Nothing Special   »   [go: up one dir, main page]

Intelligent Traffic Management System, CCTV Capable of Generating E-Challan For Indore City (RLVD System)

Download as pdf or txt
Download as pdf or txt
You are on page 1of 47

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

Indore city (RLVD System)

1|Page
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)
SUPERINTENDENT OF POLICE (HQ) INDORE (M.P.)
No./SP/HQ/1729/2015 Dtd 10-Nov-2015

Tender Notice

Online 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 01
System generating E-challan for Indore city (RLVD
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

2|Page
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)
Above given Picture for reference and easy understanding of the systems

1. Bid is for integrated system wherein Both IP based RLVD and ANPR Cameras should work either
on optical fiber based network or wireless connectivity. Optical fiber base network maybe provided
at some location by the department, On all other location wireless connectivity shall be provided by
the bidder.

2. The process would be done on 2 envelope based process. Bidder will have to submit 3 separated
sealed envelopes mentioned below these 2 envelops should feature in a bigger envelope.

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

Each envelope shall comprise of

a) Technical bid
b) Commercial bid

3. Pre-qualification bid and Technical bids shall be in one envelope 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 document can be sent through Registered post, Courier or put personally in the
sealed BID box kept in the Reception of Office of the ASP Traffic, MTH Compound, Indore on or
before 05 Dec 2015 at 16:00 hours and the BID will be opened on 05 Dec 2015 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.mpeproc.gov.in or www.mppolice.gov.in 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 belongi ng 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 submitted with Pre-Qualification
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.)

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

Table of Contents
Chapter 1 Scope of Work Page 7-8
Chapter 2 Pre Bid Conference 9

Chapter 3 Pre- Qualification 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 21-25

reader (ANPR) System


5.3 Specification for IP IR - Outdoor Speed Dome Camera 26-27
5.4 Specification for Pole and Masts: 27

5.5 Specification for network switches for location 28

5.6 Specification for Layer 3 Network Switch for 28-29

Central Control Room:


5.7 Specifications for Unified Storage 30

5.8 LED HD monitor 30

5.9 Specifications for Client PC 31

5.10 Specification for UPS for Power Backup: 31

5.11 Specifications for Video Management and ANPR Server 32

5.12 Bandwith 32-33

5.13 Intra-City Network 33-34

5.14 Radio 34-35

5.15 Tower for Wireless Connectivity 36

Chapter 6 Bill of Quantity 37-38

Chapter 7 Annexure Forms 39-47

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

Important Dates

S.No Details Date – Time Remark


Can be downloaded

from www.mpeproc.gov.in
1 Date of release of NIT 11-Nov-2015
or purchase from
Office of ASP
Traffic,Indore

Sale of Tender form Starts


2 11-11-2015
From
Last date of Sale of Tender
3 01-12-2015
form
4 Pre – Bid Meeting 24-11-2015 1100 Hrs
5 Submission of Bid 03-12-2015 Till 1600 Hrs
Submission of Bid in Hard
6 05-12-2015 Till 1600 Hrs
Copy
6 Opening Pre Qualification Bid 05-12-2015 Till 1700 Hrs

7 Opening of Technical Bids 05-12-2015 Till 1800 Hrs

8 Demo of Eligible Bidders 06-07 Dec 2015


Opening of Financial Bid of
9 08-12-2015 1600 Hrs
Technically Qualified Tenders

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.

6|Page
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)
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 on optical fiber based network or
wireless connectivity. Optical fiber base network maybe provided at some location by the department, On
all other location wireless connectivity shall be provided by the bidder. 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. On those location where the department shall provide OFC connectivity. The successful bidder will
have to provide the necessary network equipment at the Terminal Ends of the OFC network.

b. The bidder shall supply all the installation materials/accessories/consumable necessary for the
installation of the system.

c. The bidder at each location shall provide the required networking terminal equipments for end-to-
end connectivity from Control Room to Location Cameras.

d. 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.

e. The system thus proposed should be scalable and have capability of integration with existing or
future systems of Police Departments.

f. 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.
g. Maximum downtime of system for any complaint reported shall be not be more than 3 hrs, after this
time penalty will be levied @ INR 1000 per hour.
h. 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.
i. The scope shall include the complete design, engineering, supply, delivery, and storage at site,

7|Page
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)
installation, testing, commissioning and maintenance of a fully functional and complete Intelligent
Traffic Management system, CCTV Capable of generating E-challan for Indore city (RLVD System)
system. All accessories and fitting hardware such as brackets / poles, wiring together with associated
masonry work are included in the scope of work.
j. 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.
k. The prices quoted in the Commercial bid should be all inclusive.
l. The successful bidder shall handover the System within 120 days from the issue of work Order.
m. Payment would be released as mentioned in the clause no. 49 of General Terms and Condition.
n. Security Deposit and EMD would be released only after the successful completion of the warranty
period.

