intelligent traffic management system, cctv … intelligent traffic management system.pdfintelligent...

47
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore city (RLVD System ) 0 | Page

Upload: dodang

Post on 13-May-2018

219 views

Category:

Documents


1 download

TRANSCRIPT

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore city

(RLVD System )

0 | P a g e

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore city

(RLVD System )

1 | P a g e

SUPERINTENDENT OF POLICE (HQ) INDORE (M.P.)

No./SP/HQ/146/2014 Dtd 30 Jan 2014

Tender Notice

Sealed Tender are invited by the Superintendent of Police (HQ) Indore from Manufactures

/Authorized Systems Integrators of the following items:-

No. Name of Item(s) Qty.

1 Intelligent Traffic Management system, CCTV Capable of

generating E-challan for Indore city (RLVD System ) with

below options:-

(1) with wireless connectivity

(2) with OFC connectivity provided by the department

01 System

Objective of work :- The ultimate objective of a Red Light Violation Detection (RLVD) system

is to curb the tendency of people in general to disobey Traffic signal, particularly to minimize the

tendency of vehicles to cross the stop line when the signal is RED. This will avoid accidents, and

thereby will save human life and preserve the records for future analysis so that corrective

actions are to be taken to curb the tendency of people to commit such offences.

Picture 1- For Reference Only

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore city

(RLVD System )

2 | P a g e

Above given Picture for reference and easy understanding of the systems

1. Bid is for integrated system wherein either wireless connectivity will be used for linkage

between camera and control room or OFC connectivity from the camera to control room which

may be provided by the department. Bid should be submitted for both options separately.

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore city

(RLVD System )

3 | P a g e

2. The process would be done on 3 envelope based process. Bidder will have to submit 3

separated sealed envelopes mentioned below these 3 envelops should feature in a bigger envelope.

Each envelope shall comprise of

a) Pre Qualification Bid

b) Technical bid

c) Commercial bid

3. Pre-qualification bid, Technical bids and Commercial bids shall be in separate and

sealed envelope for Intelligent Traffic Management system, CCTV Capable of

generating E-challan for Indore city (RLVD System)

4. Sealed BIDs are invited in three bid system i.e. Pre-qualification bid, technical bid and

financial bid by the undersigned from the manufacturers, authorized distributors, system

integrator and also from Government/Semi-Govt. organization including Public Sector

Undertakings for supply, installation, configuration, testing and operations of Intelligent

Traffic Management system, CCTV Capable of generating E-challan for Indore city

(RLVD System) on turnkey basis for use of Indore Police. The BIDs can be sent through

Registered post, Courier or put personally in the sealed BID box kept in the Reception of

office of the Office of ASP Traffic, MTH Compound, Indore on or before 15 March 2014 at

16:00 hours and the BID will be opened on 15 March 2014 17:00 hours in the Committee

Room. In case the due date is declared a holiday BID shall be opened on next working day

but BID box will be sealed on the scheduled date and time. The BID document can be

downloaded from Indore Police website www.indorepolice.org or can be obtained from the

office of the ASP Traffic on payment of Rs.1000/- by D.D. on any working day from 10.00

A.M. to 5.00 P.M.

5. Bidder has to show technical Live Demonstration of the technical capability of quoted

Equipment and software at given date, time and Place. Bidder, who is not able to show

demonstration on given dates, will be rejected and no communication in this regard will be

entertained.

6. As per Madhya Pradesh Stores Purchase Rules, 30% preference shall be given to

entrepreneurs /Suppliers belonging to SC/ST category of the state who are duly registered

with District Trade and Industries Center, (Attach documents in proof o f the more than

50% share of SC/ST category in the firm).

7. BID will not be accepted without earnest money. EMD should be submitting with

technical bid.

8. Bidder shall have to deposit firm registration number, TIN No. and earlier or previous

years Sales tax clearance certificate etc.

SUPERINTENDENT OF POLICE (HQ)

INDORE (M.P.)

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore city

(RLVD System )

4 | P a g e

Table of Contents

Chapter 1 Scope of Work Page 6-8

Chapter 2 Pre Bid Conference 9

Chapter 3 Pre- Qualification Bid 10

Chapter 4 General Terms & Conditions Of Tender 11-16

Chapter 5 TECHNICAL SPECIFICATIONS

5.1 Specification for Red Light Violation Detection Camera 17-20

5.2 Specification for Automated Number plate 20-24

reader (ANPR) System

5.3 Specification for IP IR - Outdoor Speed Dome Camera 24-25

5.4 Technical Specifications for Wireless Connectivity 26-27

5.5 Specification for Pole and Masts: 27

5.6 Specification for network switches for location 27

5.7 Specification for Layer 3 Network Switch for 28

Central Control Room:

5.8 Specifications for Unified Storage 29

5.9 LED HD monitor 30

5.10 Specifications for Client PC 30

5.11 Specification for UPS for Power Backup: 31

5.12 Specifications for Video Management and ANPR Server 31

Chapter 6 Bill of Quantity

6.1 Option with Wireless Connectivity 32-33

6.2 Option with Optical Connectivity provided by 34-35

the department

Chapter 7 Annexure Forms 36-46

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore

city (RLVD System )

5 | P a g e

Important Dates

S.

No.

Details Date – Time Remark

1 Date of release of

NIT

30.01.2014 Can be downloaded

from

www.indorepolice.org

or purchase from

Office of ASP Traffic,

Indore

2 Sale of Tender form

Starts from

30.01.2014

3 Last date of Sale of

Tender form

15.03.2014

4 Pre – Bid Meeting 08.03.2014 1100 Hrs

5 Submission of Bid 15.03.2014 Till 1600 Hrs

6 Pre Qualification

Bid

15.03.2014 Till 1700 Hrs

7 Opening of

Technical Bids

15.03.2014 Till 1800 Hrs

8 Demo of Eligible

Bidders

21-23 March,

14

9 Opening of

Financial Bid of

Technically

Qualified Tenders

24.03.2014 1600 Hrs

Note in case of downloaded tender form the bidder will have to make a payment of

Rs. 1000 /- (words Rs one thousand only) to SP (HQ) Indore in form of Demand

draft issued before the last date of tender form.

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore

city (RLVD System )

6 | P a g e

Chapter - 1

Scope of Work

Supply, installation, commissioning and maintenance of Red Light Violation Detection

(RLVD) system to achieve the below mentioned objectives at given location in the city of

Indore (locations of camera point are described in Annexure – B) and can be further

extended or modified. IP based RLVD cameras will be used to monitor red light violation

on the selected location and software associated with it should be capable of generating

list of violations and challan and maintain data base of the same. A mix of RLVD IP based

fixed and ANPR Cameras, will be used for this purpose as well as similar monitoring

activity required by police department. Both IP based RLVD and ANPR Cameras should

work either with wireless or optical fiber base network provided by the department as per

feasibility. This network should be zero interruption based communication from the links

among control room and cameras installed and spread over various locations in the city as

mentioned in the Annexure – B

a. In the case of an option of Wireless Connectivity, the successful bidder shall be

responsible for end-to-end implementation of connectivity of all the locations under

this tender and shall quote and provide/supply any item of latest make and model

not included in the bill of materials but required for successful implementation,

commissioning as well as its management of the system. Items, which are not

mentioned in the bill of material, shall be separately quoted. Any such items, which

have not been quoted by successful bidder in the bid but are required for successful

completion of the project no extra cost would be paid by the Department. The scope

is deemed to include all components, accessories and equipment required to

implement a fully functional Intelligent Traffic Management system, CCTV

Capable of generating E-challan for Indore city (RLVD System) regardless of

whether they are explicitly mentioned or not.

b. In case of OFC connectivity provided by the department the successful bidder will

have to provide the necessary network equipment at the Terminal Ends of the OFC

network.

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore

city (RLVD System )

7 | P a g e

c. The bidder shall supply all the installation materials/accessories/consumable

necessary for the installation of the system.

d. The bidder at each location shall provide the required networking equipment for

end-to-end connectivity from Central Location Cameras.

e. The complete ownership of the network over the wireless will that be of Madhya

Pradesh Police, therefore proposed network shall be a dedicated network build for

this purpose, and not hired from a telecom operator. However the complete

maintenance will be in the scope of the Bidder including rectification of minor or

major fault, breakages in the network.

f. Wireless communication should be fully secured and shall support 128 bit

encryption or better.

g. Access Points shall be placed in such a way that it covers the entire location under

surveillance. The bidder shall provide associated planning and diagram of the

placement of the Access Points.

h. The system thus proposed should be scalable and have capability of integration

with existing or future systems of Police Departments.

i. The successful bidder should have one or proposed to setup a Service Center within

Indore City. Resident Engineers will not be considered as Service Center. Office

should attend the Calls 24X7 and the Response Time for any such call should be

less than 1 Hr.

j. Maximum downtime of system for any complaint reported shall be not be more then

3 hrs, after this time penalty will be levied @ INR 1000 per hour.

k. The scope is deemed to include all components, accessories and equipment required

to implement a fully functional Intelligent Traffic Management system, CCTV

Capable of generating E-challan for Indore city (RLVD System) system regardless of

whether they are explicitly mentioned or not.

