Request For Proposal: Safe City Project of Delhi Police
Request For Proposal: Safe City Project of Delhi Police
Request For Proposal: Safe City Project of Delhi Police
For
Page 2 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Disclaimer
The information contained in this Request for Proposal document (“RFP”) or subsequently
provided to Bidders/prospective MSI, whether verbally or in documentary or any other form by
or on behalf of C-DAC or any of its Directors, employees or advisers, is provided to
Bidders/prospective MSI on the terms and conditions set out in this RFP and such other terms
and conditions subject to which such information is provided.
This RFP is neither an offer nor agreement by C-DAC to the Bidders/prospective MSI or any other
person. The purpose of this RFP is to provide interested parties with information that may be
useful to them in the preparation of their Proposals (Bids) pursuant to this RFP. This RFP includes
statements, which reflect various assumptions and assessments arrived at by C-DAC. Such
assumptions, assessments and statements do not purport to contain all the information that each
Bidder/prospective MSI may require. This RFP may not be appropriate for all persons, and it is
not possible for C-DAC, its Directors, employees or advisers to consider the objectives, technical
expertise and needs of each party who reads or uses this RFP. The assumptions, assessments,
statements and information contained in this RFP, may not be complete, accurate, adequate or
correct. Each Bidder/prospective MSI should, therefore, conduct own investigations and analysis
and should check the accuracy, adequacy, correctness, reliability and completeness of the
assumptions, assessments and information contained in this RFP and obtain independent advice
from appropriate sources at their own cost.
The information given is not an exhaustive account of statutory requirements and should not be
regarded as a complete or authoritative statement of requirements. C-DAC accepts no
responsibility for the accuracy or otherwise for any interpretation or opinion on the facts,
requirements and legal provisions expressed herein.
C-DAC, its Directors, employees and advisers make no representation or warranty and shall have
no liability to any person including any Bidder/prospective MSI under any law, statute, rules or
regulations or tort, principles of equity or unjust enrichment or otherwise for any loss, damages,
cost or expense which may arise from or be incurred or suffered on account of anything contained
in this RFP or otherwise, including the accuracy, adequacy, correctness, reliability or
completeness of the RFP and any assessment, assumption, statement or information contained
therein or deemed to form part of this RFP or arising in any way in this Selection Process.
C-DAC shall not be liable for any loss, damage, costs etc. of any nature whether resulting from
negligence or otherwise, howsoever caused, arising from reliance of any Bidder/prospective MSI
upon the statements contained in this RFP.
C-DAC may in its absolute discretion, but without being under any obligation to do so, update,
amend or supplement the information, assessment or assumption contained in this RFP.
Issuance of this RFP does not imply that C-DAC is bound to select a MSI or to appoint the selected
MSI. C-DAC reserves the right to reject all or any of the Proposals (Bids) without assigning any
reasons whatsoever.
Page 3 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Bidder/prospective MSI shall bear all the costs associated with or relating to preparation and
submission of proposal including but not limited to preparation, copying, postage, delivery fees,
expenses associated with any demonstrations or presentations which may be required by C-DAC
or any other costs incurred in connection with or relating to its Proposal. All such costs and
expenses shall remain with the Bidder/prospective MSI and C-DAC shall not be liable in any
manner whatsoever for the same or for any other costs or expenses incurred by
Bidder/prospective MSI in preparation or submission of the Proposal,
presentation/demonstration/proof of Concept etc. regardless of the conduct or outcome of the
selection process.
---0--0--0---
Page 4 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Table of Contents
: Instructions For Bidders (IFB) ......................................................................................................... 11
1.1. Required Assistance to Bidders ....................................................................................................................... 11
1.2. On-Line Bid Submission ...................................................................................................................................... 11
Registration on e-procurement Portal ............................................................................................ 11
Preparation of Bids & adequate attention to NIT, corrigendum, uploading formats, others ......... 11
Successful Submission of bids ....................................................................................................... 12
1.3. Fact Sheet & Calendar of Events ...................................................................................................................... 12
1.4. Acronyms- list of abbreviations ....................................................................................................................... 14
1.5. Purpose ...................................................................................................................................................................... 20
1.6. Definitions ................................................................................................................................................................ 20
Interpretation .................................................................................................................................. 22
1.7. Introduction to the Project- Delhi Safe City ................................................................................................ 23
Safe City Need in the National Capital Territory, Delhi ................................................................ 23
Important Stakeholders for important guidance and contributions ................................................ 23
Delhi Police Functioning Structure and administration ................................................................. 24
Governance Structure for Safe City Project of Delhi Police.......................................................... 24
1.8. General ....................................................................................................................................................................... 24
1.9. Eligible Bidders....................................................................................................................................................... 25
Compliant Bids/Completeness of Response .................................................................................. 25
Bidder to Inform (clarification) ..................................................................................................... 25
Bid Preparation Costs .................................................................................................................... 26
Pre-Bid Meeting & Clarification ................................................................................................... 26
Responses to Pre-Bid Queries and Issue of Corrigendum ............................................................. 26
RFP Document Fee ........................................................................................................................ 27
Contents of Bid .............................................................................................................................. 27
Validity of Bids .............................................................................................................................. 30
Language of Bids ........................................................................................................................... 30
Authentication of Bids ................................................................................................................. 30
Amendment of Request for Proposal........................................................................................... 31
Bid Price ...................................................................................................................................... 31
Deviations and Exclusions .......................................................................................................... 31
Total Responsibility..................................................................................................................... 31
Late Bids...................................................................................................................................... 32
Right to Terminate the Process .................................................................................................... 32
Page 5 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Page 6 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Page 7 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Page 9 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Page 10 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
From C-DAC, the following credentials may be referred for assistance on RFP document:
delhisafecitybid@cdac.in .
uploading such standard documents (e.g. PAN card copy, annual reports, auditor
certificates etc.) has been provided to the bidders. Bidders can use `My Space’ area
available to them to upload such documents. These documents may be directly
submitted from the `My Space’ area while submitting a bid, and need not be uploaded
repeatedly. This will lead to a reduction in the time required for bid submission
process.
Page 12 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
2 Method of Selection QCBS (Quality cum Cost-Based Selection): The weightage given to
the technical and financial score will be 70% and 30%
respectively.
Page 13 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Page 14 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Page 18 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Page 19 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
1.5. Purpose
This document introduces the bidders with essential parameters that will help in understanding
the requirement of C-DAC/ Delhi Police so the intended bidder can participate in the competitive
bid process and thereby formulate a time bound implementation approach.
This Chapter of the RFP will clearly define the foundation of the envisioned project with clear set
of instructions to bid as per standard norms, project terms and conditions (GCC & SCC),
evaluation and selection criterion, timelines, associated payment terms, roles and
responsibilities of stakeholders, etc.
The aim of this system is to capture all activities at the places under surveillance, generate alarms,
warnings in case of any potential threat to women's safety, especially physical / sexual
harassment targeting women, followed by real-time technology aided assistance to women in
distress.
The broad objectives include: Women, Children and Elderly People' Security and Safety- Quick
and effective emergency response system, Improved responsiveness, Effective Policing,
Improved Management, Reduction in crime, Integrations and scalability, Process Commissioning
through ICT (Information and communication Technology), Skill enhancement.
The objectives and intended benefits of this envisaged projects are detailed out with the Scope of
Work in Chapter 4 so as to enable the prospective bidders to understand and relate the project
fundamentals with the project requirements in a better meaningful way.
1.6. Definitions
a. “Acceptance of System”: The system shall be deemed to have been accepted by C-DAC &
Delhi Police, subsequent to its installation, rollout and deployment of trained manpower,
when all the activities as defined in Scope of Work detailed in Chapter 4 of the RFP have been
successfully executed and completed to the satisfaction of C-DAC & Delhi Police.
b. “Applicable Law(s)”: Any statute, law, ordinance, notification, rule, regulation, Judgment,
order, decree, bye-law, approval, directive, guideline, policy, requirement or other
governmental restriction or any similar form of decision applicable to the relevant party and
as may be in effect on the date of the execution of this contract and during the subsistence
thereof, applicable to the Project.
c. "Bid": Offer by the Bidder to fulfil the requirement of the Authority for an agreed price. It
shall be a comprehensive technical and financial response to the RFP.
d. “Bidder” shall mean the Sole Bidder or the JV organization submitting the proposal in
response to this RFP
Page 20 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
e. “C-DAC” means the Centre for Development of Advance Computing, a key stakeholder for
Delhi Safe City Project has been appointed as the Nodal Agency and Total Service Provider
for Delhi Police towards the selection of Implementation Agency, conduction of
implementation approach of Delhi Safe City Project. C-DAC will be acting as an interim
employer for the MSI till the contractual association with the Implementation agency.
f. “MSI” means the Successful Bidder who is selected by C-DAC through this RFP process. The
Successful Bidder shall carry out all the services mentioned in the scope of work of this RFP.
g. “Contract/Agreement” means the Contract/Agreement entered into by and between the
two parties viz. C-DAC and MSI, Sole or Joint Venture, as the case maybe, with the entire
documentation specified in the RFP.
h. “Contract Value” means the price payable to MSI under this Contract for the complete and
proper performance of its contractual obligations.
i. “Commercial Off-The-Shelf (COTS)” refers to software products that are ready-made and
available for sale, lease, or license to the general public.
j. “JV”: A JV consists of multiple members (not more than three parties) entering into a JV
Agreement for a common objective of satisfying the project requirements & represented by
a legal entity, designated as a "MSI” post declaration of the L1 bidder. At the stage of Bid
Process, the JV can be a non-incorporated entity in the form of mutual agreement among the
parties involved with the purpose of participation only.
k. “Data Centre Site” means the Data Centre sites including their respective Data Centre space,
wherein the delivery, installation, integration, management and maintenance services as
specified under the Scope of Work are to be carried out for the purpose of this Contract.
l. “Document” means any embodiment of any text or image however recorded that includes
any data, text, images, sound, voice, codes, databases or any other electronic documents as
per IT Act 2000.
m. “Deliverables” means Products, infrastructure and services agreed to be delivered by the
Bidder in pursuance of the agreement as defined more elaborately in the RFP,
Implementation and the Maintenance phases and includes all documents related to the user
manual, technical manual, design, process and operating manuals, service mechanisms,
policies and guidelines (such as security related, data migration related), inter alia payment
and/or process related etc., source code and all its modifications.
n. “Effective Date” means the date on which C-DAC issues the Letter of Intent/ Work Order to
proceed subsequent to the Contract is signed, and executed by the Parties hereto.
o. “GCC” means General Conditions of Contract
p. “Goods” means all of the equipment, sub-systems, hardware, software, products accessories,
software and/or other material / items which MSI is required to supply, install and maintain
under the contract.
q. “Intellectual Property Rights” means any patent, copyright, trademark, trade name, service
marks, brands, proprietary information whether arising before or after the execution of this
Contract and the right to ownership and registration of these rights.
r. “Go-Live” means commissioning of Project after installation and commencement of all safe
city components, including training as per scope of work mentioned in this RFP. MSI should
have the approval from C-DAC for user acceptance testing.
s. “Non-Compliance” means failure/refusal to comply with the terms and conditions of the
tender
t. “Non-Responsive” means failure to furnish complete information in a given format and
manner required as per the tender documents or non-submission of tender offer in given
forms/ pro forma or not following procedure(s) mentioned in this tender or any of required
Page 21 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
details or documents is missing or not clear or not submitted in the prescribed format or non-
submission of RFP Document/ tender fee and/ or EMD
u. “Notice” means: a notice; or consent, approval or other communication required to be in
writing under this Contract.
v. “OEM” means the Original Equipment Manufacturer of any equipment / system / software /
product which are providing such goods to C-DAC under the scope of this RFP.
w. “MSI’s Team” means MSI who has to provide goods & services to C-DAC under the scope of
this Contract. This definition shall also include any and/or all of the employees of MSI,
authorized service providers/ partners and representatives or other personnel employed or
engaged either directly or indirectly by MSI for the purposes of this Contract.
x. “NoC” A Network Operations Center (NoC) is defined as the place from which the networks
are supervised, monitored and maintained. It typically has a network operations center, a
room containing visualizations of the network or networks that are being monitored,
workstations at which the detailed status of the network can be seen, and the necessary
software to manage the networks.
y. “Replacement Service Provider” means the organization replacing MSI in case of contract
termination for any reasons
z. “Required Consents” The consents, waivers, clearances and licenses to use Authority
Intellectual Property Rights, rights and other authorizations as may be required to be
obtained for the software and other items that MeitY, GoI & their nominated agencies are
required to make available to Bidder pursuant to this Agreement
aa. “Service Level” The level of service and other performance criteria which will apply to the
Services delivered by the Bidder;
bb. “Sub-Contractor” shall mean the entity named in the contract for any part of the work or any
person to whom any part of the contract has been sublet with the consent in writing of C-DAC
and the heirs, legal representatives, successors and assignees of such person.
cc. “SCC” means Special Conditions of Contract.
dd. “Services” means the work to be performed by the MSI pursuant to this Contract, RFP and to
the contract to be signed by the parties in pursuance of any specific assignment awarded by
C-DAC.
ee. “Server Room” or “Data Center” shall have the same meaning.
ff. “Successful Bidder”: The Bidder who is qualified & successful in the bidding process and is
awarded the work.
Interpretation
i. In this Contract/Agreement unless specified otherwise:
a. The clause headings are for convenience of reference only and do not form part of this
Contract/Agreement;
b. A reference to a clause number is a reference to all of its sub-clauses;
c. The word “include” or “including” shall be deemed to be followed by “without
limitation” or “but not limited to” whether or not they are followed by such phrases;
d. Unless otherwise specified a reference to a clause, sub-clause or section is a reference
to a clause, sub-clause or section of this Contract including any amendments or
modifications to the same from time to time;
e. A word in the singular includes the plural and a word in the plural includes the
singular;
f. A word importing a gender includes any other gender;
Page 22 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
ii. A reference to a person includes a partnership and a body corporate, its successors
and assignees or a reference to legislation includes legislation repealing, replacing or
amending that legislation;
a. Where a word or phrase is given a particular meaning, it includes the appropriate
grammatical forms of that word or phrase which have corresponding meanings.
b. In the event of an inconsistency between the terms of this Contract and the RFP and
the Bid, the terms hereof shall prevail.
While safe city is a concept, which is evolving, the Ministry of Home Affairs has issued
advisories, where effective measure to be taken to curb crime against women. Some of the
important features prescribed for increasing security for women in rural and urban places,
inter-alia, include (in terms of Safe City):
a. Surveillance through CCTV and technology-based interventions;
b. Safety in Public Transportation systems
As part of its endeavors to enhance women safety in Delhi with use of all possible means
and resources with utmost efficiency, Delhi Police intends to undertake a Safe City Project
with various analytical and Artificial Intelligence tools for safety in public places in Delhi.
The use of state-of-the-art CCTV monitoring, helps to ensure a cityscape that is safe and
secure for women, is a technology model that has been widely demonstrated across the
globe. To ensure safety and security in places frequently visited by women, such as market
places, highways, bus terminals, metro stations, recreational areas, areas around women
schools/ colleges/ institutions, etc., the need for such a technology enabled surveillance is
more imperative, therefore, Delhi Police has recommended to introduce a 24x7 real-time
Safe City Project in Delhi to ensure women's safety and protection.
Page 23 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
The key decision taking entities regarding Delhi Safe City includes the Spl. Commissioner
of Police at PHQ and Deputy Commissioner of Police (DCP) at the District level.
Henceforth, the following propositions of Command and Control have been envisaged to
empower PHQ, Districts Offices, and Police Stations for effective facilitation of Decision
Support System:
1.8. General
a. While every effort has been made to provide comprehensive and accurate background
information, requirements and envisaged solution(s) specifications, Bidders must
conduct their own due diligence and form their own conclusions about the solution(s)
needed to meet C-DAC/ Delhi Police requirements. Bidders and recipients of this RFP
may wish to consult their own legal advisers in relation to this RFP.
b. All information supplied by Bidders as part of their Bids in response to this RFP, may be
treated as contractually binding on the Bidders, on successful award of the assignment
by C-DAC on the basis of this RFP.
c. No commitment of any kind, contractual or otherwise shall exist unless and until a formal
written Agreement has been executed by or on behalf of C-DAC. Any notification of
preferred bidder status by C-DAC shall not give rise to any enforceable rights to the
Bidder. C-DAC may cancel this public procurement at any time prior to a formal written
Agreement being executed by or on behalf of C-DAC.
d. Telex, cable or facsimile Bids will be rejected.
Page 24 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
e. For any assistance, the Bidders can contact the following officer as per their convenience
on the address given below:
Department: MMG Group of C-DAC
Email Id: delhisafecitybid@cdac.in
A JV should not consist of more than three parties. The JV would have the sole responsibility
of ensuring the delivery of products and services mentioned in all chapters of this RFP. The
Sole Bidder/ JV would also be responsible for ensuring the successful execution of integrated
solution including meeting the SLAs. The list of JV Members needs to be declared in the Bid
which cannot be changed by the Bidder later on.
The Member of the JV holding highest stake shall be the Principal Partner.
A JV agreement must be submitted along with the Bid and shall specify the roles &
responsibilities of the JV members.
The Sole Bidder or Joint Venture must comply the Eligibility/Pre-Qualification criteria as
stipulated at Para 2.1.3 Chapter 2 of this document. In case of Joint Venture, the Lead/Principal
Partner shall be liable for all acts and omissions. The Principal Partner shall be responsible for
the successful completion of the Contract/Agreement and C-DAC shall be communicating with
the Principal Partner for all necessary actions. The Principal Partner shall be held liable and
responsible for any breach of any of the terms and conditions of the Contract / Agreement.
The Sole Bidder or a Joint Venture as the bidder, shall hereafter be referred as ‘bidder’ in this
document.
Page 25 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Queries, set forth the particulars thereof and submit them to C-DAC in writing in order that
such doubt may be removed or clarifications are provided in the manner set out in the
RFP.
The pre-bid queries should be submitted in MS excel sheet format given below, along with
name and details of the organization submitting the queries.
Name of Bidder:
C-DAC shall not be responsible for ensuring that the Bidders’ queries have been received
by them. Any requests for clarifications post the indicated date and time shall not be
entertained by C-DAC.
Pre-bid meeting will be held as per details given in Fact Sheet and Calendar of Events, given
para 1.3 of Chapter 1. Maximum of 02 members per Bidder will be allowed to participate
in the Pre-Bid Conference. The representatives attending the pre-bid meeting should carry
appropriate authority letter with them.
Page 26 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
C-DAC shall endeavor to provide timely response to all queries. However, C-DAC makes no
representation or warranty as to the completeness or accuracy of any response made in
good faith. C-DAC does not undertake to answer all the queries that have been posed by
the bidders.
Any modifications of the RFP Documents, which may become necessary as a result of the
Pre-Bid Conference, shall be made by C-DAC exclusively through a corrigendum and in
writing and any such corrigendum shall be deemed to be incorporated into this RFP.
However, in case of any such amendment, the bid submission date may be extended at the
discretion of C-DAC.
RFP Document Fee/ Tender Fee of (As mentioned in the facts sheet) shall be paid at the
time of submission of bid through online mode only. The tender fee shall be non-
refundable and/or non-adjustable.
Without the payment of tender fee, the Bid shall be deemed as incomplete and non-
responsive and shall not be considered. There would be a processing fess which should be
paid through online mode only.
Contents of Bid
The ‘Two e-bid’ system will be followed for this RFP where the Technical Bid and Financial
Bid are required to be uploaded in separate e-packets, as described below.
Page 27 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Page 28 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Note: In view of large size of Bid to be submitted the bidders are requested to submit
the above listed documents in the same sequence along with the list of contents.
Page 29 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Notes:
i. The prices should NOT be indicated in the Technical Bid but should only be
indicated in the Financial Bid.
ii. All the documents submitted towards eligibility of pre-qualification/ eligibility
criteria should be arranged as per the Annexure -14.
iii. All the pages of the Bid must be sequentially numbered. The Bid documents must
contain in the beginning of the document, a list of contents with page numbers.
iv. The original Bid shall be prepared in indelible ink. It shall contain no
interlineations or overwriting, except as necessary to correct errors made by the
Bidder itself. Any such corrections must be initiated by the person (or persons)
who sign(s) the Bids.
v. All pages of the Bid shall be initialed and stamped by the person (or persons) who
signs the Bid.
The Bid shall be uploaded/submitted on CPP Portal by the date and time mentioned in the
Fact sheet.
Validity of Bids
The Bid submitted shall remain valid for a period of 120 days from date of submission. C-
DAC may request for extending the validity without change in the financial Bid. A bid valid
for a shorter period shall stand rejected.
C-DAC may ask for the bidder’s consent to extend the period of validity. Such request and
the response shall be made in writing only. A bidder agreeing to the request for extension
will not be permitted to modify his bid.
Language of Bids
The Bid should be prepared and submitted by the Bidders in English language only. If any
submitted supporting documents are in any language other than English, translation of the
same in English language is to be provided (duly attested) by the Bidders. For purposes of
interpretation of the documents, the English translation shall prevail.
Authentication of Bids
An authorized representative (or representatives) of the Bidder shall initial all pages of
the Pre-Qualification, Technical and Financial Bids.
Page 30 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
It shall be the responsibility of the prospective Bidder(s) to check CPPP/ C-DAC’s website
from time to time for any amendment in the RFP document. In case of failure to get the
amendments, if any, C-DAC shall not be responsible.
In order to allow prospective Bidders a reasonable time to take the amendment into
account in preparing their Bids, C-DAC, at its discretion, may extend the deadline for
submission of Bids. Such extensions shall be uploaded on CPPP/ website of C-DAC.
Bid Price
Financial Bid shall be as per the format provided in the RFP. Bidders shall give the
required details of all applicable taxes, duties, other levies and charges etc. in respect of
direct transaction between C-DAC and the Bidder.
Bidders shall quote for the entire scope of contract on an “overall responsibility” basis such
that the total Bid Price covers Bidder’s all obligations mentioned in or to be reasonably
inferred from the bidding documents in respect of providing the product/services.
Prices quoted by the Bidder shall remain firm during the entire contract period and not
subject to variation on any account. A Bid submitted with an adjustable price quotation
shall be treated as non-responsive and rejected. The applicable rates of GST for each line
item must be mentioned separately.
Total Responsibility
Bidder should issue an undertaking for taking total responsibility for the defect free
operation with effective SLAs of the proposed solution as per the format mentioned in
Annexure 8.
Page 31 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Late Bids
a. Bids received beyond the submission date and time mentioned in this RFP shall
summarily be rejected and not considered for evaluation.
b. The Bids submitted by telex/telegram/fax/e-mail etc. shall not be considered. No
correspondence shall be entertained in this regard. Bids submitted only in
accordance with the procedures and guidelines laid down in this RFP shall be
considered valid and due for evaluations.
c. C-DAC shall not be responsible for any non-receipt/non-delivery or delay in delivery
of the documents due to technical snag whatsoever at Bidder’s end, No
correspondence regarding such non-submissions shall be entertained.
d. C-DAC reserves the right to modify and amend any of the above-stipulated
condition/criterion.
Non-Conforming bids
A Bid may be construed as a non-conforming bids and ineligible for consideration:
a. Non-Compliance of any clause(s) of this RFP.
b. If a Bid does not follow the format requested in this RFP or does not appear to address
the particular requirements of the solution.
If there are any discrepancies in the Financial Bid, it shall be subjected to the following:
a. If, in the Price Bid structure quoted for the required goods/services/works, there is
any discrepancy between the unit price and total price (which is obtained by
multiplying the unit price by the quantity), the unit price shall prevail and the total
price corrected accordingly.
b. If there is an error in a total corresponding to the addition or subtraction of subtotals,
the subtotals shall prevail and the total shall be corrected.
c. If there is a discrepancy between words and figures, the amount in words shall
prevail.
d. Any discrepancies found in the offer may be intimated to the Bidder and C-DAC may
request the Bidder requesting clarification for the same within a stipulated
Page 32 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
timeframe. C-DAC reserves all the rights to take appropriate decisions as it may deem
fit upon receiving the clarifications for such discrepancies. The decision taken by C-
DAC on such matter(s) or otherwise shall be final and binding.
Confidentiality
All the material/information shared with the Bidder during the course of this procurement
process as well as the subsequent resulting engagement following this process with the
successful bidder, shall be treated as confidential and should not be disclosed in any
manner to any unauthorized person under any circumstances. The employees of the
successful Bidder and JV Members who are proposed to be deployed on the Project need
to furnish a Non-Disclosure Agreement (NDA).
Bid Disqualification
The Bid is liable to be disqualified/ a proper explanation may be called in the following
cases or in case Bidder fails to meet the bidding requirements as indicated in this RFP:
a. During validity of the Bid, or its extended period, if any, the Bidder increases its
quoted prices;
b. The Bidder’s Bid is conditional and has deviations from the terms and conditions of
RFP;
c. Bid is received in incomplete form;
d. Bid is not accompanied by all the requisite documents;
e. Information submitted in Technical Bid is found to be misrepresented, incorrect or
false, accidentally, unwittingly or otherwise, at any time during the processing of the
contract (no matter at what stage) or during the tenure of the contract including the
extension period if any;
f. Financial Bid is enclosed with the same document as Technical Bid;
g. Bidder tries to influence the Bid evaluation process by unlawful/corrupt/fraudulent
means at any point of time during the Bid process;
h. In case any one of the parties of the JV [Lead and/or the JV member(s)] submits
multiple Bid(s) or if common interests are found in two or more Bidders, the Bidders
are likely to be disqualified, unless additional Bids/Bidders are withdrawn upon
notice immediately;
i. If any of the Member Bidder of any JV is also a member in any other Bid, then all the
affected Bids shall be disqualified.
Page 33 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
b. Without prejudice to the rights of C-DAC under Clause above and the rights and
remedies which C-DAC may have under the LOI or the Agreement, if a Bidder is found
by C-DAC to have directly or indirectly or through an agent, engaged or indulged in
any corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice during the Selection Process, or after the issue of the LOI or the
execution of the Contract such Bidder shall not be eligible to participate in any tender
or RFP issued by C-DAC during a period of 3 years from the date such Bidder is found
by C-DAC to have directly or through an agent, engaged or indulged in any Prohibited
Practices.
c. For the purposes of this Section, the following terms shall have the meaning herein
after respectively assigned to them:
• “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly
or indirectly, of anything of value to influence the action of any person connected
with the Selection Process (for avoidance of doubt, offering of employment to or
employing or engaging in any manner whatsoever, directly or indirectly, any
official of C-DAC/ Delhi Police who is or has been associated in any manner,
directly or indirectly with the Selection Process or the LOI or has dealt with
matters concerning the Agreement or arising there from, before or after the
execution thereof, at any time prior to the expiry of one year from the date such
official resigns or retires from or otherwise ceases to be in the service of C-DAC/
Delhi Police, shall be deemed to constitute influencing the actions of a person
connected with the Selection Process); or (ii) save as provided herein, engaging
in any manner whatsoever, whether during the Selection Process or after the
issue of the LOA or after the execution of the Agreement, as the case may be, any
person in respect of any matter relating to the Project or the Award or the
Agreement, who at any time has been or is a legal, financial or technical
consultant/adviser of C-DAC/ Delhi Police in relation to any matter concerning
the Project;
o “fraudulent practice” means a misrepresentation or omission of facts or
disclosure of incomplete facts, in order to influence the Selection Process;
o “coercive practice” means impairing or harming or threatening to impair or
harm, directly or indirectly, any persons or property to influence any
person’s participation or action in the Selection Process;
o “undesirable practice” means (i) establishing contact with any person
connected with or employed or engaged by C-DAC/ Delhi Police with the
objective of canvassing, lobbying or in any manner influencing or attempting
to influence the Selection Process; or (ii) having a Conflict of Interest; and
o “restrictive practice” means forming a cartel or arriving at any
understanding or arrangement among Bidders with the objective of
restricting or manipulating a full and fair competition in the Selection
Process.
Conflict of Interest
a. A Bidder shall not have a conflict of interest that may affect the Selection Process or
the Solution delivery (the “Conflict of Interest”). Any Bidder found to have a Conflict
of Interest shall be disqualified. In the event of disqualification, C-DAC reserves the
right to take action as per applicable rules.
Page 34 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
b. C-DAC requires that the Bidder provides solutions which at all times hold C-DAC’s/
Delhi Police’ interests paramount, avoid conflicts with other assignments or its own
interests, and act without any consideration for future work. The bidder shall not
accept or engage in any assignment that would be in conflict with its prior or current
obligations to other clients, or that may place it in a position of not being able to carry
out the assignment in the best interests of C-DAC/ Delhi Police.
Sub-Contracting
The Bidder would not be allowed to sub-contract work, except for the following:
a. Facility Management Staff at Ground maintenance, Cleaning, Catering, Vending Space
management, Utilities management, Site Preparation etc. and associated manpower
and site preparation.
b. Sub-contracting shall be allowed only with prior written approval of C-DAC. However,
even if the work is sub-contracted, the sole responsibility of the work shall lie with
the Successful Sole Bidder/ JV Bidder. The Successful Bidder shall be held responsible
for any delay/error/non-compliance etc. of its sub-contracted vendor.
• No site visits shall be arranged or scheduled after the deadline for the submission of
the Bids and prior to the award of Contract.
(End of Chapter – 1)
Page 36 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Conditions of Contract
2.1. Special Conditions of Contract (SCC)
Signing of Agreement and Release of Payments
The Agreement for project implementation will be signed between selected bidder (Lead
Partner in case of JV) and C-DAC, Pune.
The draft of the Agreement is given in Chapter 6 of this document. However, all the terms
and conditions stipulated in this tender shall also be the part of the Agreement to be
signed.
All the invoices should be raised in the name of C-DAC Pune. The payments as stipulated
in the Contract will be released by C-DAC, Pune on approval of competent authority from
C-DAC.
Page 37 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
j. The Bidder shall quote only one specific make and model from only one specific OEM,
for each of the goods. Providing more than one option shall not be allowed. All goods
quoted by the Bidder must be associated with item code and names and with printed
literature describing configuration and functionality. Any deviation from the printed
specifications should be clearly mentioned in the offer document by the Bidder.
k. The MAC address/ Serial Number of the surveillance cameras and other necessary
components must be registered in the name of the OEM supplying the equipment’s.
l. Bidder’s solution shall adhere to the model framework of cyber security guidelines
issued by MeitY (Ministry of IT) from time to time
m. The Sole bidder or any member of the JV or OEM(s) or its parent company or allied
business subsidiary companies should not have been
blacklisted/banned/debarred/Non-Performance by GOI/State Govt./PSU/by
prominent foreign nations due to security concerns during the last 05 years from the
date of publishing the bid. A blacklisted /debarred entity in India or in Prominent
Countries shall not be allowed to bid through either any of its Indian
subsidiaries/Channels-Partners/Off-shore or Overseas Establishments.
n. The Sole Bidder or the JV (in case of a JV), should have office in the Delhi/NCR or
should furnish an undertaking that the same would be established within one month
of signing the contract, if project is awarded.
o. The Sole Bidder / Each member of JV shall have any one of the following ISO
Certifications valid at the time of Bidding:
• ISO 9001:2008/ 2015
• ISO 20000:2015 for IT Service Management or equivalent certification
• ISO 27001:2015 for Information Security Management System or equivalent
certification.
p. The Sole bidder / any JV members should have CMMI level 3 or better certification
q. The Sole Bidder / Any member in case of JV shall have successfully executed below
mentioned projects in last seven years (excluding civil work):
• At least one order covering Data Center with designed IT load of minimum 30KW
excluding redundancy.
• At least one order/project covering Surveillance projects minimum camera
installation base of 500 IP cameras in outdoor environment for a surveillance
project with a single Town/City.
• At least one order covering Surveillance project including surveillance cameras,
ICCC, VMS, and Video Analytics Software etc.
• At least one order of minimum Rs. 05 Cr covering Command and control center/
City Control Room/ Communication Center
• Orders covering Video analytics/Face Recognition (The cumulative amount of
successfully executed orders/projects should be minimum Rs. 02 Crores)
r. The sole bidder (the Lead bidder and members – in case of JV) must comply with the
requirements stipulated in Office Memorandum: F/No/6/18/2019-PPD dated 23rd
July, 2020, issued by Public Procurement Division, Department of Expenditure,
Ministry of Finance and GoI.
s. The solution offered must comply with the provisions of Order No P-45021/2/2017-
PP (BE-II). Dated 4th June, 2020 issued by Public Procurement Division, Department
of Investment and Internal Trade, Ministry of Commerce, GoI read with order
number W-43/4/2019-IPHW- MeitY, dated 7th September, 2020 issued by IPWH
division of MeitY, GoI
Page 38 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
a. Camera OEMs
i. OEM should have a minimum cumulative turnover of Rs. 200 Crores in last
02 financial years from the date of opening of tender.
ii. OEM of IP CCTV cameras should have supplied at least 30,000 IP CCTV
cameras in India or globally during the last 05 years
iii. OEM of IP CCTV camera should have successfully completed at least one
order for supply and installation of 1,000 IP CCTV cameras during the last
05 years.
iv. OEM should have authorized service centre in India
v. OEM should have ISO certifications: ISO 9001; ISO 14000 & OHSAS
18001;2007/ISO 45001
vi. Cameras; Camera Firmware; SDK; APIs etc. shall not contain any embedded
malicious code which may: -
o Inhibit the desired and designed functions of the equipment’s and Solution.
o Tap information regarding network
o There are / will no Trojans, Viruses, worms, Spy wares
o OEM shall be liable under Information Technology Act, 2000 and Indian
Penal Code 1860 in case any Such malicious code in offered / developed
software
vii. Any component/ hardware / parts / assembly / software including
firmware used in the offered solution (hardware / software) MUST NOT
comply to - GB28181, GB/T 28181-2011; GB/T28181-2011; GBT 28181-
2011; GBT28181-2011 standards. Also, the IP CCTV System MUST NOT have
CCC.
viii. OEM should have its own Repair/Service-Support center in the country and
must own its RMA set up in India for a minimum of 05 years from the date of
submission of bid (not as joint venture, partnership firms or through any
other association). In case of product failure OEM should replace
malfunction product with equivalent working product immediately till the
repaired or alternate product received.
ix. IP CCTV System OEM for Cameras & VMS must be a member &/or listed in
the ONVIF website. The quoted products must be ONVIF compliant not
conformant. Online verification of OEM in ONVIF website must be available.