8|Page
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)
Chapter -2 Pre Bid Conference

 Pre Bid Conference will be held in the Office of SP (HQ), Indore at 1100 Hrs at 24.11.2015 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 asptrafficindore@gmail.com clearly specify the subject line as – “Intelligent Traffic

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

System) – Company Name” before 1800 Hrs. on 22.11.2015 



 In decisions on discussion regarding modification, amendments for the tender document will
be uploaded on the website www.mpeproc.gov.in by 28.11.2015 

9|Page
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)
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 or any
organization of repute in India. 

 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.mpeproc.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 

10 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)
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 and Technical bids shall be in same envelope 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 2 bids should be further sealed in fourth bigger envelope. On this third 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 specific model no. ,company brochures of all equipments applied for 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.

11 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)
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 or any organization of
repute in India.. 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 of each bidder must be accompanied by an earnest money deposit of Rs. 20
Lacs (Rs. Twenty Lacs). 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) 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.

12 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)
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 06 – 07 Dec 2015 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 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,

13 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)
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
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: On the successful delivery of items as per BoQ, department shall be releasing
payment of 60 % of the total cost of the items supplied. This payment would only be made
against the submission of Bank Guarantee of equivalent amount. After successful
implementation and handover of the complete project 80 % payment of total project cost
(deducting the amount earlier paid) would be issued. The Bank Guarantee submitted at the

14 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)
time of delivery of goods would be released.3. Payment of remaining 20 % of the project cost
shall be made after the completion of 3 years maintenance period after the date of successful
handover of the project by the bidder.

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.500/- 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 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

15 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)
Chapter 5 TECHNICAL SPECIFICATIONS
In view of the modular purchase & installation of the different system like, ANPR ,RLVD, Video surveillance i.e.
Law enforcement Traffic management system, it is also required that all such systems 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

Bid Page Row


Page No
Complianc
S.No. Category Specifications No
e YES/NO

1 Objective
a To Capture the License Plate of the vehicles who
crosses the Stop line .
b Generate sufficient evidential proof that the offence
has taken place.

c. To penalize the offenders by issuing a consolidated


Challan in Hindi language for offences like Red light
violation, No-Helmet, Triple Riding etc to them
against the offence with sufficient evidence of the
offence which can stand the court of law.
d. Tag other related offences like Riding without helmet,
Triple Riding or improper license plate with RLVD
Event.
e. Software should have facility to print /upload challan
Thana vise /Zone Vise & can be regularly customized.
f. Software Should be integrate with RTO/equivalent
website/data base and when it validate it should raise
an unique challan no. with Vehicle Information
,Owner name , Mobile no., Email ID ( If data available
On RTO/respective) , with Evidence of Violation .
g. To preserve the records for future analysis so that
corrective actions are taken to curb the tendency of
people to commit such offences.

h. To identify vehicles with habitual violation records


with Multiple search options.
H To keep track of the Challan that is pending for
payment even when the stipulated time is over and
notifies the authority accordingly.
i) To notify the violators as early as possible using
various communication services like SMS, emails.

j) Integration with traffic Police/Police Website in


respective city so that Violator can view his challan by
challan no. online ,once he get the notification .
h) In future Department can provide the facility for
paying challan on line , so Bidder need to provide an
interface for Due challan and after payment it should
be automatic update in paid challan .

16 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)
2 RLVD sub - system is made of the following
component

a) Standard IP Standard ONVIF compliant


camera for License Minimum 2 MP IP cameras
Plate Capture: with
5-50 mm megapixel lens. The
Camera should be able to
stream MJPEG video at 25 fps
for 2 MP resolutions. One
camera should cover at least
3.5 meter width of lane, and
capture the license plates of
vehicles which violates the
traffic signal and moving at a
speed of 0 to 120 km/hr.

b) HD IP camera to 2 MP IP camera (with two


capture way audio function) 5-50
evidential proof mm megapixel lens is to be
used to capture at least 5
snaps showing clearly that the
vehicle is crossing the stop
line when ever the signal is
RED.

d) Provision for If required, the system should


Traffic Controller be able to take feed from
Integration Traffic Controller to know
signal status.
e) IR –illuminator The IR –illuminator is
required to capture the 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.
f) Outdoor Audio Minimum 30 watt Outdoor IP
66 Speaker required with
Speaker digital Amplifier for continues
Pre- recorded /Live,
announcement of all location
or Selected Location
g) Microphone Microphone for making
announcement from control
room

17 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)
h) 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
Challan generating sub-
system. Challan generating
system and RLVD software
should interact on open
interface so that each of the
system can be chosen
independently.