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore

city (RLVD System )

8 | P a g e

l. The scope shall include the complete design, engineering, supply, delivery, and

storage at site, installation, testing, commissioning and maintenance of a fully

functional and complete city surveillance system. All accessories and fitting

hardware such as brackets / poles, wiring together with associated masonry work

are included in the scope of work.

m. The successful bidder will have to provide onsite replacement warranty and

maintenance support for a period of 3 years, for which the department shall not be

paying any extra cost. The warranty period would start from the date of taking over

of the whole system by the department. Warranty includes hardware, software,

network items onsite replacement and maintenance support.

n. The prices quoted in the Commercial bid should be all inclusive.

o. The successful bidder shall handover the System within 90 days from the issue of

work Order.

p. Payment would be released only after the successful implementation of the project.

q. Security Deposit and EMD would be released only after the successful completion of

the warranty period.

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore

city (RLVD System )

9 | P a g e

Chapter -2 Pre Bid Conference

Pre Bid Conference will be held in the Office of SP (HQ), Indore at 1100 Hrs at

08.03.2014 with the perspective bidders to clarify the Technical or related

query.

The Questions/Clarifications should be submitted in writing or email to ASP

(Traffic) on Email ID [email protected] clearly specify the subject

line as – “Intelligent Traffic Management system – Company Name”

before 1800 Hrs. on 06.03.2014

In decisions on discussion regarding modification, amendments for the tender

document will be uploaded on the website www.indorepolice.org by 09.03.2014

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore

city (RLVD System )

10 | P a g e

Chapter 3 Pre Qualification Bid

Pre-qualification bid shall be submitted by the bidder in separate

envelope along with required documents. The technical bid shall only be

opened only after the bidder qualifies all the conditions mentioned in the pre-

qualification bid.

EMD in the form of Demand Draft/Bank Guarantee/FDR Rs. Twenty Lakh (Rs. 20,00,000) from any of the Commercial bank.

Last Three years IT returns of the bidder

Last Three years Audited Financial Balance Sheet.

Latest sales tax clearance certificate

The Average annual turnover of the bidder should be at least INR 2.5 crore for pervious 3 financial year.

The Bidder must have executed at least one similar project like CCTV of not less than INR 3.5 Crore in Police organization /Para military forces/government department.

Order copies along with Letter of Satisfaction from the Clients should be submitted.

Tender Document fee in the form of DD have to be submitted along with the Eligibility bid, if the tender is downloaded from website www.indorepolice.org or www.mppolice.gov.in

Authorization letters from Original Equipment Manufacturers (OEMs).

Consortium is allowed. However the Lead Company shall be held responsible for all communication and the delivery of entire project. The bidder shall submit details of the Consortium Partners and document of understanding among them along with the defined roles and consent of

partners.

The bidder shall not be under declaration of ineligibility for corrupt fraudulent practices or black listed with any of the govt agencies. The bidder shall submit self-declaration.

Duly filled in Annexure - A (Profile of the company) with relevant details and enclosure

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore

city (RLVD System )

11 | P a g e

Chapter -4 GENERAL TERMS AND CONDITIONS OF TENDER

1. Bidder shall submit firm Registration number & certificate, Sales Tax

Registration Certificate Number, TIN Number and earlier Sale Tax Clearance

Certificate/No dues certificate of value added tax from the concerned

assessing authority, Income Tax Clearance Certificate & PAN Number, along

with the BID, without which the BID shall not be considered.

2. Pre qualification bid, Technical bids and Commercial bids shall be in separate

and sealed envelopes addressed to The Superintendent of Police (HQ) and

super-inscribed “Pre qualification bid: : to be opened by addressee only”,

“Technical bid: to be opened by addressee only” and “Commercial bid: to be

opened by addressee only” on the top of the envelopes containing the BID.

These 3 bids should be further sealed in fourth bigger envelope. On this fourth

envelope it should be clearly mentioned as “BID For Intelligent Traffic

Management system, CCTV Capable of generating E-challan for Indore city

(RLVD System) system”. On the left side near the lower corner of the envelope,

the address of the Bidder should be written.

3. The rate / unit must not under any circumstances be altered and the rates

must be entered in words as well as in figures.

4. The tender will remain valid for the acceptance in the next six months from

the date of closure of bid. Conditional BID will not be entertained.

5. All rates quoted in the BID must be based on free delivery in good condition,

securely packed and F.O.R. destination being Stores at SP(HQ) office. The

rates should be inclusive of all taxes and charges. In case of local suppliers

also, the rates all taxes and no cartage of charges for transportation will be

paid by the Government. The supplier shall be required to bear all risks of

loss, leakage or damage till taking over of the system by the department at the

destination mentioned in the order.

6. The BID should be filled in with ink or typed. No BID filled in by pencil or

otherwise shall be considered. No additions and alterations should be made in

the BID. No over writing should be done. Corrections if any should be done

clearly and initialed.

7. The Bidder should sign the BID form copy, of the general terms and conditions

at each page and at the end in token of the acceptance of all the terms and

conditions of the Tender and specification also.

8. Inspector General of Police, Indore Zone reserves the right to accept any BID,

not necessarily the lowest BID and reject any BID, without assigning any

reasons thereof. Orders can be placed for the whole or part of the project or

article for at the discretion of the Inspector General of Police, Indore Zone.

9. Rates of Goods/Items must be mentioned only in Indian Currency.

Department shall not be responsible for any variation in the rates of foreign

currency vis-a vis Indian currency. No correspondence in this regard will be

entertained.

10. Technical bid should include information related to all specification sought by

us. It should also contain company brochures of all equipments applied for

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore

city (RLVD System )

12 | P a g e

and should have the relevant technical documents issued by the

manufacturer/developer in support of specification asked for.

11. The Bidder shall submit the Compliance chart and deviation chart in relation

to the specification of all equipments asked for.

12. Any special specification or advanced or additional feature of the items should

be clearly mentioned in the specification sheet.

13. If the product is certified by recognized institution relevant documents should

be included in the technical bid.

14. If the items/products is certified from the any authorized/recognized

institution, BID should be submitted with related certification.

15. BID must be submitted with authorization/OEM certificate of concerning

company for participating in the BID and for particular item.

16. Bidder (s) should clearly mention their name, address phone/fax numbers of

authorized service centers in the technical bid. Local office and authorized

person must be mentioned in technical bid for qualification.

17. Bidder’s Minimum Average annual turnover of last three years should not be

less than INR 2.5 Crore. Bidder must have an experience of similar single

project like CCTV value minimum 3.5 Crore in Police Department/Para

Military Force Government Department. The Bidder shall submit copy of

supply order thereof along with the letter of satisfaction from the concerned

client.

18. In case of consortium, list of consortium partner and their role should be

mentioned.

19. The bidder shall submit only required documents in technical bid. Numbering

of all the pages of technical bid is necessary. Checklist of all the important

documents should also be enclosed in technical bid.

20. Pre-Qualification bid of each bidder must be accompanied by an earnest

money deposit of Rs. 20 Lac (Rs. Twenty Lac). Earnest money has to be

deposited by means of Demand Draft/Bank Guarantee/FDR in favor of

SUPERINTENDENT OF POLICE (HQ) Indore. The earnest money shall remain

deposited in the office till the final decision on the bids received is taken by

the Inspector General of Police, Indore Zone. The police department on such

security amount will pay no interest. Cheque will not be accepted.

21. No adjustment of earnest money out of pending bills amount will be allowed.

The BID received without earnest money or with less than prescribed earnest

money will not be considered.

22. After the final decision of the BID the earnest money of tenderer whose BID

have not been accepted, shall be returned. The earnest money of those

tenderer whose BID have been accepted shall be treated as security deposit.

The successful bidder shall also deposit additional 7% of the total cost of

items, within 15 days of receipt of supply order thus, total 10% of the cost of

items shall be treated as security deposit against supply order for the

warranty of 3 years.

23. M.P. Laghu Udyog Nigam Ltd. and the Small Scale Industries registered with

the Director of Industries, or National Small Industries Corporation Ltd (NSIC)

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore

city (RLVD System )

13 | P a g e

or with the D.G.S.&D., and which are exempted from payment of earnest

money/Security deposit under the explicit order(s) of the government, BID

from such units whose competency is certified by the Director of Industries,

MP or NSIC or D.G.S.& D. can therefore be accepted without security deposit

and can be eligible for price preference as may be prescribed by the State

Government of MP, from time to time. In such case a competency certificate

issued by the Director of Industries, or NSIC or D.G.S.& D. valid for the period

of BID must accompany the BID in support of each item.

