through Mobile App


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

# Minimum Specifications Compliance

3 Staff/Driver can navigate to the bin / collection location


Provide ability to the staff/Driver to update job completion
4
reports along with pictures.
Pictures should be stored on historical mode in the GIS Map for a
5
period of 1 week.
6 Solution should be integrated into the GIS map
Solution should be able to mark route attended by staff along
7
with allocated route
Mobile should be provided to field staff for collecting the house
8 hold bins using push carts and Tricycle. etc. – Mobile Device with
QR Code Reader
Driver should be able to update the vehicle status through the
9
Mobile Application like break down, accident, etc.

6.9.12 Mobile Application for Citizens

Bidder should develop a mobile application to be provided to the Public which will help
them raise complaint for following:
a. Garbage Pile on the roads
b. Missed Garbage Collection at home / Industrial Area
c. Crowd sourcing application for compliant registration and grievances
d. Request for Garbage Collection
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Volume 2 - Section 6.13 Design & Implementation of City Network Backbone (OFC
Network) - Item listed below is added

• Civil Infrastructure for Fibre Optic

Proposed Make :
Proposed Model :
Page Nos of Bid for
Technical compliance :

# Minimum Specifications Compliance


MSI shall be providing the backbone and distribution trench for
1
installation of fibre optic infrastructure
MSI shall provide the access trench for connecting building and
2
active field devices
Manholes and handholes shall be placed at strategic locations
for the fibre optic infrastructure throughout the City RoW. These
3
manholes shall be used for placing the fibre optic splice
enclosure
The fibre optic cable shall be installed inside dedicated
Permanently Lubricated (PLB) High Density Polyethylene
4 (HDPE) smooth wall configuration ducts inside the trench.
These HDPE ducts shall be sized to provide sufficient future
growth capacity for Saharanpur
The HDPE duct shall be suitable for underground fibre optic
5
cable installation by blowing as well as conventional pulling
The HDPE duct shall be suitable for laying in RCC trench,
6 trenches by directly burying, and laying through trenchless
digging i.e. Horizontal Directional Drilling (HDD)
All HDPE ducts shall be colour coded as per EIA/TIA 598
7
standard.
MSI is expected to put in practices for precaution against
damage by Termites & Rodents. In the rodent prone areas,
8 Optical Fiber cable joint closures shall be applied with BHC 10%
dust (Benzene Hydro chloride 10%) to prevent rodent & termite
damage.

• Fiber Optic Accessories

Proposed Make :
Proposed Model :
Page Nos of Bid for
Technical compliance :

# Minimum Specifications Compliance


Optical Connectors
1 Optical connectors shall be used to terminate optical fibre for
their interconnection and distribution.
2 Fibre Patch Cord
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

# Minimum Specifications Compliance


Fibre Patch cords shall be used to connect Fibre Termination
Panel to the network switch
Fibre Optic Patch Panel
Fibre Optic Patch Panels shall be installed at termination
location at POP, ICCC, and at every field switch location

3 The Patch panels shall be capable of supporting SC type


ports for backbone and distribution and SC/ST/LC type ports for
access
The Patch panels shall have the capacity for terminating the
number of fibre as per the project requirement
Active Electronics
Industrial grade Layer-2 Ethernet switches shall be
installed at the field for connectivity to field devices. These Layer
2 switches may support POE/POE+ as per the MSI’s design
requirements to connect various field devices.
Stacked and interconnected Layer-2, industrial grade
Ethernet switches shall be installed at field cabinets for
distribution to field devices and plots
4
Layer 3 based Ethernet Switch/Router at all the Point of
Presence (POP) and ICCC locations for communication between
the POPs and ICCC
Each of the Layer 2 switch at the field (access switch) shall
support at least 1 Gbps fibre per port for access and 1 Gbps for
backhaul uplinks
The switches from any one vendor shall be interoperable
with other brands
Connectivity Requirements
5 Fibre optic infrastructure shall fulfil connectivity needs of all the
smart city components, field devices, sensors etc. envisaged as
part of the Project