Software should be integrated


with forwarding &
backwarding exists software &
could be regularly customized
.

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.
b) 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.
c) 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 or SMS
gateways.
d) 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.

e) The system should provide facility to privileged users


to manually check the entry in database using
standard Web browsers or Desktop clients 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

18 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)
The System should also record the video of all
the cameras/selected cameras using a predefined and
f 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.
v. Vehicles with frequent violation records
vi. Vehicle with particular category (4-wheelers, two-
wheelers, etc)
vii. Vehicle data belong to other state
viii:- Vehicles data for which details are not
available at RTO site
f) The system should capture standard vehicle‟s
Number Plate with an accuracy of 70% at day time
and at least 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 if 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.

j) The
t System should have the capability of excluding
multiple
h violations by the same vehicle on a given
locations
e within a time span of 5 minutes, It should
generate only one violation in such cases.

4 Systems requirement
The system must run on a
Local Server At Commercial Off the Shelf Server
a) (COTS). Outdoor IP 66 Quad
Intersection
core processor based server
should be able tocover at least 8
lanes.
The system must be based on
b) Operating System open platform, and should run on
Linux or Windows Operating
System.
The system should work
Network
c) with 4 fps video per
Bandwidth
RLVD Camera.
d) Workstation Latest OS should be quoted

19 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)

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 vehicle, 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 Bid Page


Page Row
Compliance
No. 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).

c. The System shall store JPEG image of


vehicle and license plate and enter the
license plate number into DBMS solution
(The Application should be based on
Standard DBMS Solution)

d. System should be able to detect and


recognize the English alpha numeric
License plate in standard fonts and formats
of all four ,three & two 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.

20 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)
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.

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.

c. Pre-recorded Audio messages should be played


in Control room when such Alerts are generated.

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

21 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)
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).

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.

22 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)
7. Central Management Module
a)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.

b) The Central software should allow


broadcasting of pre-recorded audio
messages to one or more cameras ( to
be played using Camera attached
speakers) as per user defined
Schedules or on demand.
c) The Central software should raise
Audio alerts in Hindi if any major
component of the system (Storage,
Database, server, Internet
connectivity) is down for more than 5
minutes.
d. The Central software module should
be integrated with the Challan
generating software so that details of
Challan generated on a specific date
can be viewed from the same user
interface that is used for Live
monitoring or Event search.
e. The Central Management module
should provide a user interface for Live
viewing and Archived video replay of
all the cameras

8. Challan Generation Module


a) The Challan generation module will
be pre-integrated with the RLVD
System.The Challan generating system
will generate and print Challans for all
the RLVD events that are duly
validated and checked by the operator.
b. The Challan generating unit will be
able to generate Challans in English as
well in Hindi language (Devnagari
script). The content of the Challan will
be given by the Police department and
may be changed time to time .

c. Operator will have the option to


filter the RLVD events based on the
following criteria for generation of
Challans:

23 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)
i. Number of violations by the same
vehicle multiple times
ii. For a particular category (e.g., 4-
wheelers) of vehicles
iii. For a particular Thana
a. Operator will have the option to
mark the challan as PAID when the
violator deposits the money against the
challan. At the end of the day, the
system should generate a report for the
challans paid and the amount
collected.
The Challan generation system should
have a provision to be integrated with
the Police website so that the owner of
the vehicle can view his challan details
along with Evidence snaps by logging
in to the website.

9. Minimum IP Camera Specification for ANPR

a. At least 2 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 2MP
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 to get video
streams and to change camera
parameters including Contrast,
Brightness, Shutter speed, D/N mode.
h.Should support remote Auto focus

i.WDR – Minimum 90 db

10. Camera Housing


a. IP66 standard with sunshield vandal
proof Housing

24 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)