24. Bidders are also advised to have a first hand assessment done of the

works/supply and the system on any working day between 10:00hrs to

17:00hrs at Indore, M.P , before submission of tender for understanding site

requirement , As nature of work is on turnkey basis and nothing can be paid

extra .

25. Technical committee can ask for submitting samples of the items quoted in

the bid. Demonstration of all items will be from 21 – 23 MARCH 2014 in the

office of the SUPERINTENDENT OF POLICE (HEAD QUARTER), INDORE. Any

changes in demonstration date & place will be intimated well in time.

26. No certificate will be provided to import any equipments/items for

demonstration purposes.

27. The commercial bid shall be assessed only after found suitable in technical

demonstration. Information of financial bid opening will be intimated to

eligible bidders.

28. The tenderer shall be deemed to have carefully examined the condition /

specifications etc. of the goods/items to be supplied.

29. The quantities shown in the BID notice are approximate and can be increased

/ decreased as per requirement. The supplies shall be made according to the

requirements of the department. Similarly number of locations can be

increased / decreased and changed as per requirement.

30. BIDER shall not assign or sublet his contract or any part thereof to any other

agency.

31. All goods/materials/items supplied shall be new and of best quality in every

respect and as per the standards wherever applicable.

32. The Director General of Police reserves the power to relax or exempt any of the

conditions of the BID for the reasons recorded for granting such exemption /

relaxation.

33. In case goods/items other than those of the approved quality, make or size are

supplied, they will be rejected and will have to be replaced within the period

prescribed for the completion of the order by the supplier without extra cost.

Any expenses or loss caused to suppliers as a result of rejection or

replacement of supplies shall be entirely at the BIDER’s cost. Any loss caused

to the department or any expenses incurred by the department in this shall be

recoverable from the BIDER.

34. The rejected articles must be removed by the bidder from the Stores of SP(HQ),

Indore M.P. within 15 days of the date of information of rejection. If the bidder

does not remove rejected articles within 15 days of rejection, bidder will be

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore

city (RLVD System )

14 | P a g e

responsible for any loss, damage and shortage to such rejected articles.

Further, a demurrage charge shall be calculated and paid similar to the

penalty clauses, on the cumulative value of the goods rejected and on a period

calculated from the date of the letter intimating the rejection of sub-standard

goods supplied.

35. Failure of the supplier to collect the rejected goods within six months from the

date of intimation thereof, would render such goods liable for forfeiture, and

the department shall be free to dispose of such goods in the manner deemed

fit by the Inspector General of Police, MP.

36. The Inspector General of Police, Indore or his duly authorized representative

shall have at all reasonable time access to the suppliers premises and shall

have the power at all reasonable time to inspect and examine the materials

and workmanship of goods.

37. The bidder shall be responsible for the proper packing of the goods so as to

avoid damages under normal conditions of transport by sea, rail, road or air

and for delivery of the material in good conditions to the consignee at

destination. In the event of any loss, damage, breakage, leakage or any

shortage the bidder shall be liable to make good of such loss and shortage

found at the time of checking/inspection of the materials by the consignee, no

extra cost on such account shall be admissible to him.

38. The successful bidder shall arrange supplies of goods in the specific terms and

conditions of the supplies and at the place of destination, within 90 days from

the date of placing the order. The date of placing the order shall be the date of

dispatch of order or the delivery thereof to the bidder when such order is being

delivered through some person. This condition will apply to LUN and other

government agencies as well.

39. In case of repeat purchase order, the supply period will be 60 days.

40. If the supplier firm fails to supply goods within stipulated delivery period then

the supply order stands cancelled and the security deposit shall be forfeited by

the department. In addition the supplier firm shall be blacklisted for a definite

period to be decided by the department, during which no supply order would

be given to the blacklisted firm by the police department.

41. If the supplier firm applies for the extension of the delivery period, the

extension could be granted on valid grounds only.

42. The goods shall be delivered at the destination in perfect condition. The

supplier if so desires, may insure the valuable goods against loss by theft,

destruction or damage by fire, flood undue exposure to weather or otherwise.

The expenditure thereon shall be borne by the supplier.

43. The supplier shall bear commission charges on remittances made in

settlement of their claims.

44. The contract of supply can be repudiated at any time if the supplies are not

made to the satisfaction of the Inspector General of Police, Indore Zone.

45. Neither Railway Receipt will be accepted by VPP nor will the Railway Receipt

which is freight to pay be accepted.

46. The Bidder shall invariably furnish complete address of the premises of his

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore

city (RLVD System )

15 | P a g e

office, godown and workshop, together with full name and address of the

person who is to be contacted, for the purpose where inspection can be held.

47. After the expiry of the stipulated delivery period, which includes delivery

extension period if any, the supplier shall be liable to pay the penalty, which

shall be deducted from the payment due to him at the rate of 0.25% of the

total amount per week. If the supplier firm fails to supply all the items within

stipulated delivery period then the supply order stands cancelled for the

remaining items and the security deposit shall be forfeited by the department.

In addition the supplier firm shall be blacklisted for a definite period to be

decided by the department, during which no supply order would be given to

the blacklisted firm by the police department.

48. If the goods are supplied after the stipulated date then for the purpose of

computing penalty the week shall be counted as if the supply was made on the

last day of that week. For example, if the supply of goods is made after the

delay of 06 weeks and 4 days then the penalty shall be computed for 07 weeks

of delay, i.e., 1.75 % of the total cost.

49. Payments would be made after the satisfactory operation and handing over of

the system ordered in the supply order.

50. If the tenderer is unable to complete the supply or fails to comply with the

terms and conditions of the BID within the specified or extended period, the

IGP, Indore Zone, shall be at liberty to arrange supply either through re-tender

or otherwise. The Inspector General of Police may give 7 days notice in writing

to the approved supplier to complete the supplies or make good the failure,

neglect or contravention complained of which the contractor fail to comply

with the notice within 7 days of the date of the service there of, and if the

Inspector General of Police thinks fit, he may direct the supplier to make good

the loss sustained or any expenditure incurred by the Government in

arranging the suppliers through any other agency. He may also use the

earnest money / security deposit of the contractor to make good such a loss.

51. The supply period and penalty on purchase order of imported/ foreign goods

will be imposed and decided based on the facts & circumstances and nature of

the goods. The Inspector General of Police reserves the right to take the final

decision.

52. The successful bidder shall execute an agreement on a non judicial stamp of

Rs.100/- or of such value as may be prescribed by the law on the subject for

contract deeds in the prescribed form, within 15 days from the date he is

informed of the acceptance of his BID for the due performance of the contract.

In case of failure of the execution of agreement within the specified period, the

order shall be liable to be cancelled. The expenses on completion and

stamping the agreement shall be borne by the supplier who shall furnish free

of charge one copy of the agreement duly executed and stamped to the

Superintendent of Police (HQ) Indore and the another copy should be without

non judicial stamp.

53. No advance payment shall be made.

54. Upon breach of any of the General Terms and Conditions of contract and

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore

city (RLVD System )

16 | P a g e

breach of the agreement by the supplier it will be lawful for the department to

forfeit the Earnest money/ Security Deposit in whole or part, or impose such

penalty as deemed fit and recover the same from the Security Deposit or from

any other payment to be made to the supplier or in any other manner as the

deemed fit by the department, but without prejudice to right of the department

to recover any further sum of money as damages from the supplier.

55. The Bidder will be required to impart training to at least 20 police personnel to

run the whole system within six months from operationalizing the system. The

Bidder shall bear all the expenses thereof.

56. Resolution of Disputes: In the case of dispute or difference arising between the

Purchaser and the Supplier relating to any matter connected with this

contract, the same shall be settled through amicable negotiations between a

maximum of Two (2) officers nominated by the Competent authority of Indore

Police and Two (2) employees nominated by the Supplier, failing which, the

dispute shall be submitted to arbitration in accordance with the provisions of

the Arbitration and Conciliation Act, and the Arbitrator’s decision shall be

final & binding. The language of arbitration shall be English. The venue of the

conciliation and/or arbitration proceedings as well as legal proceedings shall

be only in Indore, India.

57. Direct or indirect canvassing on the part of Bidder or their representatives will

disqualify his BID.