No OEM should be banned or suspended by ONVIF within the last five years
from the date of publishing the bid.
b. OEM of ICCC
i. OEM of C4I should have Installation base of at least 05 Safe City Projects /
Smart Cities in India or globally during the last 05 years, at least with one
project with Bigdata Correlation engine/platform.
Page 39 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
ii. OEM of C4I should have supplied at least 3 + Sub System Integration in single
order during the last 05 years in India or globally.
iii. ICCC should have cyber Security certifications from UL or equivalent from
any Indian certifying laboratory
c. OEM of VMS
i. OEM of VMS should have supplied at least 50,000 cameras Licenses in India
or globally in qualifying orders during the last 05 years
ii. OEM certifications
• VMS Should be ONVIF Profile S & G.
• Should also roadmap of ONVIF Profile T/Q. Declaration for the same to
be provided.
e. OEM of Server
i. OEM must have supplied servers in minimum 02 Safe Cities/Smart Cities
projects in India
ii. OEM of server should be validated with offered ICCC and VMS software with
minimum one year of existence
f. OEM of Storage
i. OEM should have successfully completed at least one order for supply and
installation of minimum 08 PiB scale out NAS Storage in India.
g. OEM of UPS
i. Offered Product should be OEM own Designed, Developed & Manufactured,
OEM should have certificate of incorporation in INDIA for >10 Years
ii. At least one order covering minimum installation base of 1000 outdoor UPS
for a project.
iii. OEM Should have ISO 9001 or ISO 14001 certificate for Manufacturing
facility from reputed Agency.
iv. OEM Should have annual turnover of > 100 CR for consecutive 03 Years and
same should be authorize from Reputed Agency.
v. OEM should have its own Repair/Service-Support center in India from the
date of submission of bid (not as joint venture, partnership firms or through
any other association). In case of product failure OEM should replace
malfunction product with equivalent working product immediately till the
repaired or alternate product received.
Notes:
i. Bidders are advised to submit necessary and sufficient documents in
support of eligibility criteria stipulated above.
ii. C-DAC reserves the right to contact the concerned authority of the client/
end user for verification of the Orders/ Contracts referred by the bidder.
Page 40 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
iii. C-DAC reserves the right to award the Contract in compliance with the Make
in India Initiative /directives issued by GoI and polices towards MSME.
Exemptions
If in the view of bidder, any exemption/relaxation is/are applicable to them from any of
the eligibility/pre-qualification requirements, under any Rules, process, Guidelines,
Directives of Government of India, bidder may submit their claim for the applicable
exemption/relaxation, quoting the valid Rule, process, Guidelines or Directives. In this
case the bidder should submit their request for claiming concession/exemption from any
particular criteria enclosing the necessary and sufficient valid documents along with the
technical bid, in support of their claim.
Opening of Bids
There will be Two Bid-opening events as follows:
Clarification on Bids
During the Bid evaluation, C-DAC may, at its own discretion, ask the Bidder for any
clarification(s) of its Bid. The request for clarification and the response shall be in writing,
and no change in the price or substance of the Bid shall be sought, offered, or permitted.
C-DAC’s decision on the clarification(s) received shall be final and binding.
The decision of the Tender Evaluation Committee in the evaluation of Bids shall be final
and binding. No correspondence will be entertained outside the process of evaluation with
the Committee. The Tender Evaluation Committee may ask for meetings with or
presentation from the Bidders to seek clarifications or confirmations on their Bids.
The Tender Evaluation Committee reserves the right to reject any or all Bids. Each of the
responses shall be evaluated as per the criteria and requirements specified in this RFP.
Page 41 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Evaluation Process
The steps for evaluation are as follows:
a. Stage 1: Pre-Qualification
i. C-DAC shall carry out the preliminary examination of the technical bid documents
submitted in e-packet 1 to check the compliance with pre-qualification
requirements/ Eligibility Criteria stipulated at para 2.1.3 of Chapter 2 of this
document.
ii. Each of the Pre-Qualification Criteria mentioned in the RFP is MANDATORY.
In case, the Bidder does not meet any one or more of the criteria, the bid shall be
disqualified.
iii. The detailed technical evaluation of the bids shall be carried out only for the
bidders who comply with the pre-qualification Requirements/Eligibility Criteria.
The total prices (All- inclusive) quoted by the bidders (as per price bid format) for all
the four phases including the warranty charges for 05 years, the O & M charges for
three years along with the applicable GST, as per the price bid format will be
considered for the purpose of evaluation and comparison of bids.
The Combined Technical and Financial Score (CTFS) will be calculated by assigning
the weightage in proportion of 70:30 (70 % weightage for Technical parameters and
30 % weightage for price).
The Combined Technical and Financial Score (CTFS) will be calculated by using
following formula:
Where,
i. CTFS = Combined Technical and Financial Score (calculated up to two decimal
points).
Page 42 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Page 43 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Page 44 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Page 45 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Note: The bidder should submit the relevant documents in e-packet 1, in support of the
criteria stipulated above.
The bidder shall be required to demonstrate the parameters and features as stipulated
at para 2.1.10.1 mentioned below. Technical committee will provide technical marks for
each component according to the full compliance and successful demonstration of the
given parameter and features.
C-DAC reserves the right to summarily reject the bids of the bidders’ whose documents
found missing or not submitted along with the bid being required for Technical
evaluation without giving any prior notice. All Equipment technical and functional
specification mentioned should be available in the technical bid and same will be
verified during PoC.
Page 46 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Page 47 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
ii. Subject Experts: For each of the components, there can be subject matter
experts (SME). These members should be the technical manpower as
proposed in the technical bid. These SME may be from OEM partners (if in-
house knowledge for that OEM equipment is not sufficient). The respective
SMEs of each component is allowed to focus only on their components.
Ideally, the following SMEs are required:
a. Command and Control Expert
b. Security & Surveillance Expert
c. Network & Infrastructure Expert
d. Server Storage/Database Expert
e. MPLS Network Expert (Optical fiber)
f. AI based Video Analytics Platform Expert
Page 48 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
iii. Key Account Manager/Bid Lead: To answer any query related to the exact
offering in the bid (viz-a-viz items offered in PoC)
The PoC Lead should front-end the entire PoC and walk through the entire
demonstration. At appropriate points, he/she should hand over the control to the
respective SME, to enable demonstration of a particular component (if required).
The aim of the PoC should be functional compliance as well as operational explanation
of the system. The focus should be on demonstrating the features of the field
systems/components along with their associated software applications that are to be
used in actual work-flow of the city monitoring as per RFP. Hence the flow of PoC
must be drafted accordingly and PoC must be conducted as per the defined flow and
demonstration of field systems/components along with their associated software
applications.
Page 49 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
movement in FoV, more movement in FoV, etc.) for different resolution settings
at cameras.
x. Technical Parameters / Observations - Technical parameters/Datasheets/
brochures/ literatures of equipment used for PoC for software and hardware
demonstrated.
xi. Contact Info - Name, Email and Mobile number of PoC Lead and SME in case any
further clarification is required about the PoC.
xii. Any additional measure to meet the solution requirement and performance by
the MSI must be indicated clearly.
Page 50 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
vi. Floating of Analytics licenses on multiple cameras using unified platform GUI.
Dynamic Deployment and association of Video analytics use cases including FRS
and ANPR to various cameras using the AI based Video Analytics platform
vii. Technical Compliance of the system demonstrated (viz-a-viz RFP specifications)
viii. Completeness of the PoC document
ix. Capability of the bidder to respond to the queries raised during the PoC
x. Additional Systems demonstrated (if any) – bidder can propose any other
system/solution in line to the RFP requirement for project benefit.
xi. Bandwidth Provisioning and verification
xii. A minimum of 48 streams or better from the cameras and other means available
(Min 12 physical cameras) for POC shall be brought on VMS / C4i platform and
the same should be routed to analytics software for checking the overall
performance of the system in the areas of robustness, availability, analytics
accuracy and error handling capacity of the software along with the performance
of the overall HW parameters like CPU / GPU, Network etc.
xiii. Adequacy of the PoC recordings given in CD/DVD/USB Pen-Drive.
The PoC demonstration should primarily cover the following steps at the minimum
along with the evaluation framework as mentioned below PoC scope and Technical
evaluation parameters.
i. Introduction of the PoC Team.
ii. Brief objectives of PoC and flow/steps in which the PoC will progress.
iii. Summary explanation for the Bill of Material for PoC.
iv. Inspection of all PoC equipment by the evaluation committee and comparison
with Bid proposal.
Page 51 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
vi. Command & Control Centre: The data feeds of the various systems/components
configured under the scope of PoC should be displayed at the workstation of
Operator (Operator 1) along with the ability to view the camera’s live and
recorded video feed on Video Wall. The feeds shall be made available for
recording and storing at the PoC control centre (software, hardware).
vii. Dashboard: The operator (Operator 1) shall be able to present the Alert on the
geospatially enabled maps in the form of visual & audio. Auto pop-up of alert
manager window shall be demonstrated.
viii. Alerts: Below information to be demonstrated by the Alert Manager:
a. Show the target alert
b. Time the alert was created
c. Description of the alert
d. Field Cameras/Systems/Components which created the alert
e. It will have provision to facilitate the operator to locate the sensor on GIS map
f. Provision to acknowledge the alert
g. Provision to close the alert
h. Provision to see detailed view which should include
o Alert description with timestamps
o Live & Recorded video of the camera/data feeds of the other field
sensors/systems/components
o Map section by displaying the sensors and resources
o Standard Operating Procedure (SOP) as mentioned above
ix. Acknowledgement of the alert by operator (Operator 1) in alert manager
x. Demonstration of predefined and relevant SOP in the SOP section by operator
(Operator 1)
xi. Demonstration of specifying the custom comments in the appropriate field by
operator (Operator 1)
xii. Demonstration of performing all the tasks specified in the SOP by operator
(Operator 1)
xiii. Reports: Demonstration of generation and receipt of analysed reports from the
ICCC of the system by the operator (Operator).
Page 52 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Page 55 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Page 56 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
SMTP, Ipv4/Ipv6,
ONVIF
10 Security SSL & TLS; SSH; Shall be tested in
HTTPS; 802.1x NAC; conjunction with proposed
Multiple EAP VMS by installing SSL
methods; AES/DES Certificate for triggering the
TLS to figure out the data
security.
11 Manufacturer MAC ID & Firmware An online inspection shall
Authenticity Authenticity; non- be done through in
compliance to conjunction with necessary
GB28181, offline documents by using
GB/T28181-2011 third party tools to
determine the Duplicate
MAC Address Detection, if
any.
So also, the online
authenticity of Firmware
shall be checked to
determine if it’s a malicious
or modified or duplicate
coded. A live investigation
shall be conducted with
specific tools to verify the
non-compliance of
GB28181, GB/T28181-
2011.
12 SD Card Offline Recording The POC must establish the
recording SD recording proof in-
conjunction with quoted
VMS by Bidder.
13 Seamless Server Video Analytics’ POC The POC must establish the
Based Analytics Integration various type of video
Integration analytics as per RFP
integration for live &
recording proof in-
conjunction with quoted
VMS & Video Analytics
System by Bidder.
Page 57 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
B.2. Outdoor PTZ Camera - 4MP, 30x Optical Zoom and Joystick control operations
Page 59 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
provided 128 GB
card
8 Defog Digital Able to view and configure
defogger/defogger variable image settings via
we browsing of Camera
9 Supported IPv4/IPV6, HTTP, Compliance for major
Protocol HTTPS, FTP, SMTP, protocol during live POC
UPnP, SNMP, DNS, shall be tested – ONVIF;
DDNS, NTP, RTSP, RTSP; RTP; DHCP;
RTP, TCP, UDP, ARP/DNS; etc.
IGMP, ICMP, DHCP,
ONVIF
10 Security SSL & TLS; SSH; Shall be tested in
HTTPS; 802.1x NAC; conjunction with proposed
Multiple EAP VMS by installing SSL
methods; AES/DES Certificate for triggering the
TLS to figure out the data
security.
11 Manufacturer MAC ID & Firmware An online inspection shall
Authenticity Authenticity; non- be done through in
compliance to conjunction with necessary
GB28181, offline documents by using
GB/T28181-2011 third party tools to
determine the Duplicate
MAC Address Detection, if
any.
So also, the online
authenticity of Firmware
shall be checked to
determine if it’s a malicious
or modified or duplicate
coded. A live investigation
shall be conducted with
specific tools to verify the
non-compliance of
GB28181, GB/T28181-
2011.
12 SD Card Offline Recording The POC must establish the
recording SD recording proof in-
conjunction with quoted
VMS by Bidder.
13 Seamless Server Video Analytics’ The POC must establish the
Based Analytics POC Integration various type of video
Integration analytics as per RFP
integration for live &
recording proof in-
conjunction with quoted
Page 61 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Page 63 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Page 65 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Edge
Gateway
- MSI has to demonstrate all the features of ICCC and VMS as per specification.
- Demonstrate the ICCC Software solution for multi-monitor displays (2*2 Displays).
- Integration SOP for other software.
Page 66 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
B.1. ICCC
Page 67 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Page 68 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Page 69 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Page 70 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Page 71 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Page 72 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
B.2. VMS
Page 73 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Page 74 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Page 75 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Page 76 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Page 77 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Page 78 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
D. AI Based Video Intelligence Platform & Video Analytics Use Case Parameters for
Proof of Concept –
Sr. No. Parameters Functionality Test in Demonstration Demonstrate
d / Submitted
& Verified
1. Innovation Any new and out of the box showcase which
can help CDAC and Delhi Police.
2. High Availability Bidder to showcase High Availability and
and Virtualization capability of Video Analytics
Virtualization Platform in case of failure of any one node. The
Support POC documentation should include a
benchmarking reports / case studies to
support the capabilities.
3. New Application Bidder to showcase the following capabilities
Development of the AI based Video Analytics Platform in
Capabilities of detail during the POC –
the Platform The AI system shall also support native or
third-party developed algorithms and use-
cases that can provide the user with a large
base of use-cases to choose from.
For new application development, the
system shall provide a developer Software
Development Kit (SDK) for this purpose.
The SDK shall be provided along with
detailed documentation for building end-
to-end use-cases on the system.
The system shall also allow the user to plug
different AI models in the individual
running of the video analytics use-case.
4. Annotation tool Bidder to showcase the following capabilities
with Project of the AI based Video Analytics Platform in
Management detail during the POC –
capabilities The system shall have an inbuilt annotation
tool that allows a user to label the images
with relevant information using both
rectangle and polygon drawing facilities.
The annotation should allow labelling of
images or drawn objects with different
class names. In case of persons, it should
also support labelling of various attributes
such as color of clothing, type of clothing,
age, gender etc. as well.
The annotation tool should have a
comprehensive project management
feature, including assigning annotation jobs
on a set of images to individual users. The
system should also have support for higher
privileged users who can
Page 79 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Evaluation Parameters –
The accuracy should be showcased using
surveillance cameras mounted at actual
heights.
The OEM shall show the recognition of full
face of test case using -
o Right part or left part of the face.
o Facial props worn by the case (like
turban, thick beard, etc.)
o The OEM shall show the demo on a
test case to recognize the suspect from
the
The pre-recorded feeds
Create a test database using
dummy images
From the database created, to
identify the criminal in real time.
The OEM shall demonstrate identification
of multiple persons in a single frame for
o Blacklisted individuals – The OEM
shall create a test dataset of
blacklisted individuals and using it the
solution shall identify and raise
severity alert. The same shall be
demonstrated in a single frame of
multiple faces.
Page 83 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Evaluation Parameters –
The accuracy of detection should be above
85% on the video provided by the
evaluation committee.
Evaluation Parameters –
This app should raise an alert if any
pedestrian is Jay walking.
The app should provide zone wise data of
both the pedestrian movements at zebra
crossings and jay walking with a minimum
of hourly granularity
17. Camera Health Functionality test in demonstration.
Monitoring The Camera Health Monitoring app should
be able to monitor the status of the camera
and report an alert in case the camera is not
functional or tampered with intentionally or
unintentionally.
Evaluation Parameters –
The accuracy of application be above 90 %
on the video provided by the evaluation
committee.
Alerts should be raised on following
incidences.
Camera view tampered with bright light
Camera scenes gets too dark below a
threshold
The app should raise an alert if the camera
is turned off or connectivity is lost.
Camera cable pulled. / Connectivity lost.
Page 84 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
*Miscellaneous: Power Arrangement- With respect to the power requirements at field for PoC,
the power arrangements to be ensured by the MSI through adequate Gen-set as an essential part
of the PoC exercise. All arrangements required for POC should be arranged by MSI.
Notification of Award
C-DAC will notify the Successful Bidder confirming the selection of the Bidder. The Bidder
shall confirm the acceptance of the same in writing within 05 (five) days.
Prices
a. Bidders shall quote for the entire scope of contract on an “overall responsibility” basis
such that the total Bid Price covers Bidder’s all obligations mentioned in or to be
reasonably inferred from the bidding documents in respect of providing the
product/services.
b. The prices for components/ sub-systems supplied and services to be provided must
be quoted in INR only.
c. Prices must be quoted as per the format uploaded under this RFP on CPP Portal.
d. The prices quoted must be inclusive of all the costs, charges, freight, insurance,
handling charges, packing charges, license fees, labour charges, warranty for three
years and incidental charges till successful completion of project deliverables.
e. The prices towards extended warranty of further two years, Operation and
maintenance for three years and comprehensive AMC (CAMC) for three years should
be quoted separately as given in price bid format.
f. The item wise break up of CAMC charges for three years should be submitted as per
the format given in price bid.
g. The prices must include the charges towards testing, Demonstration of PoC, and
completing the quality acceptance criteria, training etc.
Page 85 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
h. All prices should be quoted excluding applicable GST. Bidder must indicate rates of
current applicable GST separately for each line item.
i. In case of change in Government statutory taxes/ duties, the taxes and / or duties
applicable as on date of supply will prevail.
Performance Security
Within fifteen (15) days from the date of notification of Award, the Successful Bidder shall
at his own expense submit unconditional and irrevocable Performance Security in the
form of Bank Guarantee (PBG) to C-DAC. The PBG shall be from a Nationalized Bank or a
Scheduled Commercial Bank in the format prescribed in the RFP, payable on demand, for
the due performance and fulfillment of the contract by the bidder.
This Performance Bank Guarantee shall be for an amount equivalent to 10% of total
contract value.
C-DAC reserves the right to forfeit the Performance Bank Guarantee, in an event if the
Bidder:
a. fails to meet the overall penalty condition as mentioned in RFP para 2.1.29 of Chapter
2 or any changes agreed between the parties,
b. fails to perform the responsibilities and obligations as set out in the Contract/ Order
to the complete satisfaction of C-DAC,
c. Misrepresents facts/information submitted to C-DAC.
The Performance Bank Guarantee shall be valid till satisfactory completion of warranty
period (Go-live of Phase-3 + 62 months). The Performance Bank Guarantee may be
discharged/returned by C-DAC upon being satisfied that there has been due performance
of the obligations by the Successful Bidder under the Contract.
In the event of the Bidder being unable to service the contract for whatever reason(s), C-
DAC shall have the right to invoke the Performance Bank Guarantee. Notwithstanding and
without prejudice to any rights whatsoever of C-DAC under the contract in the matter, the
proceeds of the PBG shall be payable to C-DAC as compensation for any loss resulting from
the Successful Bidder’s/ MSI’s failure to perform/comply its obligations under the
contract.
C-DAC shall notify the Bidder in writing of the exercise of its right to receive such
compensation within 40 days, indicating the contractual obligation(s) for which the
Bidder is in default. C-DAC shall also be entitled to make recoveries from the Bidder’s bills,
Performance Bank Guarantee, or from any other amount due to it, an equivalent value of
any payment made to it due to inadvertence, error, collusion, misconstruction or
misstatement.
In case the Project is delayed beyond the Project Schedule as mentioned in para 2.1.25 of
Chapter 2, the Performance Bank Guarantee shall be accordingly extended by the Bidder
till completion of scope of work as mentioned in Chapter 4 of RFP.
Page 86 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
On satisfactory performance and completion of the order in all respects and duly certified
to this effect by the Project Coordinator, Contract Completion Certificate shall be issued
and the Performance Bank Guarantee would be returned to the Bidder.
Phase 4 Warranty and Operation and Maintenance Phase: The bidder shall carry out the
operation and maintenance services towards the implemented system for the period of 03 years.
The Warranty (05 years) and the O & M (03 years) will run in parallel.
The payments to MSI shall be released in phased manner after the successful completion of the
target milestones for the respective phase. The detailed Phase wise timelines linked with
Payment Schedule for MSI are as under:
Page 87 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Page 88 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Page 89 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
(Platform
Identification)
20. Training T+30 Week
21. Testing & UAT T+30 Week
22. Contingency Period T+32 Weeks
23. Commissioning of T+34Week 10 % of the order amount pertaining to Phase – 1
Phase 1 will be paid within 30 days of Go-Live of Phase –
1. The acceptance certificate issued by C-DAC/DP
must be submitted by MSI for claiming this
amount.
E. Phase-2 (04 Districts) : Project Design, planning and Implementation activity
24. Site Survey (Jointly T+18 week to
in-between MSI and T+22 week
ISP), GIS Mapping,
Project Planning
Phase
25. Addressing of ROW, T+20 week to
RI Issues for MSI T+30 week
activities
26. Installation of T+ 20 week to 65% of the Order value of the Power Meters on
Power Meters T + 31 Weeks supply & Installation for Phase-2 at site on Pro-rata
basis.
27. Delivery of Non-IT T+18 week to 50% of the Order value of the respective Non-IT
items at Site T+34 week items and other material for Phase-2 against
(Procurement & delivery of same at site on Pro-rata basis.
Supply of Material
at C3I, C2I )
28. Installation of Non T+18 week to 15% of the Order value of the respective Non-IT
IT Equipment at T+34 week items and other material for Phase-2 against
C3I, C2I installation and commissioning of the same at site on
Pro-rata basis.
29. Procurement & T+18 week to 50% of the Order value of the respective JB, Poles,
Supply of JB, Poles, T+34 week Passive Components for Phase-2 against delivery of
Passive same at site on Pro-rata basis.
Components for
Phase 2
30. Installation of JB & T+ 18 week to 15% of the Order value of the respective JB, Poles,
Poles, Cabling T + 40 Weeks Passive Components for Phase-2 against installation
(Power + Cat6) of 6 and commissioning of the same at site on Pro-rata
District's police basis.
stations
31. Procurement of T+ 18 week to 50% of the Order value of the respective Camera &
Camera & Switches T + 28 Weeks Switches & UPS for Phase-2 against delivery of same
& UPS at site on Pro-rata basis.
Page 90 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
32. Installation of T+ 24 week to 15% of the Order value of the respective Camera &
Camera, Switches & T + 40 Weeks Switches & UPS for Phase-2 against installation and
UPS commissioning of the same at site on Pro-rata basis.
33. Procurement , T+38 week 50% of the Order value of the respective IT
Supply of IT Equipment & OS, Security Appliance, Security at C3I,
Equipment & OS, C2I for Phase-2 against delivery of same at site on
Security Appliance, Pro-rata basis.
Security at C3I, C2I
34. Installation of IT T+40 week 15% of the Order value of the respective IT
Equipment & OS, Equipment & OS, Security Appliance, Security at C3I,
Security Appliance, C2I for Phase-2 against installation and
Security at C3I, C2I commissioning of the same at site on Pro-rata basis.
35. Procurement and T+30 week to 50% of the Order value of the respective Hardware
Supply of Hardware T+35week infrastructure material and software for nDRC for
infrastructure Phase-2 against delivery of same at site on Pro-rata
material and basis.
software for nDRC
36. Setup of nDRC and T+35week to 15% of the Order value of the respective Hardware
integration with T+40week infrastructure material and software for nDRC for
Data Center Phase-2 against installation and commissioning of
the same at site on Pro-rata basis.
37. Procurement, T+20week to 65% of the order value of 2nd MCCV after supplying
customization, T+40week fully furnished / equipped vehicle and on integration
installation & and commissioning of same with the system.
Finalization of
Mobile Command &
Control Vehicle-
(2nd MCCV)
38. Integration, T+41 weeks 65% of the Installation and Commissioning Charges
Configuration & for the Integration, Configuration &
Operationalization Operationalization of C2I, C3I with C4I-Testing &
of C2I, C3I with C4I- Integration of MPLS , Camera , DC, C4I, C3I, C2I for
Testing & Phase-2 against delivery of same at site on Pro-rata
Integration of MPLS basis.
, Camera , DC, C4I,
C3I, C2I ., nDRC
39. External T+42 weeks 25% after 10 Database Integration
Integration-
Database
Integration (16
Databases)
40. Training T+41 weeks
41. Testing & UAT T+41 weeks
42. Commissioning of T+42 weeks 10 % of the order amount pertaining to Phase – 2
Phase 2 will be paid within 30 days of Go-Live of Phase –
2. The acceptance certificate issued by C-DAC/DP
Page 91 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Page 92 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Testing &
Integration with
MPLS, Camera, DC,
nDRC, C4I, C3I, C2I
55. Testing & T+50 weeks
Integration of
MPLS, Camera, DC,
C4I, C3I, C2I
56. External T+50 weeks 25% after 10 Database Integration
Integration-
Database
Integration ( 16
Databases)
57. Training T+50 weeks
58. Testing & UAT T+50 weeks
59. Commissioning of T+52 weeks 10 % of the order amount pertaining to Phase – 3
Phase 3 will be paid within 30 days of Go-Live of Phase –
3. The acceptance certificate issued by C-DAC/DP
must be submitted by MSI for claiming this
amount.
The balance amount payable towards the work
completed till Go-Live of Phase -3 will be paid
in two equal installments – one within 30
days of Go-Live of Phase – 3 and second within
60 days of Go-Live of Phase 3, after adjusting
the advance amount on pro-rata basis.
The penalties, SLAs or any amount deductible as
per Contract terms will be deducted from
payable amount of second installment.
The ABG will be released at this stage.
G. Phase-4: O&M T+53 weeks The equated quarterly payments towards O & M
:Providing O & M onwards till services will be released at the end of each quarter,
services as per T+209 Weeks on submission of quarterly invoice. The deductible
Para 2.1.27 of or 03 years amounts – if any, towards SLA will be deducted on
Chapter 2 of this after phase -3 quarterly basis from the quarterly payments. The
document go-live copy of certificate issued by C-DAC towards
whichever is satisfactory O&M services rendered by MSI must be
later attached with the invoice.
Page 93 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Warranty
a. The bidder shall provide comprehensive warranty towards entire implemented
system including IT hardware, Non-IT hardware, software and services etc. The
warranty shall commence from the date of acceptance of respective system/post Go-
Live of the entire project and shall be operational for a period of minimum 05 years’
whichever is later.
b. Technical Support for Software applications shall be provided by the respective
OEMs for the period of warranty. The Technical Support should include all upgrades,
updates and patches to the respective Software applications.
c. The MSI warrants that the Goods supplied under the Contract are new, non-
refurbished, unused and recently manufactured at the time of delivery; the End of
sale / End of support of any product should not prevail before 18 months of the
commissioning; and shall be supported by the MSI and respective OEM along with
service and spares support to ensure its efficient and effective operation for the
entire duration of the contract.
d. The MSI warrants that the goods supplied under this Contract shall be of the highest
grade and quality and consisted with the established and generally accepted
standards for materials of this type. The goods shall be in full conformity with the
specifications and shall operate properly and safely. All recent design improvements
in goods, unless provided otherwise in the Contract, shall also be made available.
e. The MSI further warrants that the Goods supplied under this Contract shall be free
from all encumbrances and defects/faults arising from design, material,
manufacture or workmanship (except insofar as the design or material is required
by C-DAC's Specifications) or from any act or omission of the MSI, that may develop
under normal use of the supplied Goods in the conditions prevailing at the
respective Datacenter / Server Room Sites.
f. The replacement of faulty hard disks of server, storage and workstation will be on
on-returnable basis.
g. C-DAC shall promptly notify the MSI in writing of any claims arising under this
warranty.
h. Upon receipt of such notice, the MSI shall, with all reasonable speed, repair or
replace the defective Goods or parts thereof, without prejudice to any other rights
which C-DAC may have against the MSI under the Contract.
i. If the MSI, having been notified, fails to remedy the defect(s) within a reasonable
period, C-DAC may proceed to take such remedial action as may be necessary, at the
MSI’s risk and expense and without prejudice to any other rights which C-DAC may
have against the MSI under the Contract.
j. Any OEM specific warranty terms that do not conform to conditions under this
Contract shall not be acceptable
k. The selected MSI shall provide Guarantee/Warranty for all Stores, Equipment,
Services supplied at least for a period of 60 months (05 years i.e. 03 Years
warranty+02 Years extended warranty) from the date of commissioning of the
Systems at the Sites/Locations and that the said system would continue to conform
to the description and quality for all equipment’s/system. If any deviation or
deterioration in description and quality, design, workmanship and performance as
per the agreed specifications is noticed or discovered during the period of warranty
(the decision of the BUYER in that behalf shall be final, and binding on the parties),
Page 94 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
the BUYER shall be entitled to reject the said item, systems or such portion thereof
as may be discovered or noticed.
l. On such rejection, the concerned equipment, systems or portions thereof will be at
the MSI’s risk and all the provisions herein contained related to rejection of said
equipment etc. shall apply.
m. MSI shall replace the said equipment, systems or portions thereof within a period of
48 hours. In such event the remaining warranty period shall apply to the equipment,
systems or portions thereof so replaced from the date of replacement.
n. MSI shall provide 24x7 support with 4 hours response time and 48 hours of
resolution time from the date and time of reporting of an error, during the warranty
and extended warranty period. The defective card/item/equipment should be
repaired/replaced within 48 hours at the location of installation of the said item free
of cost. In case major defects requiring the defective card/item/equipment to be
taken to the MSI workshop, an immediate substitute card/item/equipment will be
provided by MSI for smooth operation of the System and the defective
card/item/equipment should be returned/installed duly repaired within six weeks.
The to and fro transportation charges of the card/item/equipment will be the
responsibility of the MSI.
o. MSI shall replace the defective equipment, systems or portions thereof at the exact
location or place of installation of the said item free of cost.
p. The warranty period will cover the entire Systems deployed at the Sites/Locations
including all perishable, non-perishable and consumable items and equipment’s.
q. MSI is required to provide Software patches from time to time, free of cost during
the warranty period.
r. Further, any bugs/shortcomings detected shall be rectified free of cost during the
warranty period.
s. MSI shall ensure to set up a maintenance base in Delhi with dedicated deployment
of sufficient numbers of engineers round the clock for all Command & Control
Centres (i.e. Data Centre, nDR, C4i, C3i & C2i) having full knowledge of the system to
attend to technical and/or operational problems at each site during the warranty
period (60 months) from the date of commissioning/acceptance of the system(s).
t. Sufficient number of Service Engineers should be deputed round the clock at Data
Centre & C4i to attend to any fault immediately.
u. The Quarterly Preventive Maintenance and diagnostics of the system on all the
locations should be carried out by the MSI.
v. No payment will be made to the MSI towards maintenance, repair, and replacement
etc. of the entire System during the warranty period.
w. During the warranty period, in case any field equipment is damaged by a vehicular
accident (or due to any other reason outside the control of MSI, ISP, Vendor, etc.)
and need repair/replacement, the corresponding equipment will be replaced by
MSI. In such cases, damages are to be borne by the MSI through proper
comprehensive insurance for all equipment.
Page 95 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
During the Warranty and O&M period, the MSI shall provide all product(s) and
documentation updates, patches/fixes, and version upgrades within 15 days of their
availability/release and should carry out installation and make operational the same at no
additional cost to C-DAC.
In this phase, MSI would be responsible for operations and maintenance of the entire
solution.
Page 96 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
at a minimum include:
• Software development/customization/integration based on the functional
requirement specifications, system requirement specifications, software
requirement specifications and solution designs as finalised and approved by
Delhi Police. Wherever necessary, the MSI shall develop additional
functionality/modules on top of products features, in order to meet the Project
requirements.
• Delivering the Surveillance System, along with all of the necessary modules and
additional functionalities/ integrated products, utilities, system drivers and
documentation consistent with proven standards, including product updates,
technology upgrades and patches to run on the selected operating system(s)
and hardware according to the solution in O&M Phase.