5.3 IP IR - Outdoor Speed Dome Camera

Bid Page
S. Feature Description Compliance Page Row
No. (YES/NO)
No. No.
Imaging device/
1 1/3” CMOS or higher
Sensor
2 Effective Pixels Minimum 1920(H) x 1080(V)
4 Video Output BNC (1.0Vp-p / 75), PAL / NTSC
5 S/N Ratio More than 50 dB or higher
Minimum
6 0.05Lux@F1.6 or better
Illumination
Auto, ATW, Indoor, Outdoor,
7 White Balance
Manual
Electronic
8 1/1 to 1/10,000 s
Shutter
20X Optical and 12x Digital or
9 Zoom
better
Pan @ 0°~360°endless, Tilt @ '-
10 Pan & Tilt Travel 2°~90° auto -ip 180° to continue
monitor
Pan: 0.1° ~160° /s; Tilt: 0.1° ~120°
11 Manual Speed
/s
12 Presets Mini. 255 Presets
Horizontal: 300°/s, Vertical:
13 Preset Speed
180°/s
ON/OFF (Minimum 2 privacy
masking
14 Privacy Masking
areas)
It shall have Wide Dynamic Range
15 WDR
feature.
It should zoom only clicked part of
16 Intelligent Zoom the frame
17 IR Function External for Minimum100 Meters
Micro SD card for onboard
18 Memory recording (minimum 4hours with
full resolution and frame rate)
19 Noise reduction 2D AND 3D

5 Auto Pattern, 8 Auto Tour, 5


20 Tour
auto scan,
Monitor, PTZ control, Voice
Intercom, System setting,
Remote
21 Playback, File download, Log
Operation
information, Maintenance &
Upgrade
22 Day & Night Auto (ICR) / Color / B/W
Video Resolution Various image resolution up to
23
and Frame Rate 1920x1080 from 320x192 at 30fps
Video
24 H.264/MPEG-4/MJPEG
Compression
25 Focus Autofocus

26 Video Streaming Dual streaming

25 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)
G.711a /
Audio
27 G.711u(32kbps)/PCM(128kbps) or
Compression
better
Networking
28 1x RJ-45 (10/100Base-T)
interface

It should support following


protocols :
IPv4/IPv6, HTTP, HTTPS, SSL,
29 Protocols
TCP/IP, UDP, UPnP, ICMP, IGMP,
SNMP, RTSP, RTP, SMTP, NTP,
DHCP, DNS, PPPOE, DDNS, FTP,
IP Filter, ONVIF Ver.2.0
30 Alarm 2 input & 1 output
User Account and Password
31 Security
Protection
Windows – Microsoft Internet
Explorer 6.x or later, Firefox,
Supported Web safari, Google Chrome.The camera
Browser for on its Web GUI should provide
32
remote viewing facility to initiate video recording
etc &audio recording (if activated) even
without the Video management
Software.
33 Remote Users 20 Users simultaneously or more
Weather Proof
IP66 Outdoor weatherproof, and
35 vandal proof
vandal proof housing
Standard
AC 24V/3A (±10%)/ DC12V
36 Power Source optional with Power over Ethernet
(POE)
38 Certifications UL, CE, FCC, ONVIF & RoHs
Date &Time Camera should support Date
39
Stamping &Time Stamping on the footage.

5.4 SPECIFICATIONS FOR POLE:


It is need based. Poles 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.

5.5 SPECIFICATIONS FOR NETWORK SWITCHES FOR LOCATIONS

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

Bid Page
Compliance
S. No. Description Page Row
(YES/NO)
No. No.
1 16 XRJ-45 10/100 BASE –TX POE LAN

2XRJ-45 10/100/1000 BASE –T


2
NETWORK UPLINK
26 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)

SHOULD BE A MANAGED LAYER 2


SWITCH .IT SHOULD BE RACK
MOUNTABLE HAVING MINIMUM 10 PORTS
WITH VLAN SUPPORT.PORT BASED
SECURUTY.

Should be Industry Grade with atleast NEMA/IP


3 67 ratings

SHOULD BE COMPATIBLE FOR OFC or wireless


CONNECTIVITY ALSO.

SPEED AS PER REQUIREMENT.

NOTE: ALL ELECTRICAL AND NETWORK EQUIPMENTS INSTALLED AT LOCATIONS SHOULD


BE PLACED IN PROPER WEATHER AND VANDAL PROOF HOUSINGS FOR THEIR SAFETY.

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

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

1 1000BaseSx/1000BaseLxPorts,
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.

1+1 Redundant and hot swappable, load


2
sharing Power supply


Two core switches will be connected in


100% redundancy, master/slave mode
3 using
industry standard VRRP protocol to avoid
single point of failure in network


Both the core switch will connect to each


4
other on a high speed stacking cable that
should be supplied along with the switch.


27 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)
Each VMS Server will have dual NIC
cards to connect to both the Core
switches, and in case 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
5
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.