Seal and signature of

proprietor/ manager

representative of the firm on

behalf of the firm giving BID

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore

city (RLVD System )

17 | P a g e

Chapter 5 TECHNICAL SPECIFICATIONS

Note: Technical Specifications for ANPR, RLVD, video surveillance, law enforcement,

traffic management system & Required Hardware and Control Room specifications would

be same for both the options i.e. with wireless connectivity or with OFC connectivity

provided by department. Difference of Technical Specifications for both options lies only in

the Network Component. The bidder has to mention the details of the required network

components for both options separately. For OFC option only the end-to-end network

connectivity would be provided.

In view of the modular purchase & installation of the different system like, ANPR ,RLVD,

video surveillance, law enforcement, traffic management system i.e. it is also required

that all such systems to be integrated under common command & control user interface.

Therefore interoperability, openness & nonproprietary system would be preferred. In

addition, common visual computing platform would be preferred over disjointed systems.

Also the Intellectual Property of such systems should reside with the Indian

company/entity.”

5.1 RED LIGHT VIOLATION DETECTION SPECIFICATIONS

S.

No. Category Specifications

Compliance Bid

Page

No

Page

Row No (YES/NO)

1 Objective

a) Capture the License Plate of the vehicles who cross

the Stop line even when the signal is Red.

b) Generate sufficient evidential proof that the offence

has taken place

c) To penalize the offenders by issuing Challans to

them against the offence with sufficient evidence of

the offence which can stand the court of law

d) To preserve the records for future analysis so that

corrective actions are to be taken to curb the

tendency of people to commit such offences.

2 RLVD sub - system is made of the following

components

a)

Standard IP

camera for

License

Plate

Capture:

Standard ONVIF compliant

Minimum 1.3 MP IP cameras with

5-50 MM megapixel lens. The

Camera should be able to stream

MJPEG video at 25 fps for 1.3 MP

resolutions. The system should

support all standard brands of

cameras satisfying the given

specification. One camera should

cover at least 3.5 meter width of

lane, and capture the license

plates of vehicles which violates

the traffic signal and moving at a

speed of 0 to 120 km/hr.

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore

city (RLVD System )

18 | P a g e

b)

Standard IP

camera to

capture

evidential

proof

1.3 MP IP camera with 5-50

mm megapixel lens is to be

used to capture at least 5

snaps showing clearly that the

vehicle is crossing the stop line

even when the signal is RED.

c)

Provision for

Traffic

Controller

Integration

If required, the system should

be able to take feed from

Traffic Controller to know

signal status.

d) IR –

illuminator

The IR-illuminator is required

to capture license plate at

night time when there is not

sufficient illumination at site.

The IR-illuminator should be

external and should not

consume more than 80W to

illuminate a lane.

e) RLVD

Software

RLVD software should be

deployable in standard servers

running either Windows or

Linux Operating system, and

should have open interface to

be integrated with the Challan

generating sub-system.

Challan generating system and

the RLVD software should

interact on open interface so

that each of the systems can be

chosen independently.

3 Functionality

a)

IT synchronizes among the RED light Status

camera, License plate camera and Evidential

proof capture camera and store the record in

Database with License plate image, Front image

of the vehicle, and the 5 snaps showing clearly

that the vehicle is crossing the stop line while

the signal is RED. It should be able to intimate

the incidence in real time through SMS/MMS to

designated Cell phone, so that this facility can

be used to alert the traffic personnel posted at

the next traffic intersection.

b)

The system should generate Alarms at control

room software if any signal is found not turning

RED within a specific duration of time. The

Alert should also be sent through SMS using

cellular network reporting such incidence.

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore

city (RLVD System )

19 | P a g e

c)

The system should provide facility to search for

the cases of violations occurred during any

specific span of time, and provide a statistical

analysis of the number of such incidences

occurring during various days of the month,

various months of the year in graphical forms. A

report of all such incidences should be available

and transferable in hard copy during any

selected span of time.

d)

The system should provide facility to privileged

users to manually check the entry in database

using standard Web browsers and edit the

numbers which may be wrongly OCR-read,

before the numbers are fed to the Challan

generating sub-system. An audit trail should be

maintained to record such editing activities.

e)

The System should also record the video of all

the cameras/selected cameras using a

predefined and user configurable schedule. The

recorded video can be searched using the

following filters:

i. Appearance of a particular license plate.

ii. When the signal is RED

iii. When the signal is GREEN

iv. During any given date-time span.

f)

The system should capture standard vehicle’s

number plates with an accuracy of at least 70%

at day time and at least with an accuracy of

60% at night time.

g)

The system should be able to show Live video in

multiple Matrix layout for all the cameras in

the system at real time. At least 1x1, 2x2, 3x3,

1+5, 1+7 views must be supported.

h)

Additionally, the system should be able to store

license plates numbers of at least 10,000

suspected vehicles at a time and should

generate an Alert is any one of the vehicles is

found crossing the stop line (irrespective

whether the signal is GREEN or RED) in form

of Video popup at the Monitor and/or SMS on

Cell phones. SMS on Cell phones should be sent

using cellular network only.

i)

Additionally, the system should record

incidences when a vehicle is moving in wrong

direction on the road. This functionality should

be achieved without using any additional

camera.

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore

city (RLVD System )

20 | P a g e

6 Systems requirement

a) Local Server At

Intersection

The system must run on

a Commercial Off the

Shelf Server (COTS).

Outdoor IP 66 Quad

core processor based

server should be able to

cover at least 8 lanes.

b) Operating System

The system must be

based on open platform,

and should run both on

Linux and Windows

Operating System.

c) Network

Bandwidth

The system should work

with 4 fps video per

RLVD Camera.

d) Workstation

Workstation must run

on Windows 7 or Latest

Windows irrespective of

whether the Server is on

Linux or Windows.

5.2 Technical specification of ANPR and required hardware

The ANPR System shall enable monitoring of vehicle flow at strategic locations.

The system shall support real-time detection of vehicles at the deployed

locations, recording each four-wheeler, reading its number plate, database

lookup from central server and triggering of alarms/alerts based on the vehicle

status and category as specified by the database. The system usage shall be

privilege driven using password authentication.

Description

Compliance

Bid

Page No.

Page

Row No. .

(YES/NO)

1. Vehicle Detection and Video Capture Module :- The System should

automatically detect a vehicle in the camera view using video detection and activate license plate recognition

a. The System shall automatically detect the

license plate in the captured video feed in real-time.

b. The system shall perform OCR (optical

character recognition) of the license plate characters (English alpha-numeric characters in standard fonts).

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore

city (RLVD System )

21 | P a g e

c. The System shall store JPEG image of vehicle and license plate and enter the license plate number into DBMS like MySql,

PostgreSQL etc. database along with date timestamp and site location details.

d. System should be able to detect and

recognize the English alpha numeric License plate in standard fonts and formats of all four wheelers including cars, HCV, and

LCV.

e. The system shall be robust to variation in License Plates in terms of font, size, contrast

and color and should work with good accuracy

f. The system shall be robust to variation in

License Plates in terms of font, size, contrast and color and should work with good accuracy.

2. Vehicle Detection by Color

a. The system shall detect the color of all

vehicles in the camera view during daytime and label them as per the predefined list of

configured system colors. The system will store the color information of each vehicle along with the license plate information for

each transaction in the database.

b. The system shall have options to search

historical records for post event analysis by the vehicle color or the vehicle color with license plate and date time combinations

3. Alert Generation

a. The system should have option to input certain license plates according to the hot listed categories like “Wanted”,

“Suspicious”, “Stolen”, etc by authorized personnel.

b. The system should be able to generate

automatic alarms to alert the control room

personnel for further action, in the event of

detection of any vehicle falling in the Hot

listed categories.

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore

city (RLVD System )

22 | P a g e

4. Vehicle Status Alarm Module

a. On successful recognition of the number plate, system should be able generate

automatic alarm to alert the control room for vehicles which have been marked as

"Wanted", "Suspicious", "Stolen", "Expired". (System should have provision/expansion option to add more categories for future

need).

b. The Instantaneous and automatic generation

of alarms. In case of identity of vehicle in any category which is define by user.

5. Vehicle Log Module

a. The system shall enable easy and quick retrieval of snapshots, video and other data for post incident analysis and investigations.

b. The system should be able to generate suitable MIS reports that will provide

meaningful data to concerned authorities and facilitate optimum utilization of resources. These reports shall include.

i. Report of vehicle flow at each of the installed locations for Last Day, Last

Week and Last Month.

ii. Report of vehicles in the detected

categories at each of the installed locations for Last Day, Last Week and Last Month.

iii. Report of Vehicle Status change in different Vehicle Categories.

c. The system shall have Search option to tune the reports based on license plate number,

date and time, site location as per the need of the authorities.

d. The system shall have option to save custom reports for subsequent use. The system shall have option to export report being viewed to

common format for use outside of the ANPRS or exporting into other systems.

e. The system should provide advanced and smart searching facility of License plates from the database. There should be an option of

searching number plates almost matching with the specific number entered (up to 1 and

2 character distance).