• It is pertinent to mention that application hosted at the Data Center shall be
accessible by the intended users as desired under this Project and the SOPs,
Rules and configuration will be changed as per the requirement in O&M Phase.
The Cost of Operation & Maintenance shall be deemed to cover all costs for performing the
maintenance services including the cost of providing all labour, tools, equipment, facilities,
spare parts, replacement of faulty parts, consumables (excluding diesel/oil and batteries)
and other related materials, documentation, staff training, test equipment and all other
necessary items.
MSI shall ensure that sufficient maintenance staff is deployed to carry out the maintenance
works. Only technically competent and qualified staff shall be deployed for the
maintenance works.
MSI shall ensure for the proper functioning of communication lines and all its equipment,
diagnose communications faults, perform joint testing etc. through Internet Service
Provider (ISP).
MSI shall provide a service escalation list of personnel (including management personnel)
to contact in the event of unsatisfactory restoration or service rendered.
Page 97 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Hardware PM shall include all scheduled servicing actions. Scheduled servicing shall
include accomplishment of periodic inspection, condition monitoring, critical parts
replacements, overhaul, adjustment, calibration, etc. In addition, servicing requirements
(i.e. lubrication, cleaning, housekeeping, pest control etc.) shall also be included under the
general category of schedule servicing. The PM works shall include at least the following:
a. Checking and tightening the supports on all mounting poles and replacing them worn
out. Cleaning of field equipment and focusing alignment cleaning of inside of
equipment housing of dirt, dust etc.;
b. Checking the mounting brackets for all field equipment and replacing them when
damaged or when cracks are observed.
c. Checking metal parts for corrosion, burst-off and repainting them as required.
d. Carrying out cable insulation tests as and when required
e. Checking the condition of earthing, electrical wiring and lightning arrestors and all
outdoor equipment.
f. Checking the foundation, base plate and bolts and nuts of all structure for corrosion,
repainting when required as well as tightening or replacement of damaged bolts and
nuts.
g. Monitoring, optimization and fine tuning of the systems;
h. Perform system backup and restoration for Command & Control Centres
i. Ensuring security of the System and to report any security violations to C-DAC.
j. Any other work which affects quality of its output.
k. Software PM shall include but not limited to the following:
l. Installation, reconfiguration, testing and implementation of standard corrections,
patches and updates of all software
m. Performing regular backup so as to restore the system in the shortest time possible;
n. In the event that the software support from the vendor is terminated, MSI shall be
responsible for maintaining the affected software at no additional cost and with no
adverse delay to the operation of system.
o. Licenses for all the operating and application software etc. shall be made available to
C-DAC/Delhi Police at no additional cost. The original agreement documents of all the
licenses shall be submitted to C-DAC within week of its renewal.
p. MSI shall be responsible to supply and install the latest anti-virus software and
patches as well as the associated license. The anti-virus software shall include at least
the following features:
Functions to automatically scan all file inputs, outputs, downloads, program
execution and other system related activities;
Functions to clear or delete the infected file(s);
Ability to check specific files for viruses;
Ability to allow the creation of emergency floppy disk to start and clean infected
boot sector virus; and
Ability to push signature files and upgrades from one main console to the rest
of the hardware. There shall be no manual updates and upgrades on individual
servers and workstations.
Page 98 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
MSI shall update the virus definition file as and when new update is available.
Any PM work carried out shall not cause any disruption to the operation of System and all
the communication links. In the event that any System downtime is required during PM
work, MSI shall seek C-DAC’s approval prior to carrying out the works.
MSI shall recommend updates and improvements to the System to ensure the optimal
operation and security of the System. Upon the approval by C-DAC, MSI shall install,
configure and document the updates and/or improvements.
The cost of the consumables (except diesel for running of the generator after Go-Live of
Phase-1, 2 and 3) spare parts and testing equipment is deemed to have been included in
the Contract Price for the maintenance in the price schedule.
MSI shall at his own expense obtain, store and maintain in serviceable condition the
required number of spare parts and consumable necessary to meet the Maintenance
Standards.
The MSI will undertake that supplies of necessary maintenance equipment and spare parts
will be made available for all equipment’s as well as the complete system for at least Five
years, from the date of Commissioning/Acceptance of the System, on a continuing basis so
as to ensure 24x7 uninterrupted functioning of the said Projects.
MSI shall provide C-DAC a list of names, addresses and contact numbers of all staff
employed for the maintenance services and of any other persons who may be at any time
be required to enter the work site to perform works relating to the Contract.
MSI shall ensure that his authorized representatives shall have their mobile phones
switched on at all times to respond to service requests by C-DAC after office hours.
Upon receiving the alert for any fault or Fault reports lodged by other means, MSI shall
ensure that the same is attended quickly within the Response Time, and repair, remove or
rectify the Faults within the Repair Time stated in the Maintenance Standards. C-DAC shall
impose liquidation Damages charges on MSI for failure to respond within Response time
and failing to complete the repair work within the Repair Time, without any justifiable
reason, as specified in the Maintenance Standards.
Page 99 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
In the event MSI’s personal encounters difficulty in rectifying any Fault within the Repair
Time, MSI shall immediately notify C-DAC giving pertinent details including the time by
which it expects to complete the rectification.
Damages to the System as a result of accidents and vandalism shall be included as Faults.
MSI shall response to such Faults that arise from road or other accidents and vandalism
shall be subjected to the Response Time as specified in the Maintenance Standards as
mentioned in this document.
Ad-Hoc Works
TSP may from time to time issue variation to MSI to carry out ad-hoc repair, replacement
and improvement works which are not covered under PM or RM works to relocation of
equipment affected by road works, maintenance of additional equipment and cleaning and
painting of assets.
For accident repair; MSI shall repair the damages as per provision of the contract
mentioned at para No. 2.1.27 (v) of chapter 2 above and subsequently inform the C-DAC
the cost incurred.
Such works also includes up-gradation of any equipment’s viz. cameras, storage,
backup, additional licenses, additional manpower etc., if required necessary for effective
functioning, on chargeable basis, at the rates of the successful bidder.
Preparation of Detailed FRD, SRD and SDD for the Surveillance System and
for integration with other systems
The Project Manager/ MSI will document the requirement in detail before the work on
execution begins. Following documents are expected to be delivered as part of this
documentation:
• System Design Documentation (SDD), detailing out the design of the Surveillance
System, Command Control Centers in particular, including integration with various IT
enabled systems like Vehicle Tracking, e-Challan system, Delhi Police Himmat App,
CCTNS, Community Surveillance, etc. currently available or being implemented by the
Police Department.
The MSI / Project Manager shall prepare above mentioned documents in discussion with
all key stakeholders (Delhi Police, CDAC, Consultants etc.). It is expected that the
MSI/Project Manager brings in leading international best practices in this field and
ensures that a progressive system is implemented for the IP CCTV Surveillance System in
Delhi.
The Command Control Center (C4i) will also have a room identified for IT Analytics and
Forensic Experts where they will analyze the incriminating video footage and certify its
integrity & chain of custody. These experts along with C4i expert shall oversee the
integration of ANPR with the other relevant databases and also undertake R&D to evaluate
and analyze various analytics related technologies and their implementation over the
years.
C4I Expert shall undertake detail assessment for integration of the Surveillance System
with the Geographical Information System (GIS) so that physical location of cameras, GPS
fitted police vehicles (Vehicle Tracking) are brought out on the GIS map. The primary
objective of such an asset mapping will be to ensure quick and immediate response for
incidents, using the assets available, PCR vans getting shortest possible route options to
reach incident locations and ensuring route optimization. The Expert is required to carry
out the seamless integration to ensure ease of use of GIS in Surveillance System
Applications/Dashboards in Command Control Centers, District level Command and
Control Center ( C4I, C3i, C2i ) & Near DR and by other authorized senior officials. GIS Base
Map will be integrated by the C4i expert with all surveillance cameras and other assets as
per Delhi Police requirements. The Expert should also ensure that GIS application is
integrated with VMS to support the Command Centers to navigate on the map and use it
for better spatial understanding. It should also help higher management of Police
Department to analyses the events on a spatial perspective. GPS integration with GIS is
required to locate all police vehicles (on which GPS units are fitted) on GIS Map. Vehicle
tracking should happen even while any vehicle is parked/stationary/ignition-off. Delhi
Police under its planned initiatives under SMART Policing, has already embarked on a
project for GIS Based Decision support system called Dial112, hence the Expert should
ensure seamless GIS integration under this project and consider to extend the features
available in Dial112 to this project at all command centers to ensure complete situational
awareness and facilitate decision making and planning.
There are few more requirement/activities of the project which the C4i Expert should
perform
Storage Administrator/ Database Administrator will have the capability to establish Data
Integration layer which will provide connectivity to all source applications and perform
complex transformations that would be required in the project. An ETL layer will be
created in addition , which would perform extract, transform and load functions. In
addition to ETL layer, it also offers business metadata layer for keeping all the business
metadata related to the organization and the project. The data which is proposed to be
stored in the crime repository will be of historical nature, further a part of this data will
come from legacy systems which have been in existence for decades, based on the
condition of the data the cleansing activities will be planned. Solution should ensure
accuracy, integrity, consistency, redundancy, de-duplication, clarity, timeliness and
adherence to data integrity rules. The de-duplication engine will remove duplicates, cross-
reference matching records, survive a single complete record, validate and enrich data
The network analyst will design, maintain, configure & monitor infrastructure like the core
router, Network switch, Firewall, WAF, SD WAN as per functional requirement of the
project. Network Analyst will be in DC and will also responsible for implementation of
Security & Network Policies & Guidelines. He will also be helping CDAC & Third Party
Auditor to help and assist for the reports required for audit purpose. Network Analyst will
be responsible to configure field network & MPLS on Multicast and ensure the MPLS SLA
should be as per the RFP/requirement to ensure data from the field systems and other
locations. The network & security infrastructure will also include the transmission from
DC to Near DR, All the data from Field to respective locations of C3i, C2i, Near DR & C4i.
Security infrastructure will also include secured network and firewall, Antivirus, DLP, MFA
to ensure the information residing at the DC-Near DR is protected from unauthorized
access and malicious attacks from external sources.
There are client stations which include monitoring screens using which the operators at
C4i shall monitor the camera feeds, log incidents and trigger SOPs. Centralized Helpdesk
System should have integration with Network/Server Monitoring Systems so that the
Helpdesk Operators can to associate alarms with Service Desk tickets to help surveillance
operators that for what particular alarms corresponding helpdesk tickets got logged. The
video feeds of surveillance cameras can also be viewed at each Police Stations of their
respective jurisdiction by the operators sitting at C2i, C3i. All analyzed data and actionable
information / alerts would then be passed on for necessary action from the C4i Operator
to Emergency Operation Centre where the Police Officials will validate and approve the
information should be passed for necessary action to the MDT installed in the PCR vans
(Prakhar) / Police stations through to the upgraded Dial-112 system and Mobile Device.
The command and control is thus envisaged to help communicate, dispatch resources,
coordinate response and carry out the complete incident management by operators at C4i.
The C4i Operator will also monitor, manage and disseminate alerts and information from
all of the disparate video and security systems. The operations center will also conduct
intelligent video analytics processing and third party data mining analysis on real-time
basis. The Operator will have a graphical user interface for search, replay and dubbing
which includes the ability to simultaneously search and replay recorded telephone, VOIP,
Screen recording, GPS data on GIS maps, conventional and digital radio channels as well
as trunked radio communications using captured data from system without any
extraneous process by the operator also.
An operator shall also be able to browse to any 3rd party VMS web interface and access it
from the built-in web interface of this VMS/IP camera.
SOC Administrator:
Need to Analyze various logs of all devices and Applications
To perform Threat Intelligence
Event and Incident Management
Anomalies pertaining network traffic (LAN /WAN)
Analyze Application Access Patterns
Liquidated Damages
If MSI fails to supply, install or maintain any or all of the goods and services the period of
Installation, Commissioning, Operation & Maintenance, Warranty and CAMC, C-DAC
without prejudice to its other rights and remedies under the Contract, would deduct from
the amount payable to MSI, as Liquidated Damages, a sum equivalent to half percent (0.5
%) of the price of the delayed goods or unperformed services for each and every week
(part of a week being treated as a full week) of delay until actual delivery or performance,
up to a maximum deduction of Ten (10%) percent of the price of undelivered goods or
unperformed services.
a. The MSI shall note that the Downtime for each Fault occurrence which shall be
considered and computed independently.
i. The Downtime due to system migration, testing, preventive works or other works
as approved by C-DAC or involvement of cameras in third party damage or due to
fault in lease line connectivity (only in case of Master System Integrator or Vendors
other than ISP, but it should be mentioned/indicated/ deducted in the claim of
lease line charges furnished by Internet Service Provider) shall not be considered
as Faults.
computing these penalties shall be based on SLAs described at Para 4.13 Chapter 4 of this
document.
Termination
C-DAC may, terminate this Contract in whole or in part by giving MSI a prior and written
notice of 30 days in advance indicating its intention to terminate the Contract under the
following circumstances:
a. Where C-DAC is of the opinion that there has been such Event of Default on the
part of MSI / MSI’s Team which would make it proper and necessary to terminate
this Contract and may include failure on the part of MSI to respect any of its
commitments with regard to any part of its obligations under its Bid, the RFP or
under this Contract.
b. Where it comes to C-DAC’s attention that MSI (or MSI’s Team) is in a position of
actual conflict of interest with the interests of C-DAC/Delhi Police, in relation to
any of terms of MSI’s Bid, the RFP or this Contract.
c. Where MSI’s ability to survive as an independent corporate entity is threatened or
is lost owing to any reason whatsoever, including inter-alia the filing of any
bankruptcy proceedings against MSI, any failure by MSI to pay any of its dues to its
creditors, the institution of any winding up proceedings against MSI or the
happening of any such events that are averse to the commercial viability of MSI. In
the event of the happening of any events of the above nature, C-DAC shall reserve
the right to take any steps as are necessary, to ensure the effective transition of the
sites pilot site to a successor agency, and to ensure business continuity
d. Termination for Insolvency: C-DAC may at any time terminate the Contract by
giving written notice to MSI, without compensation to MSI, if MSI becomes
bankrupt or otherwise insolvent, provided that such termination shall not
prejudice or affect any right of action or remedy which has accrued or shall accrue
thereafter to C-DAC.
e. MSI may, subject to approval by C-DAC, terminate this Contract before the expiry
of the term by giving C-DAC a prior and written notice at least 3 months in advance
indicating its intention to terminate the Contract.
f. MSI is expected to mobilize project team for commencement of work.
Commencement of work means reporting and availability of MSI resources (90%
Key personnel as per the RFP requirement at C-DAC office for the project within
30 days from the Award of the Contract and remaining 10% in next 15 days)
Consequence of Termination
a. In the event of termination of the Contract due to any cause whatsoever, whether
consequent to the stipulated Term of the Contract or otherwise C-DAC shall be
entitled to impose any such obligations and conditions and issue any clarifications
as may be necessary to ensure an efficient transition and effective business
continuity of the project which MSI shall be obliged to comply with and take all
available steps to minimize loss resulting from that termination/breach, and
further allow and provide all such assistance to C-DAC and/ or the successor
agency/ service provider, as may be required, to take over the obligations of MSI
in relation to the execution/continued execution of the requirements of the
Contract.
b. Where the termination of the Contract is prior to its stipulated term on account of
a Default on the part of MSI or due to the fact that the survival of MSI as an
independent corporate entity is threatened/has ceased, or for any other reason,
whatsoever, C-DAC, through unilateral re-determination of the consideration
payable to MSI, shall pay MSI for that part of the Services which have been
authorized by C-DAC and satisfactorily performed by MSI up to the date of
termination. Without prejudice to any other rights, C-DAC may retain such
amounts from the payment due and payable by C-DAC to MSI as may be required
to offset any losses caused to C-DAC as a result of any act/omissions of MSI. In case
of any loss or damage due to default on the part of MSI in performing any of its
obligations with regard to executing the Schedule of Requirements under the
contract, MSI shall compensate C-DAC for any such loss, damages or other costs,
incurred by C-DAC. Additionally, members of its team shall perform all its
obligations and responsibilities under the Contract in an identical manner as were
being performed before the collapse of MSI as described above in order to execute
an effective transition and to maintain business continuity. All third parties shall
continue to perform all/any functions as stipulated by C-DAC and as may be proper
and necessary to execute the Schedule of Requirements under the Contract in
terms of MSI’s Bid, the Bid Document and the Contract
c. Nothing herein shall restrict the right of C-DAC to invoke the Bank Guarantee and
other Guarantees furnished solely for the material breach committed / deviation
in contract by the MSI hereunder and pursue such other rights and/or remedies
that may be available to C-DAC under law.
d. The termination hereof shall not affect any accrued right or liability of either Party
nor affect the operation of the provisions of the Contract that are expressly or by
implication intended to come into or continue in force on or after such termination.
Limitation of Liability:
Limitation of MSI’s Liability towards C-DAC:
a. Neither Party shall be liable to the other Party for any indirect or consequential loss or
damage (including loss of revenue and profits) arising out of or relating to the Contract.
b. Except in case of negligence or misconduct on the part of MSI or on the part of any
person or company acting on behalf of MSI in carrying out the Services, MSI’s liability
will be limited to the unpaid amount of total Contract value.
c. However, liability of the bidder in case of death, injury, damage caused to the
personnel/property due to/arising out of/incidental to any
act/omission/default/deficiency of bidder/contractor, will be at actuals.
d. In no event shall either Party, its officers, directors, or employees be liable for any form
of incidental, consequential, indirect, special or punitive damages of any kind.
e. MSI, with respect to damage caused by MSI to C-DAC’s property, shall not be liable to
C-DAC:
For any direct loss or damage that exceeds (A) the total payments payable under
the Contract to MSI hereunder, or (B) the proceeds MSI may be entitled to receive
from any insurance maintained by MSI to cover such a liability, whichever of (A)
or (B) is higher.
f. This limitation of liability shall not affect MSI liability, if any, for damage to Third
Parties caused by MSI or any person or company acting on behalf of MSI in carrying
out the Services.
Indemnity
a. MSI shall indemnify C-DAC from and against any costs, loss, damages, expense, claims
including those from third parties or liabilities of any kind howsoever suffered, arising
or incurred inter alia during and after the Contract period out of:
any gross negligence or misconduct act or omission by MSI or any third party
associated with MSI in connection with or incidental to this Contract; or
any infringement of patent, trademark/copyright or industrial design rights
arising from the use of the supplied goods and related services or any part thereof
b. MSI shall also indemnify C-DAC against any privilege, claim or assertion made by a
third party with respect to right or interest in, ownership, mortgage or disposal of any
asset, property etc. Solely arising out of the actions of MSI and its Sub Contractor
Regardless of anything contained (except for MSI's liability for bodily injury and/ or
damage to tangible and real property for which it is legally liable and its liability for
patent and copyright infringement in accordance with the terms of this Agreement)
the total liability of MSI, is restricted to the total value of the contract.
Ownership of Material:
All risks, responsibilities, liabilities in respect of goods delivered at site shall remain
with selected bidder till they are successfully installed and commissioned at site and
taken over by end users. Part deliveries shall not be treated as deliveries. Only full
deliveries of all items ordered will be considered as delivery.
Confidentiality
a. MSI shall not, either during the term or after expiration of this Contract, disclose any
proprietary or confidential information relating to the Services/Contract and/or C-
DAC/Delhi Police’s business/ operations, information, Application/software,
hardware, business data, architecture schematics, designs, storage media and other
information / documents without the prior written consent of C-DAC.
b. C-DAC reserves the right to adopt legal proceedings, civil or criminal, against MSI in
relation to a dispute arising out of breach of obligation by MSI under this clause.
c. MSI shall do everything reasonably possible to preserve the confidentiality of the
Confidential Information including execution of a confidentiality agreement with C-
DAC to the satisfaction of C-DAC.
Page 107 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
d. MSI shall notify C-DAC promptly if it is aware of any disclosure of the Confidential
Information otherwise than as permitted by the Contract
e. MSI shall be liable to fully recompense C-DAC for any loss of revenue arising from
breach of confidentiality.
f. For the avoidance of doubt, it is expressly clarified that the aforesaid provisions shall
not apply to the following information:
Information already available in the public domain;
Information which has been developed independently by the MSI;
Information which has been received from a third party who had the right to
disclose the aforesaid information;
Information which has been disclosed to the public pursuant to a court order.
g. Any handover of the confidential information needs to be maintained in a list, both by
MSI & C-DAC, containing at the very minimum, the name of provider, recipient, date
of generation of the data, date of handing over of data, mode of information, purpose
and signatures of both parties.
h. The requirement of this clause shall continue even after termination or completion of
this Contract.
Non-Waiver:
The failure or neglect by MSI to enforce any of the terms of this Contract shall not be
construed as a waiver of its rights preventing subsequent enforcement of such provision
or recovery of damages for breach thereof.
Fall Clause:
The bidder shall undertake that the price charged/finalized for the store/services
supplied under the tender shall in no event exceed the lowest price at which the bidder
offers the store/services of identical description to the other organization during the
currency of contract. If at any point of time during the period, the seller reduces the sale
price, sells or offer to sell such store/service to any other organization including the Buyer
at a price lower than the price chargeable under the present tender, he shall notify such
reduction within 7 (Seven) days and the price payable under the contract shall stand
correspondingly reduced. An undertaking shall be submitted by the bidder in this regard
with the technical bid.
Jurisdiction
This document including the Contract Document shall be governed by and construed in
accordance with the laws of India and exclusive jurisdiction of the Courts of Pune would
lie.
a. The contract with the selected MSI shall remain valid till all the contractual obligations
of the contract are fulfilled/discharged by MSI.
b. The MSI shall be responsible to provide services for a period as stipulated in extension
document.
c. If the delay occurs due to circumstances beyond control of MSI such as strikes, lockouts,
fire, accident, defective materials, delay in approvals or any cause whatsoever beyond
the reasonable control of MSI, a reasonable extension of time shall be granted by C-DAC.
d. C-DAC shall reserve the sole right to grant any extension to the term above mentioned
and shall notify in writing to MSI, at least 3 (three) months before the expiration of the
Term hereof, whether it shall grant MSI an extension of the Term. The decision to grant
or refuse the extension shall be at C-DAC’s discretion and such extension of the
Contract, if any, shall be as per terms agreed mutually between C-DAC and MSI.
e. Where C-DAC is of the view that no further extension of the term be granted to MSI, C-
DAC shall notify MSI of its decision at least 3 (three) months prior to the expiry of the
Term. Upon receipt of such notice, MSI shall continue to perform all its obligations
hereunder, until such reasonable time beyond the Term of the Contract within which,
C-DAC shall either appoint an alternative agency/MSI or create its own infrastructure
to operate such Services as are provided under this Contract.
f. Force Majeure shall not include any events caused due to acts/ omissions of MSI
resulting in a breach/ contravention of any of the terms of the Contract and/or MSI’s
Bid. It shall also not include any default on the part of MSI due to its negligence or failure
to implement the stipulated/ proposed precautions, as were required to be taken under
the Contract.
g. In case, the contract is extended, the MSI shall be responsible for: -
i. MSI shall carry out comprehensive on–site maintenance work including all
required labour, tools, equipment, facilities, material (including temporary
materials), adequate consumables and spares to perform Preventive
Maintenance and Repair Maintenance on all hardware and software.
ii. The period of Maintenance shall be for a period as stipulated in the extension
document, after expiry of the warranty period.
iii. CAMC may be further extended on the rates already offered by the MSI in the Bid.
iv. Contract Agreement for CAMC period will be extended after completion of period
of present agreement, on the rates already offered by MSI within this contract.
v. The payment towards CAMC shall be payable to MSI quarterly after successful
completion of the maintenance service during that period.
vi. The Quarterly Preventive Maintenance and diagnostics of the system on all the
locations should be carried out by the MSI, during the CAMC period.
vii. During the period of CAMC, MSI shall ensure that the service/repair calls are to
be attended within four (04) hours from the time of such calls. The defective
card/item/equipment etc. should be repaired within 48 hours. In case of major
defects requiring the defective card/item/equipment etc. to be taken to
workshop, an immediate substitute card/item/equipment will be provided by the
MSI for the smooth operation of the System and the defective
card/item/equipment etc. should be returned/installed duly repaired within six
weeks. The to and fro transportation of the card/item/equipment etc. will be the
responsibility of MSI.
viii. Delays in attending the calls and or repairing the defective equipment beyond
time limit given in this Clause, without providing the substitute or without
sufficient reason, will attract penalties. CAMC charges of the delayed period will
not be paid if the delay is more than Six (06) hours from the specified time limit
on pro-rata basis.
ix. In case, MSI fails to perform any of the Services of the Contract within the time
period specified in the tender, the C-DAC shall, without prejudice to its other
remedies under the tender, deduct from, the pending bills/Performance Security,
by way of penalty a sum equivalent to One (01) % for every week (part of a week
being treated as full week) of delay until actual performance up to a maximum of
05% of the undelivered services/equipment.
x. The MSI shall not retract from the responsibilities under the CAMC Contract once
the Agreement is signed. However, in the unlikely case of violation, the C-DAC will
be at liberty to forfeit the Performance Security and make recoveries from the MSI
besides initiating legal proceedings against the MSI.
Dispute Resolution
Any dispute or difference between the parties arising out of this Contract shall in the first
place be settled by mutual negotiations between the Heads of the organizations or their
nominees and their decision shall be final and binding on the organizations.
a. If the dispute or difference is not resolved as per the above clause within 30 days, it
shall be referred to an arbitrator to be mutually agreed by both the parties. The
provisions of Arbitration and Conciliation Act, 1996 and the rules there under shall be
followed. Any statutory modification thereof for the time being in force shall be
deemed to apply to the arbitration proceedings under this clause.
b. The award of the arbitrator shall be final and binding on the parties.
c. The common cost of the arbitration proceeding shall initially be borne equally by the
parties and finally by the party against whom the award is passed. Any other costs or
expenses incurred by a party in relation to the arbitration proceedings shall ultimately
be borne by the party as the arbitrator may decide.
d. The venue of the arbitration shall be Pune. The language of arbitration shall be English.
Courts in Pune only shall have the exclusive jurisdiction to try, entertain and decide
the matters which are not covered under the Arbitration and conciliation Act.
Conflict of interest
Page 111 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
MSI shall disclose to C-DAC in writing, all actual and potential conflicts of interest that
exist, arise or may arise (either for MSI or MSI’s Team) in the course of performing the
Services as soon as practical after it becomes aware of that conflict.
Publicity
MSI shall not make or permit to be made a public announcement or media release
about any aspect of this Contract unless C-DAC first gives MSI its written consent.
Insurance
a. The all Goods supplied under this Contract shall be comprehensively insured by MSI at
his own cost, against any loss or damage, for the entire period of the Contract. MSI shall
submit to C-DAC, documentary evidence issued by the insurance company, indicating
that such insurance has been taken.
b. MSI shall take out and maintain at its own cost, on terms and conditions approved by
C-DAC, insurance against the risks, and for the coverages, as specified below :
At C-DAC’s request, shall provide evidence to C-DAC showing that such insurance
including all risks insurance for the value of contract has been taken out and maintained
and that the current premiums therefore have been paid.
c. Insurance requirements
Type of Minimum cover for Insurance
Cover
(i) Goods and materials The sum stated in the Agreement
plus 20%
(ii) Loss or damage to equipment Full replacement cost
(iii) Loss or damage to property of Third Full replacement cost
Party
(iv) Personal injury or death insurance
(b) For Third Party Rs 20.00 lakhs at Rs 5.00 lakhs for 4 persons.
(c) For Contractor’s employees or labor In accordance with the statutory
requirements applicable as per the prevalent laws laid down from time
to time by the government of Delhi NCT.
C-DAC/Delhi Police will have the right to engage a Third Party for quality assurance. MSI
will have to ensure compliance of the findings made by the third party so engaged, duly
authorized by the C-DAC/Delhi Police, with regard to specifications, Tests, Quality and
Material used for the Safe City Project of Delhi Police.
Though the third party audit will be arranged by C-DAC/Delhi Police, the MSI shall be
responsible for arranging the setup required for such Audits. The MSI should extend their
fullest cooperation for such Audits.
A. Network Audit
Delhi Police will have the right to engage a Third party for quality assurance. There will be
third party network audit to be conducted on yearly basis by CERT-In empaneled agencies.
Total Service Provider will have to ensure compliance of the advice/suggestions made by
the third party so engaged, dually authorized by the Delhi Police, with regard to
specifications, Tests, Quality and Material used for the Safe City Project of Delhi Police.
However, such advice/ suggestions have to be well within the scope of the project as
framed in this agreement. The MSI will coordinate with ISP to ensure successful closure of
the Audit by maintaining its all infrastructure (hardware and software) platforms up and
running which might impact the purposed Audit adversely bandwidth Estimation.
The network implementation activities, which include laying of OFC and recurring
bandwidth may be opted for distinct and parallel set of activities with respect to the other
bundle of activities mentioned in this DPIP.
The proposed solution by MSI to the RFP requirement should support requirements of the
auditors requiring technical audit of the whole system, which bidder should allow the
auditors to access the system.
b. User Acceptance Testing/ Final Acceptance Testing and conducting the prelaunch
security audit of applications.
After successful installation of equipment in accordance with the requirements in the RFP,
the Successful Bidder would need to carry out testing in 2 different phases - (a) Unit
Testing and (b) Integration Testing. These tests would be carried out based on the test
cases developed and validated by the CDAC. Apart from the functional testing of the entire
system components, the testing would also verify following aspects:
Configuration Testing (to ensure that all the components are configured properly)
Security Testing (to review & evaluate security controls)
Resilience and recovery testing- Resilience testing will confirm that the system can
recover from expected or unexpected events without loss of data or functionality.
Page 114 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
While recovery testing confirms that the affected system can be restarted successfully
after an outage.
Use Cases testing.
Transfer of Ownership
MSI must transfer all titles to the assets and goods procured for the purpose of the Project
to C-DAC at the time of Acceptance of System. This includes all licenses, titles, source codes,
certificates, hardware, devices, equipment etc. related to the system designed, developed,
installed and maintained by MSI as a part of the implementation of the Project. MSI is
expected to provide source codes, transfer IPRs and ownership rights of only those
solutions which would be customized by MSI for the use of C-DAC.
Forthwith upon expiry or earlier termination of the Contract and at any other time on
demand by C-DAC, MSI shall deliver to C-DAC, all Documents provided by or originating
from C-DAC and all Documents produced by or from or for MSI in the course of performing
the Services, unless otherwise directed in writing by C-DAC at no additional cost. MSI shall
not, without the prior written consent of C-DAC store, copy, distribute or retain any such
Documents.
D. During the Exit Management period, MSI shall use its best efforts to deliver the services.
g. The MSI shall indemnify the C-DAC and Delhi Police against all third party claims of
infringement of patent, trademark or industrial design rights arising from the use of the
Equipment or any part thereof.
In such a case, C-DAC shall forfeit the Performance Bank Guarantee and/or forfeit the EMD
as the case may be of such Successful Bidder/ MSI.
(End of Chapter – 2)
Schedule of Requirements
Sr. Unit
Description Unit Qty. Amount
No. Rate
A. Demolition and Cartage of Rubbish
B. Civil Works
PCC Up to 75mm/ Repair of existing floor with
1 sqm 695
cement plaster before laying Tiles/ Floor carpet.
2 Cement Sand Plaster sqm 184
3 POP Punning sqm 300
4 Floor/Wall Chasing L/S 2
C. Joinery
P9: Fire rated Partition panelling as per specification
1 sqm 150
and designer
P9A: Fire Rated Partition as per specification and
2 sqmt 310
designer
G: Full height 12mm thk. Toughened double glass
3 sqm 190
partition
4 P10: Modular extruded aluminium Partitions sqm 200
5 Extruded Aluminium Skirting rm 500
6 Pelmet with fire rated board and CILL rm 95
7 Laminated Window Cill 600mm wide fire rated rm 95
D. Doors
1 D1 -Fire rated door - up to 750 x 2100 - nos 4
2 D2 -Fire rated door - 1200 x 2100 nos 2
3 Glass door - 1050 x 2100 nos 7
E. Ceiling
1 Plain Gypsum Ceiling fire rated sqm 520
2 Vertical Bands with fire rated gypsum board rm 140
3 Cove with fire rated gypsum board rm 140
4 Mineral fibre Tile Grid Ceiling - 2' x 2' - Metal ceiling sqm 255
5 baffles Ceiling sqm 405
6 Access Panel of size 2' x 2' nos 6
7 Access Panel of size 6' x 6' nos 1
F. Finishes
1 Light Textured Paint sqm 1,200
2 Laminated Panelling fire rated board sqm 60
3 Corian Cladding 12 mm thk for corner and panelling sqm 45
4 Vinyl Film/ Graphic Panels sqm 25
5 Fabric Acoustic Panelling sqmt 495
Sr. Unit
Description Unit Qty. Amount
No. Rate
6 Colour Back glass Panelling toughened sqm 25
G. Built in storages
1 Full Ht. Storage (Laminated) 400mm Deep fire rated sqm 15
H. Flooring
Raised Access Flooring (Range: 150mm-300mm) top
1 sqm 630
unfinished
2 Stainless Steel edge trims rm 25
I. Signage
1 General room Signage nos 25
2 General Information Signage nos 15
3 General Luminous Fire Exit Signages nos 10
4 Luminous Fire extinguisher Signage nos 15
5 Luminous Fire evacuation plans nos 8
J. Loose Furniture
1 Running Counter rmt 5
K. Misc. Items
1 Graphics as per designer sq.ft. 2,000
2 BLINDS - Roller with 3% visibility Sq.mt. 0
3 Black out blinds Sq.mt. 0
L. Electrical
Wiring including termination for the following light
points with 2 x 2.5 sq. mm PVC insulated FRLS copper
conductor wires of 650/1100 Volts grade in
concealed/exposed 16gauge MS conduits as called for
including providing 6-amp flush type switches,
anodized MS box for housing switches approved
a.