5.7 Unified Storage – For RLVD ,ANPR and Video storage

Total storage capacity should be 200 TB upgradable to 400 TB

Minimum required Compliance (If Bid Page Page Row No. . Remark
S.n any) no.
specifications
o
The solution should implement
400 TB on maximum four chasis in
a 4U unit form factor by proper
configuration. Suitable
1 Rack/chasis etc. will be provided
Intel Quad Core or Better
2 Processor
Minimum 1 included storage
controller with 2x8GB Fiber
channel/FCoE connections or
3. equivalent
It should support RAID-0,
RAID-1, RAID 1+0, RAID 4,
RAID-5 and RAID-6 storage
configurations for resiliency.
RAID configurations should
support hot-swappable hard-
disk drives that can be
removed without powering
4 down the server.
It should have redundant and
5 load sharing power supplies
It should have Field
replaceable high-performance
fans with built-in redundancy
6 for optimized cooling
It should have Secondary
7 Storage controller

28 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)
I/O Connections 2x8Gbit Fiber
Channel/FCoE and 2x6Gbit
SASx4 connections and
1x10/100Mbit management
port or equivalent or better.

5.8 LED HD monitor

Description Compliance Deviations Bid Page


(Yes/No) (If any) no. Page Row
No. .

Make
Model no.
Origen of country
46 "LED HD monitor 24
X7

5.9 Specifications for Client PC (Optional) :-


Description Compliance Bid
Page Row
Page
No.
(YES/NO) 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

29 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)

5.10 Specification for UPS for Power Backup:

Minimum required specifications Compliance Bid Page Row


S.no (If any) Page No. .
no.
1 On Site – On remote Locations - ON
LINE 1KVA UPS with Minimum 1 hour
Back up, ISI Approved.
2 On Control Room – ONLINE 10 KVA
UPS, ISI Approved
3 APPROPRIATE POWER BACK UP TO
BE PROVIDED - Minimum for 4 hours
with 10 KVA

5.11 Video Management, RLVD & ANPR server

Minimum required specifications Compliance Bid Page


S.no (If any) Page Row
no. No. .
Rack Mount Processor Intel E-5 2640 V2
series 2.0GHz Xeon six core 20 MB
1 Cache or better. No of processors 02
RAM Memory – Minimum 32 GB ECC
DDR3 1333 Mhz . Memory expandable up
2 to Minimum 128 GB.
OS- Windows 2012 Standard Edition 64
3 bit or as per requirement.
OS Drive – 1 X 500 GB SATA at 7200
4 rpms or higher
Storage HDD: Minimum 7 X 500GB SATA
at minimum7200 rpms or better with
5 RAID controller.
Network Card – Minimum 2x1Gbit/s
network cards with separate segment for
6 cameras and viewing station
7 Raid Controller – Minimum 1GB
8 Power supply (N+1) Redundant
The Application Should be based on
9 Standard DBMS Solution.
.Net3.5 and .Net 4.0 should be installed
10
and ISS should be activated.
SQL Enterprise or Datacenter edition if
windows clustering are implemented or
11
else express or standard edition will work
well.

30 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)
5.12 Bandwidth

MPLS Bandwidth (CCR TO CMRC)


The selected bidders would provide the 10 Mbps – 1:1 premium MPLS bandwidth to the Madhya Pradesh Police to connect
various Cities CCR as per the RFP with CMRC situated at Indore. The requirements will comprise the following:

1. Premium MPLS Bandwidth of 10 Mbps – 1:1 unshared/uncompressed. This is to be provided at Indore.

2. Necessary hardware software required for providing connectivity of unshared 1:1 committed MPLS Bandwidth at the
above said location. The maintenance and ownership of all such equipment’s will be with bidder only for 3 years.

3. All the equipment’s, cables, adaptors required (if any) for the last mile connectivity shall be provided by the bidder. The
Connection and commissioning of Last mile should be with Ethernet or fiber link or RF.
4. Bidder to provide access network on Ring-Protected Fiber with Ethernet for maximum resilience and scalability.

5. The bidder shall also make provision for sufficient bandwidth (typically 2 to 3 times the committed bandwidth) to absorb
any traffic bursts above the committed bandwidth.

6. The bidder shall establish Nth percentile method with 95 percentile to arrive at the “average bandwidth” used above the
committed bandwidth of 10 Mbps. Nth percentile would mean that top 5% of the usage of the network will not be included
to calculate the average bandwidth. Example if for reason bandwidth utilization has reached above 10 Mbps for less than 5
% of the total time in a month i.e 36 hours then there won’t be any excess bandwidth charges.
a) Bidder shall supply the required hardware, software and accessories for bandwidth. Such work shall be executed as per
the National and International standards, the best industry practices and Vendor’s standard practice/documentation
and recommendations.
b) The Bidder should supply all necessary cables/items/Interface converter/routers etc. to commission and integrate the
equipment supplied for bandwidth.
c) MPLS bandwidth of minimum 10 Mbps should be considered for Control Center or Data center location(s) to CMRC.
d) The connectivity from CMRC to other CCR has to be burstable up to 70 Mbps whenever required.
e) The Bidder should sign an end to end SLA of 99.50% quarterly uptime of bandwidth supply with MPP.
f) Dark fiber can be laid from nearest network service providers’ PoP to camera location. Bidder shall supply the required
hardware, software and accessories for bandwidth.
g) The Bidder should sign an end to end SLA of 99.50% quarterly uptime of Intra-city connectivity supply with MPP.