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore

city (RLVD System )

23 | P a g e

6. Vehicle Category Editor

a. The system should have option to input certain license plates according to category

like "Wanted", "Suspicious", "Stolen", “Expired" etc. by Authorized personnel.

b. The system should have an option to add new category by authorized personnel.

c. The system should have option to update vehicle status in specific category by

authorized personnel. e.g. on retrieval of stolen vehicle, system entry should be changed from "Stolen" to "Retrieved".

d. System should have option to specify maximum time to retain vehicle records in

specific categories.

7. Central Management Module

The Central Management Module shall run on the ANPRS Central Server in control booth. It

should be possible to view records and edit hotlists from the Central Server.

8. Minimum IP Camera Specification

a. At least 1.3 MP, IP Box Camera, with 1/3

inch CCD/CMOS sensor

b. 5mm to 50 mm Varifocal Lens

c. Dual Stream support: MJPEG stream and H264 independently configurable. MJPEG Stream must be available in 1.3MP resolution

d. Simultaneous Streaming of both H264 and MJPEG streams

e. At least 3 concurrent access to Camera

f. MJPEG on RTSP/HTTP and H.264 in RTSP

protocol

g. Fully ONVIF Compliant

9. Camera Housing

a. IP66 standard with sunshield vandal proof Housing

10. Systems requirement

a) Local Server At Intersection

The system must run on a Commercial Off the Shelf Server (COTS). Outdoor IP 66

Quad core processor based server should be able to

cover at least 8 lanes.

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore

city (RLVD System )

24 | P a g e

b) Operating

System

The system must be based

on open platform, and should run both on Linux and Windows Operating

System.

c) Network

Bandwidth

The system should work with

4 fps video per ANPR Camera.

d) Workstation Workstation must run on Windows 7 or latest Windows OS irrespective of whether

the Server is on Linux or Windows.

5.3 IP IR - Outdoor Speed Dome Camera

S.

No. Feature Description

Compliance (YES/NO)

Bid Page No.

Page Row No.

1 Imaging device/ Sensor

1/3” CMOS or higher

2 Effective Pixels Minimum 1920(H) x 1080(V)

3 Synchronization Internal

4 Video Output BNC (1.0Vp-p / 75), PAL / NTSC

5 S/N Ratio More than 50 dB or higher

6 Minimum

Illumination [email protected] or better

7 White Balance Auto, ATW, Indoor, Outdoor,

Manual

8 Electronic Shutter

1/1 to 1/10,000 s

9 Zoom 20X Optical and 12x Digital or

better

10 Pan & Tilt Travel

Pan @ 0°~360°endless, Tilt @ '-

2°~90° auto -ip 180° to continue

monitor

11 Manual Speed Pan: 0.1° ~160° /s; Tilt: 0.1° ~120°

/s

12 Presets Mini. 255 Presets

13 Preset Speed Horizontal: 400°/s, Vertical:

180°/s

14 Privacy Masking ON/OFF (up to 24 privacy masking areas)

15 WDR It shall have Wide Dynamic Range

feature.

16 Zoom 3D Intelligent Zoom.

17 IR Function Internal/external for 100 Meter

18 Memory Micro SD card for onboard recording (minimum 4hours with

full resolution and frame rate)

19 Noise reduction 2D AND 3D

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore

city (RLVD System )

25 | P a g e

20 Tour 5 Auto Pattern, 8 Auto Tour, 5

auto scan,

21 Remote

Operation

Monitor, PTZ control, Voice

Intercom, System setting,

Playback, File download, Log

information, Maintenance & Upgrade

22 Day & Night Auto (ICR) / Color / B/W

23 Video Resolution and Frame Rate

Various image resolution up to 1920x1080 from 320x192 at 30fps

24 Video

Compression H.264/MPEG-4/MJPEG

25 Focus Autofocus

26 Video Streaming Dual streaming

27 Audio

Compression

G.711a / G.711u(32kbps)/PCM(128kbps) or

better

28 Networking

interface 1x RJ-45 (10/100Base-T)

29 Protocols

It should support following

protocols :

IPv4/IPv6, HTTP, HTTPS, SSL, TCP/IP, UDP, UPnP, ICMP, IGMP,

SNMP, RTSP, RTP, SMTP, NTP,

DHCP, DNS, PPPOE, DDNS, FTP,

IP Filter, QoS, Bonjour, ONVIF Ver.

2.0

30 Alarm 7 input & 2 output

31 Security User Account and Password

Protection

32

Supported Web

Browser for

remote viewing

etc

Windows – Microsoft Internet Explorer 6.x or later, Firefox,

safari, Google Chrome.The camera

on its Web GUI should provide

facility to initiate video recording

&audio recording (if activated) even

without the Video management Software.

33 Remote Users 20 Users simultaneously or more

34 Operating Temperature

-40ºC ~ 60ºC

35

Weather Proof

vandal proof

Standard

IP66 Outdoor weatherproof, and

vandal proof housing

36 Power Source

AC 24V/3A (±10%)/ DC12V

optional with Power over Ethernet

(POE)

37 Power Consumption

12W/30W(IR LED ON) or less

38 Certifications UL, CE, FCC, ONVIF & RoHs

39 Date &Time Stamping

Camera should support Date &Time Stamping on the footage.

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore

city (RLVD System )

26 | P a g e

5.4 TECHNICAL SPECIFICATIONS FOR WIRELESS CONNECTIVITY

S.

No. Description

Compliance Bid

Page

No.

Page

Row

No. (YES/NO)

a.

System should have the support for dual band 5.4 and 5.8 and frequency range of 5.470 - 5.875 GHz. System should also support 2.4 Ghz band with frequency range from 2412-2472 with different SKU.

b.

All System should be able to operate in Line of sight(LOS), near line of sight(nLOS) and non line of sight(NLOS) environment to ensure complete flexibility in choosing deployment locations.

c.

System should be able to provide the required bandwidth for smooth transmission of camera feeds with full resolution, full frame rate and full bit rate without dropping any frame. Minimum required bandwidth per camera is 10 Mbps

d. System should have the support of Maximum Deployment Range Up to 25 miles

e. System should be interference free.

f. The system shall support remote maintenance of radio units.

g. System should support wind survival of 185 km/hour

h. System should be able to Operate in the Temperature range of 0 degrees C to +55 degrees C

i.

Should be able to perform in Relative Humidity greater than 80%, non-condensing at all operating temperatures

j. System should have the support of VLAN 802.1ad (DVLAN Q-in-Q), 802.1Q with 802.1p priority, dynamic port VID

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore

city (RLVD System )

27 | P a g e

k. System must have 1000 Base (T) half/full duplex, rate auto negotiated (802.3 compliant)-for central location

l System must have 10/100 Base(T) half/full duplex, rate auto negotiated (802.3 compliant)- for remote locations

m System should have support of NETWORK MANAGEMENT with HTTP, Telnet, FTP, SNMP v2c

n System should have the support of

carrier to noise ratio as low as 7 dB.

o Radio Latency should be consistent below 3-5 ms round trip.

5.5 SPECIFICATIONS FOR POLE AND MASTS:

It is need based. Poles and Masts should be of appropriate heights and installed properly at each location ensuring optimum performance of these cameras and network connectivity. All items should be industry grade, weather and lightening proof with appropriate earthling.

5.6 SPECIFICATIONS FOR NETWORK SWITCHES FOR LOCATIONS

Network switches should be decided as per the requirement. Suggestive minimum technical specifications are given as under.

S. No. Description Compliance

(YES/NO)

Bid

Page

No.

Page

Row

No.

1 8XRJ-45 10/100 BASE –TX POE LAN

2 2XRJ-45 10/100/1000 BASE –T NETWORK UPLINK

3

SHOULD BE A MANAGED LAYER 2

SWITCH .IT SHOULD BE RACK MOUNTABLE HAVING MINIMUM 10 PORTS

WITH VLAN SUPPORT.PORT BASED

SECURUTY.

SHOULD BE COMPATIBLE FOR OFC

CONNECTIVITY ALSO.

SPEED AS PER REQUIREMENT.

NOTE: ALL ELECTRICAL AND NETWORK EQUIPEMENTS INSTALLED AT LOCATIONS SHOULD BE PLACED IN PROPER WEATHER AND VANDAL PROOF HOUSINGS FOR THEIR SAFETY.

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore

city (RLVD System )

28 | P a g e

5.7 Specification for Layer 3 Network Switch for Central Control Room:

S.no

Minimum required specifications Compliance

(If any)

Bid

Page

no.

Page Row

No. .