White Polycarbonate modular cover plate for switch
boxes and earthing. All the circuit must dressed with
circuit identification tags (the rates include: 6 AMP
switch, 6 AMP socket, Modular Face plate, FRLS Cable
with average length 20-30 m, 16-gauge MS conduits
20-30 meter, All the accessories and Workmanship.)
1 First point controlled by one no. 6 amp switch. Nos 60
Same as item No. 1 above but LOOP POINT i.e. wiring
including termination of point looped from first point
2 Nos 120
with 2 x 1.5 sq. mm PVC insulated FRLS copper
conductor wire of 650/1100 volt grade in
Sr. Unit
Description Unit Qty. Amount
No. Rate
concealed/exposed 16-gauge MS conduit and earthing
(controlling switch in item no. 1).
Wiring including termination for the following light
points with 2 x 2.5 sq. mm PVC insulated FRLS copper
conductor wires of 650/1100 Volts grade in
concealed/exposed 16gauge MS conduits as called for
including providing 16-amp flush type switches,
anodized MS box for housing switches approved
b.
White Polycarbonate modular cover plate for switch
boxes and earthing. All the circuit must dressed with
circuit identification tags (the rates include: 6 AMP
switch, 6 AMP socket, Modular Face plate, FRLS Cable
with average length 20-30 m, 16 gauge MS conduits
20-30 meter, All the accessories and Workmanship.)
1 First point controlled by one no. 16 amp switch. Nos 40
Same as item No. 3 above but LOOP POINT i.e. wiring
including termination of point looped from first point
with 2 x 1.5 sq. mm PVC insulated FRLS copper
2 Nos 90
conductor wire of 650/1100-volt grade in
concealed/exposed 16-gauge MS conduit and earthing
(controlling switch in item no. 3).
Wiring including termination for 6-amp socket outlet
point with 2 x 1.5 sq. mm PVC insulated FRLS copper
conductor wires in concealed/exposed 16gauge MS
conduits or existing raceways including providing 6-
amp switch,3 pin 6A shuttered socket, anodised MS
3 Nos 55
box for housing switches sockets, approved White
Polycarbonate modular cover plate and earthing.
(Looped to lighting circuit as shown in drawing). All
the circuit must dressed with circuit identification
tags
Wiring including termination for the following
configuration of outlets for workstations with 3 core x
2.5 sq.mm. Copper conductor, PVC insulated PVC
sheathed wires of 650/1100V grade in existing
conduit/raceway including supplying and fixing
following numbers socket and switch housed in
c. anodized MS box with approved White polycarbonate
modular cover plate as required. NOTE: - For UPS in
one circuit maximum three workstations shall be
looped. Colour coding shall be strictly followed for
wiring. For Raw in one circuit maximum six
workstations shall be looped. All the circuit must be
dressed with circuit identification tags
2 No. 13A, Universal Socket outlets controlled by 1
1 Set 270
No. 16A switch. (UPS power at W/S)
Page 141 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Sr. Unit
Description Unit Qty. Amount
No. Rate
1 No. 6A, round pin outlets, controlled by 1 no.6A
2 Set 90
switch. (Raw power at W/S)
Wiring including termination for 16 amp power
socket outlet points with 2 x 6 sq. mm PVC insulated
FRLS copper conductor wires for the first socket outlet
and 2 x 4 sq. mm PVC insulated FRLS copper conductor
wires for the second outlet of 650/1100 Volts grade in
concealed/exposed 16 gauge MS conduits or existing
3 raceway as called for including providing 16 amp flush Set 20
type combined 6 pin shuttered sockets and switches,
anodised MS outlet boxes for 16 A 6 pin sockets and
switches, approved White Polycarbonate modular
cover plate and earthing.(The item is for set of two
outlets looped together as explained above ) All the
circuit must dressed with circuit identification tags
Wiring including termination for 16-amp power
socket outlet point with 2 x 4 sq. mm PVC insulated
FRLS copper conductor wire of 650/1100 Volts grade
in concealed/exposed 16 gauge MS conduits or in
existing raceway including providing 16 amp flush
4 type combined 6 pin shuttered socket and switch, Nos 10
anodized MS boxes for 16 amp 6 pin socket and switch,
approved White Polycarbonate modular cover plate
and earthing. (Only one outlet shall be connected to
each circuit). All the circuit must dressed with circuit
identification tags
Supplying and fixing of 32 amp 3-pin for 1-phase
industrial socket outlet, Self-locking type of Neptune
5 Balls make including supplying MS boxes of suitable Nos 16
size,32-amp DP MCB and a plug top, complete as
required and as per specifications.
Supplying and fixing of 32 amp 3-phase industrial
socket enclosure, IP 65 including supplying boxes of
6 Nos R.O
suitable size,40-amp TP MCB and complete as
required and as per specifications.
Supplying and fixing in position of the following sizes
of exposed/concealed 16gauge MS conduit including
7
all accessories complete as required and as per
specifications.
8 25 mm dia MS conduit RM 150
Supplying, drawing, termination of the following size
of FRLS PVC insulated copper conductor wires
9
650/1100 V grade in existing conduits, complete as
required and as per specifications.
2 x 6 sq. mm with 1 no.2.5 sq. mm PVC insulated
10 RM 180
copper conductor earth wire.
Page 142 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Sr. Unit
Description Unit Qty. Amount
No. Rate
Sr. Unit
Description Unit Qty. Amount
No. Rate
Providing and fixing in position following sizes of MS
conduits including providing all accessories
16
concealed/ exposed as required along with G.I. pull
wire,14 SWG
17 25 mm dia MS conduit RM 200
Supply and, installation of Novar/ Steel ways make
floor mounted box 250 mm by 250 mm for housing
18 Nos. R. O
UPS power and data/voice boxes complete as
required.
Sr. Unit
Description Unit Qty. Amount
No. Rate
amp DP ELCB of 100 mA sensitivity. (All MCB to be
"D" Curve)
10-way TPN DB with 24 Nos of 10/20 amps SP MCB's
i.e. 6 Nos. of 10/20 amp SP MCB's arranged in 3 rows
arranged in 3 tier one above other and controlled by
3 Nos 3
1 No. 63 amp TPN MCB and neutral link. Each row of
MCB’s shall be provided with 40-amp DP ELCB of 100
mA sensitivity.
6-way TPN DB with 18 Nos of 10/20 amps SP MCB's
i.e.6 Nos. of 10/20/32 amp SP MCB's arranged in 3
4 rows arranged in 3 tier one above other and Nos 2
controlled by 1 No. 63 amp TPN MCB and neutral
link. (All MCB shall be D curve)
Sheet metal enclosed 12-way SPN DB with 8 Nos.
10/20 Amp SP MCB and controlled by 1 no. 40 Amp
5 Nos 8
DP MCB with ELCB (100 mA) complete as required.
For emergency lighting.
Supply ,installation, testing and commissioning of
earth pits comprising 600 x 600 x 3 mm. thick Copper
electrode, 50 mm dia medium class GI pipe, GI funnel
with 20 gauge GI wire mesh, masonry chamber with
concrete base, CI manhole cover with frame (300 mm.
6 x 300 mm.) painted with bitumastic paint, test link Nos. 6
joint and alternate packing the mixture of Charcoal
and salt around plate electrode, depth should not less
than 3 meters, The thickness of earthing pipe should
not be less than 2 mm complete as required ,as per
specifications and as per IS: 3043
Supply and fixing in position the following insulated
c. wires including providing all fixing accessories and
effecting proper connections.
1 6 sq. mm. dia pvc insulated copper conductor wire. RM 600
Supplying, unloading, storing, laying, testing and
commissioning of following sizes PVC insulated
(Heavy duty) Copper conductor cables suitable for
working voltage up to and including 1100 Volts, laid
and tied on existing overhead cable trays; or laid and
tied over MS supports in masonry trenches including
d. providing MS supports and clamps for fixing to
supports in an approved manner complete as required
and as per specifications. Circuit identification tag
should be attached with the concerned cable along
with the test report of following sizes of cable to be
submitted by the contractor at the time of delivery of
material at site
1 50 sq. mm. cable, armoured for earthing. RM 1,200
Page 145 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Sr. Unit
Description Unit Qty. Amount
No. Rate
2 95 sq.mm. cable unarmoured for UPS RM 600
3 25 sq.mm. cable unarmoured for UPS RM 200
4 50 sq.mm. cable unarmoured for UPS RM 200
Termination of the following sizes of PVC insulated
Copper conductor cable including providing terminal
e. lugs, single compression glands crimping the joints,
providing insulation tape, effecting terminal
connections to the equipment complete as required.
1 50 sq. mm. cable, armoured for earthing. Nos. 12
2 95 sq.mm. cable unarmoured for UPS Nos. 20
3 70 sq.mm. cable unarmoured for UPS Nos. 24
4 50 sq.mm. cable unarmoured for UPS Nos. 8
Supplying, unloading, storing, laying, testing and
commissioning of following sizes of XLPE insulated
(Heavy duty) Aluminium/copper conductor
armoured cables suitable for working voltage up to
and including 1100 Volts, laid and tied on existing
f.
overhead cable trays; or laid and tied over MS
supports in masonry trenches including providing MS
supports and clamps for fixing to supports in an
approved manner complete as required and as per
specifications.
1 3.5 x 150 sq.mm. Aluminium Cable RM 100
2 3.5 x 70 sq.mm. Aluminium Cable RM R. O
3 4 x 25 sq.mm. Al. Cable RM R. O
4 4 x 16 sq.mm. copper Cable RM 200
5 4 x 10 sq.mm. copper Cable RM 100
6 4 x 6 sq.mm. copper Cable RM 50
7 2 x 10 sq.mm. copper Cable RM 50
2 x 6 sq.mm. copper Cable (For Dedicated earthing of
8 RM 100
DB's)
Termination of the following sizes of PVC insulated
Aluminium conductor cable including providing
g. terminal lugs, single compression gland, crimping the
joints, providing insulation tape, effecting terminal
connections to the equipment complete as required
1 3.5 x 150 sq.mm. Aluminium Cable Nos. 18
2 4 x 16 sq.mm. copper Cable Nos. 8
3 4 x 10 sq.mm. copper Cable Nos. 4
4 4 x 6 sq.mm. copper Cable Nos. 4
5 2 x 10 sq.mm. copper Cable Nos. 4
2 x 6 sq.mm. copper Cable (For Dedicated earthing
6 Nos. 4
and body earthing of DB's)
Sr. Unit
Description Unit Qty. Amount
No. Rate
Supply, installation, testing and commissioning of
Earth box made of 2mm thick MS painted, with a
7 Set 1
glass cover and having 25 x 3 mm Cu strip with
insulators complete as required.
Supply, laying in position & proper connection by
welding/bolting or brazing for the following GI
h.
tape/wires including providing all fixing accessories
and effecting proper connections.
1 25 x 6 mm GI tape RM 800
Supply and installation of following sizes of MS
perforated type cable trays with stove enamel paint of
approved colour and necessary bends, tees, reducer
couplers, dash-fasteners, GI nuts bolts including
cutting, bending, drilling, bolting required suspension
i.
arrangement fabricated from steel etc. complete as
per specifications and as approved by Engineer - in -
charge. The suspension of MS cable tray, only GI or SS
round rods with ceiling anchoring facility should be
used.
1 600 mm wide, 40 mm high (2 mm thick) RM 200
2 450 mm wide, 40 mm high (2 mm thick) RM 400
3 300 mm wide, 40 mm high (2 mm thick) RM 300
4 150mm wide, 40 mm high (2 mm thick) RM 200
5 450 mm wide, 100 mm high (Data Centre) RM 150
6 300 mm wide, 100 mm high (Data Centre) RM R. O
Sr. Unit
Description Unit Qty. Amount
No. Rate
housing to house ballasts, complete with lamps. All the
lamps shall be colour 84 or as approved.
a.
1 Soft light as per designer Nos 80
Suspend/Recessed light line system with 1 x 28 w TL
2 Nos 18
5 Lamp.
3 Cove light, T5 lamp, 4 feet with all accessories Nos 150
4 Cove light, T5 lamp, 2 feet with all accessories Nos 50
5 Linear Light Fixture 4 feet long as per designer Nos 60
Supply, unloading storing at site of following PL lamp
/ halogen fixtures complete with all accessories and
b.
PL lamp / halogen lamps with toroidal transformer,
electronic ballast completes as required.
1 2 x 18W, CFL down lighter OR EQUIVELLENT. Nos 60
2 1 x 18/10 W, CFL down lighter OR EQUIVELLENT. Nos 50
Artlite Cat. No. RL 2784, with 12V, 50W Halogen
3 Nos 10
(Adjustable Light) Wall Washer
4 Ratite Cat. No. RL 6044 Wall lamp Nos RO
5 Intercraft Channel, 1 x 54 W Surface mounted light RM RO
6 Intercraft Channel, 1 x 54 W Recessed light RM RO
7 Intercraft Channel, 1 x 54 W Suspended light RM R.O
Sr. Unit
Description Unit Qty. Amount
No. Rate
mounted or kept in cove/pelmet or suspended from
existing raceway with all fixing accessories as
required.
Receiving, fixing in position, effecting proper
connections, testing and commissioning of 1 x 36 /2 x
36 watt CFL fixtures fixed recessed in ceiling with
2 chains hung from slab with all fixing accessories as Nos 250
required, along with providing PVC flexible conduit
from junction box at slab level to fixture on the false
ceiling.
Receiving, fixing in position, effecting proper
connections, testing and commissioning of PL
lamp/Halogen lamp fixture fixed recessed in ceiling
3 Nos 266
complete as required and with all accessories, along
with providing PVC flexible conduit from junction box
at slab level to fixture on the false ceiling.
R. Networking
Supply, Installation, Testing and commissioning of
a. Data and Voice System (4 Node Outlet at Each
Location).
Supply & fixing 24-port Loaded, Modular Jack Panel,
1 Each 15
1U (For Data UTP Field Cables)
2 Cat-6 E UTP Cable RM 15000
3 I/O Crimped Each 400
4 4 - Port Face Plate Each 90
Sr. Unit
Description Unit Qty. Amount
No. Rate
5 2 - Port Face Plate Each 20
6 Cat-6 UTP Jack with Strain Relief Each 1050
7 Supply & fixing server rack (42 U Size) Each 1
8 Supply & fixing Vertical Wire Manager single side. Each 40
Supply & fixing 2U Horizontal Cable Manager (For
9 Each 16
Field Cables & Switches)
10 Smart PDU 6 AMP x 12 sockets in the Rack Each 16
11 UTP Termination for both ends, labelling, testing. Each 800
25 Years Certification from Tyco / AMP / Penta
12 L.S. 800
Scanning
AMP Cat 6, UTP Mounting Cords for Data Rack End 4
13 no's 200
Feet (Yellow)
AMP Cat 6, UTP Mounting Cords for Data Rack End 7
14 no's 200
Feet (Yellow)
AMP Cat 6, UTP Mounting Cords for Data Server Rack
15 no's 650
Both end 7 Feet (RED)
16 AV Cabling rmt 1520
17 Rack mounting hardware no's 15
18 Rack fixing ladder for cable no's 15
19 6" PVC Cable Tie (Pack of 100) pkt 112
Sr. Unit
Description Unit Qty. Amount
No. Rate
7 2 core x 1.5 sq.mm Armoured cable Mtrs. 600
Hand held fire extinguisher Co2 4.5 KG - ISI Approved
8 Nos 10
(for manual operations as per fire safety norms)
c. RODENT REPELLENT SYSTEM (RRS)
1 Master Console with 12 satellites Set 6
2 Wire Bundle Lot 6
3 PVC Conduit Mtrs 100
T. UPS System
Supply, Installation, Testing and Commissioning of
microprocessor based 150 KVA/ 200 KW UPS with In
Built Isolation Transformer using Continuous duty,
three phase, Monolithic True Online Double
Conversion UPS using PWM IGBT technology, Dual
Feed input, 3 Phase input 415 V +10% -15%, Online
1 Set 2
mode efficiency of 95% from 25% to 100% loading. 3
phase input and 3 phase output. UPS shall be capable
of operating in parallel redundant load sharing mode
configuration up to 8 units. 15 min. backup with SMF
VRLA Lead Acid- Battery.
Warranty: 5Years
2 UPS Incoming Panel No 1
3 Ups Out going panel No 1
4 Base structure for the UPS and Battery bank No 4
5 Battery Rack as per design approved No 2
U. Carpet
Providing, supplying & installing carpet in the
specified areas as per patterns specifications as
below:
a. Specifications
1 STYLE NAME THE ORIGINALONE FIRST /MT086
2 PILE WEIGHT (24.0 oz. per sq. yd.)
3 Pile thickness: 0.76"
4 PILE THICKNESS .132" (3.35 MM.)
a. 5 STITCHES PER INCH 10.7 (42.13 per 10 cm)
6 PROTECTIVE TREATMENT Sentry Plus DENSITY
7 Tile size - 50cmx50cm
8 Dye method -100% solution dyed only
9 Secondary backing -Thermoplastic Composite Tile
b. Product testing
1 FLAMMABILITY ASTM E 648 Class 1 (Glue Down)
2 CRI RATING Severe Traffic
3 STATIC PROPENSITY AATCC-134 Under 3.5 KV
Page 151 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Sr. Unit
Description Unit Qty. Amount
No. Rate
4 SMOKE DENSITY ASTM E 662 Less than 450
c. Adhesive system-Pre-applied - micro encapsulated
tackifier / approved adhesive-Solvent free
1 Trim carpet neatly at walls and around
interruptions
2 Completed carpet to be smooth and free of bubbles,
puckers and other defects
3 Warranties-Lifetime Ultra Set Modular Warranty,
Lifetime Limited Colourfastness to Light, life time
Limited Colourfastness to Atmospheric Contaminants,
10 Year Stain Warranty, Lifetime Static
4 Product-Modular Square Carpet tile,
5 Cost to include wastages for patterns, plastic
covering protection after installation not less than
100microns thickness, all handling and
transportation.
6 Layout- Site measurements should be carried out by
the vendor in advance to confirm quantities of carpet
required.
7 Tile based carpet
1 Actual Quantity sqmt 700
Sr. Unit
Description Unit Qty. Amount
No. Rate
1 Workstations as described above: Nos. 39
2 Meeting chairs: Nos. 49
W. HVAC Sub-Total
HVAC- CENTRALIZED CONSDITIONIG THROUGHOUT
1 Nos. 1
C4i PREMISES
Sr. Unit
Description Unit Quantity Amount
No. Rate
A. Interior Works & Furnishings
a. CIVIL WORKS
1 PCC Upto 75mm/ Repair of existing floor with cement sqm 80
plaster (manual PCC: 1:2:4 mix) before laying Tiles
2 POP Punning sqm 65
b. CEILING
1 Plain Gypsum Ceiling sqm 40
2 Tile Grid Ceiling - 2' x 2' - ceiling sqm 40
3 Access Panel of size 2' x 2' nos 1
c. FINISHES
1 Light Textured Paint sqm 190
2 Laminated Panelling (include 18 mm Commercial sqm 5
board with Grey colour Matt finish laminate)
B. Electrical Works
a. Wiring and sockets- Wiring including termination for
the following light points with 2 x 2.5 sq. mm PVC
insulated FRLS copper conductor wires of 650/1100
Volts grade in concealed/exposed 16gauge MS
conduits as called for including providing 6-amp flush
type switches, anodized MS box for housing switches
approved White Polycarbonate modular cover plate
for switch boxes and earthing. All the circuit must
dressed with circuit identification tags
1 First point controlled by one no. 6 amp switch. Nos 10
2 Same as item No. 1 above but LOOP POINT i.e. wiring Nos 18
including termination of point looped from first point
with 2 x 1.5 sq. mm PVC insulated FRLS copper
conductor wire of 650/1100-volt grade in
concealed/exposed 16 gauge MS conduit and earthing
(controlling switch in item no. 1).
3 2 No. 16A, Universal Socket outlets controlled by 1 No. Set 8
16A switch. (UPS power at W/S)
4 1 No. 6A, round pin outlets , controlled by 1 no.6A Set 4
switch.(Raw power at W/S)
5 Supplying and fixing of 32 amp 3-pin for 1-phase Set 4
industrial socket outlet, Self-locking type of Neptune
Balls make including supplying MS boxes of suitable
size,32 amp DP MCB and a plug top, complete as
required and as per specifications.
Sr. Unit
Description Unit Quantity Amount
No. Rate
b. Supplying, drawing, termination of the following size
of FRLS PVC insulated copper conductor wires
650/1100 V grade in existing conduits, complete as
required and as per specifications.
1 2 x 6 sq. mm with 1 no.2.5 sq. mm PVC insulated RM 20
copper conductor earth wire.
c. Supplying and fixing in position of the following sizes
of exposed/concealed 16gauge MS conduit including
all accessories complete as required and as per
specifications.
1 25 mm die MS conduit RM 40
Sr. Unit
Description Unit Quantity Amount
No. Rate
cables suitable for working voltage up to and including
1100 Volts, laid and tied on existing overhead cable
trays; or laid and tied over MS supports in masonry
trenches including providing MS supports and clamps
for fixing to supports in an approved manner complete
as required and as per specifications.
1 2 x 10 sq.mm. copper Cable RM 20
2 2 x 6 sq.mm. copper Cable (For Dedicated earthing of RM 40
DB's)
f. Termination of the following sizes of PVC insulated
Aluminium conductor cable including providing
terminal lugs, single compression gland , crimping the
joints ,providing insulation tape, effecting terminal
connections to the equipment complete as required
1 4 x 10 sq.mm. copper Cable Nos. 4
2 4 x 6 sq.mm. copper Cable Nos. 4
3 2 x 10 sq.mm. copper Cable Nos. 4
4 2 x 6 sq.mm. copper Cable (For Dedicated earthing and Nos. 4
body earthing of DB's)
5 Supply, installation, testing and commissioning of Set 1
Earth box made of 2mm thick MS painted, with a glass
cover and having 25 x 3 mm Cu strip with insulators
complete as required.
g. Supply, laying in position & proper connection by
welding/bolting or brazing for the following GI
tape/wires including providing all fixing accessories
and effecting proper connections.
1 25 x 6 mm GI tape RM 40
h. Supply and installation of following sizes of MS
perforated type cable trays with stove enamel paint of
approved colour and necessary bends, tees, reducer
couplers, dash-fasteners, GI nuts bolts including
cutting, bending, drilling, bolting required suspension
arrangement fabricated from steel etc. Complete as
per specifications and as approved by Engineer - in -
charge. The suspension of MS cable tray, only GI or SS
round rods with ceiling anchoring facility should be
used.
1 150mm wide, 40 mm high (2 mm thick) RM 10
Sr. Unit
Description Unit Quantity Amount
No. Rate
from junction box at slab level to fixture on the false
ceiling.
Sr. Unit
Description Unit Quantity Amount
No. Rate
1 1800x750mm: Linear workstation Nos 1
Panel based system, .25mm thick.
Pre-lam table top shade-laminate, powder coating
shade; grey - All tiles will be fabric: supported on gable
end along with 25mm thick partition. Height of
workstations - 1200mm 1, No. Three drawer with one
lock, all complete with wire management and wire
risers Fire Rated material for workstation
The requisite certifications include: ASTM D2571 (for
surface burning), ANSI/NEMA LD3 certified scratch-
resistant laminate.
2 Chair Nos 1
Unit
S No. Description Unit Qty. Amount
Rate
A. INTERIOR WORKS & FURNISHINGS
a. Civil Works
1 Manual PCC (1:2:4 mix) Up to 75mm/ Repair of sqm 10
existing floor with cement plaster before laying
Tiles
2 Floor Tiles (C2i average area is 600 to 800 SQFT L/S 1
but in most of the site Floor tile work was done so
repair and match with existing tile cost will be
Lump sum)
b. CEILING
1 Plain Gypsum Ceiling sqm 20
2 Mineral fibre Tile Grid Ceiling size: 2' x 2' - sqm 20
3 Access Panel of size 2' x 2' nos 1
c. FINISHES
1 Light Textured Paint sqm 84
B Electrical Works
Unit
S No. Description Unit Qty. Amount
Rate
a. Wiring including termination for the following
light points with 2 x 2.5 sq. mm PVC insulated
FRLS copper conductor wires of 650/1100 Volts
grade in concealed/exposed 16gauge MS conduits
as called for including providing 6-amp flush type
switches, anodized MS box for housing switches
approved White Polycarbonate modular cover
plate for switch boxes and earthing. All the circuit
must dress with circuit identification tags (the
rates include: 6 AMP switch, 6 AMP socket,
Modular Face plate, FRLS Cable with average
length 20-30 m, 16 gauge MS conduits 20-30
meter, All the accessories and Workmanship.)
1 First point controlled by one no. 6 amp switch. Nos 2
2 Same as item No. 1 above but LOOP POINT i.e. Nos 4
wiring including termination of point looped from
first point with 2 x 1.5 sq. mm PVC insulated FRLS
copper conductor wire of 650/1100-volt grade in
concealed/exposed 16-gauge MS conduit and
earthing (controlling switch in item no. 1).
b. Wiring including termination for the following
light points with 2 x 2.5 sq. mm PVC insulated
FRLS copper conductor wires of 650/1100 Volts
grade in concealed/exposed 16gauge MS conduits
as called for including providing 16-amp flush
type switches, anodized MS box for housing
switches approved White Polycarbonate modular
cover plate for switch boxes and earthing. All the
circuit must dressed with circuit identification
tags (the rates include: 16 AMP switch, 16 AMP
socket, Modular Face plate, FRLS Cable with
average length 20-30 m, 16 gauge MS conduits 20-
30 meter, All the accessories and Workmanship.)
1 First point controlled by one no. 16 amp switch. Nos 2
2 Same as item No. 3 above but LOOP POINT i.e. Nos 4
wiring including termination of point looped from
first point with 2 x 1.5 sq. mm PVC insulated FRLS
copper conductor wire of 650/1100-volt grade in
concealed/exposed 16-gauge MS conduit and
earthing (controlling switch in item no. 3).
Unit
S No. Description Unit Qty. Amount
Rate
3 Wiring including termination for 6-amp socket Nos 2
outlet point with 2 x 1.5 sq. mm PVC insulated
FRLS copper conductor wires in
concealed/exposed 16gauge MS conduits or
existing raceways including providing 6-amp
switch,3 pin 6A shuttered socket, anodised MS box
for housing switches sockets, approved White
Polycarbonate modular cover plate and earthing.
(Looped to lighting circuit as shown in drawing).
All the circuit must dressed with circuit
identification tags
c. fixing following numbers socket and switch
housed in anodised MS box with approved White
polycarbonate modular cover plate as required.
NOTE: - For UPS in one circuit maximum three
workstations shall be looped. Colour coding shall
be strictly followed for wiring. For Raw in one
circuit maximum six workstations shall be looped.
All the circuit must be dressed with circuit
identification tags
1 2 No. 16A, Universal Socket outlets controlled by 1 Set 2
No. 16A switch. (UPS power at W/S)
2 1 No. 6A, round pin outlets, controlled by 1 no.6A Set 4
switch. (Raw power at W/S)
3 Wiring including termination for 16 amp power Set 2
socket outlet points with 2 x 6 sq. mm PVC
insulated FRLS copper conductor wires for the
first socket outlet and 2 x 4 sq. mm PVC insulated
FRLS copper conductor wires for the second
outlet of 650/1100 Volts grade in
concealed/exposed 16 gauge MS conduits or
existing raceway as called for including providing
16 amp flush type combined 6 pin shuttered
sockets and switches, anodized MS outlet boxes
for 16 A 6 pin sockets and switches, approved
White Polycarbonate modular cover plate and
earthing.(The item is for set of two outlets looped
together as explained above ) All the circuit must
dressed with circuit identification tags (the rates
includes 16 AMP switch, 16 AMP socket, Modular
Face plate, 2x 6 SQ. MM FRLS Cable with average
length 20-30 m, 16 gauge MS conduits 20-30
meter, All the accessories and Workmanship.):
Unit
S No. Description Unit Qty. Amount
Rate
4 Supplying and fixing of 32 amp 3-pin for 1-phase Nos. 2
industrial socket outlet, Self-locking type of
Neptune Balls make including supplying MS boxes
of suitable size,32-amp DP MCB and a plug top,
complete as required and as per specifications.
d. Supplying and fixing in position of the following
sizes of exposed/concealed 16gauge MS conduit
including all accessories complete as required and
as per specifications.
1 25 mm die MS conduit RM 40
e. Supplying, drawing, termination of the following
size of FRLS PVC insulated copper conductor
wires 650/1100 V grade in existing conduits,
complete as required and as per specifications.
1 2 x 6 sq. mm with 1 no.2.5 sq. mm PVC insulated RM 20
copper conductor earth wire.
C. INSTALLATION OF PANELS; SUPPLY AND
INSTALLATION OF DB, CABLES AND EARTHING
a. Receiving, storing properly, installation, testing
and commissioning of following panels complete
as required.
1 MDB's Set 1
b. Supply and fixing in position the following
insulated wires including providing all fixing
accessories and effecting proper connections.
1 6 sq. mm. dia pvc insulated copper conductor RM 20
wire.
c. Supplying, unloading, storing, laying, testing and
commissioning (SITC) of following sizes PVC
insulated (Heavy duty) Copper conductor cables
suitable for working voltage up to and including
1100 Volts, laid and tied on existing overhead
cable trays; or laid and tied over MS supports in
masonry trenches including providing MS
supports and clamps for fixing to supports in an
approved manner complete as required and as per
specifications. Circuit identification tag should be
attached with the concerned cable along with the
test report of following sizes of cable to be
submitted by the contractor at the time of delivery
of material at site.
1 50 sq. mm. cable, armoured for earthing. RM 5
Unit
S No. Description Unit Qty. Amount
Rate
d. Termination of the following sizes of PVC
insulated Copper conductor cable including
providing terminal lugs, single compression
glands crimping the joints, providing insulation
tape, effecting terminal connections to the
equipment complete as required.
1 50 sq. mm. cable, armoured for earthing. Nos. 4
e. Supplying, unloading, storing, laying, testing and
commissioning of following sizes of XLPE
insulated (Heavy duty) Aluminium/copper
conductor armoured cables suitable for working
voltage up to and including 1100 Volts , laid and
tied on existing overhead cable trays; or laid and
tied over MS supports in masonry trenches
including providing MS supports and clamps for
fixing to supports in an approved manner
complete as required and as per specifications.
1 4 x 6 sq.mm. copper Cable RM 5
2 2 x 10 sq.mm. copper Cable RM 5
f. Termination of the following sizes of PVC
insulated Aluminium conductor cable including
providing terminal lugs, single compression gland,
crimping the joints, providing insulation tape,
effecting terminal connections to the equipment
complete as required
1 4 x 10 sq.mm. copper Cable Nos. 4
2 4 x 6 sq.mm. copper Cable Nos. 4
3 2 x 10 sq.mm. copper Cable Nos. 4
4 2 x 6 sq.mm. copper Cable (For Dedicated earthing Nos. 4
and body earthing of DB's)
5 Supply, installation, testing and commissioning of Set 1
Earth box made of 2mm thick MS painted, with a
glass cover and having 25 x 3 mm Cu strip with
insulators complete as required.
6 25 x 6 mm GI tape RM 20
7 Supply and installation of following sizes of MS RM 2
perforated type cable trays with stove enamel
paint of approved colour and necessary bends,
tees, reducer couplers, dash-fasteners, GI nuts
bolts including cutting, bending, drilling, bolting
required suspension arrangement fabricated from
steel etc. (100 mm to 300 mm with 40 mm height)
Complete as per specifications and as approved by
Engineer - in - charge. The suspension of MS cable
tray, only GI or SS round rods with ceiling
anchoring facility should be used.
Page 162 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Unit
S No. Description Unit Qty. Amount
Rate
D. SUPPLY & FIXING OF LIGHTING FIXTURES
a. Supply, unloading storing and installation at site
of following PL lamp / halogen fixtures complete
with all accessories and PL lamp / halogen lamps
with toroidal transformer, electronic ballast
completes as required.
1 LED 18-watt light Nos 4
E. MODULAR FURNITURE FOR WORKSTATIONS
1 Panel based system, Pre-lam table top shade- Nos 1
laminate, with drawer fixed pedestal per work
station
2 Chair Nos 1
TOTAL OF C2i NON-IT COMPONENTS
Sr. Unit
Description Unit Qty. Amount
No. Rate
A Civil Works
1 PCC Up to 75mm/ Repair of existing floor with cement sqm 810
plaster before laying Tiles/ Floor carpet.