Sr. Item Description


No.
1 Media Must be on fiber/Ethernet media with the SLA of 99.50% uptime
2 Media converters In case of fiber, the same should be converted to Ethernet media.
SLA of 99.50% uptime will be applicable on all accessories in such
case
3 Redundancy The cities will be connected through 10 Mbps ring network with
redundant network. There should not be any single point of failure.
4 CCR to CMRC The ping or trace result for CCR to CMRC & vice versa must be
accessibility reachable within <10ms or to the entry point of the said service
provider (Applicable only for internet bandwidth)
5 CCR to CCR other The ping or trace result for any other CCR must be reachable within
sites accessibility <60ms
6 Proactive Vendor should ensure proactive monitoring of the bandwidth and
Monitoring must inform MPP within 10 minutes of any fault detected in the
bandwidth. In case of any unusual observations like high or low
traffic pattern bandwidth usage compared to routine bandwidth
usage, packet loss, etc.; then it must be brought to the notice of
concern person at customer end. During night time between

31 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)
11:00PM to7:00AM, such updates/alerts should be sent via mail.
7 Reports Weekly reports should be submitted towards 99.50% uptime of
bandwidth on the first day of each week by 15:00.

5.13 Intra-City Network

1. The successful bidder has to provide end to end connectivity from all field cameras to CCR. If the connectivity at
Junction is wireless then radio device should have at least 100 Mbps bandwidth support, else it should be wired
optical fiber connectivity. Bidders may also take advantage of free connectivity offer at select places as per list In
RFP.

2. The system should be able to handle Video feeds at 3-5 Mbps coming from each camera and reproduce it
faithfully at CCRs. The TTL should be always less than or equal to 10ms from field cameras to CCR.

Item Description
Must be on fiber/Ethernet or wireless media with the SLA of 99.50%
Media
uptime.
In case of fiber, the same should be converted to Ethernet media. SLA of
Media converters
99.50% uptime will be applicable on all accessories in such case.
CCR to field
camera The ping or trace result from CCR to camera should be <10ms or =10ms
Reachability
Delay, Jitter,
There should not be any delay, jitter & packet drop in the path
Packet loss
Vendor should ensure proactive monitoring of the bandwidth and must
inform MPP within 10 minutes of any fault detected in the bandwidth. In
case of any unusual observations like high or low traffic pattern bandwidth
Proactive
usage compared to routine bandwidth usage, packet loss, etc.; then it must
Monitoring
be brought to the notice of concern person at customer end. During night
time between 11:00PM to7:00AM, such updates/alerts should be sent via
mail.
Weekly reports should be submitted towards 99.50% uptime of bandwidth
Reports
on the first day of each week by 15:00.

5.14 Radio
Specifications of Point to Point and Point to Multi-Point Radios

The specification covers procurement of point to point, point to multi point and CPE Radio system complete with all services
such as RF designing, planning, installation, commissioning, post warranty support. The offered technology should be the
latest/best considering the geographical terrain requirement to ensure proper throughput & latency of the network.

Point to Multi Point Radios

1 The bidder shall carry out the feasibility for assessing the requirement and apprise themselves fully on the site
condition before submitting the offer. It is to be clearly understood by the bidder to establish successful
communication link between various locations and link budget for assured throughput of up to 10, 25 and 50
Mbps aggregated bandwidth at CPE port supporting multiple cameras at each CPE. Actual tower height required
to be finalized by the bidder on proper radio site survey of various locations.
2 Frequency Range: 5.8GHz and/or 2.4GHz unlicensed band applicable for India.
3 The proposed network architecture shall have central base station with connectivity to various CPE Radios in point
to multi point Architecture.
4 The offered radio systems should be of IEEE 802.3 network compliant and should have TEK/ AES 128/AES 256 bit
encryption.