1

Layer-3 Switch. 19” Rack Mountable with

stackable. Min. 24 Nos. 10/100/1000BaseT

ports and Min.12 Nos. free mini SFP/GBIC

slot to accommodate

1000BaseSx/1000BaseLx Ports , upgradable

to any combination of 24 ports of fiber or

copper gigabit ports. Modular support for

adding two 10G ports if required in future.

All ports should be switched ports.

2 1+1 Redundant and hot swappable, load

sharing Power supply

3

Two core switches will be connected in 100%

redundancy, master/slave mode using

industry standard VRRP protocol to avoid

single point of failure in network

4

Both the core switch will connect to each

other on a high speed stacking cable that

should be supplied along with the switch.

5

Each VMS Server will have dual NIC cards

to connect to both the Core switches, and

incase of failure of one core switch other

should take over, without loss of connection

between VMS & cameras. Min. 165Gbps

switching fabric, Min. 110Mpps forwarding

rate. Should be wire speed switching and

routing capabilities and non blocking

architecture, Supports for 10KB Jumbo

frame size.

Support VLANs. Should have Policy based

QoS features. Should be able to handle

complex traffic queuing requirement with

full security.

Should support all routing protocols as per

requirement.

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore

city (RLVD System )

29 | P a g e

5.8 Unified Storage – For RLVD ,ANPR and Video storage for 15 days , full

capacity

Description Complianc

e

(YES/NO)

Bid

Pag

e

No.

Pag

e

Row

No.

Main Processor Intel® sandy Bridge or equivalent

Motherboard Embedded Board (Support 7x24

operation)

Memory 32GB DDR3(up to 1.5 TB)

Case Hot-dipped galvanized sheet

steel(1.2mm thickened), High-precise

aluminum alloy slide, Patented pull-

out rack design

Fan Dual ball screw bearing fan,

MTBF>100,000h, support replacement

during operation

Interface WEB GUI to Configure the Storage

Input/Output Bandwidth

Transmission 512Mbps

Recording 512Mbps

Storage

Internal HDD 200 TB , (Single or multiple unit )

HDD Mode Single, Raid 0, Raid 1, Raid 5

(Support global HDD Hot-standby)

HDD Installation Independent HDD rack, support

hot swap

Network

Interface 4 RJ-45 ports(10/100/1000Mbps)

Ethernet Port 4 Ethernet ports joint working or 4

independent 1000Mbps Ethernet

ports

Auxiliary Interface

Front cover Support hot swap, 7" inch HD LCD

(1920x1080/1280x1024/1024x768)

eSATA 1 eSATAport

SAS 2 Mini SAS ports

General

Power Supply

AC 100V~240V,47~63Hz ,

Redundant

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore

city (RLVD System )

30 | P a g e

Working

Environment 0˚C~40˚C

Working Humidity 10%~80% ( non-condensation)

Installation Rack-mounted

5.9 LED HD monitor

Description Compliance

(Yes/No)

Deviations

(If any)

Bid Page

no. Page Row

No. .

Make

Model no.

Origen of country

46 "LED HD monitor 24

X 7

5.10 Specifications for Client PC (Optional) :-

Description Complian

ce

(YES/NO)

Bid

Page

No.

Page Row

No.

Processor: Intel Core i7, 24inch led monitor

RAM: 4GB DDR3.

HDD: 500GB SATA.

Optical Drive: DVD-R/W (latest Version)

NVIDIA GeForce 210 with 1 GB

Optical Mouse

Keyboard

Port: 10/100/1000 Ethernet, 4USB2.0 Ports (incl. two

in the Front side) and other Ports required for the

System/Common ports.

OS: Windows 7 Professional: All Hardware and

Software to be IPv4, IPv6 Compliant and Dual stack

configurable, wherever applicable.

Antivirus: Latest renowned Antivirus Suite licensed to

MCL.

License: All Software’s to be supplied with OEM media

and Licensed

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore

city (RLVD System )

31 | P a g e

5.11 Specification for UPS for Power Backup:

S.no Minimum required specifications Compliance

(If any)

Bid

Page

no.

Page Row

No. .

1 On Site – On remote Locations - ON

LINE 1KVA UPS, ISI Approved.

2 On Control Room – ONLINE 5 KVA

UPS, ISI Approved

3 APPROPRIATE POWER BACK UP TO

BE PROVIDED - Minimum for 4-6 hours.

5.12 Video Management, RLVD & ANPR server

S.no

Minimum required specifications Compliance (If any)

Bid Page no.

Page Row No. .

1

Rack Mount Processor Intel E-5 2640 V2 series 2.0GHz Xeon six core 20 MB Cache. No of processors 02 .

2

RAM Memory – Minimum 32 GB ECC DDR3 1333 Mhz . Memory expandable up to Minimum 128 GB.

3

OS- Windows 2012 Standard Edition 64 bit or as per requirement.

4 OS Drive – 1 X 500 GB SATA at 7200 rpms or higher

5

Storage HDD: Minimum 7 X 500GB SATA at minimum7200 rpms or better with RAID controller.

6

Network Card – Minimum 2x1Gbit/s network cards with separate segment for cameras and viewing station

7 Raid Controller – Minimum 1GB

8 Power supply (N+1) Redundant

9 SQL standard or enterprise edition should work well (only on SQL Server).

10 .Net3.5 and .Net 4.0 should be installed and ISS should be activated.

11

SQL Enterprise or Datacenter edition if windows clustering are implemented or else express or standard edition will work well.

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore

city (RLVD System )

32 | P a g e

Chapter 6 6.1 Bill of Quantity for the option with wireless option

(To be submitted along with Annexure C-4)

S.no. Name of equipment Qty Unit U/price Amount

1 Integrated Traffic management and

city surveillance solution :-

A ANPR camera 130

B RLVD Evidence Camera 65

C Outdoor IP 66 Processor As Per

Requirement

D Night Vision Illuminator 130

E As per required Software for ANPR

and RLVD

F Outdoor Audio Speaker 65

2

Minimum 2 Megapixel Outdoor IP

66 I.P PTZ camera with Company

fitted integrated I.R., minimum 20

X optical zoom

15 Nos.

3 Wireless link with antenna As Per

tender Specification

15

Square

Need

Based

4

Online Ups outdoor for cameras

with 1-2 Hour back With Isolation

Circuit

15

Square Nos.

5

Network Switches, Cat 6 Cable ,

Power cable Other Active & Passive

Component as per requirement

15

Square

Need

Based

6

Installation/civil work pole and

masts and other required

accessories should be made of high

grade quality with GI paint, Along

with Earthling arrangement ,

Arrester and aviation Lamp

Wherever is required

15

Square

Need

Based

7

Network Rack/Outdoor cabinet for

all equipments at main control

Room ,and remote location with

electric fittings

15

Square

Need

Based

8

Electricity meter connectivity with

required Armored Wire(ISI

Approved ) with Laying up to

Meter point Provision for Each

Location

15

Square Nos.

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore

city (RLVD System )

33 | P a g e

Control Room Equipment

9 Centralize ANPR And RLVD and PTZ

camera Monitoring Server Software 1 Set

10 Integration Module for M.P Vehicle data

base server 1 Set

11 E- challan Module for RLVD and ANPR

systems 1 Set

12 Centralize Server for ANPR , RLVD And

PTZ camera 2 Nos.

13

Unified Storage for 15 Days recording of

ANPR , RLVD ,and PTZ camera , Having

Provision for Recording of City

Surveillance cameras also in same storage

1 Unit

14 Wireless base station With Required tower

For LOS and Earthing Work -360

Coverage 1 Lot

15 Layer 3 Network Switch With Network

rack With Cooling Fan 1 Lot

16 Online ups for main control room/server.

5Kva 1-2 Hour back up (N+1)Redundant

With Isolation Circuit 1 Nos.

17 46 “ HD LED monitor, 24 X 7 Application 2 Nos.

18 Client machine includes latest original

window OS with 24 “ LED monitor & anti-

Virus License for Three years 3 Nos.

19

Three years Onsite warranty with

complete maintenance for Entire systems

from the Date of Check Test & handover

Of Entire Systems

3 Year

20

Running, Operation for whole Systems 3

years Replacement Warranty Period ( 4

skilled Operator & One dedicated Service

Eng for Operation , Bidder Will born all

Expanses) and bidder shall impart

training for at least 20 police personnel to

run the whole system

36 Month

Total amount

Tax amount

Final amount With all inclusive Basis (Tax, freight insurance, Octrai

etc.)