2 Cement Sand Plaster sqm 146
3 Floor/Wall Chasing L/S 2
B JOINERY
1 P8: Partition Above false ceiling with one layer of sqm 145
gypsum on both sides
2 P9: Fire rated Partition panelling sqm 448
3 P9A: Fire Rated Partition sqmt 95
4 G: Full height 12mm thick. Toughened double glass sqm 12
partition
5 P10: Modular extruded aluminium Partitions rm 12
6 Extruded Aluminium Skirting rm 120
C DOORS
1 D1 -Fire rated door - up to 750 x 2100 nos 6
2 D2 -Fire rated door - up to 1200 x 2100 nos 1
3 D1 -Fire rated door - up to 900 x 2100 nos 1
D CEILING
1 Plain Gypsum Ceiling fire rated sqm -
2 Vertical Bands with fire rated gypsum board rm -
3 Cove with fire rated gypsum board rm -
4 Tile Grid Ceiling - 2' x 2' - Metal ceiling rm 390
Page 163 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Sr. Unit
Description Unit Qty. Amount
No. Rate
E FINISHES
1 Light Textured Paint sqm 1952
2 Laminated Panelling fire rated board sqm 48
F STORAGE
1 Full Ht. Storage (Laminated) 400mm Deep fire rated sqm 8
G FLOORING
1 Raised Antistatic Access Flooring ( Range: 300mm- sqm 460
600mm)
2 Stainless Steel edge trims rm 16
3 Base structure for additional support of raised floor sqm 395
H SIGNAGES
1 General Information Signage nos 12
2 Luminous Fire evacuation plans nos 4
I LOOSE FURNITURE
1 Guard Table - 1500 X 700 WIT HPEDESTAL nos 1
2 CHAIRS nos 4
3 Running counter in DATA Centre (BMS Room) nos 4
Sr. Unit
Description Unit Qty. Amount
No. Rate
Providing and fixing in position the following MS heavy
class pipes cut to required lengths and installed with all
welded joints. Providing and fixing in position the
necessary fittings like elbows, tees, reducers, hanging
arrangements including vibration isolation
arrangements etc. as required.
1 125 mm dia RM 20
2 80mm dia RM 20
3 40mm dia RM 50
d. Providing and fixing in position the following wafer
type Butterfly Valves complete with companion flanges,
nuts, bolts, gaskets etc. as required. Butterfly valves
shall conform to PN -16 rating as per specifications.
Quoted price shall be inclusive of insulation as per the
specifications.
1 80mm dia Nos. 2
e. Providing and fixing in position the following Ball
Valves as per the specifications. Quoted price shall be
inclusive of insulation as per the specifications.
1 40mm dia Nos. 2
f. Providing and fixing in position the following specified
make balancing valves. Balancing valves shall conform
to PN-16 rating as per the specifications. Quoted price
shall be inclusive of insulation as per the specifications.
1 125 mm dia Nos. 1
2 80mm dia Nos. 1
g. Supply, Installation, Testing & commissioning of two
way diverting valves with modulating motor,
transformer, copper control wiring & temperature
sensors for AHUs. The valves shall be of the following
sizes.
1 125 mm dia Nos. 1
2 80mm dia Nos. 1
h. Providing and fixing in position the following 'Y'
strainers complete with insulation for AHUs & FATUs.
1 125 mm dia Nos. 1
2 100mm dia Nos. R.O.
3 80mm dia Nos. 1
4 Providing and fixing in position industrial type pressure Nos. 4
gauges constructed out of SS 304 material. SS siphon
shall be factory insulated with closed cell elastomeric
insulation in tubing form. Pressure gauges shall be
factory fitted with a ball valve at the tube.
5 Supply and fixing in position V-form industrial type Nos. 4
thermometers as per the specifications.
Sr. Unit
Description Unit Qty. Amount
No. Rate
i. Providing and fixing in position the following GI
medium class pipes for condensate drain cut to
required lengths & installed with all screwed joints and
providing and fixing in position the necessary elbows,
tees & reducers.
1 50mm dia RM 20
2 40mm dia RM 20
3 25mm dia RM 20
j. AIR DISTRIBUTION
Supply, installation and testing of factory fabricated
ductwork of galvanised sheet metal, fire retardant
gaskets, slip on flanges, GI fully threaded rods, GI
channel supports etc. in accordance with the approved
shop drawings and specifications.
1 26-gauge GSS SqM 60
2 24 gauge GSS SqM 60
k. Supply, Fabrication at site, Installation and Testing of
sheet metal ducts in accordance with the approved
shop drawings and specifications.
1 0.63mm (24 gauge) GSS SqM 10
2 0.8 mm (22 gauge) GSS SqM 10
3 1.0mm (20 gauge) GSS SqM 10
4 1.25mm (18 gauge) GSS SqM 10
5 Supply, Installation and Testing of 125mm deep Anti- Nos 3
vibration Flexible Joints made out of imported fire-
retardant fabric with extruded aluminium frame/
flange on both sides of approved make.
6 Supply, Installation and Testing of multi blade type key Sqm 5
operated louver dampers of G.I. steel sheet for collars to
be provided with suitable links, levers and quadrants
for manual control of volume of air flow and for proper
balancing of the air distribution system as per the
approved shop drawings and specifications.
7 Supply, Installation and Testing of multi-blade box type SqM 3
G.I. steel sheet dampers for ducts to be provided with
suitable links, levers and quadrants for manual control
of volume of air flow and for proper balancing of the air
distribution system as per the approved shop drawings
and specifications.
l. Supply, Installation, Testing and Commissioning of
smoke cum fire dampers of at least 90-120 minutes’ fire
rating as per the approved shop drawings and
specifications. Interlocking of fire dampers using
copper control wiring shall be affected as required
1 Bare fire dampers SqM 4
Sr. Unit
Description Unit Qty. Amount
No. Rate
2 Actuator with control panel, temperature sensor and No 6
spring return action and suitable for 8 NM Torque.
m. Supply, Installation, Testing and Balancing of square
supply air diffusers as per the approved shop drawings
and specifications. Each diffuser shall be equipped with
fixed air distribution grid, removable key-operated
volume control damper. The diffusers shall be anti-
smudge ring/flush type.
1 Powder coated extruded aluminium diffusers of Sqm 5
approved colour & shade of following sizes:
n. Supply, Installation, Testing and Balancing of square
diffusers same as supply air diffusers but without
volume control dampers for return air as per the
approved shop drawings & specifications.
1 Powder coated extruded aluminium diffusers of Sqm 5
approved colour & shade of following sizes:
2 Supply, Installation and Testing of extruded aluminium RMT 45
powder coated linear grilles for supply/ return air.
o. Supply, Installation, Testing and Commissioning of pre-
insulated factory fabricated flexible ducts inner as well
as outer skin constructed out of aluminium sheet. Ducts
shall be of following sizes
1 300mm dia RM 20
2 250mm dia RM 90
3 200mm dia RM 20
4 150mm dia RM 20
5 Supply, Installation and Testing of extruded aluminium SqM 1
powder coated air transfer grilles to be provided at
toilets & kitchen doors.
6 Supply, Installation and Testing of fresh air grilles of SqM 1
powder coated / anodized extruded aluminium with
filters, inlet louvers dampers and bird screen, as per
approved shop drawings and specifications.
p. INSULATION
Supply and Application of acoustic lining/ internal
thermal insulation of supply air ducting with fibre glass
insulation 48 Kg/cum density and as per the
specifications and drawings.
1 25mm thick Sq. 45
q. Supply and Application of external thermal insulation of
ducting using closed cell elastomeric insulation with
adhesive, longitudinal & transverse joints sealed with
adhesive as per specifications.
1 6 mm thick SqM 550
r. Supply and Application of 50mm thick expanded
polystyrene insulation in tubing form/ flat sections of
Page 167 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Sr. Unit
Description Unit Qty. Amount
No. Rate
20 Kg/cum density for chilled water piping finished
with 24 G Al sheet cladding and as per the specifications
1 125 mm dia RM 20
2 80mm dia RM 20
3 40mm dia RM 50
s. Supply and Application of 9 mm thick closed cell
elastomeric insulation in tubing form for condensate
drain piping as per the specifications.
1 50mm dia RM 20
2 40mm dia RM 20
3 25mm dia RM 20
t Supply and Application of thermal/acoustic lining of
walls & ceiling of AHU rooms using fibre glass
insulation 32 Kg/cum density, mounted on a suitable
frame work made out of 24 G GI sheet channels,
covered with RP tissue and finished with 24 gauge
perforated aluminium sheet as per the specifications.
1 50mm thick SqM 70
L PAC
a-1 Name of Work :- Supply, installation, testing &
commissioning of precision Air-conditioning unit (7 x
20 TR) capacity FOR 7TH FLOOR DATA CENTRE
Part A (PAC High Side & Low Side)
Precision Air Conditioning Units - For server room
(With Heater & and Humidifier)
a-2 Supply, installation, testing and commissioning of
microprocessor based, Precision Air Conditioning Unit
comprising Indoor & outdoor units interconnected with
refrigerant piping. The indoor evaporator unit, shall be
BOTTOM discharge. The fan section should be below
false floor to provide high power savings compared to
fans inside the cabinet. The fans should be mounted in a
separate cabinet and the cabinet should be located
under the false floor.
The Indoor fan shall be with centrifugal blowers with
latest innovative EC fan technology with “COMPOSITE
Blade material “, and other accessories, in all respect.
95% down to 5 micron filters with filter section &
minimum 4 row deep slant type copper cooling DX-coil
with aluminium fins, SS drain tray duly insulated, high
technology fixed speed scroll compressor suitable for
R407C refrigerant, Compressor refrigerant circuit (Two
compressors with Independent Circuits) shall have
vibration absorbers at suction & discharge lines, with
strip type reheated & steam electrode humidifier.
Page 168 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Sr. Unit
Description Unit Qty. Amount
No. Rate
Compressor EER should not be less than 11.1 Btuh /
Watt (COP not less than 3.25 at ARI conditions),
electronic expansion valve & electrical control panel, all
inside a cabinet.
The Indoor cabinet shall be with double skin side
panels & front & back panels shall be with 25mm thick
acoustic mineral wool insulation. The outdoor air
cooled condensing unit shall be oversized to handle
high ambient conditions. Condenser shall have copper
condensing coil with aluminium fins.
The outdoor condenser shall have EC fans which will
vary speed depending upon ambient temperature and
suitable for vertical or horizontal hot air discharge as
per the site conditions. Separate condenser unit shall be
provided for each refrigerant circuit. A heat rejecting
coil block shall be constructed out of copper tubes with
expanded aluminium fins to give a good mechanical
bond for maximum heat transfer. The number of fins
shall not be less than 12 fins per inch. The minimum
face area of the coil should be more than 1.3 sq.m. and
should be minimum 3 Rows deep. Fins thickness shall
not be less than 0.1 mm and shall be provided with
epoxy /suitable weather proof coating. A minimum of
two numbers axial flow fans (dia 500) directly driven
by Electronically Commutated (EC) fan motor unit with
variable speed drive shall be provided for each
condenser unit. Condensers with AC fan motors are
strictly not accepted as EC fan motors are more efficient
than AC fan motors.
The condenser unit shall suitably design for noise level
≤ 75 dB at a distance of 1 meter away from outdoor
unit.
The outdoor condenser must be provided with
Electronically commutated motors which must include
micro-controller with option to set ambient
temperatures / system pressure etc. The logic of
operation of EC motor must be to maintain a constant
discharge pressure in the circuit irrespective of ambient
temperatures.
The Condenser unit shall be suitable for round-the-
clock operation.
The body of the condenser unit shall be made out of 16
SWG (1.6mm) corrosion resistant G.I. Sheet. The entire
stand shall be supported by epoxy coated frame.
The condensers should have anti-corrosive coating
from factory. The indoor unit shall also have heater. The
Sr. Unit
Description Unit Qty. Amount
No. Rate
external static pressure of fan shall not be less than
10mm Wg. The controller of the unit shall be intelligent.
The controller shall also have auto sequential operation
of Precision Air Conditioning Units.
PAC shall have at least two dry contacts for remote
alarms. The quoted price shall be inclusive of
interconnected insulated refrigerant piping, insulated
drain piping with in the room & from each machine,
vibration isolation pads and associated electrical &
control cabling between indoor & outdoor units and MS
base frame / MS Platform duly painted with black
enamel paint for mounting of condensing units and
suitable vibration isolation pads.( Each unit should have
a inbuilt card for Bacnet/Modbus output for BMS
monitoring).
The raised flooring height from true floor shall have to
be 600 MM
a-3 The Unit shall be with Two Fixed scroll Compressor
with two independent refrigerant circuit
a-4 The unit shall be suitable for 380-415 Volts / 50HZ /3
Phase supply.
a-5 The refrigerant piping of copper duly insulated with
13/19mm thick nitrile rubber class "O" having K value
as 0.032 W/ m Deg. K shall be to the extent of 30M
(Max.) one way on each unit. Bidder to include suitable
size (dia) of this much length of piping in the BOQ. (20M
horizontal + 10M of Vertical piping).
a-6 Units shall also be suitable to deliver the desired
capacity after deration for such a distance of piping.
deration for such a distance of piping.
a-7 Bidder to include suitable size (dia) extra length of
piping in the BOQ along with kit (solenoid valve, NRV,
extra oil charge & extra refrigerant charge.
a-8 Water connection shall be provided at one point with in
5m in the room. The entire onward piping up to the
machines shall be done by other agency.
a-9 Drain piping with insulation and connection up to 10 M
the nearest drain point in the room shall be included.
The drain piping shall be of 25mm dia GI 'B' Class duly
insulated with 9mm thick nitrile rubber.
a- The interconnecting copper conductor control & power
10 cabling with earthing between indoor & outdoor units
of adequate size & quantity to be considered along with
GI cable tray.
Sr. Unit
Description Unit Qty. Amount
No. Rate
a- The incoming copper cabling along with earthing from
11 the indoor isolator to AC unit shall also be accounted
for in the scope of work.
a- Outdoor Unit's power isolator in weather proof IP66
12 Plastic enclosure mounted on the outdoor unit itself for
power ON/OFF to outdoor.
a- Nitrogen testing, vaccumising and testing and
13 commissioning of the unit complete in all respect.
a- Each unit should have a inbuilt card for Bacnet/Modbus
14 output for BMS monitoring.
a- The unit shall have water leak detection sensing tape
15 with alarm initiation system, on detection of water
leakage under the machine in the vicinity.
a- The unit shall have a feature to trip off automatically in
16 the event of receiving a fire signal from the fire
detection system. The necessary cabling between the
fire relay control module with in the space/room and
the unit's controller shall be considered
1 20 TR actual capacity Floor Discharge Type Precision Nos 7
AC Units for Data centre. (1W + 1S) at 45°C outdoor
temperature. Inside design conditions Cold Aisle
Condition = 20 +/- 1⁰C Return Air Condition = 30 Deg C
[The cost of (a). Installation, Testing & Commissioning
charges for complete Precision Air Conditioning Unit &
(b) Handling & Positioning of units at site (Without
Crane) to be included in the quoted price.]
b ADVANCED AIR TERMINAL DISTRIBUTION (Supply Air
modulator Grilles) COMPRISING OF :
1 Top Cover, GI Powder Coated with perforations to Nos. 80
deliver airflow of 1000 CFM, with aerofoil aluminium
damper, suitable to take the load of the rack up to
800kgs per tile of size 595mmX595mm, provision for
fitment and operation of microprocessor controller
with display.
2 Actuator to modulate the vanes from 0 to 100% to take Nos. 40
feedback from the sensors.
3 Microprocessor controller or PLC based interface with Nos. 40
programmable control logic protocol, including two
sensors to modulate the airflow from 0 to 100% based
on the rack temperature and regulating the right
amount of air volume. The average of both sensors to be
input for actual conditions to the control logic. Display
to be settable for temperature, communication on
Modbus to be available.
c Supply, installation, balancing and commissioning of
fabricated at site GSS sheet metal rectangular/round
Page 171 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Sr. Unit
Description Unit Qty. Amount
No. Rate
ducting complete with neoprene rubber gaskets ,
elbows, splitter dampers, vanes, hangers, supports etc.
as per approved drawing and specification of following
sheet thickness complete as required.
1 22 gauge (0.83 mm) sqmtr 45
2 24 gauge (0.63 mm) sqmtr 45
d LOW SIDE INSTALLATION WORKS
1 Refrigerant R 407C Kgs 450
2 Refrigeration Piping: Supply, Installation, Testing & RM 320
Commissioning of high-pressure copper refrigerant
piping suitable for R 407c refrigerant of suitable size as
required and duly insulated with 19mm/13mm thick
closed cell elastomeric insulation in tubing form
inclusive of glass cloth and UV treatment as per
specification/requirement. External Refrigerant piping
shall be laid on GI covered cable trays. Piping inside
occupied spaces shall be supported using GI ladder type
cable trays. The cost of GI covered cable tray and
supports to be included in the quoted price. Entire
refrigerant piping work be carried out in accordance
with the specifications.
e Control & Transmission Wiring: Supply and fixing of
PVC insulated armoured COPPER cables 1100 Volts
grade from main panel boards to various equipment
through walls/ceiling with appropriate clamps, cable
termination, and fixing arrangements, cable tray/ms
conduit etc. as per specifications and drawings.
1 3 c x 4 sqmm RM 320
f Humidifier Piping: Supplying, laying/ fixing, testing and
commissioning of G.I 'B' class pipe with 19 mm nitrile
insulation of following sizes for drain water piping on
surface / underground (including fabrication of bends,
tees, reducers) with support and fittings as per
standard specification complete as required for
humidifier connection.
1 25 mm O.D.(insulation : 13 mm) RM 140
2 32 mm O.D.(insulation : 13 mm) RM 140
3 Supply, Fabrication and Installation of MS frame using No's 16
channels/angle iron sections as required for IDU & ODU
stand for PAC units. The frame work shall be applied
with red oxide primer and thereafter, two coats of
enamel paint of approved colour. The general
arrangement drawing for frame work shall be got
approved from the Architects/Structural Engineers
prior to commencement of fabrication.
Sr. Unit
Description Unit Qty. Amount
No. Rate
g Drain Piping
Supply & Installation of heavy duty PVC drain pipe with
min. wall thickness of 4 mm with insulation. Insulation
shall be of 6 mm thick sleeve of nitrile
rubber/polyethylene foam having K valve 0.027 W/mk
at a mean temp. of 10°C and min. density of 26 Kg/m3.
Insulation on drain pipe shall be carried out only where
the pipe is running within the wall. Exposed pipe shall
be without insulation. The insulation joints shall be
properly sealed with rubber based adhesive to ensure
proper bonding.
1 50 mm dia RM 40
2 40 mm dia RM 40
3 32 mm dia RM 60
4 25 mm dia RM 60
h Power Cable
Supply, laying, affecting connections and Testing of the
following sizes of 1.1 KV armoured PVC insulated
copper conductor cables. Cables shall be inclusive of all
clamps, saddles, screws, cable identification tags, cable
terminal joints including terminal lugs, insulating tapes,
affecting terminal connections to the equipment as per
the specifications and as required. Quoted price shall be
inclusive of GI perforated cable tray, support.
1 4C x 25 Sq mm copper Cable RM 400
2 Providing & fixing of thermal insulation with aluminium sqmtr 1480
foil faced nitral rubber/closed cell expended
polyethylene insulation of following thickness class 'O'
(25-30kg/m3) on existing surface with dendrite etc.
complete as required. (for Floor / Walls/ Ceiling
Insulation) - 19mm Nitrile rubber with Silver Coating
M Electrical Works
a Wiring and sockets
Wiring including termination for the following light
points with 2 x 2.5 sq. mm PVC insulated FRLS copper
conductor wires of 650/1100 Volts grade in
concealed/exposed 16gauge MS conduits as called for
including providing 6 amp flush type switches,
anodized MS box for housing switches approved White
Polycarbonate modular cover plate for switch boxes
and earthing. All the circuit must dressed with circuit
identification tags
1 First point controlled by one no. 6 amp switch. Nos 30
2 Same as item No. 1 above but LOOP POINT i.e. wiring Nos 40
including termination of point looped from first point
Page 173 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Sr. Unit
Description Unit Qty. Amount
No. Rate
with 2 x 1.5 sq. mm PVC insulated FRLS copper
conductor wire of 650/1100-volt grade in
concealed/exposed 16 gauge MS conduit and earthing
(controlling switch in item no. 1).
b Wiring including termination for the following light
points with 2 x 2.5 sq. mm PVC insulated FRLS copper
conductor wires of 650/1100 Volts grade in
concealed/exposed 16gauge MS conduits as called for
including providing 16-amp flush type switches,
anodized MS box for housing switches approved White
Polycarbonate modular cover plate for switch boxes
and earthing. All the circuit must dressed with circuit
identification tags
1 First point controlled by one no. 16 amp switch. Nos 5
2 Same as item No. 3 above but LOOP POINT i.e. wiring Nos 15
including termination of point looped from first point
with 2 x 1.5 sq. mm PVC insulated FRLS copper
conductor wire of 650/1100-volt grade in
concealed/exposed 16 gauge MS conduit and earthing
(controlling switch in item no. 3).
3 6-amp socket outlet point with 2 x 1.5 sq. mm PVC Nos 25
insulated FRLS copper conductor wires in
concealed/exposed 16gauge MS conduits or existing
raceways including providing 6-amp switch,3 pin 6A
shuttered socket, anodised MS box for housing switches
sockets, approved White Polycarbonate modular cover
plate and earthing. (Looped to lighting circuit as shown
in drawing). All the circuit must dressed with circuit
identification tags
c Wiring including termination for the following
configuration of outlets for workstations with 3 core x
2.5 sq.mm. Copper conductor, PVC insulated PVC
sheathed wires of 650/1100V grade in existing
conduit/raceway including supplying and fixing
following numbers socket and switch housed in
anodised MS box with approved White polycarbonate
modular cover plate as required. NOTE: - For UPS in
one circuit maximum three workstations shall be
looped. Colour coding shall be strictly followed for
wiring. For Raw in one circuit maximum six
workstations shall be looped. All the circuit must be
dressed with circuit identification tags
1 2 No. 16A, Universal Socket outlets controlled by 1 No. Set 25
16A switch.(UPS power at W/S)
2 1 No. 6A, round pin outlets, controlled by 1 no.6A Set 10
switch. (Raw power at W/S)
Page 174 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Sr. Unit
Description Unit Qty. Amount
No. Rate
3 Wiring including termination for 16 amp power socket Set 5
outlet points with 2 x 6 sq. mm PVC insulated FRLS
copper conductor wires for the first socket outlet and 2
x 4 sq. mm PVC insulated FRLS copper conductor wires
for the second outlet of 650/1100 Volts grade in
concealed/exposed 16 gauge MS conduits or existing
raceway as called for including providing 16 amp flush
type combined 6 pin shuttered sockets and switches,
anodised MS outlet boxes for 16 A 6 pin sockets and
switches, approved White Polycarbonate modular cover
plate and earthing.(The item is for set of two outlets
looped together as explained above ) All the circuit
must dressed with circuit identification tags
4 Wiring including termination for 16 amp power socket Nos 10
outlet point with 2 x 4 sq. mm PVC insulated FRLS
copper conductor wire of 650/1100 Volts grade in
concealed/exposed 16 gauge MS conduits or in existing
raceway including providing 16 amp flush type
combined 6 pin shuttered socket and switch, anodised
MS boxes for 16 amp 6 pin socket and switch, approved
White Polycarbonate modular cover plate and earthing.
(Only one outlet shall be connected to each circuit). All
the circuit must dressed with circuit identification tags
5 Supplying and fixing of 16/20 amp 3-pin for 1-phase Nos R.O
industrial socket outlet including supplying MS boxes of
suitable size,32 amp SP MCB and a plug top, complete
as required and as per specifications.
6 Supplying and fixing of 32 amp 3-pin for 1-phase Nos 224
industrial socket outlet, Self-locking type of Neptune
Balls make including supplying MS boxes of suitable
size,32 amp DP MCB and a plug top, complete as
required and as per specifications. (DATA CENTRE)
7 Supplying and fixing of 32 amp 3-phase industrial Nos R.O
socket enclosure, IP 65 including supplying boxes of
suitable size, 40 amp TP MCB and complete as required
and as per specifications.
d Supplying and fixing in position of the following sizes of
exposed/concealed 16gauge MS conduit including all
accessories complete as required and as per
specifications.
1 25 mm dia MS conduit RM 150
e Supplying, drawing, termination of the following size of
FRLS PVC insulated copper conductor wires 650/1100
V grade in existing conduits, complete as required and
as per specifications.
Sr. Unit
Description Unit Qty. Amount
No. Rate
1 2 x 6 sq. mm with 1 no.2.5 sq. mm PVC insulated copper RM 180
conductor earth wire.
Sr. Unit
Description Unit Qty. Amount
No. Rate
4 Supply and fixing in position MS anodised box for T.V. Nos 40
outlet including white poly carbonate modular cover
plate and co-axial type T.V. socket outlet complete as
required.
5 Supply , drawing, termination of RG-6 co-axial cable for RM 100
TV in existing conduit complete as required.
e Providing and fixing in position following sizes of MS
conduits including providing all accessories concealed/
exposed as required along with G.I. pull wire,14 SWG
1 25 mm dia MS conduit RM 200
2 Supply and ,installation of Novar/ Steel ways make Nos. R.O
floor mounted box 250 mm by 250 mm for housing UPS
power and data/voice boxes complete as required.
f SUPPLY OF MDB,UMDB,USDB
f-1 MDB’S / UMDB / MCCB PANELS
f-2 Design, manufacture, testing at works & supply of 2 mm
thick MS sheet steel fabricated cubicle type Panel dust
and vermin proof complete with hinged and lockable
doors. All the panels shall be floor mounted and dead
front construction complete with interconnections by
copper tapes/ wires and painting.
f-3 Each outgoing feeder shall be provided with one no. ON
indication lamp. All MCBs shall be C curve type, except
UMDB/ USDB in which MCB shall be D curve type.
f-4 Multifunction, Ammeter, Voltmeter meters installed in
MDB/UMDB shall be BMS Compatible, capable of
delivering Bacnet, Modbus or Lon works protocol etc.
f-5 MDB PANEL
f-6 Incoming
f-7 1 No. 800 amp FP MCCB, with microprocessor based
release, minimum 25 KA service breaking capacity and
Trip setting as required with phase setting at 50%. The
two incomers and bus coupler shall be interlocked.
f-8 Indicating Panel
f-9 The Indicating panel of each incomer shall be provided
with the following :
f- Digital Ammeter ,CT's , Digital Voltmeter
10
f- 3 Nos. phase indicating lamps; backed up with HRC
11 fuse/MCB.
f- 2 Nos. ON/OFF indicating lamp on incomer feeder for
12 indicating the status of feeder.
f- Bus Bar
13
f- Outgoing
14
Page 177 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Sr. Unit
Description Unit Qty. Amount
No. Rate
f- Each outgoing feeder shall be provided with ON
15 indication lamp.
f- 4No. 225 amp FP MCCB, with microprocessor based
16 release, minimum 25 KA service breaking capacity and
Trip setting as required.
f- 8 Nos. 63 A FP MCB,10 KA breaking capacity.
17
1 MDB PANEL AS DESCRIBE ABOVE Set 1
g-1 UPS O/P PANEL
g-2 Incoming
g-3 1 nos 800 amp TP + 200% neutral MCCB, with
microprocessor based release, minimum 25 KA service
breaking capacity and Trip setting as required.
g-4 Indicating Panel
g-5 The Indicating panel of each incomer shall be provided
with the following :
g-6 Digital Ammeter ,CT's , Digital Voltmeter
g-7 3 Nos. phase indicating lamps; backed up with HRC
fuse/MCB.
g-8 2 Nos. ON/OFF indicating lamp on incomer feeder for
indicating the status of feeder.
g-9 Bus Bar
g- 1 No. 800 amp TPN Copper Bus bar of suitable length
10 with current density of 1.0 sq.mm/amp with neutral
bus bar double size of phase bus bar.
g- Outgoing
11
g- Each outgoing feeder shall be provided with ON
12 indication lamp.
g- 4 No. 220 amp FP MCB & 2 no of 63 amp DP MCB with
13 10 KA service breaking capacity as required.
1 UPS PANEL FLOOR DISTRIBUTION PANEL Set 1
h INSTALLATION OF PANELS; SUPPLY AND
INSTALLATION OF DB, CABLES AND EARTHING
Receiving, storing properly, installation, testing and
commissioning of following panels complete as
required.
1 MDB's Set 1
2 UMDB Set 2
3 Supply, installation, testing & commissioning of 225 Set 4
Amp TP MCCB with heavy duty solid neutral link, rotary
operating handle, 25 KA service breaking capacity with
required arrangement of incoming & outgoing cables
required.
Sr. Unit
Description Unit Qty. Amount
No. Rate
i Supplying, installing in position, testing and
commissioning of the following Distribution Boards
made of 16-gauge powder coated MS sheet steel, wall
mounted/fully recessed in wall, indoor industrial type,
with dust & vermin proof, hinged and lockable doors,
double door design, complete with inter connecting
wires of proper gauge, aluminium coated copper
thimbles and with the circuit identification tags, colour
coded wiring from Incomer MCB to each ELCB along
with earthing terminal. The DB shall be suitable for
taking cable/conduit as incoming/outgoing.
1 14 way TPN DB with 36 Nos of 10/20 amps SP MCB's i.e. Nos R.O
12 Nos. of 10/20 amp SP MCB's arranged in 3 rows
arranged in 3 tier one above other and controlled by 1
No. 63 amp TPN MCB and neutral link. Each row of MCB’s
shall be provided with 40 amp DP ELCB of 100 mA
sensitivity.
2 12 way TPN DB with 30 Nos of 10/20 amps SP MCB's i.e. Nos 3
10 Nos. of 10/20 amp SP MCB's arranged in 3 rows
arranged in 3 tier one above other and controlled by 1
No. 63 amp TPN MCB and neutral link. Each row of MCB’s
shall be provided with 40 amp DP ELCB of 100 mA
sensitivity.
3 12 way TPN DB with 30 Nos of 10/20 amps SP MCB's i.e. Nos 3
10 Nos. of 10/20 amp SP MCB's arranged in 3 rows
arranged in 3 tier one above other and controlled by 1
No. 63 amp TPN MCB and neutral link. Each row of MCB’s
shall be provided with 40 amp DP ELCB of 100 mA
sensitivity.(All MCB to be "D" Curve)
4 10 way TPN DB with 24 Nos of 10/20 amps SP MCB's i.e. Nos 10
6 Nos. of 10/20 amp SP MCB's arranged in 3 rows
arranged in 3 tier one above other and controlled by 1
No. 63 amp TPN MCB and neutral link. Each row of MCB’s
shall be provided with 40 amp DP ELCB of 100 mA
sensitivity.
5 6 way TPN DB with 18 Nos of 10/20 amps SP MCB's i.e.6 Nos 10
Nos. of 10/20/32 amp SP MCB's arranged in 3 rows
arranged in 3 tier one above other and controlled by 1
No. 63 amp TPN MCB and neutral link. (All MCB shall be
D curve)
6 Sheet metal enclosed 12 way SPN DB with 8 Nos. 10/20 Nos 14
Amp SP MCB and controlled by 1 no. 40 Amp DP MCB
with ELCB (100 mA) complete as required. For
emergency lighting .
7 Supply ,installation, testing and commissioning of earth Nos. 6
pits comprising 600 x 600 x 3 mm. thick Copper
Page 179 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Sr. Unit
Description Unit Qty. Amount
No. Rate
electrode, 50 mm dia medium class GI pipe, GI funnel
with 20 gauge GI wire mesh, masonry chamber with
concrete base, CI manhole cover with frame (300 mm. x
300 mm.) painted with bitumastic paint, test link joint
and alternate packing the mixture of Charcoal and salt
around plate electrode, depth should not less than 3
meters, The thickness of earthing pipe should not be less
than 2 mm complete as required ,as per specifications
and as per IS: 3043
j Supply and fixing in position the following insulated
wires including providing all fixing accessories and
effecting proper connections.
1 6 sq. mm. dia pvc insulated copper conductor wire. RM 600
k Supplying, unloading, storing, laying, testing and
commissioning of following sizes PVC insulated (Heavy
duty) Copper conductor cables suitable for working
voltage up to and including 1100 Volts, laid and tied on
existing overhead cable trays; or laid and tied over MS
supports in masonry trenches including providing MS
supports and clamps for fixing to supports in an
approved manner complete as required and as per
specifications. Circuit identification tag should be
attached with the concerned cable along with the test
report of following sizes of cable to be submitted by the
contractor at the time of delivery of material at site
1 50 sq. mm. cable, armoured for earthing. RM 500
2 95 sq.mm. cable unarmoured for UPS RM 400
3 25 sq.mm. cable unarmoured for UPS RM 300
4 50 sq.mm. cable unarmoured for UPS RM 200
5 225 sq.mm cable for UPS distribution panel RM 590
l Termination of the following sizes of PVC insulated
Copper conductor cable including providing terminal
lugs, single compression glands crimping the joints,
providing insulation tape, effecting terminal
connections to the equipment complete as required.
1 50 sq. mm. cable, armoured for earthing. Nos. 12
2 95 sq.mm. cable unarmoured for UPS Nos. 18
3 70 sq.mm. cable unarmoured for UPS Nos. 24
4 50 sq.mm. cable unarmoured for UPS Nos. 8
5 225 sq.mm. cable for UPS distribution panel Nos. 24
m Supplying, unloading, storing , laying, testing and
commissioning of following sizes of XLPE insulated
(Heavy duty) Aluminium/copper conductor armoured
cables suitable for working voltage up to and including
1100 Volts , laid and tied on existing overhead cable
trays; or laid and tied over MS supports in masonry
Page 180 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Sr. Unit
Description Unit Qty. Amount
No. Rate
trenches including providing MS supports and clamps
for fixing to supports in an approved manner complete
as required and as per specifications.