32 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)
5 Base station radio should support TDD synchronization to eliminate mutual Interference at sites with multiple
radios. Collocated Radios should support TDD inter site synchronization using GPS Based Synchronization support
via Ethernet Port/Collocated Radios should support efficient mechanism to eliminate self interference.
6 The Radios should have inbuilt spectrum viewer feature.
7 System standards: All the radio equipments shall be conforming to the latest safety and EMC standards & must have
valid TAC (Type Approval Certificate) approval of WPC.
8 The network management system to be deployed at central location to manage and configure base stations and
remote station unit. The functionality includes automatic and manual device discovering of all network elements
such as base stations, remote stations etc and system shall keep details of all network elements. Point to Multi-Point
Base Stations and Point to Multi-Point CPEs should be of same Make and Manufacturer to enabling configuration
and fault management with single NMS.
9 Offered Radio should be of proven track record and should have been deployed for 200 or more CPEs for more than
one year. Bidder to provide documentary evidence and regarding deployment and satisfactory performance.
10 The offered system should have capabilities of self-backhaul by using one of the high capacity CPE to act as back
haul to base station eliminating additional PtoP link for back haul requirements.

Point to Multi Point Base Station Radios: System consisting of outdoor and indoor equipment, antenna, cables (RF/IF) with
connectors, system software and all other hardware (Laptop not required) and software required for operation, monitoring &
configuration of the link.
1. The maximum throughput per Base Station Sector should be 200 Mbps or more for provision of high capacities per CPE for
Video applications.
2. The Base Station Sector should be capable of 60º, 90º, 120º coverage using sectorial antenna.
3. Network Interface should support GbE Port at Base station to enable carrying of more than 100 Mbps aggregate
asymmetrical traffic (coverage of BTS should be 360 Deg).
4. Spectral efficiency should be 5 Bit/Hz or more
5. Point to Multi Point Radio should support 200,000 ppsor more catering high capacity even at lower frame size
6. VLAN Support: It should be based on IEEE 802.1Q, 802.1P and QinQ Tagging/UnTagging
7. Channel Bandwidth: 05/10/20/40 MHz with 5 MHz steps.
8. Distance coverage: up to 25 Kms.
9. Should support SNMPv1, v3 & Telnet.
10. No of CPE per base station: Mimimum20 CPE per base station.
11. Modulation Technology: OFDM – MIMO 2x2
12. Point to Multipoint System should support space diversity
13. IP Protection: IP 66 or Better.
14. Operating temperature:0 to 55 deg. Celsius

CPE Radios:

1. System consisting of outdoor and indoor equipment, antenna, cables (RF/IF) with connectors, system software and all other
hardware (Laptop not required) and software required for operation, monitoring & configuration of the link.
2. The throughput per CPE should be 10Mbps with option of capacity upgrade to 25Mbps
3. Network Interface should support IEEE 802.3.
4. VLAN Support: It should be based on IEEE 802.1Q, 802.1P and QinQ Tagging/ UnTagging
5. Channel Bandwidth: 05/10/20/40 MHz with 5 MHz steps.
6. Radio should cover distance of 25 Kms.
7. Should support SNMP v1, v3 & Telnet.
8. No of CPE per base station: up to 20 CPE per base station.
9. Modulation Technology: OFDM – MIMO 2x2
10. Point to Multipoint System should support polarization and space diversity
11. IP Protection: IP 66 or Better.
12. Operating temperature: 0 to 55 deg. Celsius

Point to Point Radios:

1. System consisting of outdoor and indoor equipment, antenna, cables (RF/IF) with connectors, System software and all other

33 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)
hardware (Laptop not required) and software required for operation, monitoring & Configuration of the link. It should
support TDD synchronization to eliminate interference. Collocated Radios should support TDD inter site synchronization
using GPS Based Synchronization support via Ethernet Port.
2. S h a l l s u p p o r t aggregated throughput of 200Mbps or more for High Capacity Backhaul 3. Network Interface
should support GbE Interface to enable transporting more than 100Mbps asymmetric traffic.
4. Spectral efficiency should be 5B/Hz or more
5. The system shall support flexible quality of services and concurrent use of and voice, video and data applications
6. Channel Bandwidth: 05/10/20/40 MHz with 5 MHz steps.
7. Should support SNMP v1, v3 & Telnet.
8. Distance coverage: up to 30 Kms or more.
9. Modulation Technology: OFDM – MIMO 2x2
10. PtP System should support space diversity
11. Point to Point Radio should support 200,000 pps or more
12. VLAN Support: It should be based on IEEE 802.1Q, 802.1P and QinQ Tagging/ Un-Tagging
13. IP Protection: IP 66 or Better.
14. Operating temperature: 0 to 55 deg. Celsius

5.15 Tower for wireless connectivity


S.No Minimum Specifications / Functionalities / Capabilities
1 3 Leg Lattice Tower – Height to be decided by the bidder
2 Self Supported Standard Design
3 Alternate Painted with White and Red Colours
4 Copper Lightning arrestors with proper grounding