Amount In words :-

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore

city (RLVD System )

34 | P a g e

6.2 Bill of Quantity for the option with Optical Connectivity provided by the department (To be submitted along with Annexure C-4)

S.no. Name of equipment Qty Unit U/price Amount

1 Integrated Traffic

management and city

surveillance solution :-

A ANPR camera 130

B 4 RLVD Evidence Camera 65

C Outdoor IP 66 Processor As Per Requirement

D Night Vision Illuminator 130

E As per required Software for

ANPR and RLVD

F Outdoor Audio Speaker 65

2

Minimum 2 Megapixel

Outdoor IP 66 I.P PTZ

camera with Company fitted

integrated I.R., minimum 20

X optical zoom

15 Nos.

3 Online Ups outdoor for

cameras with 1-2 Hour

back With Isolation Circuit

15 Square Nos.

4

Network Switches, Cat 6

Cable , Power cable Other

Active & Passive Component

as per requirement

15 Square Need Based

5

Installation/civil work pole

and masts and other

required accessories should

be made of high grade

quality with GI paint,

Along with Earthling

arrangement , Arrester and

aviation Lamp Wherever is

required for camera

15 Square Need Based

6

Network Rack/Outdoor

cabinet for all equipments

at main control Room ,and

remote location with electric

fittings

15 Square Need Based

7

Electricity meter

connectivity with required

Armored Wire(ISI Approved)

with Laying up to Meter

point Provision for Each

Location

15 Square Nos.

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore

city (RLVD System )

35 | P a g e

Control Room Equipment

8 Centralize ANPR And RLVD and PTZ

camera Monitoring Server Software 1 Set

9 Integration Module for M.P Vehicle

data base server 1 Set

10 E- challan Module for RLVD and

ANPR systems 1 Set

11 Centralize Server for ANPR , RLVD

And PTZ camera 2 Nos.

12

Unified Storage for 15 Days recording

of ANPR , RLVD ,and PTZ camera ,

Having Provision for Recording of

City Surveillance cameras also in

same storage

1 Unit

13 Layer 3 Network Switch With

Network rack With Cooling Fan 1 Lot

14

Online ups for main control

room/server. 5Kva 1-2 Hour back up

(N+1)Redundant With Isolation

Circuit

1 Nos.

15 46 “ HD LED monitor, 24 X 7

Application 2 Nos.

16

Client machine includes latest

original window OS with 24 “ LED

monitor & anti-Virus License for Three

years

3 Nos.

17

Three years Onsite warranty with

complete maintenance for Entire

systems from the Date of Check Test &

handover Of Entire Systems

3 Year

18

Running, Operation for whole

Systems 3 years Replacement

Warranty Period ( 4 skilled Operator

& One dedicated Service Eng for

Operation , Bidder Will born all

Expanses ) and bidder shall impart

training for atleast 20 police personnel

to run the whole system

36 Month

Total amount

Tax amount

Final amount With all inclusive Basis (Tax, freight insurance, Octrai

etc.)

Amount In words :-

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore

city (RLVD System )

36 | P a g e

Chapter – 7

FORMS – NEED TO FILL AND ATTACHED AS PER INSTRUCTIONS

ANNEXURE-A

Pre Bid Qualification – Check List

(To be submitted in Separate sealed Envelop along with the Documents)

S.

No.

Description Details of

compliance

Page No.

1 Details of bidding company (Lead

company in case of consortium):

Company Name, Contact Person’s Name

and Contact Details, Letter of

Authorization,)

2 Firm's Registration &

Certificate Date

3 Tin No.

4 EMD Rs 20 Lac (Twenty Lac Only) in

form of Demand Draft/Bank

Guarantee/FDR issued in Favor of

SP(HQ) Indore

5 Challan/DD No.(TENDER Fee)

6 Acceptance of all terms & Conditions of

the TENDER

7 Separate Technical Bid & Commercial

Bid

8 Income Tax clearance 2012-13

certificate with copy of I.T. Returns

9 PAN Number

10 Sale Tax Clearance Certificate -2012-13

11 Minimum average Turnover- Last three

year Should Be 3 Cr. (Attach last three

years Balance Sheet )

2010-11

2011-12

2012-13

12 Authorization/OEM Certificate of each

item

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore

city (RLVD System )

37 | P a g e

13 The Company must have executed

similar one project like CCTV of not less

than 3.5 Cr in Police organization /Para

military forces/government department.

Details thereof along with the letter of

satisfaction from client to be submitted.

14 Software, Hardware OEM must have

office in India. Proof to be submitted.

15 SSI/NSIC/DGS & D Reg. certificate for

EMD exemption

16 Specification Compliance, Self

declaration certificate must be submitted

declaration

-

17 Quoted ANPR and VMS software should

be one make only. Self declaration to be

produced

18 Quoted for four Skilled operator & One

Service Eng. for Operation &

maintenance for three years

19 Details of the Consortium Partner (if

any) and document of understanding

along with the defined roles and consent

of partners.

Bidder Seal and signature

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore city (RLVD

System )

38 | P a g e

ANNEXURE-B

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore city (RLVD

System )

39 | P a g e

ANNEXURE-C1

BIDDER PARTICULARS

(Enclose with Technical Bid)

1. Name of the Bidder :

2. Address of the Bidder :

3 Name of the Manufacturer(s) :

4. Address of the Manufacturer :

5. Name & address of the person :

to whom all references shall be

Made regarding this TENDER

Enquiry.

Telephone :

Fax :

E-mail :

Witness:

Signature----------------------------------------- Signature ---------------------------------------------

Name -------------------------------------------- Name -------------------------------------------------

Address ------------------------------------------ Designation ------------------------------------------

Date ---------------------------------------------- Company Seal --------------------------------------

Date ------------------------------------------------

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore city (RLVD

System )

40 | P a g e

ANNEXURE-C2

BID FORM

(Enclose with Technical Bid)

Date: ___/___/___

The SUPERINTENDENT of Police(HQ), Indore

Sir,

Having examined the Bid Documents of Tender for the purchase of Tender for Supply and

Implementation of Intelligent Traffic Management System, CCTV Capable of Generating E-

Challan For Indore District Police

We,____________________, offer to supply and deliver___________________________________

(Name of the Firm) (Description of Goods and Services)

in conformity with the said TENDER provisions for sums as may be ascertained in accordance with the Schedule of

Prices provided in the Commercial Bid.

We undertake, That we have understood Scope of work , We are also familiar with site and site requirement .

We undertake required work an turnkey solution , and we will provide required hardware ,software and other

accessories mention /not mention for completion of project Without any additional cost .

We undertake, if our bid is accepted, to complete delivery, installation and commissioning of the equipment as

per the schedule specified in the TENDER.

We further undertake that, if our bid is accepted, we will obtain the Guarantee of a Commercial Bank in a

sum equivalent to 10% of the Contract Price for the due Performance of the Contract as per terms and conditions of

the TENDER.

We agree to abide by this bid for a period of 180 days from the date fixed for bid opening and it shall remain

binding upon us and may be accepted at any time before the expiration of that period. This bid together with your

written acceptance thereof and your notification of award shall constitute a binding Contract between us.

We have noted the contents of Contract Form and agree to abide by terms and conditions in the same.

We understand that you are not bound to accept the lowest or any bid you may receive. We also understand

that you have the right to vary the quantities and/or split the total order among the Bidders and/or procure the

available and compatible items/ equipments under DGS&D Rate Contract.

SIGNATURE AND SEAL OF BIDDER

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore city (RLVD

System )

41 | P a g e

ANNEXURE – C3

Undertaking

(Enclose with Technical Bid)

To

The SUPERINTENDENT of Police (HQ),

Indore

Ref: Tender for Supply and Implementation of Intelligent Traffic Management System, CCTV

Capable of Generating E-Challan For Indore District Police.

Sir,

We confirm that we have understood

We guarantee that everything to be supplied and fabricated by us hereunder shall be brand new, free from all

encumbrances, defects and faults in material, workmanship and manufacturer and shall be of the highest grade and

quality and consistent with the established and generally accepted standards for materials of the type ordered and

shall be in full conformity with the specifications, drawings or samples, if any, and shall operate properly. We shall be

fully responsible for its efficient and effective operation. This guarantee shall survive inspection of and payment for,

and acceptance of the goods, but shall expire 36 months after their acceptance by the Purchaser.

The obligations under the Guarantee expressed above shall include all costs relating to labour, repair,

maintenance (preventive and unscheduled), and transport charges from site to manufacturers’ works and back and for

repair/adjustment or replacement at site of any part of the equipment/ item which under normal care and proper use

and maintenance proves defective in design, material or workmanship or fails to operate effectively and efficiently or

conform to the specifications and for which notice is promptly given by the Purchaser to the Supplier.

SIGNATURE OF THE WITNESS SIGNATURE AND SEAL OF BIDDER

DATE ___________

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore city (RLVD

System )

42 | P a g e

ANNEXURE- C4

BID LETTER

(Enclose with Commercial Bid)

To

The SUPERINTENDENT of Police(HQ),

Indore

Ref: Tender for Supply and Implementation of Intelligent Traffic Management System, CCTV

Capable of Generating E-Challan For Indore District Police

Sir,

We declare:

1. a) That we are manufacturers / authorized agents of _________.

b) That we /our principals are equipped with adequate machinery for production, quality control and testing of

materials manufactured and used by us and that our factory is open for inspection by your representatives.