1 3.5 x 150 sq.mm. Aluminium Cable RM 200
2 3.5 x 70 sq.mm. Aluminium Cable RM R.O
3 4 x 25 sq.mm. Al. Cable RM R.O
4 4 x 16 sq.mm. copper Cable RM 150
5 4 x 10 sq.mm. copper Cable RM 50
6 4 x 6 sq.mm. copper Cable RM 50
7 2 x 10 sq.mm. copper Cable RM 50
8 2 x 6 sq.mm. copper Cable (For Dedicated earthing of RM 100
DB's)
n Termination of the following sizes of PVC insulated
Aluminium conductor cable including providing
terminal lugs, single compression gland , crimping the
joints ,providing insulation tape, effecting terminal
connections to the equipment complete as required
1 3.5 x 150 sq.mm.Aluminium Cable Nos. 50
2 3.5 x 70 sq.mm.Aluminium Cable Nos. R.O
3 4 x 25 sq.mm.Al.Cable Nos. R.O
4 4 x 16 sq.mm.copper Cable Nos. 6
5 4 x 10 sq.mm. copper Cable Nos. 80
6 4 x 6 sq.mm. copper Cable Nos. 40
7 2 x 10 sq.mm. copper Cable Nos. 40
8 2 x 6 sq.mm. copper Cable (For Dedicated earthing and Nos. 40
body earthing of DB's)
9 Supply, installation, testing and commissioning of Earth Set 4
box made of 2mm thick MS painted ,with a glass cover
and having 25 x 3 mm Cu strip with insulators complete
as required.
o Supply, laying in position & proper connection by
welding/bolting or brazing for the following GI
tape/wires including providing all fixing accessories
and effecting proper connections.
1 25 x 6 mm GI tape RM 1400
2 25 x 3 mm Cu tape RM 600
p Supply and installation of following sizes of MS
perforated type cable trays with stove enamel paint of
approved colour and necessary bends, tees, reducer
couplers, dash-fasteners, GI nuts bolts including cutting,
bending, drilling, bolting required suspension
arrangement fabricated from steel etc. complete as per
specifications and as approved by Engineer - in -
charge. The suspension of MS cable tray, only GI or SS
Sr. Unit
Description Unit Qty. Amount
No. Rate
round rods with ceiling anchoring facility should be
used.
1 600 mm wide, 40 mm high (2 mm thick) RM 220
2 450 mm wide, 40 mm high (2 mm thick) RM 400
3 300 mm wide, 40 mm high (2 mm thick) RM 300
4 150mm wide, 40 mm high (2 mm thick) RM 200
5 450 mm wide, 100 mm high (Data Center) RM 150
Sr. Unit
Description Unit Qty. Amount
No. Rate
a-5 All the samples shall be submitted within two weeks of
the issue of work order, for approval from the Architect.
a-6 Supply, unloading storing at site of the following
fixtures with all accessories, such as spring loaded side
holders, starters, power factor compensators, MS
housing to house ballasts, complete with lamps. All the
lamps shall be colour 84 or as approved.
1 2x2 LED Light Fixture Nos 120
R Networking
a Supply, Installation, Testing and commissioning of Data
and Voice System.
( 4 Node Outlet at Each Location ).
1 Supply & fixing 24-port Loaded , Modular Jack Panel, 1U Each 32
(For Data UTP Field Cables)
2 Cat-6 E UTP Cable . RM 6000
3 Supply & fixing Slime line RJ45 jack Each 120
4 4 - Port Face Plate Each 30
5 Cat-6 UTP Jack with Strain Relief Each 120
6 AMP Cat 6, UTP Mounting Cords for Data Rack End 4 no's 200
Feet (Yellow)
7 AMP Cat 6, UTP Mounting Cords for Data Rack End 7 no's 200
Feet (Yellow)
8 AMP Cat 6, UTP Mounting Cords for Data Server Rack no's 480
Both end 7 Feet(RED)
Sr. Unit
Description Unit Qty. Amount
No. Rate
1 Access Controller capable of controlling 4 doors and 4 Nos 3
reader
2 Finger print reader with lock output. Nos 7
3 Power Supply Nos 7
4 Proximity Reader Nos 7
5 Proximity Card Nos 100
6 Electro Magnetic Lock (Single leaf door) Nos 6
7 Power Supply for Lock Nos 6
8 Magnetic Contact Nos 6
9 Exit Push Button Nos 3
10 Emergency Release Switch Nos 3
11 4 core x 0.75 Sq.mm shielded Cable in PVC conduit Mtrs 400
b Fire Detection System
1 Addressable Fire Alarm Panel No 1
2 Smoke detector Nos. 30
3 Heat detector Nos. 6
5 Manual Pull Station Nos. 1
6 Response Indicator Nos. 6
7 Sounder Nos. 5
8 Fire Exit Signage Nos 10
10 2 core x 1.5 sq.mm Armoured cable Mtrs. 400
11 Hand held fire extinguisher Co2 4.5 KG - ISI Approved Nos 10
c Water Leak Detection System
1 4 Zone Water Leak detection panel with battery. UL Nos. 1
Approved
2 Water Leak detection module Nos. 18
3 Water leak detection cable sensor (15 Mtrs) Nos. 10
4 Electronic Hooter Nos. 2
5 2 core x 1.5 sq.mm Armoured cable Mtrs 100
d VESDA
1 Single Zone Laser Focus Detector - VLF 250 Nos 1
2 Power Supply Unit for above Detector Nos 1
3 Aspiration Tubes Mtrs 100
4 Capillary Tubes Nos. 6
5 Air Termination Nozzles Nos. 2
6 Electronic Hooter Nos. 1
7 2 core x 1.5 sq.mm Armoured cable Mtrs. 100
e Rodent Repellent System
1 Master Console with 12 satellites Set 6
2 Wire Bundle Lot 6
3 PVC Conduit Mtrs 100
f Building management System
1 BMS GUI Software to monitor critical alarms No 1
2 Temperature & Humidity Sensor Nos. 8
3 4 core x 0.75 Sq.mm shielded Cable in PVC conduit Mtrs 1200
Page 184 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Sr. Unit
Description Unit Qty. Amount
No. Rate
4 Communication cable in PVC Conduit Mtrs 1200
g Public Address System
1 PA System Lot Lot 1
h NOVEC DATA CENTRE
1 100 Litre cylinder with Valve / SITC of CCOE / NOVEC Nos 8
1230 Cylinders 100 Ltrs.
2 Novec 123 supply kg 840
3 Primary Completer Kit complete with Solenoid & Gauge Nos 1
Assembly, Discharge Tube, Manual Pneumatic Actuator,
Flex Hoses, Warning Sign, Nameplate and Connectors.
4 Discharge Nozzle Nos 14
5 Pressure Switch Nos 1
6 Cylinder strap, warning sign stickers Lot 1
7 M.S. Seamless pipes as per ASTM A 106 Gr. B, schedule Nos 1
40 with necessary fittings.
8 Hooter Nos 1
9 Manual Release Switch Nos 1
10 Abort Switch Nos 1
11 2 Zone Gas Release Panel Lot 1
12 Supply installation of Circuit Integrity Cable for fire Mtr 290
suppression, power and Signalling.
13 Supply installation of Analogue Photoelectric Type no's 14
Smoke Detector.
(End of Chapter 3)
4.2. Aim, Objectives and Benefits of Delhi Safe City to be realized through MSI
The Scope of Work for the project as envisaged is focused on the following aspects:
Aim
The aim of this system is to capture all activities at the places under surveillance,
generate alarms, warnings in case of any potential threat to women's safety, especially
physical, targeting women, followed by real-time technology aided assistance to women
in distress.
The broad aims to achieve through this envisaged project are:
Page 186 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
The benefits of the Safe City Project of Delhi Police are as follows:
4.3. Delhi Safe City- Targeted Impact & Outcome on Delhi Police and Citizens
through successful Project Implementation by MSI
With the advance envisaged surveillance solution for Delhi, the number of eyes to monitor the
crime incidents on field will increase substantially. The number of case detections are likely to
increase with the rise in the number of cameras commissioned on ground. In such scenario the ICT
driven system comprises of Intelligent and Smart systems like different Command & Control (C4i,
C3i, C2i) platform, VNMS (Virtual Network Management System) layers, applications and inter-
operability, etc. will serve beneficial and impactful as follows:
quick learning of the system to get matured based on the AI and ML methodologies defined
and the catalogues of the data exchange with external are external datasets.
i. Emergency response support system integration (ERSS, dial 112) for real-time
updates on emergencies focused on women's safety
ii. Integration with Himmat Plus SOS mobile App. for real time inputs from women in
distress. The inputs include location, auto-video of distress scene, etc.
iii. Provision of aggregation of audio-visual feeds from specific ground sources –
private / public IP-based CCTV devices, etc. mapped through the C4i on need basis.
iv. Himmat Plus App caller’s mobile camera feed and their real-time collaboration
with on-site staff working to resolve a woman's distress in a public place
v. ITMS feed
vi. AFIS, e-Sarthi, eVaahan and e-Beat Book
vii. Provision for Integration of other CCTV Surveillance cameras installed/proposed
in other projects of Delhi Police
Integration of existing or other camera feeds into the system
This layer also incorporates the integration of existing or any other CCTV cameras for either
viewing/ analytics at C4i. For the integration activity, edge gateways (2 No. at each District
or more as per the requirement at Police Stations based on the existing viewing and storage
facilities) have been provisioned which will interface with the existing NVRs at Police Stations
recording old IP cameras feed and integrate them with the envisaged system.
It must be noted in order to use video streams and operate analytics on the existing cameras’
feed, the regular camera feeds from newly envisaged Safe City Cameras will be dropped
momentarily. There will be no provision of additional hardware and licenses at the Data
Centre for parallel viewing of camera feeds under different schemes. Same methodology for
any other department will be adopted which is required to use the envisaged platform.
Considering this aforementioned methodology for integration of cameras from other
departments, 800 cameras from NDMC will be covered as PILOT integration. Based on the
successful results through integration of these cameras, feasibility of integration of cameras
from other departments/ projects like IGI Airport, Railways, Metro, etc. will be examined and
incorporated.
GIS Maps
The Map view is a fully functional GIS view of the facility. It provides functionality to allow
the security operator to manage the view of the facility in order to provide better situational
awareness during an incident.
The GIS maps will be created using various useful layers like camera positioning, nearby
building structures, hotspots based on criminal activity trend, etc. GIS maps incorporating
layers of utilities and resources across Delhi will help in accurate decision making by
Type of components:
The proposed solution will offer Delhi Police the flexibility to adopt new technology to meet
evolving operational requirements, including real-time decision-making and networked
Command & Control. This include:
a. Cameras & Sensors
i. Outdoor CCTV Surveillance Cameras – Fixed and PTZ
ii. Automatic Number plate recognition Camera – ANPR
iii. Camera mounted Two Mobile Command Control Vehicle
iv. Mobile phone / App based Surveillance
v. Community Camera feeds on need basis
vi. Prakhar Vans fitted with roof top mounted cameras
vii. Other sensors – Gun shot detection, etc.
b. Network Layer
i. Network Back Bone Infrastructure – MPLS, Switching, Routing Fiber Back bone
ii. Last Mile Connectivity – OFC, 4G / 5G
c. Enterprise Computing
i. Servers
ii. Storage and Back up
iii. Virtualization
iv. Other IT components
v. Load Balancer, Firewall, L3 switches
d. Application Portfolio
i. Integrated Command & Control Center –ICCC
ii. Video Management System (VMS)
iii. Mobile Command Control Vehicle
iv. GIS
v. Video Analytics and Social Analytics
vi. Picture Intelligence Unit (PIU)
Infrastructure including installation and commissioning of the Filed devices. Phase1 includes the
procurement of 1 MCCV & also Integration of 32 existing Databases.
Phase 2 shall cover additional 04 districts with 45 Police Stations (C2I) with 836 Locations. The
Go Live of Phase 2 would be in 11 months from Kick-Off Date. This would involve commissioning
of near Disaster Recovery Center (nDR), Command, Control & Communication (C3I) at District
Head Quarter and Command & Control center(C2I) at Police Stations along with respective IT and
Non IT Infrastructure including installation and commissioning of the Filed devices. Phase 2
includes the second MCCV procurement.
Phase 3 shall cover additional 06 districts with 62 Police Stations (C2I) and 1155 Locations. The
Go Live of Phase 3 would be in 14 months from Kick-Off Date. This would involve commissioning
of Command, Control & Communication (C3I) at District Head Quarter and Command & Control
center(C2I) at Police Stations along with respective IT and Non IT Infrastructure including
installation and commissioning of the Filed devices.
Phase 2 and Phase 3 will be running concurrently, so that the whole project should be completed
in the given timeline.
Phase 4 Warranty and Operation and Maintenance Phase: The bidder shall carry out the
operation and maintenance services towards the implemented system for the period of 3 years.
The Warranty (5 years) and the O & M (3 years) will run in parallel.
The following districts and the Data Centre setup are the priority requirements of Delhi Police to
be implemented first during phase I:
1. East
2. North
3. North-West
4. South
5. South West
6. West
Following 04 district and its Police stations along with nDR have been covered in Phase-2
1. Dwarka
2. Rohini
3. New Delhi
4. South East
Following 06 district and its Police stations have been covered in Phase-3
1. Central
2. North-East
3. Outer
4. Outer North
5. Railway
6. Shahdara
Page 196 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Phase- 4 will be Operation & Maintenance Phase which will start after Go Live of all the
phases.
The Data Centre setup with all the civil part (non-IT) and establishment of compute, security and
network layer will be conducted for full completion from day one of the commencement of
implementation activities, except the progressive elements as per phase-wise need basis, which
includes:
1. Placing servers inside the rack chassis.
2. Installation of ToR switches.
3. Passive cabling and infrastructure management at DC
4. Installation and commissioning of Field Network layer and progressive aggregation of
throughput at DC
5. Procurement of software licenses based on phase wise progress and requirement as per
district-wise cumulative load.
6. Installation of equipment and commissioning of nDRC in the tailing stage.
7. MSI has to strictly follow CIS guidelines to deploy Data center system’s, all command
controls and field devices etc. with CIS level-1 benchmarking while go-live & First security
audit conduction is whichever is expected. All policy methodology has to be design and
approved from C-DAC and followed from day-1.
CIS Hardened Images (for all operating systems has to be followed while installations for
windows and Linux flavour’s) can be used to securely configured virtual machine images
or Host OS based on CIS Benchmarks hardened to either a Level 1 at the beginning of
project execution and Level 2 CIS benchmark after deployment of all the application’s if
required by security audit.
The implementation in a staggered approach will realize a substantial saving on the warranty
terms associated with every hardware and software element of the project requirement.
o. Software Application customization (if any), development of bespoke solution (if any),
data migration, integration with third party services/application (if any) User
Manuals, training curriculum and training materials Role-based training(s)
p. Preparation of Standard Operating Procedures (SOPs) for operation of the system and
to ensure implementation/ operation of the system as per SOPs
bb. MSI shall furnish a progress report periodically (monthly) of project activities etc.
indicating date of start, date of completion and progress made till the date of report
(approximate percentage of work done).
cc. MSI will ensure that safety code, as per applicable laws, including health and sanitary
arrangement for the deployed staff/personnel, has been complied with.
dd. MSI shall maintain a site order book and inspection book containing the details of
orders issued at site and their compliance. The same shall be opened for checking by
TSP or any agency authorized by Delhi Police or Delhi Police itself.
ee. Any other, meeting the RFP requirement.
ff. Responsibility towards ISP work handshake:
o Marking of the final pole locations at the junctions
o Power availability & MCB 16amp on junction box for ISP’s network devices
o Power meter & power cable availability
o Providing Multiple switch strip inside the junction Box
o Outdoor IP65/66/67 junction box with 5 years warranty and support
o Making of platform for the pole and pole installation
o Approval of designs from customer and civic bodies
o Space inside the junction box with the gap of 1U between the devices.
o Hot air exhaust and cooling system inside the junction box
o MSI should design the junction box to block the dust & External Particles
o Regular preventive maintenance of the junction boxes which involves
maintenance of basic hygiene
o Chemical earthling availability and maintenance
o UPS power with 1 hour battery backup for all installed devices
o Connectivity between camera and switch
o Connectivity between switch & MUX/router
o Providing High security lock system in junction boxes to ensure the safety and
security of the devices
o Installing Junction boxes at a minimum height of 6 feet above the ground
o Ladder to install the mux in junction box
o Lightening arrester with GI strip
o Providing access for the ISP team at each junction/pole & DC/DR location
o Supporting and coordinating with the ISP in facilitating ROW/Digging and
network extension
o permissions from different authorities
r. Helpdesk Management
s. Reporting & Dashboards
t. SLA Management - ISP & MSI
u. Setting up Governance Team
v. Exit Management
w. Closure of the contract
Note: Any additional item/hardware/software/services etc. required for successful
completion and operation of the system shall be provided by the MSI, without any additional
cost to the project.
Support and warranty:
Operations and Maintenance phase will require technical support and comprehensive
warranty on 24*7 *365 basis for all hardware and software parts as envisaged in the project.
A comprehensive warranty applicable on goods supplied under this contract shall be
provided for the period mentioned in the document.
The MSI has to ensure comprehensive maintenance with OEM warranty and the AMC for all
the component items under this project. The electronic/ online warranty of the items is a
criterion wherein the OEM has to officially email the adherence of the warranty terms for the
defined time period with Delhi Police and the MSI. It will be the prime responsibility of the
MSI to ensure seamless and uninterrupted functioning of the system with all compliances as
per project requirements and thereby regulate the OEM(s) accordingly.
Standards of Performance
The MSI shall provide the services and carry out their obligations under the Contract with
due diligence, efficiency and professionalism/ethics in accordance with generally accepted
professional standards and practices. The MSI shall always act in respect of any matter
relating to this contract. The MSI shall abide by all the provisions/Acts/Rules/Regulations,
Standing orders, etc. of Information Technology and other relevant legality as prevalent in
the country. The MSI shall also ensure to maintain the standards laid down by User
department from time to time for carrying out work in office or at public places.
The MSI will ensure that there is no damage caused to any private or public property in
execution of work in field. In case such damage is caused, MSI shall immediately bring it to
the notice of TSP(C-DAC) and TSP(C-DAC) will inform Delhi Police office in writing and MSI
will pay necessary charges towards fixing of the damage. C-DAC instructs MSI that no traffic
congestion/public inconvenience is caused while carrying out work at public places.
The MSI shall ensure that its employees/representatives or the agencies hired by them to
carry out the contract don’t breach privacy of any citizen or establishment during the course
of execution or maintenance of the project.
If C-DAC objects to the appointment, Bidder shall not assign the individual to that position
and shall seek an alternative candidate in accordance with the resource requirements of this
RFP.
The Bidder needs to ensure at least 4 weeks of overlap period in such replacements. C-DAC
will not be responsible for any knowledge transition to the replacement resource and any
impact/escalation of cost incurred by the bidder due to resource replacement.
d. High Attrition causing adverse impacts to Project flow
If in the first 6 month period from the Contract Effective Date in case of replacement of the
projected man power resourcing, a penalty of INR 2,00,000 for first fifteen days and INR
10,000 per day can be imposed on the Bidder (for one replacement) till appropriate and
approved replacement is done. Bidder shall:
e. Provide C-DAC with a reasonably detailed explanation as to the reasons for such change,
including, where applicable and permitted, notes from any exit interviews conducted by
Bidder with any departing member of the Key Personnel; and
f. If such change to Key Personnel has or is likely to have any material adverse impact on the
provision of the Services or any substantial part thereof, undertake, at its own costs, such
remediation acts as are reasonably necessary in order to improve the retention of the Key
Personnel including making reasonable changes to the human resources policies and
procedures applicable to the Key Personnel (including those related to compensation,
benefits and other conditions so that they are competitive with the market) as may be
necessary to ensure that such policies and procedures comply with Good Industry Practice.
Important milestones
a. Planning & Implementation
The MSI is responsible for the entire execution of the project as per the defined terms,
conditions, Scope of Work in the RFP.
b. Commissioning (phase-wise)
The implementation will be conducted and executed in a phase-wise manner as per the
aforementioned clause. Henceforth, it is pertinent to note that every phase has to be
commissioned progressively till the completion of the entire scope of implementation. The
MSI is purely responsible to adhere to the timelines in fulfilling the purposeful phased
approach. All the co-ordinations with the stakeholders, civic agencies, ISP, Project
Management Consultant, etc. has to established effectively so as to drive the time bound
commissioning as a key and responsible stakeholder of the project portfolio.
c. Go-Live
The cumulative and collective commissioning of the phases along with the successful final
User Acceptance and Final Level Testing done by the end customer, will ear-mark the
project as live and operation for public services, as envisaged. This stage will be called as
Go-live milestone of the project.
d. Operations & Maintenance
The selected MSI shall responsible to operate and maintain the provided solution for the
envisaged requirement of Delhi Police. The detailed responsibilities of MSI towards O&M
activity are given at para 2.2.28 chapter-2 of this document.
During the O&M phase, MSI has to deploy following key personnel for fulfilling the
essential requirement of minimum Technical Manpower in working shifts:
a. Manager - DC, C4I, C3I and C2I- 1 No.
b. C4I Expert- 2 No.
c. System Administrator- 6 No.
d. Network and Security Manager along with Field Network Technician- 10 No.
e. Storage Administrator- 4 No.
f. Enterprise & Asset Manager- 2 No.
g. Database Administrator- 1 No.
xii. The ceiling fire door and floor drawings of C4i arena at 6th and 7th floors with DC
(at 7th floor) will be shared post the signing of the Non- Disclosure agreement with
MSI.
xiii. C4i Design and Standards with the compliance sheet are detailed in section 4.8.15
of Chapter 4 of this RFP.
xiv. The details of the location and coordinates of the sites will be shared post the
signing of the Non- Disclosure agreement with MSI.
xv. Video-wall for Integrated Command & Control Operations at C4i in PHQ.
Figure: Indicative Video Wall Layout at PHQ (C4I)- 4*4 array (3 No.)
i. The C3i will comprise of 55" LED monitor screen that will be arranged in 1*3 array
pattern along with Workstations to Display LED Monitor Wall inputs.
ii. 16 locations of C3i will have workstations each with 3 Nos. of Monitors (24") for
C4i application as per the requirement to ensure 10% viewing at a moment. The
total quantity of Workstations and LED screen is indicated as follows:
North-West 3 1 4
South 3 1 5
South West 3 1 4
West 3 1 5
New Delhi 3 1 1
Phase II
Rohini 3 1 4
Dwarka 3 1 4
South East 3 1 5
North-East 3 1 4
Phase III
Outer 3 1 4
Outer North 3 1 3
Railway 3 1 1
Shahdara 3 1 4
Central 3 1 3
Total 48 16 57
iii. 16 number of SD-WAN router, 1 at each DHQ for Load balancing, Traffic
prioritization, ease of manageability, better monitoring and troubleshooting of all
the locations.
iv. 10 KVA UPS with 30 Mins. Battery backup at 80% load, 2 AC’s of 1.5/ 2-ton
capacity in HA (round and robin) at each C3I etc.
v. Each C3i DHQ will be provided with 1 Network Colour Laser Printer.
vi. C3i Electrical and Lighting fixtures’ layouts will be shared post the signing of the
Non- Disclosure agreement with MSI.
70 out of 182 Police Stations will be equipped with 55” LED screen (59 PS with 1 LED screen
and 11 PS with 2 LED screen). The screens will be allocated to the Police Stations depending
upon the no. of cameras (less than 50- no LED screen, equal and greater than 50 till 99- 1 LED
screen, equal and more than 100- 2 LED screens) at the respective station as mentioned in
the above table.
i. 182 number of SD-WAN router for Load balancing, Traffic prioritization, routing,
ease of manageability, better monitoring and troubleshooting of all the locations.
ii. SD-WAN router considering Minimum 500 Mbps throughput with scalability etc.
iii. 3KVA UPS (174 Nos) and 10 KVA UPS (08 Nos) with 30 min battery backup at 80%
load, 1 AC of 1.5/2 ton capacity at each C2i
iv. Each Police Station will be provided with 1 Network Black & White Printer.
v. The Police station is monitoring old/existing CCTV’s as well as new CCTV’s and the
future viewing shall be adequately provisioned in scalable and modular fashion.
Existing/Proposed project viewing will be available on need basis.
vi. Workstations layout at 182 police stations (C2i)
i. Street IT Infrastructure Layer –The sensor layer will help Delhi Police to gather
information about events and incidents happening in Delhi or capture information
from the edge level devices i.e. cameras.
ii. Network Layer –The secured network layer will serve as the backbone for the
project and provide connectivity to gather data from cameras and communicate
video feeds to viewing centers as well as Data Center for further analytics.
iii. Data Center Layer – The Data Center layer will house centralized computing
power required to store, process and analyse the data to decipher actionable
information. This layer includes servers, storage, ancillary network equipment
elements, security devices and corresponding management tools. A disaster
recovery site, which includes minimal capacity of servers, storage, network
equipment and security management systems will be used to store all flagged data
If Data Center stopped functioning for some reason in that case flagged data will
be safe and can be recovered at any moment.
iv. Application Layer- The applications layer will include applications like Integrated
Command & Control Center software, Video Management Software etc. that will be
used to view camera feeds at viewing centers using secured mechanism and alerts
can be generated and communicated to all the Command & Control centers
through Data Center, ICCC application / enterprise management system to
monitor and manage all IT infrastructure and field devices deployed in Delhi.
v. Integration Layer –While aspects of ambient and monochrome conditions within
the Delhi will be gathered through various cameras deployed as a part of the
solution, some data will come from other government and non-government
agencies. It is through the integration layer – that data will be exchanged to and
from the under lying architecture components and other data from system
developed by government (such as CCTNS, ITMS, Challan database, etc.) and non-
government agencies.
vi. Command, Control, Center Layer – The command center will enable citizens and
administrators alike to get a holistic view of city conditions, and make informed
decisions.
vii. Security Layer –As ambient conditions, all field devices are now connected
through a network, security of the entire system becomes of paramount
significance and the system integrator will have to provide: Infrastructure
security, Network security, Identity and Access Management, and Application
security.
Essential & Key Performance Indicators of the envisaged system
Key performance indicators for safe cities. This deliverable also explores the issues,
challenges and developments of key performance indicators (KPIs) for safe cities. From
the existing sets of city indicators present in many standards and projects, indicators for
evaluating safe city performance, building on the current ISO programmed, are proposed
in this document.
The evaluation framework should contain quantifiable and measurable outcome
indicators. There is a need to measure performance not only by cities themselves; Key
Performance Indicators may be used by different stakeholders of the safe sustainable
cities and communities such as:
F Financial Expendit Projected Outcome Base Target Achievement Medium Medium Data Notes
Y Outlay ure Medium Indicator -line Term Term Source
Outlay to Target Achieveme
tracked nt
7 The GIS MAP shall offer a smart selection tool to access the video. By
clicking the location, the user wants to see, the GIS MAP will
automatically select the cameras that can see this location and move
the PTZ towards that location. This smart selection tool shall take
obstacles into consideration and not display cameras that cannot see
the location because of a wall.
8 It shall be possible to select a location by drawing a zone of interest
on the GIS MAP, and to display all the entities that are part of that zone
of interest at once.
9 The user shall be able to select and display the content of multiple
UC&C entities on the map in popup windows.
10 The GIS MAP shall provide the following search capabilities:
11 Search within the map by entity name, street name, or point of
interest.
12 Drag and drop entities from the UC&C to the map to center their
location.
13 Map to support event-based response actions for decision making in
case of any emergency / critical situation
15 CCTV feeds to be viewed on the Map in case of any event triggers
D Alarm management:
1 The UC&C shall support the following Alarm Management
functionality:
2 Create and modify user-defined alarms. An unrestricted number of
user-defined alarms shall be supported.
3 Assign a time schedule or a coverage period to an alarm. An alarm
shall be triggered only if it is a valid alarm for the current period.
4 Set the priority level of an alarm and its reactivation threshold.
5 Define whether to display live or recorded video, still frames or a mix
once the alarm is triggered.
6 Provide the ability to display live and recorded video within the same
video tile using picture-in-picture (PiP) mode.
7 Provide the ability to group alarms by source and by type.
8 Define the recipients of an alarm. Alarm notifications shall be routed
to one or more recipients. Recipients shall be assigned a priority level
that prioritizes the order of reception of an alarm.
9 The workflows to create, modify, add instructions and procedures,
and acknowledge an alarm shall be consistent for various systems.
10 The UC&C shall also support alarm notification to an email address or
any device using the SMTP protocol.
11 The ability to create alarm-related instructions shall be supported
through the display of one or more HTML pages following an alarm
event. The HTML pages shall be user-defined and can be interlinked.
12 The user shall can acknowledge alarms, create an incident upon
alarm acknowledgement, and put an alarm to snooze.
SOP step.
41 The SOP shall be dynamic and provide the ability to adapt the next
steps in a procedure based on the responses to previous steps in the
procedure.
42 The IM Module shall provide the ability to skip a step of the SOP and
request a justification for skipping the step.
43 Each step shall be optionally associated to a document in the form of
a URL, or a document in a supported format (such as Word, PDF, or
HTML).
44 The tool shall track the elapsed time for each step of the SOP, as well
as the total elapsed time from the initial response to resolution and
enable the authorities to determine the steps which are getting
delayed and plan the training needs for the crime analysts and UC &
C operators.
45 The IM MODULE shall provide the ability to configure standard
options when defining dynamic steps of the SOP.
46 A maximum delay shall be allowed for a user to initiate the procedure.
Automated actions associated with this time to response threshold
shall be configurable.
47 A minimum time shall be allocated for a user to complete the
procedure. Closing the incident before passing this time to resolution
threshold shall trigger automated actions.
48 A visual indicator shall be displayed when maximum time to response
or the maximum time to resolution for the incident is exceeded.
F Big Data and Co Relation Tool (BDCR)
1 The UC & C platform either native or through external module must
have the below big data mining and Co Relation tools
2 The BDCR must have a native Correlation engine which can assesses
both temporal and geospatial data from multiple data sets like CCTNS,
Court management, Dial 112 / emergency call system, Video
Analytics, VMS, ANPR systems, GIS, Vehicle location systems, FRS and
any other public safety or crime intelligence tools.
3 The crime analyst or the operator in the Command Center through
the UC & C module should be able to query data specific to incidents
and gather all the meaningful information related to incident from
discreet data sets through the native Correlation tool.
4 The tool must generate correlation data for specific incident based on
specific Query or Geospatial location-based analysis.
5 The tool must provide relevant information during any incident
Based on geospatial and temporal criteria, by detecting and
displaying all relevant information from cameras,
people, vehicles, and events that would be interest to specific incident
or crime and also needs immediate attention.
6 The tool must support native following Crime analytics and Insights
module for proactive policing, Authority may want to activate this
Page 225 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
1 The UC&C shall monitor the health of the system, log health-related
events, and calculate statistics.
2 Detailed system care statistics will be available through a web-based
dashboard providing health metrics of UC&C entities and roles,
including Uptime and mean-time-between-failures.
3 Health events shall be accessible via the SDK (can be used to create
SNMP traps with external EMS / NMS systems).
L UC&C Audit and User Activity Trails:
1 The UC&C shall support the generation of audit trails. Audit trails
shall consist of logs of operator/administrator additions, deletions,
and modifications.
2 Audit trails shall be generated as reports. They shall be able to track
changes made within specific time periods. Querying on specific
users, changes, affected entities, and time periods shall also be
possible.
3 For entity configuration changes, the audit trail report shall include
detailed information of the value before and after the changes.
4 The UC&C shall support the generation of user activity trails. User
activity trails shall consist of logs of operator activity on the UC&C
such as login, camera viewed, badge printing, video export, and more.
5 The UC & C shall support the following actions on an audit and activity
trail report: print report and export report to a PDF/ Microsoft
Excel/CSV file.
M Third Party System Unification:
1 Directory service like MS – AD or Similar integration shall permit the
central user management of the UC&C users, user groups and other
Access control groups.
2 The UC&C shall support multiple approaches to integrating third
party systems and other Safe City application. These shall include:
Software Development Kits (SDKs), Driver Development Kits (DDKs),
REST-based Web Service SDK and RTSP Service SDKs.
3 A UC&C SDK shall be available to support custom development for the
platform.
4 The SDK shall enable end-users to develop new functionality (user
interface, standalone applications, or services) to link the UC&C to
third party business systems and applications such as Badging
Systems, Human Resources Management Systems (HRMS), and
Enterprise Resource Planning (ERP) systems.
5 The SDK shall provide an extensive list of programming functions to
view and/or configure core entities such as: users and user groups,
alarms, custom events, and schedules, and more.