• Copper Cable and Accessories

Proposed Make :
Proposed Model :
Page Nos of Bid for
Technical compliance :

# Minimum Specifications Compliance


Outdoor-rated Unshielded Twisted Pair (UTP) Communications Category
(CAT) 6 Cable with armouring to provide Ethernet connectivity between
1
network switches and end devices such as CCTV, Wi-Fi, etc. located within
70 m from the switch location

The UTP cable shall be outdoor-rated UTP CAT 6 armoured cable and shall
2
have a guaranteed transmission performance up to 250 MHz
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

# Minimum Specifications Compliance

Wherever installed, the UTP cables shall be supplied with either in-built
3
surge suppressor or shall have additional surge suppressors as specified.

Each conductor of the UTP cable shall be insulated with a coloured high
4 density polyethylene jacket with varying twisted length to minimize
crosstalk
Additional accessories to include CAT 6 Patch Cords required for data
communications connections, CAT6 Patch Panels for cable termination
5
and Surge Suppressors for protection from voltage spikes as per the
design requirements
The surge arrestor shall be such that they do not interfere with normal
6
communications

The termination shall protect the cable terminations from water and
7
mechanical damage and shall be resistant to salt corrosion
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Volume 2 - 6.14.15. Fixed Dome Camera for Indoor Surveillance

Proposed Make :
Proposed Model :
Page Nos of Bid for
Technical compliance :

# Parameter Minimum Specifications Compliance


Video
1. H.264 or above
Compression
2. Video Resolution 1920 X 1080
3. Frame rate Min 25ps
4. Image Sensor 1/ 3” Progressive Scan CCD / CMOS
Varifocal, IR Correction Full HD lens
5. Lens Type
compatible to camera imager
Auto IRIS/P-Iris
6. Lens# Varifocal, IR Corrected Full HD lens compatible
to camera imager (3-10mm or better)
Minimum Dual streaming with 2nd stream at
7. Multiple Streams minimum 720P at 25fps at H.264 or better
individually configurable
Minimum
8. Colour: 0.5 lux, B/W: 0.1 lux
Illumination
9. IR Cut Filter Automatically Removable IR-cut filter
10. Day/Night Mode Colour, Mono, Auto
11. S/N Ratio ≥ 50 dB
Auto adjustment Colour, brightness, sharpness, contrast, white
12. + Remote Control balance, exposure control, backlight
of Image settings compensation, Gain Control
Wide Dynamic
13. True WDR 120 db. or better
Range
14. Audio Full duplex, line in and line out, G.711/ G.726
Minimum 128 GB Local storage microSDXC/SD
slot. In the event of failure of connectivity to the
central server the camera shall record video
locally on the SD card automatically. After the
15. Local storage connectivity is restored these recordings shall
be automatically merged with the server
recording such that no manual intervention is
required to transfer the SD card based
recordings to server
IPv4, IPv6, IGMP, ICMP, ARP, TCP, UDP, DHCP,
PPPoE, RTP, RTSP, RTCP, DNS, DDNS, NTP,
16. Protocol
FTP, UPnP, HTTP, HTTPS, SMTP, 802.1x, SNMP,
ONVIF Profile S & preferably G
Password Protection, IP Address filtering, User
17. Security
Access Log, HTTPS encryption
18. Intelligent Video Motion Detection & Tampering alert
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

# Parameter Minimum Specifications Compliance


Minimum 1 Input & Output contact for 3rd part
19. Alarm I/O
interface
Operating
20. -20 to +60 degree C
conditions
21. Casing NEMA 4X / IP-66 rated & IK 10
22. Certification UL/EN, CE,FCC
23. Power 802.3af PoE (Class 0) and 12VDC/24AC
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Volume 2 – Section 6.15. Data Centre - Technical & Functional Specifications – The
following specifications are added to the section

• Anti-APT

Proposed Make :
Proposed Model :
Page Nos of Bid for
Technical compliance :