34 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)
Chapter 6
Bill of Quantity (To be submitted along with Annexure C-4)

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


Integrated Traffic
1 management and city
surveillance solution :-
A ANPR camera 146
B 4 RLVD Evidence Camera 51
As Per Requirement
C Outdoor IP 66 Processor
D Night Vision Illuminator 146
As per required Software for
E ANPR and RLVD
F Outdoor Audio Speaker 51
Minimum 2 Megapixel
Outdoor IP 66 I.P PTZ
2 camera 12 Nos.
Online Ups outdoor for
3 location with 1 Hour 13 Square Nos.
Backup With Isolation Circuit
Network Switches, Cat 6
Cable , Power cable Other
4 13 Square Need Based
Active & Passive Component
as per requirement
Installation/civil work pole
and masts and other
required accessories should
be made of high grade
5 quality with GI paint, 13 Square Need Based
Along with Earthling
arrangement , Arrester and
aviation Lamp Wherever is
required for camera
Network Rack/Outdoor
cabinet for all equipments
6 at main control Room ,and 13 Square Need Based
remote location with electric
fittings
Electricity meter
connectivity with required
Armored Wire(ISI Approved)
7 13 Square Nos.
with Laying up to Meter
point Provision for Each
Location

Control Room Equipment

Centralize ANPR And RLVD


8 1 Set
camera Monitoring Server Software

35 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)

Integration Module for M.P Vehicle


9 1 Set
data base server
E- challan Module for RLVD and
10 1 Set
ANPR systems
Centralize Server for ANPR , RLVD
11 2 Nos.
camera
Unified Storage for recording
of ANPR , and RLVD camera ,
12 Having Provision for Recording of 1 Unit
City Surveillance cameras also in
same storage
Layer 3 Network Switch With
13 1 Lot
Network rack With Cooling Fan
Online ups for main control
room/server. 10 KVA with Minimum 4 1 Nos.
14
Hours back up
46 “ HD LED monitor, 24 X 7
15 2 Nos.
Application
Client machine includes latest
original window OS with 24 “ LED
16 3 Nos.
monitor & anti-Virus License for Three
years

Three years Onsite warranty with


complete maintenance for Entire
17 3 Year
systems from the Date of Check Test &
handover Of Entire Systems
Running, Operation for whole
Systems 3 years Replacement
Warranty Period ( 4 skilled Operator
& One dedicated Service Eng for
18 36 Month
Operation , Bidder Will born all
Expanses ) and bidder shall impart
training for atleast 20 police personnel
to run the whole system
19 WiFi Mesh provisioning (1
set per Junction)
Bandwidth for Outdoor
20 Cameras to CCR
21 Bandwidth (MPLS) or
22 Bandwidth (Radio) or
23 Bandwidth (OFC)

Total amount
Tax amount
Final amount With all inclusive Basis (Tax, freight insurance, Octrai etc.)
Amount In words :-

36 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)

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. Description Details of Page No.
No. compliance

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 2014-15
certificate with copy of I.T. Returns
9 PAN Number

10 Sale Tax Clearance Certificate -2014-15


11 Minimum average Turnover- Last three
year Should Be 3 Cr. (Attach last three
years Balance Sheet )
2012-13
2013-14
2014-15
12 Authorization/OEM Certificate of each
item

37 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)

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
or any organization of repute in India.
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
17 Quoted ANPR and VMS software should
have seamless Integration

18 Quoted for four Skilled operator & One


Service Eng. For Operation for One Year,
maintenance for three years & 5 year
service
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

38 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)

Proposed Locations where cameras are to be Installed


No of
Cameras
S.No Locations PTZ RLVD ANPR
1 Chhawani Square 1 4 8
2 Satya Sai Square 1 4 12
3 Industry House Square 1 3 6
4 GPO Square 1 4 12
5 Navlakha Square 1 5 15
6 High Court Square 3 9
7 Kothari Market Square 1 4 12
8 Safi Square 1 4 12
9 Malganj Square 1 4 12
10 Agriculture College Square 1 4 12
11 Shastri Market Square 1 4 12
12 Exice Square 1 4 12
13 Mahesh Guard 1 4 12
Total 12 51 146

39 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)
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 ------------------------------------------------

40 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)
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

41 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)
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 ___________

42 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)
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.

NOTE: Delete whatever is not applicable. All corrections/ deletions should be duly attested by the
person authorized to sign the TENDER document.

43 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)

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:

44 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)

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.

45 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)

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.

46 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for
Indore city (RLVD System)
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

47 | P a g e

You might also like