N Cyber Security Requirements:
1 The UC&C Application shall be an IP enabled solution. All
communication between the Servers, Clients and external systems
shall be based on standard TCP/IP protocol and shall use TLS
Page 230 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
v. The Surveillance System shall not have any limit on the number of cameras to be
connected for Surveillance, Monitoring and Recording. Any increase in the no. of
cameras shall be possible by augmentation of Hardware components.
vi. Police personnel/ operators shall have following access to the video feeds of the
cameras according to the role-based access assigned to them:
• Viewing of the live Camera Video Streams (Approx. 10% of 10000 Camera)
based on access rights
• Viewing rights to the stored feeds, stored on Primary / Secondary Storage
• Viewing of video feeds from collaborative public CCTV surveillance system
• Viewing of video feeds basis upon the Alerts / Exceptions / Triggers raised by
Video Analytics, FRS, ANPR and PIU system
• Trail Report on specific person / object / vehicle for a specific period / location
• Personalized Dashboard (depending upon role-based access level defined to
the police personnel/ operators, detailed requirement finalization will be done
during Pre-Implementation stage)
• Provide search of recorded video. Advanced search should be possible based
on various filters like alarm / event, area, camera, etc.
• Export rights of video / other critical incident data based on appropriate rights
and privileges
• Ability to back up data stored in DC to Near DR on demand/ schedule based
KPI- VMS performance requirements
i. The Police Stations, District Offices, PHQ will be provided with Video Management System
(clients) in policy based association with the central VMS server at Data Center, with
necessary computing and controllers to manage all the raw data feeds coming from the
cameras of the respective territories for viewing under jurisdiction through multi-cast
enabled MPLS network.
ii. The Video Management System at Police Head Quarters will be equipped with C4i
computing with all media servers regulated with central management server aligned with
Database servers and adequate storage requirement. The envisaged multi-cast cameras will
be equipped with in-built Network Video Storage (edge level storage) which will serve for
continual storage pattern in case of failure or downtime with respect to any server as a part
of this essential architecture.
iii. There will be a provision of the single master server at C4i that will handle 10,000 new
cameras, recording servers and unlimited users to access data. The Master Server will have
manual and automatic mode for assigning cameras to the available recorder servers as per
District or PHQ requirements. In automatic mode, the cameras will be assigned based on the
compute capability of the recorder server. In manual mode, the system will allow the
operator to assign the cameras. In both cases it will be possible to utilize all the recorder
servers including the redundant one.
iv. The Video Analytic and Artificial Intelligence tools will be capable to conduct real time
analyses of the video feed and post data analyses of the triggered or tagged data from the
big data pool. The Post Data Analyses will be provisioned with video summarization tool
and methodologies by reducing timeframe of actual video substantially. This video synoptic
Page 232 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
and summarization methodology will support Police Personal in investigation studies with
minimal time consumption based on customized search facility. In order to keep the real
time streaming and recording uninterrupted with possible downtime during Post Data
Analyses when multiple users access same feed, a streaming server will be provisioned to
route the accessibility without hampering the real time input efficiency.
v. VMS will be camera agnostic. The IP details of each camera linked with the VMS so that the
segregation of the real time streaming from respective cameras will be maintained and
facilitate to store the continuous data feeds in the logical units of pre-defined virtualizations
in the servers. Subsequently, the storage will also be linked with the same pattern indexing
which will be helpful while retrieval during post analyses.
vi. The viewing of the feeds will cater up to 10% of 10,000 cameras at a given point of time.
This will enable the optimum and efficient use of provisioned bandwidth to minimize the
recurring bandwidth expenditure. The VMS will periodically check the gaps in live recording
of the cameras based on broken time periods of continuous feeds and will check with the
on-board storage of the camera. In case of a gap, the VMS will synchronize the video
recording on the on-board storage with the VMS storage through ONVIF Profile G standards.
vii. The VMS will support multi-site deployments with centralized monitoring of the videos,
video analytics and system health alerts.
• Support matrix view at full frame rate
• Support digital zoom of the cameras from central site.
• Control PTZ cameras from central monitoring client application
• Ability to pick and choose the selected cameras from remote sites.
• Ability to search and retrieve the archived video from the remote site with intelligent
motion-based search
• Download multiple video segments from multiple sites efficiently
• Multi-layer maps support
• System health dashboard for all connected systems. The VMS will ensure performance
checks of all cameras to alert upon the deficiency in flow of camera feeds, if any.
• User and rights management with audit trail and logs
• The VMS will ensure calibration of the camera feed to show case on the video wall or
monitor displays.
Video Management Server for Camera feeds
i. The Video Management Server will provide centralized management of all IP cameras in the
city. The database will support more than 20000 cameras / IP end points in a single server.
The Management Server will provide with 1:1 redundancy. The Fail over and Fall-back
Management Server will be on hot standby, ready to take over during the primary
Management Server fails. No manual action from the user will be required. The fail over time
will not be beyond 1 Min and there should not be any loss in the Live and Recorded Videos
of the connected cameras.
ii. The Video Management Servers shall be capable to be running in virtualisation / Physical
server environment in the DC. The Standby VMS server will support data recovery scenarios
where a server can be in another building and only take over if Primary server become
offline. Both Primary and Secondary must be based on a single instance Active – Active
architecture. The Standby Server will support real-time synchronization of the
configuration databases for high reliability.
vi. At C2I, the operators will be able to monitor up to 30% cameras on operator
workstation(s) per police station, The C2i where the number of reporting cameras are
equal or more than 50 no. will be equipped with LED screen for magnified viewing of the
camera feed in case of alert generation. Two LED screens are provisioned for the C2i where
reporting cameras are equal or more than 100 no.
Edge Community Surveillance / SWAT teams Gateway
a. 50 edge gateway devices will be procured as an integral part of the Project Solution. It
will be used for connecting the feeds of existing cameras reporting to Police Stations/
Police District offices/ NDMC Control Room. The Edge Gateway appliances will connect
the external set of cameras that will be used as per need basis.
b. The primary purpose of the gateway is to provide critical situational awareness
solution by accessing live video camera feeds during any crisis operations or in the
community surveillance solution requirements.
c. The gateway with embedded software will have the ability to connect with 3rd party
VMS software / NVR systems deployed in the private and public institutions and act as
a gateway to get the live cameras feeds in to ICCC VMS application.
d. The gateway will have an ability to stream at least 200 cameras from each of the
deployment site live into the Command centers or any other locations where the C4i /
VMS application is made available.
e. Live video feed streaming should not have any dependency in any format on the 3rd
party VMS or NVR solutions deployed in the private or public institutions where such
gateways would be deployed.
f. The communication between Edge gateway and VMS / C4i application at command
center or any other location will be secured and encrypted.
g. The gateway will have the native intelligence to stream live video with dependency only
on the network infrastructure of the 3rd party system and under no circumstances the
solution should depend / intervene on the 3rd party solution deployed except accessing
the live video feeds from the CCTV cameras deployed at sites.
h. The device / software will be Cyber securely hardened.
i. The requirement of 50 Edge- Gateways will be increased as per the requirement.
VMS and Recording Software- Technical Requirements and Compliance Sheet for MSI (to
provide compliance report with the bid)
S. No Technical Specification Compliance
(Yes/ No) with
comments, if
any
A VMS General Requirements
1 Licenses: 10,000 camera licenses + 1000 (floating licensing for
integration of 15000 Existing cameras of Delhi Police
2 The VMS application must seamlessly Integrate with the ICCC platform
including the sub modules like Incident management and Big data
tools for all the functionalities outlined.
3 The VMS shall be based on a true open enterprise architecture that
shall allow the use of non-proprietary workstation and server
hardware, non-proprietary network infrastructure and non-
proprietary storage. The VMS application provider must support at
least 50 + brands of Cameras and the list of integrations must be listed
on the global web site of the application provider.
4 The VMS shall integrate cameras using dedicated driver or using the
industry standards ONVIF Profile S and Profile G. The same must be
listed on the ONVIF website.
5 The Security application shall offer a complete and scalable video
surveillance solution which allows cameras to be added on a unit-by-
unit basis. The database shall support more than 50000 cameras / IP
end points in a single Hardware machine.
6 The Proposed VMS Solution Shall support native Fail over with in
application with no dependency on any external application for both
hardware and application redundancy. The native fail over
architecture must be for both management and recording servers.
7 The Fail over and Fall-back management and recording Server shall be
on hot standby, ready to take over during the primary management
server fails. No manual action from the user shall be required. The fail
over time should not be beyond 1 Min and there should not be any loss
in the Live video and recorded video.
8 The Standby VMS server shall support disaster recovery scenarios
where a server can be in another geographic area (or building) and
only take over if Primary server become offline. Both Primary DC and
Secondary DC must be based on a single instance Active – Active
architecture.
9 The Standby Server shall support real-time synchronization of the
configuration databases for high reliability.
10 The Application shall offer a plug and play type hardware discovery
service with the following functionalities:
11 Automatically discover Video surveillance units as they are attached
to the network.
Page 237 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
B Client Interface
1 The Monitoring UI shall support the role of a Unified Security Interface
that can monitor various Video, ALPR, and other system events and
alarms, as well as view live and recorded video.
2 VMS shall enable seamless integration with video analytics systems
like face recognition, intrusion detection, crowd monitoring;
Automated Number Plate Recognition (ANPR) system, other traffic
management applications; and other typical video analytics
applications
3 The system shall have a single API interface for sending Analytics
event alerts and other Maintenance Alerts over HTTP protocol to
external systems such as Command & Control Application, Incident
Management System, etc.
4 The Client Viewer shall allow digital zooming on live view as well as
on replay view on Fixed as well as PTZ Cameras.
5 The Client Viewer shall support the use of standard PTZ controller or
3-axis USB joysticks for control of pan, tilt, zoom and auxiliary camera
functions.
6 The Client Viewer shall have the capability to receive multicast
streams if a pre-set number of clients are requesting the same live
view camera. The system shall have the capability to detect if the
network becomes unreliable and to automatically switch to unicast to
ensure that the operator is able to receive video.
C User workspace customization:
1 The user shall have full control over the user workspace through a
variety of user-selectable customization options. Administrators shall
also be able to limit what users and operators can modify in their
workspace through privileges.
2 Once customized, the user shall be able to save his or her workspace.
3 The user workspace shall be accessible by a specific user from any
client application on the network.
4 Display tile patterns shall be customizable.
5 Event or alarm lists shall span anywhere from a portion of the screen
up to the entire screen and shall be resizable by the user. The length of
event or alarm lists shall be user-defined. Scroll bars shall enable the
user to navigate through lengthy lists of events and alarms.
6 The Monitoring UI shall support multiple display tile patterns (e.g. 1
display tile (1x1 matrix), 16 tiles (8x8 matrix), and multiple additional
variations).
7 Additional customization options include: show/hide window panes,
show/hide menus/toolbars, show/hide overlaid information on video,
resize different window panes, and choice of tile display pattern on a
per task basis.
8 The Monitoring UI shall provide an interface to support the following
tasks and activities common to Various systems
Page 239 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
1 The VMS shall support only secured media stream requests, unless
explicitly configured otherwise. Secured media stream requests shall
be secured with strong certificate-based authentication leveraging
RTSPS (aka RTSP over TLS). Client authentication for media stream
requests is claims-based and may use a limited lifetime security token.
2 The VMS shall offer the ability to encrypt the media stream, including
video, audio, and metadata with authenticated encryption. Media
stream encryption shall be done at rest and in transit and be a
certificate-based AES 128-bit encryption.
3 The VMS shall allow encryption to be set on a per camera basis for all
or some of the cameras.
4 Provide up to 20 different certificates for different groups of users who
have been granted access to decrypted streams.
5 Use Secure RTP (SRTP) to encrypt the payload of a media stream in
transit and allow multicast and unicast of the encrypted stream.
6 Use a random encryption key and change periodically.
7 Allow encrypted streams to be exported.
8 The VMS shall support end to end encrypted streams with cameras
supporting Secure RTP (SRTP) both in unicast and multicast from the
camera.
9 The Application shall support digitally sign recorded video using
2048-bit RSA public/private key cryptography.
10 The Application shall protect archived audio/video files and the
system database against network access and non-administrative user
access.
11 Media encryption shall support with latest industry standards - AES-
128.
12 The application must support encryptions at the rest and not only on
the exported videos footage
13 The proposed VMS platform must have international recognized
certifications to prove the Cybersecurity standards adaption. Bidders
to submit the certifications along with the technical bid.
E User Authentication support:
1 The system shall support logon using the user name and password
credentials shall allow distributed viewing of multiple cameras on the
system on any monitor.
2 System shall be integrated with dual factor authentication using
LDAP/ AD and fingerprint based biometric devices for User
authentication.
3 The system shall include flexible access rights and allow each user to
be assigned several roles where each shall define access rights to
cameras.
4 The System shall provide a feature-rich administration client for
system configuration and day to- day administration of the system.
5 The VMS shall support mobile apps for various off-the-shelf devices.
The mobile apps shall communicate with the Mobile Server of the VMS
over any Wi-Fi or cellular network connection.
6 All communication between the mobile apps and central server shall
be based on standard TCP/IP protocol and shall use the TLS
encryption with digital certificates to secure the communication
channel.
F Other essential Functionalities:
1
i. Core
a. The mobile app should a COTS based app from the VMS provider being
made available from the day 1 and must be easily be downloadable
from IOS and Android stores online.
b. Ability to display a geographic map with VMS entities geo-located on
the map.
c. Ability to view any camera configured on the map.
d. Ability to search cameras or location on the map.
e. Ability to view live and recorded video from the cameras of the central
recording server.
f. Ability to display live and recorded video side-by-side for a specific
camera.
g. Ability to perform digital zoom on cameras.
h. Ability to perform actions on cameras such as add a bookmark, control
a PTZ, control the iris/focus function, save a snapshot, start/stop
recording.
i. Ability to use the camera of the smartphone and stream a live video
feed to a video recorder in the system.
j. Ability to locate the mobile app user on map and provisioning to
message and collaborate in real time with the central command center
or field staff.
2 It shall be possible to extend to the widgets of a dashboard using the
SDK. This will provide the ability to develop custom widgets to the
system.
3 The VMS shall support the following actions on a dashboard: print
dashboard, export dashboard to PNG file, and automatically email a
report based on a schedule and a list of one or more recipients.
4 The VMS shall support the following operations:
a. Adding an IP device
b. Updating an IP device
c. Updating basic device parameters
d. Adding/removing channels
e. Adding/removing output signals
f. Updating an IP channel
g. Removing an IP device
h. Enabling/disabling an IP channel
Video Analytics
The Video Analytics shall offer a suite of analytics rules with Artificial Intelligence to provide
automatic detection of a range of motion and non-motion behavior of persons, objects and
vehicles.
There shall be a provision of Analytics and Artificial Intelligence through Machine and Deep
learning solutions on video feeds received from at least 2500 cameras out of total envisaged
number of cameras. There should be provision of 2 used cases (minimum) per camera.
Page 243 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Vehicular analytics
a. Automatic Number Plate Recognition (ANPR- Vehicle Surveillance)
Through the inputs received from ANPR cameras, the system should capture the
number plate of two-wheeler and four-wheeler vehicles. The analytic should be able
to:
Read and convert the license plate number into a text string of the vehicle with
95% detection accuracy.
Store the JPEG image of the license plate in the database with other metadata such
as time stamp, location, camera, etc.
Classify the vehicles in categories such as four-wheeler light and heavy motor
vehicles, three wheelers, auto rickshaws and two wheelers
Detect colour of the vehicle (in day time)
Set separate recording duration for event information (number plate as text),
media clips (pre and post event recording) and ANPR- VEHICLE SURVEIILANCE
picture snapshot.
Software should also raise an alert in case of any vehicle not having any number
plate.
b. Suspect Vehicle Detection
It should be possible to store the number plates of the vehicles under various lists
such as stolen, suspicious, blacklisted, etc. The analytic should detect such vehicles in
the field of view of the cameras in real time by matching the number plate.
c. Vehicle Search
The analytic should provide the feature to search the vehicles based on the attributes
that includes number plate (partial or full), class of the vehicle (four-wheeler light
and heavy motor vehicles, three wheelers, auto rickshaws and two wheelers, etc.),
color of the vehicle and location.
d. Missing Number Plate Detection
• The system should be able to detect if there is any vehicle in the camera view
without a properly installed number plate or no number plate at all.
• The system should have capability to let the user search for all such vehicles
through a UI based filtering system.
• The user should be able to search and track any such vehicle using various vehicle
as mentioned above.
VA- Technical Requirements and Compliance Sheet for MSI (to provide compliance
report with the bid)
AI based Video Analytics - Overall System Specifications
Compliance
(Yes/ No)
S
Key Description with
No.
comments, if
any
Each of the video analytics use case shall be able to
run on a unified video intelligence platform. Where
Unified Video
the system shall have the capability to support
1 Intelligence
several multi-vendor/OEM video analytics
platform
applications that can be deployed on any camera or
video-feed seamlessly.
Each of the video analytics use-case shall be
structured as an independent module that can be
deployed on any camera using a simple user
interface utility, providing a complete visibility of
the use cases and which cameras they are running
Dynamic on.
2
Deployment
The platform should have utility of scheduling each
use case on individual camera.
The user should be able to easily select the camera
by tag, groups or locations and schedule
applications on any camera.
The Video Analytics system shall be compatible
with the latest technological advancements in the
domain of computer vision and AI. Hence, it shall
Advanced AI
3 be able to quickly adapt to newer libraries and AI
compatible
advancements. All the analytics and use-cases shall
be based on advanced AI technology, and shall not
depend on traditional algorithms.
The system shall be fully compatible with popular
Computer Vision and Artificial Intelligence
Libraries and frameworks including but not limited to such as
4
frameworks OpenCV, OpenVINO, Tensorflow, CAFFE, Pytorch,
MXNet, TensorRT, Keras and Darknet. from day
one
The system shall allow seamless training by
Training new labelling any objects within the images and
5
models providing them suitable attributes of multiple
types such as class, subclass, color, type etc. The
Page 249 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Common UI for all The user interface shall be a unified dashboard that
12 shows events from all the Video Analytics use-
the use-cases
cases and all the cameras in a common UI, and
9 Heat Maps
decision making. The proposed system should be state of the art image processing
technology essentially creating condensed summaries of original, full length video
recordings, while preserving all objects and events of interest. These should be
presented either simultaneously or in rapid succession, regardless of the time
point and sequence in which they occurred, effectively providing operators with a
clear view of activities and enabling them to rapidly review and home in on events
of interest.
iii. While keeping human operators "in the loop" the system should provide operators,
what they need to quickly scan through video data to find suspicious, out of the
ordinary or potentially criminal aspects. After detecting an object of interest, the
user shall be able to select to see the object in its original form in the original video
which can then be exported.
iv. Video Summarization tool based on attributes and meta data field will facilitate to
reach to relevant and meaningful content for the defined search meeting the
requirements for effective post investigation analyses within shorter time span.
20. Dwell - Select objects dwelling for longer than a certain period in
a scene
Area - Identify objects included or excluded within one or more
21. user-defined 3- or 4-sided polygon areas. The user shall be able to
set the minimum duration the object spends inside the area.
Path - Identify objects traveling along one or more user-defined
22. paths. The user shall be able to set the minimum duration the
object spends inside the area.
Appearance similarity – System shall be able to do filter and
23. display only the objects matching similar-looking people (People
Similarity) or Vehicles (Vehicle Similarity).
24. Supported Video Resolution – Minimum CIF and Maximum 4K
27. Shall support video file formats like .AVI, .MKV, .MPEG4, MOV,
WMV, DVR, ASF, RT4, DIVX, .264, .H264, .H265, .GE5, .TS, .3GP
vi. As a precautionary measure the camera should not be placed/ pointed directly to
strong light sources like sunlight, headlight or spotlight.
vii. Face Recognition System shall work on real time and offline mode.
viii. The system shall have the best suited technology employed for 1:1 (one to one)
and 1: N (one to many) matching applications for various purposes.
KPI- Facial Recognition System
i. The areas for which the camera feed will be used as input for FRS module will be
identified considering:
• Highly prone area for criminal activities against women, child, elderly people
as per criminal records;
• Public places with substantial walking head-counts
• High Security zones and a few Government Offices under critical surveillance
• Accuracy in bad lightening and weather conditions may be evaluated using
following KPIs:
- Detection Rate (> 70-80%)
- True Positive Rate + True Negative Rate (>75%)
- False Positive Rate (<25%)
- False Negative Rate (<25%)
ii. FRS should be able to
• integrate with CCTNS & other databases,
• generate Alerts based on predefined parameters
• integrate with watch list
• search on-line and off-line in video and images
• Generate Reports and Manage data
All vendors will be provided with a live stream with similar Field of View
to ensure common ground along with suspects who can be enrolled.
Above outcomes will be measured and compared among all vendors to
check the accuracy.
3 Simultaneous detection of multiple faces in crowd: All vendors will be
provided with a crowded video and outcomes will be recorded.
4 Deep Learning based algorithm: All vendors will have to demonstrate
learning capabilities within their algorithm.
5 Global Threshold, Camera wise threshold and watch list wise threshold
6 Real Time back search for newly enrolled subjects
7 Video & Image evidence of suspects
8 Easy Monitoring of System Health
9 Multiple detections to be collated using intuitive methods
10 Privacy as per GDPR compliance
11 Integration with leading VMS vendors
12 Integration with any sensor
FRS- Technical Requirements and Compliance Sheet for MSI (to provide
compliance report with the bid)
S No. Key Description Compliance
(Yes/ No) with
comments, if
any
1. Detection Face Recognition System shall work on real time
and offline mode for identifying or verifying a
person from various kinds of inputs from digital
image file and live video source from any IP
video streaming sensor like IP Camera, Body
Worn Cameras, Mobile handset cameras,
UAV/Drones etc.
2. Deep Learning FRS must be a latest generation Convolutional
Technology Neural Networks based facial and person
tracking technology with Real-time 1:1 (one to
one), 1: N (one to many) and N:N (many to
many) matching application for various
purposes for non- voluntary face detection &
recognition in the open crowded scenarios.
3. Live and Offline FRS shall be able to capture face images from
Mode live & pre-recorded CCTV feeds received and
generate alerts if a blacklist (face from suspect
list) match is found.
The system shall be robust to variation in License Plates in terms of font, size, contrast and
color and shall work with good accuracy.
The system shall support Black list / White list configuration: The system shall have option to
input certain license plates according to the hot listed categories like “Wanted”, “Suspicious”,
“Stolen”, etc. by authorized personnel
The system shall 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.
A single compressed stream shall also be sent to server for recording and general video
analytics purpose
The system shall have capability to integrate with Computer Aided Dispatch (CAD) system via
API
The system shall have capability to queue all pending incidents (of detection of blacklisted
vehicles) so that CAD operators can attend them one by one
ANPR- Technical Requirements and Compliance Sheet for MSI (to provide
compliance report with the bid)
Compliance
(Yes/ No) with
S No. Description
comments, if
any
The ANPR Platform shall be an enterprise class IP-enabled
1
security and safety software solution.
The ANPR Platform shall support the seamless Integrate with
2
the proposed C4i platform.
The automatic number plate recognition Software will be part
3 of the supplied system, Success rate of ANPR will be taken as
95% or better for both day and night time.
The ANPR Platform shall allow the user to Protect a Read or Hit
4
from deletion for a configurable period of time.
The ANPR Platform shall allow the user to correct a Plate Read
5
manually.
The ANPR Platform shall present the user with a Simple Wizard
6
for Hotlist creation.
The ANPR Platform shall allow the user to create a Hotlist
7 without the need for any attribute information other than
license plate number.
The ANPR Platform shall allow the user to search the
8
configured hotlists for any data in any of the specified fields.
The ANPR Platform shall allow the user to generate a read
9
report specifically targeted to those reads that generated a hit.
The ANPR Platform shall allow for map-based viewing of real-
10
time read monitoring.
The ANPR Platform shall allow the user to search for full or
11
partial license plate numbers.
The ANPR Platform shall allow the user to search for a license
12
plate by using wildcards.
The ANPR Platform shall allow the user to automate
13 downloading Hotlists from a FTP/SFTP or HTTP/HTTPS server
using username/password/certificate authentication.
The ANPR Platform shall allow the user to customize the format
14
of the Reports displayed on-screen.
Reporting, including creating custom report templates and
15
incident reports.
The ANPR Platform shall be an IP enabled solution. All
communication between the SSM and ANPR Platform shall be
16 based on standard TCP/IP protocol and shall use TLS
encryption with digital certificates to secure the
communication channel.
The ANPR Platform shall protect against potential database
17 server failure and continue to run through standard off-the-
shelf solutions.
The ANPR Platform shall manage the central database that
18 contains all the system information and component
configuration of the ANPR Platform.
The ANPR Platform shall authenticate users and give access to
19 the ANPR Platform based on predefined user access rights or
privileges, and security partition settings.
The ANPR Platform shall support the
configuration/management of the following components
specific to ANPR:
• ALPR units and cameras.
20 • Hotlists and Wanted vehicles
• It shall be possible to view video associated to ALPR
events when viewing a report.
• Pattern of vehicle number plates if found new to be
incorporated and given to OCR additions.
The ANPR Platform shall support the following types of
reports: ALPR-specific reports (mobile ALPR playback, hits,
21
plate reads, reads/hits per day, reads/hits per ALPR zone, and
more).
The ANPR Platform shall support the configuration and
management of users and user groups. A user shall be able to
22
add, delete, or modify a user or user group if he or she has the
appropriate privileges.
This is useful when searching for motion in a quiet area throughout a long
period of recorded video.
It can be tuned using parameters such as object size and sensitivity.
• Noise level detection (gunshot, explosion, shattering of glass etc.)
Gunshot detection application shall be provisioned in order to capture the
instances severe crimes related to bullet fire. The system shall be capable
enough to capture the Gun shot sound in the noisy conditions of roads in Delhi.
It is to be considered that the Gun-shot application would be operated for the
camera locations where the Police Administration has firm trends of such
probable crimes only, considering the low accuracy of the solution in the
current demographics of Delhi NCT.
• Camera Vandalism and tamper detection
In a city surveillance scenario, it can become harder to understand whether
cameras are still functioning as initially intended or viewing the scenes for
which they were configured. Changes in camera view may arise as a result of
natural causes such as dirt build up over time or through malicious
interference from people who would prefer that their actions are not recorded.
Camera Tamper Detection can be applied to cameras individually, as required.
Each condition listed above can be enabled or disabled and tuned per camera
so that it suits the environment and scene being monitored.
Digital Video Manager (DVM) includes the ability to detect whether a camera
has been tampered with under the following conditions:
Changed Field of View (FOV): It can be very hard for an operator monitoring
many cameras to realize quickly, that a camera is no longer observing the scene
originally intended. This could be because the camera was bumped or
intentionally moved to avoid detection. Either way, the changed FOV algorithm
will detect and alarm this change.
Camera Blurred: Camera vision may blur over time due to dust build up or
through intentional defocus by someone wishing to avoid detection or hoping
to degrade recorded evidence to avoid identification. The algorithm provides
a means of detecting when the scene is blurred and thus assists in maintaining
the integrity of the system though detection of malicious tampering or timely
servicing.
Camera Calibration: The Video Analytics system UI should have an in-build
camera-calibration tool that can take user inputs such as reference-heights,
reference depths and floor landmarks to calibrate the camera. The calibration
tool should have an option to use the GPS coordinates of the camera location.
Camera Blinded: This algorithm detects whether a camera has either been
blinded by a bright light source or had the lens covered. Both scenarios may
involve an attempt to avoid detection or identification from recorded video.
DVM is now able to detect and alarm when this occurs.
• People / Mass movement
Crowd formation detection: System estimates the density of people in a scene and
generates an alert as soon as the density in any defined area crosses a certain limit.
• Image extraction
System will have ability to extract image from video recording
• Vehicle Search:
• Search for a particular vehicle based on its registration no. (the last four digit) from
the database
• The system shall allow the advance search with different set of criteria while
conducting post incident analysis/investigations.
• The System shall allow the user to search for appearance of any particular vehicle
given its License plate number.
• The system shall allow the user to search for vehicles based on its color.
• If a vehicle is involved in theft, the cameras shall capture the picture of its driver
and number plate of the vehicle which will help to nab the thieves
P-IRIS/ PIU- Technical Requirements and Compliance Sheet for MSI (to
provide compliance report with the bid)
Compliance
(Yes/ No)
S No. Specification with
comments, if
any
A Picture Intelligence Unit
This is envisaged to be a video forensic unit/ R&D Setup for
Video Content Analysis. It will use live camera feeds, criminal
1 and crime scene photographs/ videos etc. as evidence. It will
ensure video analytics, continuous time stamp and non-
tampering of electronic evidence as per laws.
Picture Intelligence Unit (PIU) shall be given access to the
databases of Passport, CCTNS, Prisons, AMBIS or any similar
database available with the State Government and Central
Government. It shall also create a repository of photographs
obtained from various police sources like Newspapers,
2
Photos during raids, Photos sent by people, etc. Such
photographs would be tagged for sex, age, scars, tattoos, etc.
so that these become searchable. Some of the approaches to
be used by the Picture Intelligence Unit for implementation
of Facial Recognition System would be as follows:
PIU system must have capability to enroll whatever images
fed in the system with image enhancement and ability to
3 verify the quality of the enrolled images with different colour
indicator for low quality images enrolled in watch
list/database.
4 Match a suspect/criminal photograph with these databases.
Search photographs from the database meeting certain
5
suspect features.
need to be added as per safe city requirement in current updation. Different layers, which are
proposed to be covered under GIS are as follows:
a. CCTV Cameras
b. Movement/Location of Prakhar Vans and MCCV
c. Buildings / Structures
d. Police Stations, Transport Hubs
e. Important Government / Public Buildings, schools, colleges, hospitals etc.
f. Public Places like Gardens, Grounds, Markets, etc.
g. Roads, Bus Stands. - Bridges, Flyovers - Footpaths - Women Hostels, Paying-Guest
accommodations.
h. Halting points of Emergency Response Vehicles.
i. Counselling Center’s for victims of crime against women.
j. Optical Fiber Cable network.
k. Metro high tension wire, BSES, NDPL electrical wire
l. Gas pipeline
Web based GIS application features
a. It shall provide complete view of CCTV, facilities, and alarms in an easy-to-use and intuitive
GIS-enabled graphical interface with a powerful workflow and business logic engine.
b. The map will define the boundaries of the jurisdiction limits of respective police Stations and
District Headquarters.
c. MAPs shall be Open Geospatial compliant (OGC) compliant
d. Panoramic images: Application shall allow display and navigation of 360-degree panoramic
images synced with map.
e. The system shall integrate with GIS and map information and be able to dynamically update
information on the GIS maps to show status of resources.
f. Shall allow all resources, CCTV & others on the map to be georeferenced such that they have
a real-world coordinate.
g. Shall visually display a camera sensor with related camera orientation, camera range and
camera field of view angle (wherever this information of CCTV is available).
h. Shall visually differentiate CCTV on map through different color and icon identifiers based on
their type and working condition.
i. Shall immediately view alarm details (including description, video, etc.) and investigate the
alarm from the map based on the API provided through Video analytic engine.
j. Shall allow user to choose camera from map to view live video and the data
k. It shall be possible to selectively display the objects according to type of object and event type
in order to avoid information overload through pre-defined filter settings that automatically
apply during event handling
l. Identification and display of Road and surrounding assets on geo-referenced panoramic
images with attribute information display
m. Selection of an object on the map and interactively display the corresponding panoramic
image with related attributes.
GIS- Technical Requirements and Compliance Sheet for MSI (to provide
compliance report with the bid)
Enterprise GIS Software
S. No Technical Specification Compliance
(Yes/ No) with
comments, if
any
1 Should be capable of maintaining data history, version
management and conflict detection.
2 Should support database check in – check out / replication
functionalities hence maintaining the parent child relationship of
Master Database.
3 Software should have inbuilt utility for checking availability of server
software updates/patches
4 Software should support Geo-data service and Geometry service
Page 282 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Functional Specifications
Sr No Description
1 EMS including other essential featured systems like Dash-boarding, SLA Management,
Network Management, Asset Management, Incident & Work Flow Management, Privilege &
Identity Management, etc. will be implemented as an approach of collaborative framework
by OEMs.
2 For effective operations and management of IT Operations, there is a need for an industry-
standard Enterprise Management System (EMS). Given the expanse and scope of the
project, EMS becomes very critical for IT Operations and SLA Measurement. Some of the
critical aspects that need to be considered for operations of IT setup of are:
Network Fault Management
Network Performance Management
Server Performance Monitoring
Centralized Log Management
Centralized and Unified Dashboard
Centralized and Customizable Service Level Reporting
Help Desk for Incident Management
3 The Monitoring Solution should provide Unified Architectural design offering seamless
common functions including but not limited to:
• Event and Alarm management,
• Auto-discovery of the IT environment,
• availability and Performance monitoring
• Correlation and root cause analysis
• Service Level Management, notifications
• Reporting and analytics
• Automation and Customization
The proposed solution must be featured in Gartner/IDC reports. Documentary proof must
be provided at the time of submission.
4 There should be a tight integration between infrastructure metrics and logs to have the
single consolidated console of Infrastructure & security events.
5 Consolidate IT event management activities into a single operations bridge that allows
operator quickly identify the cause of the IT incident, reduces duplication of effort and
decreases the time it takes to rectify IT issues.
6 The Operator should be able to pull up security events related to a given Configuration Item,
from a single console which also has NOC events, and use the security events to triage the
problem. This way the Operator gets consolidated system/network event details and
security events (current and historical) from the same console and save time in
troubleshooting / isolating the issue.