S.No Minimum Specifications Compliance


The proposed solution should provide a high-
performance architecture with comprehensive layered
1.
protection against Botnet and CnC (Command and
Control) related traffic.
Solution should include in-built / external sandboxed
environment to simulate execution for heuristic analysis;
and detect zero-day malware in the form of executable
2. files, PDF files, Flash files, RTF files and and/or other
document objects. Sandbox technology may be capable of
eliminating analysis of duplicate file/object and shall be
on premise based technology.
The solution should be enterprise wide scalable and with
3.
the ability to handle all the traffic environment.
The Solution should support multiple simultaneous VM
images and may have capabilities such as sandboxing,
4. behaviour based analysis and protection against Botnet,
CnC (Command and Control) Communication and zero-
day attacks.

For the purpose of malware identification/zero-day


protection the solution should have the capabilities to at
least support the following File/Media types : PDF, ZIP,
7Z, RAR, CAB, EXE, DLL, SCR, OCX, Java, Flash, MS office
files. Also, solution should have the following capabilities
including sandboxing, behaviour based analysis etc.

The APT should support minimum 50 mb file size for


emulation purposes.

The Solution may support the following advanced


malware analysis methods in addition to Sandboxing:
5. i. Static code analysis
ii. Dynamic code analysis
iii. Anti VM detection techniques
The solution should support selective analysis of files
6. which are deemed suspicious based on internal
capability.
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

S.No Minimum Specifications Compliance


Solution should have ability to capture all traffic
including encrypted on perimeter, inspect and analyze all
7.
protocols, analyze all the files (pdf, doc, xls, xlsx, jpg, jpeg
etc.) for embedded code and binary codes.
The solution should support deep packet inspection of
8.
SSL encrypted traffic (including HTTPS)
Solution should have ability to detect malicious traffic in
9.
Internet/Network, Email and Endpoints
Direct integration with the proposed IPS, DLP, SIEM, log
10.
management, Firewalls etc.
The solution should discover the malfunctioning code
11.
irrespective of compressed or any file format.
The solution should provide capability to identify new
12. APT families and threat sources through global feeds and
available knowledge sources.
The solution may have capability to identify the payload
13. information of APT including the origination and code
information.

The solution should provide detection, analysis and block


14. capability against APT & SSL based APT- based attacks.
Solution should be able to intercept SSL traffic and
capable to intercept all major PKI encryption algorithms.
The solution should include SSL off loader if necessary.
Solution should be capable of integration with SIEM for
15.
logging, reporting, and correlation.

Proposed solution should have inline blocking mode


capability to support real time blocking of unknown
viruses and zero-day malware for any application and
16. protocol (not limited to HTTP, SMTP, FTP) from day one
and the solution shall be able to provide automated
signature generation and delivery for discovered zero-
day malware immediately.

The solution should be able to schedule reports and also


provide the flexibility to generate on-demand reports
17.
like daily/weekly/monthly/ yearly/specific range (day
and time) etc.
The solution should provide detection and analysis
capability against APT-based attacks on network, log and
18.
endpoint systems. Real time and Offline threats should
be detectable and preventable.
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Volume 2 - Section 6.15.15 Enterprise Management System

To ensure that ICT systems are delivered at the performance level envisaged, it is important
that an effective monitoring and management system be put in place. It is thus proposed that
a proven Enterprise Management System (EMS) is proposed by the bidder for efficient
management of the system, reporting, SLA monitoring and resolution of issues. Various key
components of the EMS to be implemented as part of this engagement are –

1. Network Monitoring System


2. Server Monitoring System
3. Helpdesk System

The solution should provide a unified web-based console which allows role based access to
the users.

1. Network Monitoring System

Solution should provide fault & performance management of the server side infrastructure
and should monitor IP\SNMP enabled devices like Routers, Switches, Sensors, etc. Proposed
Network Management shall also help monitor key KPI metrics like availability, in order to
measure SLA’s. Following are key functionalities that are required which will assist
administrators to monitor network faults & performance degradations in order to reduce
downtimes, increase availability and take proactive actions to remediate & restore network
services.