2. We hereby offer to supply the Goods at the prices and rates mentioned in the Commercial Bid at Chapter 6.

3. Period of Delivery: We do hereby undertake, that in the event of acceptance of our bid, the supply of the

equipments shall be completed at site within stipulated period from the date of Award of Contract, and that

we shall perform all the incidental services as per contract.

4. Terms of Delivery: The prices quoted are inclusive of all charges up to delivery at all the location (site) to be

indicated by Indore Police.

5. We enclose herewith the complete Commercial Bid as required by you and also enclosed the Check List.

6. We agree to abide by our offer for a period of 180 days from the date fixed for opening of the Commercial Bids and

that we shall remain bound by a communication of acceptance within that time.

7. We have carefully read and understood the terms and conditions of the TENDER and the conditions of the

Contract applicable to the TENDER and we do hereby undertake to supply as per these terms and conditions.

8. Certified that the Bidder is:

a sole proprietorship firm and the person signing the TENDER is the sole proprietor/constituted attorney of the

sole proprietor.

or

a partnership firm, and the person signing the TENDER is a partner of the firm and he has authority to refer to

arbitration disputes concerning the business of the partnership by virtue of the partnership agreement/by virtue of

general power of attorney.

or

a company and the person signing the TENDER is the constituted attorney.

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore city (RLVD

System )

43 | P a g e

NOTE: Delete whatever is not applicable. All corrections/ deletions should be duly attested by the

person authorized to sign the TENDER document.

9. We do hereby undertake, that until a formal Contract is prepared and executed, this bid, together with your

written acceptance thereof and placement of letter of intent awarding the contract, shall constitute a binding

Contract between us.

10. All quoted prices should be inclusive of taxes and duties prevailing on the date of proposal submission.

11. Other than what is given above, the bidder is expected to account for any other deliverable to make the implementation

successful and will be considered for commercial evaluation.

Dated this ___________day _________of____________2014.

Signature of the Bidder

Details of enclosures: Full address:

Telephone

Fax No.

Mobile No.

Email address:

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore city (RLVD

System )

44 | P a g e

ANNEXURE- C5

PROFORMA FOR CONTRACT PERFORMANCE BANK GUARANTEE

(To be stamped in accordance with Stamp Act)

Bank Guarantee No___________ Date__________

Ref________________________

To,

The SUPERINTENDENT of Police (HQ),

Indore

Dear Sir,

In consideration of the SUPERINTENDENT of Police (HQ), Indore (hereinafter referred to as the

‘Purchaser’ which expression shall unless repugnant to the context or meaning thereof include its successors,

administrators and assignees) having awarded to M/s___________________ with its Registered/ Head Office

at_____________ (hereinafter referred to as the ‘Contractor’ which expression shall unless repugnant to the context or

meaning thereof, include its successors, administrators, executors and assignees), a Contract by issue of the

Purchaser’s letter of intent No._______ dated __/__/____ entering into a formal contract to that effect with the

Purchaser on ___________vide Agreement No._________(hereinafter referred to as the “Contract”) and the Contractor

having agreed to provide a Contract Performance Bank Guarantee for the faithful performance of the entire Contract

equivalent to_______*_______Ten percent of the said value of the Contract to the Purchaser.

We_________________________________ (Name & Address of the bank) having its Head office

at______________________(hereinafter referred to as the ‘Bank’ which expression shall, unless repugnant to the

context or meaning thereof, include its successors, administrators, executors and assignees) do hereby guarantee and

undertake to pay the Purchaser, on mere demand any and all moneys payable by the Contractor to the extent of

Rs____*____as aforesaid at any time upto ________________ (day/month/year) without any demur, reservation, contest,

recourse or protest and/or without any reference to the Contractor. Any such demand made by the Purchaser on the

Bank shall be conclusive and binding notwithstanding any difference between the Purchaser and the Contractor or

any dispute pending before any court, Tribunal, Arbitrator or any other authority. The Bank undertakes not to revoke

this guarantee during its currency without previous consent of the Purchaser and further agrees that the guarantee

herein contained shall continue to be enforceable till the Purchaser discharges this guarantee.

The Purchaser shall have the fullest liberty without affecting in any way the liability of the bank

under this guarantee, from time to time to extend the time for performance of the contract by the Contractor. The

Purchaser shall have the fullest liberty, without affecting the guarantee, to postpone from time to time the exercise of

any powers vested in them or of any right which they might have against the Contractors, and to exercise the same at

any time in any manner, and either to enforce or to forbear to enforce any covenants, contained or implied in the

Contract between the Purchaser and the Contractor or any other course or remedy or security available to the

Purchaser. The bank shall not be relieved of its obligations under these presents by any exercise by the Purchaser of

its liberty with reference to the matters aforesaid or any of them or by reason of any other act or forbearance or other

acts of omission or commission on the part of the Purchaser or any other indulgence shown by the Purchaser or by any

other matter or thing whatsoever which under law would, but for this provision, have the effect of relieving the bank.

The Bank also agrees that the Purchaser at its option shall be entitled to enforce this Guarantee

against the Bank as a principal debtor, in the first instance without proceeding against the Contractor and

notwithstanding any security or other guarantee that the Purchaser may have in relation to the Contractor’s

liabilities. We undertake to pay to the Government any amount so demanded by the Government, notwithstanding.

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore city (RLVD

System )

45 | P a g e

a) any dispute or difference between the Government or the Contractor or any other person or between the

Contractor or any person or any suit or proceeding pending before any court or tribunal or arbitration

relating thereto; or

b) the invalidity, irregularity or un-enforceability of the contract; or

c) in any other circumstances which might otherwise constitute discharge of this Guarantee, including any act of

omission or commission on the part of the Government to enforce the obligations by the Contractors or any

other person for any reason whatsoever.

We, the Bank further agree that the guarantee herein contained shall be continued on and remain in

full force and effect during the period that would be taken for the performance of the said Agreement and that it shall

continue to be enforceable till all the dues of the Government under or by virtue of the said agreement have been fully

paid and its claims satisfied or discharged or till the Purchaser, certifies that the terms and conditions of the said

Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this

guarantee.

We_______________________________________ hereby agree and undertake that

(indicate the name of the bank)

any claim which the Bank may have against the Contractor shall be subject and subordinate to the prior payment and

performance in full of all the obligations of the Bank hereunder and the Bank will not without prior written consent of

the Government exercise any legal rights or remedies of any kind in respect of any such payment or performance so

long as the obligations of the Bank hereunder remain owing and outstanding, regardless of the insolvency, liquidation

or bankruptcy of the Contractor or otherwise howsoever. We will not counter claim or set off against its liabilities to

the Government hereunder any sum outstanding to the credit of the Government with it.

Notwithstanding anything contained herein above our liability under this guarantee is limited to total

amount of Rs______*______and it shall remain in force upto and including__________**_________and shall be extended

from time to time for such further period as desired by M/s____________________ on whose behalf this guarantee has

been given.

Dated this ____________day of______________2014___________ at

WITNESS

(Signature)_________________ (Signature) ________________________________

(Name)____________________

NAME____________________ (Banker’s Rubber Stamp) ____________________

(Official address)____________ Attorney as per Power of Attorney_____________

* This sum shall be ten percent (10%) of the Contract Price.

** The date will be 03(three) year and six months from the date of award of the contract. In case of Bank

guarantee issued by a Foreign Bank, the same shall be confirmed by any Scheduled Bank in India.

Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore city (RLVD

System )

46 | P a g e

ANNEXURE – C6

CHECK LIST - COMMERCIAL BID

(Enclose with Commercial Bid)

1. Have you furnished the Bid Letter? Yes/No

2. Have you filled in the Price Schedule? Yes/No

3. Have you quoted for all the items as per Scope of work ? Yes/No

ANNEXURE-C7

OFFICE OF THE SALES TAX / VAT OFFICER, WARD-

SALES TAX / VAT DEPARTMENT,

No._____________________________________________ Dated _____________

SALES TAX / VAT CLEARANCE CERTIFICATE

Certified that M/s _____________________________________________________

_______________________________________________________________ aregistered

manufacturer/distributor of this ward having Registration No. _____________

The manufacturer/distributor is assessed upto _____________ and there are no dues pending

against the said manufacturer/distributor as on date.

This certificate is issued on the written request of the manufacturer/distributor,

dated__________ for submission to Govt./Semi Govt. for tender purpose only. This Certificate is

valid up to ______________.

SALES TAX / VAT OFFICER

WARD –

DATED