Proposed Make :
Proposed Model :
Page Nos of Bid for
Technical compliance :

# Minimum Specifications Compliance


The proposed solution must automatically discover manageable
elements connected to the infrastructure and map the connectivity
1
between them. Solution should provide centralized monitoring
console displaying network topology map.
Proposed solution should provide customizable reporting interface
2
to create custom reports for collected data.
The system must use advanced root-cause analysis techniques and
3 policy-based condition correlation technology (at network level) for
comprehensive analysis of infrastructure faults.
The system should be able to clearly identify configuration changes
4
and administrators should receive an alert in such cases.
The solution should support multicast protocols too, if the overall
5
project solution offered includes multicast.

2. Server Performance Monitoring System

Proposed Make :
Proposed Model :
Page Nos of Bid for
Technical compliance :
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

# Minimum Specifications Compliance


The proposed tool should integrate with network performance
1 management system and support operating system monitoring for
various platforms supplied as part of this Project.
The proposed tool must provide information about availability and
2
performance for target server nodes.
The proposed tool should be able to monitor various operating
3 system parameters such as processors, memory, files, processes, file
systems, etc. where applicable.
If the offered server/computing solution includes virtualisation,
4 then the server performance monitoring solution must include
virtualisation monitoring capabilities.

3. Centralized Helpdesk System

Proposed Make :
Proposed Model :
Page Nos of Bid for
Technical compliance :

# Minimum Specifications Compliance


Helpdesk system should provide incident management, problem
management templates along with helpdesk SLA system for tracking
1
SLA’s pertaining to incident resolution time for priority / non-
priority incidents.
2 System should also automatically create tickets based on alarm type.
The proposed helpdesk solution must provide flexibility of logging,
3 viewing, updating and closing incident via web interface for issues
related to the project.
IT Asset database should be built and managed by the bidder, in
4
order to carry out the scope of work items.
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Volume 2 - Section 6.15.29 Backup Software

Proposed Make :
Proposed Model :
Page Nos of Bid for
Technical compliance :

Sr.
Minimum Specifications Compliance
No
The software shall be primarily used to back up the necessary
and relevant video feeds from storage that are marked or flagged
. The other data that would require backing up would include the
various databases, OS, that shall be created for the surveillance
system, ATCS, ANPR, and other systems that are part of this
1 project scope.
Scheduled unattended backup using policy-based management
2 for all Server and OS platforms
The software should support on-line backup and restore of
3 various applications and Databases
The backup software should be capable of having multiple back-
4 up sessions simultaneously
The backup software should support different types of backup
such as Full back up, Incremental back up, Differential back up,
Selective back up, Point in Time back up and Progressive
5 Incremental back up and snapshots
The backup software should support different types of user
6 interface such as GUI, Web-based interface
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Volume 2 – Annexure IX – Analytics Use Case Required

The MSI shall implement all the use cases in such a way that the required video analytics can
be deployed on any commercial off the shelf camera/device/computer/server. The AI
functionality could be achieved through Camera/DC/Hybrid or their combinations in any
manner to achieve the result.

S.
Video Analytics Use Location/
No Remarks
case Channels
.
At 9 City
Vehicle of Interest
1 Entry/Exit
Classification
Points
Unwanted / Banned / At 9 City
2 Stolen Vehicle Entry/Exit
Detection Points
At all 17 As per ITMS Specifications.
3 Red Light Violation
Junctions
At all 17 1. Detection of violation and flagging it to the Control room.
4 No Helmet Detection
Junctions 2. Provision to e-challan the defaulter once confirmed by the
Triple riders on two- At all 17 operator
5
wheeler Junctions 3. Predictive analytics to know the probability of violations
Illegal Parking in No in a given geography and time, so that Traffic police can be
6
Parking Zone directed to challan the violators.
1.Getting % occupancy by people or crowd in a given scene
Overcrowding of interest.
7
Detection 2. Flagging incident in case the crowd level is above defined
threshold.
Detection of intruder entering/exiting a given area of
8 Intrusion Detection
interest.
1.Loitering detection in a given area of interest.
2. Upon verified and confirmed by operator that it is a
suspicious person, the system shall be able to track the
9 Loitering detection
person across various cameras and to find the origin of such
person. The track/trace of the person shall be shown on the
map.
1. Tracking of person based on image captured from the
proposed CCTV footage, e.g. - pause the video and track the
person of interest in multiple CCTV cameras and stored
video footage of 30 days.
2. Tracking of person based on verbal clues given to the
People Tracking / central control room e.g., man having beard, dark skin, with
10 Suspect Search across white shirt and blue jeans and black jacket. The system shall
cameras trigger search and tracking based on attribute-based search.
3. Tracking of people based on Full body photographs
received by the police control room.
4. Tracking and detection of people based on Facebook or
social media profiles on camera footage as well as recorded
video footage
1. Alert to be generated when camera tampering is
All detected due to change of initial field of view of camera,
11 Camera Tempering Surveillanc blurring of view, blocking of view by cloth or obstruction,
e Cameras camera disconnection and blinding of camera by laser or
flashlights.
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

S.
Video Analytics Use Location/
No Remarks
case Channels
.
2. Once the camera tampering alert is generated, the
incident should be flagged, and system should have the
capability to trace the person responsible for the sabotage
across non-overlapping security cameras. The track/trace of
the person shall be shown on the map.
Attribute based
search for Objects
12 /People such as
physical attributes,
cloth color, height etc.
Should be able to
track a Person/
13 moving Object till the
last point of the
camera view
The applications
should also be able to
do People search
14 based on a given
description/attribute
d/Sketch/Full length
photograph
Debris and Garbage
15
Detection
16 Litter Detection
17 Accident Detection
Wrong way or illegal
18
turn detection
Illegal obstruction by
19
street hawkers
Abandoned
20
bag/object
Temporary
21
Construction
Detection and
recognize the pattern
22
of demonstration and
conflicts in the crowd
Eve teasing/Woman
23
Safety
24 Chain Snatching

The total indicative channel is 1000. Selection of use cases and channels would be decided
during the design phase.
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Volume 2 – Following are the new additions

• Scanners

Proposed Make :
Proposed Model :
Page Nos of Bid for
Technical compliance :

Parameters Minimum Specifications Compliance

Dual Color Charge coupled device


Technology
(CCD) image sensor or advanced
Optical Resolution 600 dpi
Monochrome 50 to 600dpi,
Output Resolution
Grayscale 1200dpi
Scanning Speeds
Output Simplex Duplex
Monochrome & Colour @200/300
dpi (A4 portrait) 25 ppm 70 ipm
Monochrome & Colour @200/300
dpi (A4, Landscape) 50 ppm 100 ipm
Document Feeding Mode Automatic document feeder (ADF)
ADF Capacity 100 Sheets (Letter/A4)
Min. A8 (2.1 in. x 2.9 in.) / Max. A3
Document Size (11.7 in x 17 in)
Interface USB
Physical Specifications
Power requirements (auto
switching) 100 – 240 VAC, 50/60 Hz
Windows 7, Windows 8, Windows
OS Support 10

• Computer

Proposed Make :
Proposed Model :
Page Nos of Bid for
Technical compliance :

Parameters Minimum Specifications Compliance


Intel Core i5 (5th Generation and above) or
Processor Better
Processor Speed 2.2 GHz and above
Hard Disk 2.5 Inch 500 GB 7200 rpm SATA HDD
Memory 8 GB or more
Operating System Windows 7 and above (licensed version)
USB Port At least 3 ports
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

DVD/CD Drive Yes


Power Supply Standard
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Important Note:

• Please note that at all the places in the RFP


o Implementation period: 12 months
o Operation & Maintenance: 5 years

• Last date of submission of bid: 20th January 2019

Potrebbero piacerti anche