7 The operator should be able to build correlation rules in a simple GUI based environment
where the Operator should be able to correlate cross domain events
8 The solution shall provide future scalability of the whole system without major
architectural changes.
9 The Solution shall be distributed, scalable, and multi-platform and open to third party
integration such as Cloud, Virtualization, Database, Web Server, Application Server
platforms etc.
10 All the required modules should be from same OEM and should be tightly integrated for
single pane of glass view of enterprise monitoring
11 The solution must provide single integrated dashboard to provide line of business views
and drill down capabilities to navigate technical operators right from services to last
infrastructure components
12 Consolidated dashboard of the proposed EMS solution must be able to do dynamic service
modelling of all business-critical production services & use near-real time Service Model for
efficient cross domain event correlation.
13 The proposed solution must provide SDK/Rest API for North bound and South Bound
Integrations E.g. Forwarding specific metric data to third party database, Notifications to
third party systems such as Jira, AutoDesk, Slack
14 Proposed NMS solution must have deployment reference of monitoring & managing
10,000+ network nodes in at least 3 deployments across Govt./PSU/Large Enterprise.
15 The Solution should provide all the modules as a single monitoring engine to correlate
events in real-time from Networks, Servers and Applications
The solution should be virtual appliance and deployable on Linux operating systems to
reduce the overall TCO
16 The solution should run without any propriety database license for datastore - Datastore
must be bundled within EMS (E.g. popular time-series, no-sql, hbase based monitoring
systems) to reduce the TCO
17 The solution should provide High Availability (HA) at datacenter site
18 The solution should have inbuilt role-based access module to enable multiple users with
different groups to create dashboards specific to their department
19 The Solution should have way to control and define permission such as read/write for set
of devices rather than all the devices for the ease of use.
20 Calculates availability for clients, servers and ANPR/access/video units for efficient SLA
management
21 Detailed system care statistics will be available through a web-based dashboard providing
health metrics of ANPR Platform including Uptime and mean-time-between-failures.
EMS package- Technical Requirements and Compliance Sheet for MSI (to provide
compliance report with the bid)
S No. Description Compliance (Yes/
No) with
comments, if any
Consolidated Dashboard
1 The platform must provide complete cross-domain visibility of IT
infrastructure issues
2 The platform must consolidate monitoring events from across layers
such as Network, Server, Application, Database etc.
3 The solution should support single console for automated discovery
of enterprise network components e.g. network device, servers,
virtualization, cloud, application and databases
4 The solution must support custom dashboards for different role users
such as Management, admin and report users
5 The solution must allow creating custom data widget to visualize data
with user preferences e.g. Refresh time, time span, background
colour, unit conversion
6 The solution must support multiple visualization methods such as
gauge, grid, charts, Top N etc.
7 The solution should provide superior view of infrastructure health
across system, networks, application and other IT Infrastructure
components into a consolidated, central console
8 There should be only one dashboard/interface to collected
network/server/application/log data after correlation and
consolidation across the IT landscape to reduce/correlate number of
metrics/alarms
Element & Network Performance Management (EMS/ NMS/ NTA)
1 The proposed solution platform shall provide a single integrated
solution for comprehensive management of the wired/wireless
access, and rich visibility into connectivity and performance
assurance issues.
2 The EMS must conduct Performance Monitoring, Performance
Management Control, and Performance Analysis of every network
element into the system.
3 There will be a policy driven protocol (management) to check the
health of edge devices.
4 The EMS should conduct the monitoring and management of the
coordinated configuration of multiple devices
5 The EMS must ensure FCAPS compliance: coordinated Fault
Management, Configuration Management, Accounting Management,
Performance Management and Security Management across the
associated elements in the network.
Log Management
1 The proposed solution must provide a common classification of event
irrespective of the log format
2 The proposed solution must provide the ability to store/ retain both
normalized and the original raw format of the event log as for forensic
purposes for the period of 3 months and allow to extend it to further
with additional hardware without any disruption to the ongoing data
collection
3 The proposed solution should provide a minimum log compression of
8:1 for ensuring log compression to reduce overall log index storage
space for the raw log format
4 The log data generated should be stored in a centralized server. The
period up to which the data must be available should be customizable.
5 The proposed solution must support logs collected from commercial
and proprietary applications. For assets not natively supported, the
solution should provide the collection of events through
customization of connectors or similar integration
6 The proposed solution must support log collection for Directories (i.e.
AD, LDAP), hosted applications such as database, web server, file
integrity logs etc. using agents
7 The Log receiver or log collection component must store the data
locally if communication with centralized collector/receiver is
unavailable.
8 The proposed solution must support log collection from Network
infrastructure (i.e. switches, routers, etc.). Please describe the level of
support for this type of product.
9 The system shall support the following log formats for log collection:
Windows Event Log, Syslog, Access Log Data, Application Log data,
Any Custom Log data, Text Log (flat file), JSON Data
10 The solution should be able to collect raw logs in real-time to a
Central log database from any IP device including:
• Networking devices(router/switches/voice gateways)
• Security devices (IDS/IPS, AV, Patch Mgmt., Firewall/DB Security
solutions)
• Operating systems(Windows 2003/2008,Unix,linux,AIX)
• Virtualization Platforms(Microsoft HyperV, VMware
Vcenter/VSphere 4.X, vDirector, Citrix)
• Databases(Oracle/SQL/MYSQL/DB2)
11 The collection devices should support collection of logs through
Syslog,
syslogNG and also provide native Windows Agents as well as
Agentless (PowerShell) connectors
12 The proposed solution must provide alerting based upon established
policy
13 The proposed solution must provide SDK and Rest API to write
custom connectors and collectors to pull log and monitoring data
from third party system
14 The proposed solution must provide UI based wizard and capabilities
to minimize false positives and deliver accurate results.
15 The proposed solution must collect, index the log messages and
support full-text searching for forensic investigation
16 The proposed solution must support the ability to take action upon
receiving an alert. For example, the solution should support the
ability to initiate a script or send an email message.
17 The solution must provide pre-defined log correlation rules to detect
suspicious behavior
18 The solution must support real-time and scheduled alerting time-line
while creating a log policy to catch specific log pattern
19 The solution should support applying regex pattern in real-time to
extract vendor specific log data for reporting and alerting purpose
20 The system shall have the capability to drag and drop building of
custom search queries & reports
21 The system shall be capable of operating at a sustained 5000 EPS per
collection instance. The system shall provide the ability to scale to
higher event rates by adding multiple collection instance
Service Desk - Incident Management
1 The proposed helpdesk system shall provide flexibility of logging,
viewing, updating and closing incident manually via web interface
2 The proposed helpdesk solution should have achieved Pink VERIFY
certification on at least 6 available ITIL processes. Documentary
proof must be provided at the time of submission.
3 Each incident shall be able to associate multiple activity logs entries
via manual update or automatic update from other enterprise
management tools.
4 The proposed helpdesk system shall be able to provide flexibility of
incident assignment based on the workload, category, location etc.
5 The proposed solution should automatically provide suggested
knowledge base articles based on Incident properties with no
programming
6 The proposed solution should automatically suggest available
technicians based on workload, average ticket closure time assigning
tickets with no programming
7 The proposed solution should tightly integrate with monitoring
system to provide two-way integration - E.g. when system down
alarm created, it should automatically create ticket and assign it to
technician, in case system comes up before ticket is resolved by
technician, it should automatically close the ticket to minimize human
efforts
8 The proposed system must not create more than one ticket for same
recurring alarm to avoid ticket flooding from Monitoring system
9 Each escalation policy shall allow easy definition on multiple
escalation levels and notification to different personnel via web-
based console with no programming
10 The proposed helpdesk system shall be capable of assigning call
requests to technical staff manually as well as automatically based on
predefined rules, and shall support notification and escalation over
email
11 The proposed solution should allow administrator to define ticket
dispatcher workflow which automatically assign incoming tickets
based on rules defined in workflow. E.g. Network fault keyword
tickets gets assigned to network technician automatically within NOC
team
12 The proposed helpdesk system shall provide grouping access on
different security knowledge articles for different group of users.
13 The proposed helpdesk system shall have an updateable knowledge
base for technical analysis and further help end-users to search
solutions for previously solved issues
14 The proposed solution should allow Technician to relate Incidents to
Problem, Change and vice versa to have better context while working
on any of ticket type
15 The proposed helpdesk system shall support tracking of SLA (service
level agreements) for call requests within the help desk through
service types.
16 The proposed helpdesk system shall integrate tightly with the
Knowledge tools and CMDB and shall be accessible from the same
login window
Asset Inventory Management
1 A configuration management database shall be established which
stores unique information about each type Configuration Item CI or
group of CIs.
2 The proposed solution allows scheduling periodic report to check
current software and hardware inventory
3 The proposed solution must allow attaching CI record to generated
service tickets
4 The Proposed solution should provide end to end Asset Life Cycle
Management: Makes it easier to handle the complete life cycle of an
asset, that is, all stages/modules from procurement to disposal
5 The Proposed solution should support maintaining AMC/Warranty
Information with Alerting when about to expire also provide Asset
Deletion capabilities enabled with workflow engine
29. The solution should be able to monitor on-line of patch cord removal
from either side:
30. Between intelligent panels
31. Between intelligent panel to active device like Switch.
32. The solution should have the following visual indications:
33. LED above each port - indicating patching, patching work order
pending and correcting bilking mode in case of patching mistake.
34. LED per each patching frame – indicating panel status.
35. Sound – in case of patching or removal of a cord between either
intelligent panels or between intelligent panels to a switch.
36. All Changes of the telecommunications infrastructure facilities and
networked devices should be maintained within the intelligent
infrastructure management system to keep track of current activities
and completed activities including:
37. Real time tracking of authorized and unauthorized patching activities
38. Generation of move, add, change work orders
39. Providing means for retrieval of work orders at racks with intelligent
equipment using port LEDs, tablet, etc.
40. Automated tracking of work order completion
41. Scheduled work order and work order history
42. Monitoring and alerting on connected information
43. The Intelligent Physical Layer Management Solution should have
guidance lights per port. The light guidance is mandatory for tracing
the two ends of any patch cord, executing planned work orders and
for remote management.
44. The lights per port on the panels should be powered from the
scanning devices and should not require a separate power supply.
45. The intelligent panels should have the necessary intelligent hardware
and light indicators integrated within the panels. Retrofits are not an
option.
46. The panels should be passive and the panels should not require any
power for operation of the intelligent management solution.
47. The Intelligent Physical Layer Management solution should be
scalable and the design should enable maximum usage of its
components e.g. scanning devices, by sharing of same components
over multiple racks when required.
48. The solution should be simple, effective and as automated as possible
requiring minimum human intervention. For e.g. for executing work
orders the solution should depend on light guidance only without
need for reading instructions from any media/display.
49. The solution should provide patching information based only on
physical connectivity information and not thorough any other way.
50. The solution should be web based and not require any clients to be
installed on end devices. All features should be available through this
web explorer only.
Page 297 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Helpdesk Management
Functional requirements
MSI will be required to establish the help-desk and provide facilities management services to
support the Police officials in performing their day to day functions related to this system.
The helpdesk management system will be fully integrated with the enterprise monitoring
(EMS) and network management system. The system will be accessed by the Police officials
for raising their incidents and logging calls for support.
The key functionalities of the helpdesk would include the following:
1. Service help desk management with respect to all the trigger, alarms related to fault, and
incident reported for anomaly and issues in operations of the hardware and software
domains of the project architecture.
2. The service helpdesk will be primarily responsible for ensuring adhering to the SLA
terms and bridge in-between the Enterprise Management System and the SLA
compliance parameters.
3. There must be a handholding mechanism for Delhi Police Personnel in terms of regular
operations considering all ticket closures, Incident management, Project Management to
ensure uninterrupted support to Delhi Police. The system must be capable of:
a. Incident records can be created and changed through web interface, Event
Management, NMS/EMS, CRMs, ERPs or any 3rd party system, Mobile App, Email etc.
b. Support for notification and escalation: System should support Incident Hierarchic
Escalation; Hierarchic Escalation rules should support based on Severity or Priority.
For Ex. Based on Incident Priority the Auto Escalation time to Higher Level should be
different.
c. It should support tracking of SLA (service level agreements) for call requests within
the helpdesk through service types. It should be able to attach multiple SLA profiles,
Multiple SLA Metrics, should be able to adjust the SLA based on Authorized workflow
S Specification Compliance
No. (Yes/ No) with
comments, if
any
1 Software should Support multi-brand multi-UPS
centralized monitoring and management
2 Maintenance, monitoring and management of the wide
distributed UPS power supply and its surrounding
environment should become very easy and efficient. A
variety of UPS brands and models should be monitored at
the unified platform, making the management simple and
convenient.
3 It should Support all-day real-time UPS monitoring and
management.
4 It should support 365 days × 24-hour real-time continuous
monitoring. UPS operating conditions should be easy to
master and the quality and efficiency of the management
should greatly enhance.
Page 302 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Procurement of Licenses
The licenses of all the software domain features will be perpetual. They will be valid
initially for phase 1 duration, followed by 3 years’ validity based on the associated
performance parameters of the system.
LDAP Software
It will be Windows / Linux Based Active Directory.
e. Ability to reassign alarms to other operators based on: change of state for one/multiple or all
alarms, change of alarm priority, entering incident-specific log information and the
suppression (snooze function) of alarms.
f. Ability to preview, view live or playback recorded images.
g. Automatically close an alarm based on a corresponding event.
h. Generate audit trail reports by incident.
i. Give full audit trail of the user activities in the system.
j. The system log should be searchable by Level, Source and Event Type.
k. The Audit Log should record remote user activity (searchable by User name, Audit ID, Source
and Location)
l. The Alert Log should record alerts triggered by rules (searchable by Alert type, Source and
Event type)
m. The Event Log should record event-related information (searchable by Service name, Source
and Event type)
n. The Rule Log should record rules in which the Make new <log entry> action been specified
(searchable by Service name, Source, Event type and Rule name)
o. Bandwidth utilization logs.
Workstations with 3 nos. 24" UHD Touch Monitors for C4I application at multiple rooms
on 6th & 7th Floor (EoC) Mike + webcam +speaker along with operator workstation
Workstation:
Workstations with 3 nos. 24" UHD Touch Monitors for C4I application Mike + webcam
+speaker along with operator workstation
Workstation:
IP Phones
Sr. No Parameter Specification Compliance (Yes/
No) with
comments, if any
1. Protocols/Standards SIP RFC3261, TCP/IP/UDP, RTP/RTCP,
HTTP/HTTPS, ARP, ICMP, DNS (A record,
SRV, NAPTR), DHCP, PPPoE, TELNET, TFTP,
NTP, STUN, SIMPLE, LLDP, LDAP, TR-069,
802.1x, TLS, IPV6
2. Network Interfaces Dual switched auto-sensing 10/100/1000
Mbps Gigabit Ethernet ports with integrated
PoE
3. Graphic Display Min 2.5-inch
4. Bluetooth Yes, integrated
5. Feature Keys 8-line keys with up to 4 SIP accounts
6. Video Codec Support for G.729A/B, G.711µ/a-law, G.726,
G.722(wide-band), in-band and out-of-band
DTMF (in audio, RFC2833, SIP INFO)
7. Auxiliary Ports RJ9 headset jack
8. Telephony Features Hold, transfer, forward, 4-way conference,
call park, call pickup, shared-call
appearance /bridged-line-appearance,
downloadable phonebook, call waiting, call
log XML
9. HD audio Yes, HD handset and speakerphone with
support for wideband audio
10. Language Support English
11. Upgrade/Provisioning Firmware upgrade via TFTP / HTTP /
HTTPS, mass provisioning using TR-069 or
AES encrypted XML configuration file
12. Power Input:100-240V; Output: +12V, 0.5A
Integrated Power-over-Ethernet (802.3af)
Max power consumption: 6.4W (power
adapter) or 6.49W (PoE)
13. Security QoS Layer 2 QoS (802.1Q, 802.1P) and Layer
3 (ToS, DiffServ, MPLS) QoS User and
administrator level passwords, 256-bit AES
encrypted configuration file, SRTP, TLS,
802.1x or better
14. Compliance FCC: Part 15 (CFR 47) Class B CE: EN55022
Class B; EN55024 Class B; EN61000-3-2;
EN61000-3-3; EN60950-1 RCM: AS/ACIF
S004; AS/NZS CISPR22/24; AS/NZS
60950.1or Equivalent Indian Standards
55 Inch LED TV
Sr.No Standard HDR (High Dynamic Range) Compliance
(Yes/ No) with
comments, if
any
1. Display Type Ultra HD 4K
2. Screen Size (Diagonal) 138.8 cm (55 inch) minimum
3. Screen Resolution Minimum - 3840 x 2160 - Ultra HD
4. HDMI & USB Ports Minimum 2 USB Ports and 3 HDMI Ports
5. TV Connectivity Ethernet, Built-in Chromecast and WiFi
6. Speaker Output Power Minimum 2 X 10 Watts
Compliance
Sr. No Specifications (Yes/ No), with
remarks, if any
This facility being the first of its kind, scale & prestige it is mandatory
for the bidder to provide Designer Control Room Solutions without
compromising on the safety and functionality of the facility. Materials
having the adverse impact on the environment and nature shall be
deemed unacceptable. To ensure an integrated solution, to qualify as
1. per the international control room design & safety norms; main bidder
shall bring one single professional Control Room Interior Solution
Provider on board with an experience of designing, manufacturing and
installing at least five control rooms interiors with control desks.
Supporting work orders and completion / appreciation certificates to
be enclosed along with the bid.
The scope of the project includes designing; engineering, supply &
installation of 24X7 mission critical Control Center Interiors. As this is
a project of National repute, this state-of-the art facility & all its
components viz Frameless glass partition, modular ceiling, flooring,
control desk, modular paneling, ceiling luminaries’ and its wiring etc.
shall be treated as a part of one single solution. Main bidder to submit
MAF (Manufacturer's Authorization Form) from professional Control
2.
Room Interior Solution. The professional control room solution
provider must have experience of supplying a cumulative value of at-
least 1000 square meter of metal wall paneling & 1000 square meter
of designer metal false ceiling for control room application in past
three financial years, the professional control room agency must have
experience of designing, manufacturing and installing at least five
police control rooms interior projects with control desks
The entire design proposal must be modular, Flexible, Dynamic,
Scalable, Expandable and re-deployable to accommodate any
technological changes / future needs which are not envisaged now.
Modularity enables in quick and easy up-gradation. It is mandatory for
3.
the main bidder that the control room interior solution provider
supplies all elements & executes all the activities like ceiling, flooring,
control desks, paneling, partitions & illumination to avoid interface &
quality related issues.
Control room solution provider with an experience of doing at-least
4. Two control room studies will be preferred. Control room solution
provider declaration and reference PO copies to be submitted.
Modular Paneling - Self inter lockable metal panels with front sheet of
5.
Preformed Textured galvanized sheet with a coating to avoid rust.
IP Phones
Sr. No Parameter Specification Compliance (Yes/
No) with
comments, if any
1. Protocols/Standards SIP RFC3261, TCP/IP/UDP,
RTP/RTCP, HTTP/HTTPS, ARP, ICMP,
DNS (A record, SRV, NAPTR), DHCP,
PPPoE, TELNET, TFTP, NTP, STUN,
SIMPLE, LLDP, LDAP, TR-069, 802.1x,
TLS, IPV6
2. Network Interfaces Dual switched auto-sensing 10/100/1000
Mbps Gigabit Ethernet ports with
integrated PoE
3. Graphic Display Min 2.5-inch
4. Bluetooth Yes, integrated
5. Feature Keys 8-line keys with up to 4 SIP accounts
6. Video Codec Support for G.729A/B, G.711µ/a-law,
G.726, G.722(wide-band), in-band and out-
of-band DTMF (in audio, RFC2833, SIP
INFO)
7. Auxiliary Ports RJ9 headset jack
Page 328 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Environmental Parameter
The gateway with embedded software will have the ability to connect
with 3rd Party VMS software/NVR System deployed in the public or
private institutions and act as a gateway to get the live cameras feeds
into ICCC/ C4I/ VMS application is made available.
Live video feed streaming should not have any dependency in any
format on the 3rd Party VMS or NVR Systems deployed in the private
or public institutions where such gateway would be deployed.
The Gateway will have the native intelligence to the stream live video
with dependency only on the network infrastructure of the 3rd party
system and under no circumstances the solution depend/ intervene
on 3rd party solution deployed except accessing the live video feeds
from the CCTV cameras deployed at sites.
IP Phones
Sr. No Parameter Specification Compliance (Yes/
No) with
comments, if any
1. Protocols/Standards SIP RFC3261, TCP/IP/UDP,
RTP/RTCP, HTTP/HTTPS, ARP, ICMP,
DNS (A record, SRV, NAPTR), DHCP,
PPPoE, TELNET, TFTP, NTP, STUN,
SIMPLE, LLDP, LDAP, TR-069, 802.1x,
TLS, IPV6
2. Network Interfaces Dual switched auto-sensing 10/100/1000
Mbps Gigabit Ethernet ports with
integrated PoE
3. Graphic Display Min 2.5-inch
4. Bluetooth Yes, integrated
5. Feature Keys 8-line keys with up to 4 SIP accounts
6. Video Codec Support for G.729A/B, G.711µ/a-law,
G.726, G.722(wide-band), in-band and out-
of-band DTMF (in audio, RFC2833, SIP
INFO)
7. Auxiliary Ports RJ9 headset jack
8. Telephony Features Hold, transfer, forward, 4-way conference,
call park, call pickup, shared-call
appearance /bridged-line-appearance,
downloadable phonebook, call waiting,
call log XML
9. HD audio Yes, HD handset and speakerphone with
support for wideband audio
10. Language Support English
11. Upgrade/Provisioning Firmware upgrade via TFTP / HTTP /
HTTPS, mass provisioning using TR-069 or
AES encrypted XML configuration file
12. Power Input:100-240V; Output: +12V, 0.5A
Integrated Power-over-Ethernet (802.3af)
Max power consumption: 6.4W (power
adapter) or 6.49W (PoE)
13. Security QoS Layer 2 QoS (802.1Q, 802.1P) and
Layer 3 (ToS, DiffServ, MPLS) QoS User
and administrator level passwords, 256-
bit AES encrypted configuration file, SRTP,
TLS, 802.1x or better
14. Compliance FCC: Part 15 (CFR 47) Class B CE: EN55022
Class B; EN55024 Class B; EN61000-3-2;
EN61000-3-3; EN60950-1 RCM: AS/ACIF
Output Voltage
11. < = 3% max full linear load
Distortion
Output Power
12. 0.9
factor
13. Crest factor 3 or better
Online Mode: Greater than or equal to
AC-AC
14. 88% @ Full Rated Load & Battery Fully
Efficiency
charged
Transfer time
15. 0
Main-Battery
Transfer time
16. 4 msec
Inverter-Bypass
Output
17. Hardwired Terminal Block required
Connection
Shall be provided for monitoring of
Monitoring
UPS from remote along with SNMP
18. software for
Card, this project being of high security
UPS
& safety the SNMP card.
19. Communication SNMP
20. Port RS 232
21. Battery Type 12V SMF.
10KVA UPS with 30 min battery
22. Battery backup backup at 80% load (9984 VAH or
more)
Shall be minimum 10% of the offered
23. Charger
Battery AH
Battery
24. 32 to 40 Battery Flexibility required
Flexibility
25. Environmental Parameter
Operating
A temperature 0-40 deg C
range
Indication required -> Over
Temperature, Load on Battery, Battery
B Other
low, Mains ON
ITMS, CCTNS, etc. Also, the visuals of the VMS will be provisioned for Police Officials on
the Mobile gadgets with device MAC binding and login credentials through a VPN tunnel.
j. The firewall/ UTM/ IPS will be provisioned considering 1000 VPN connections. This
Firewall will ensure external and internal security concerns.
k. The L3 switches of 48 port each will be provisioned for conducting distribution of
multiple VLANs.
l. A unified storage will be provisioned at the Data Center, which will cater to the raw inputs
from field cameras and sensors for a periodicity of 30 days scale-out storage with min 12
to 24 controller architecture multiple controllers chosen to as to have a maximum of 2:1
ratio between VMS servers (VM's/physical) and controller This ensures that if a
controller fails, and the VMS servers it was servicing move to another controller, the
controller does not get chocked. The linear scalability of performance and capacity of
every drive bay added, performance will increase by the same amount till the maximum
capacity of the storage required. This Storage will be complimented with additional
storage of 2 PiB to store the tagged and identified data from Video Analytics (VA) and
VMS management tools for a period of 180 days.
m. The Computing will be conducted in Racks equipped with precision cooling and power
load factors as required.
n. Bidder has to provide all the required network active and passive components. Network
cables, Patch cords (with different colors for 1G, 10G and as per network topology), and
patch panels (active). Bidders has to follow standard structured cabling mechanism.
Bidder has to consider power cables as per quoted iPDU’s.
o. The necessary servers / applications for DC (C4i) will undergo / would be compliant to
virtualization layers.
p. The servers will be classified for CPU and GPU logical methodologies as per the
requirement of operations. The direct streamlined logical Video Management
calculations will be done through machine learning approach with CPU logics which will
conduct physical to virtual scenario in 1:1 ratio. With respect to deep learning
calculations for Visual Analytics and Artificial intelligence at ICCC platform, a combination
of CPU and GPU logics will be required. Henceforth, the system will require a combination
of Central Processing and Graphical Processing based servers.
q. The required solution for Safe City needs to Media recording servers for distributed load
factors at Data Center along with the Management Servers. Video Analytics Servers with
3x GPU in each server for 2500 cameras each will be required to handle all deep learning
structured load with capability of managing minimum 2 use-cases per camera. Each GPU
on the machine is capable to handle 40 use-cases on the camera' metadata. Therefore,
one server is capable to handle 120 use-cases. Total no. of prime 5000 use-cases require
(5000/120) = 42 servers
r. The Face Recognition server must be capable to manage minimum 15 / 20 channels
(cameras) simultaneously. Total envisaged cameras for FRS will be 370 no. Each FRS
server is capable to execute operations on 20 channels/ cameras. Henceforth, total no. of
FRS servers to handle 370 cameras need (374/20) = 19 servers, also, keeping 1 server for
failover redundancy provision results to total no. of 20 servers to be provisioned.
s. The ANPR- Vehicle Surveillance server must be capable to manage minimum 30/40
channels (cameras) simultaneously. Each ANPR server will have 40 cores. Each core will
cater to 1 ANPR channel/ camera. Henceforth, total 41 servers required, keeping failover
redundancy in operation, 44 No. of ANPR analytical servers are provisioned with Open
source platform.
t. There will be requirement of Lightweight Directory Access Protocol (LDAP) / Active
Directory for enterprise wide user management, domain with anti-virus servers and
viewing center servers.
u. There should be dedicated/shared rack space available in the Data Center for the City
Surveillance Infrastructure. As of now provision of 30 racks will be made. However, the
scalable arrangement for 36 racks will done.
v. It should have access control system implemented for secured access.
w. In case the Data Center services are to go down due to any unforeseen circumstance, the
Command Center should have access to the critical / flagged data stored in near DR for
the last 90/180 days or up to a storage capacity of 2PiB.
x. Receiving Power: Commercial power substation next to DC; UPS: UPS system with N+N
redundancy (dual supply to rack floor for all IT equipment).
y. Monolithic UPS arrangement for dual supplies to IT load has been provisioned. 2 UPS of
400 KVA have been considered for the requirement of 350 KVA at DC for IT load. There
will be adequate redundant arrangement for power solutions as follows:
Ensure redundancy with pool of 800 KVA capacity;
Dual sources being terminated at the rack floor for all IT equipment to ensure power
backup of 15+15 (30) min collectively from both UPS. Power Provision: Dual power
feed, PDU sources to each rack, Power supply to a rack as per requirement;
The above-mentioned arrangement will also ensure fall back arrangement for
additional 150 KVA/200 KW requirements of C4i and PAC respectively.
The stack of SMF batteries along with the UPS arrangement will be made in the
building' basement under AHU provisions.
z. Generator: Gen-set with N+N/1 redundancy for ensuring power generation backup
arrangement parallel to streaming raw input requirement of 750 KVA that includes 350
KVA for IT load, 150 KVA for C4i and 200 KVA for PAC. Provision of 1000 KVA power
generation will made on High Availability Mode.
aa. Cooling Features: The system will provision for raised floor AC equipment
bb. Extension of Server Infrastructure Zone: This zone has host servers, server racks, storage
racks and networking components like routers, switches to passive components. All the
infrastructure shall be extended as per requirement.
cc. Extension of UPS and Electrical Zone: Zone will have all the Un-Interrupted Power Supply
units, Power Distribution Units (PDUs) to feed the UPS. It will be extended with Power
Backup requirement and place UPS and Electrical Load extension. This shall also house
all the batteries accompanying the UPS components.
dd. The near Data Recovery site will be capturing the storage of application and structured
data (tagged) only as a backup facility for Data Center. The management server for C4i
could be considered for hosting in near DR facility for high reliability and failover.
ee. The Electrical SLD and panelling drawing will be shared post the signing of the Non-
Disclosure agreement with MSI.
ff. Internal Security audit - Half yearly for Network & Applications and operations
gg. External Security audit - Yearly for Network and Applications and operations
hh. Storage at Data Center:
The Storage at Data Center from all the Field Level Devices will be classified in three
sections, as follows:
i. Open consolidated- Public data;
ii. Incident based data;
iii. Core- critical data
Schematic for scale out Storage cluster Network (Open consolidated- Public data):
jj. DC Architecture
Figure: DC Architecture
kk. Rack Floor- servers, storage & security Appliances inside racks
cooling, whereas 400 KVA UPS for Power to IT load with HA will be used. Power requirement
for given infrastructure is around 260 KVA.
Racks and Power are extended looking towards future expansion in Data Center at single
point of time.
Figure: DC at PHQ
Data Center will be equipped with Access Control- Biometric Entry/ Exit protocols for
ensuring authorized access.
b. Integration Servers
f. Face Recognition Servers with 3x GPU in each server for 370 FRS Channels
inventory
• Zero-touch auto configuration to auto
deploy a baseline server configuration
profile
detection
- Persistent event logging including user
activity
- Secure alerting
- Rapid OS recovery
Configuration upgrades should be only
with cryptographically signed firmware
and software
Should provide system lockdown feature
to prevent change (or “drift”) in system
firmware image(s) & prevent malicious
modification of server firmware
22. Intrusion alert Intrusion alert in case chassis cover being
opened
23. Certified for OS Windows Server 2016, VMWare, Red Hat
Enterprise Linux, SUSE Linux Enterprise
Server
24. Warranty As mentioned in RFP.
n. DLP (Data Leak Protection), PKI + MFA (Multi Factor Authentication) server
b. SAN / Unified Enterprise storage for 180 days – 2 PB (Storage for DB, boot, Flagged
Data & Backup for 180 days)
Functional Requirement:
This Storage will be used for storing DMZ virtual machines and VMS VM's which will be running
on virtual environment. The NVMe or SCM technology must be supported for future and
mentioned in the web-site for any of the product descriptions of OEM.
c. SAN Switches
and Must support LAN/SAN based D2D backup and VTL backup
simultaneously via NFS v3, CIFS, FC, OST and NDMP protocols.
2. Proposed appliance should support global and inline data
duplication using automated variable block length deduplication
technology.
3. Proposed appliance should be offered with protocols like VTL,
OST, CIFS and NFS. All of the protocols should be available to use
concurrently with global deduplication for data ingested across all
of them.
4. Proposed appliance should support industry leading backup
software like EMC Networker, Symantec NetBackup, Commvault
and HP Data Protector etc. and should Support deduplication at
backup server/ host / application level so that only changed
blocks travel through network to backup device.
5. Proposed appliance should be sized appropriately for backup of
front end data 150 TB (50% DB and 50% File System) data as per
below backup policies:
Daily Incremental Backup – retained for 4 weeks in disk
based backup appliance.
Weekly Full Backup for all data types – retained for 3
months in disk based backup appliance.
Monthly Full Backups – Retained for 12 Months in the
same disk-based backup appliance.
Yearly Full Backups – Retained for 7 years in the same
disk-based backup appliance.
The Purpose-built backup appliance should be quoted
with adequate capacity with 15% YoY data growth and
3% daily change rate for entire duration of 5 years
warranty.
Any additional software or backup storage capacity (in
addition to minimum 150 TB usable capacity) or any other
component required as per sizing needs to be provided by
the OEM & bidder during the entire warranty period of 5
years.
6. Proposed Appliance should have the capability to tier backup data
in deduplicated format to an external cloud storage (on premise /
public cloud).
7. Proposed appliance should have the ability to perform different
backup, restore, replication jobs simultaneously and Must
supports communications and data transfers through 8GB SAN, 10
Gb & 1 Gb ethernet LAN over copper and SFP+. The proposed
backup appliance should be offered with min. 2 x 1Gbps NIC, 4 x
10Gbps NIC and 4 x 16Gbps FC ports and should support
redundant controller for high availability of appliance in future.
Page 409 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
20. The backup solution should also support online LAN Free SAN
based backups of databases through appropriate agents;
Important Applications being Oracle, Microsoft SQL Server,
Exchange, SharePoint, IBM DB2 UDB, Informix, Lotus
Notes/Domino, MySQL, SAP, SAP HANA & Sybase etc.
21. Should able to dynamically break up large save sets into smaller
save sets to be backed up in parallel to allow backups to complete
faster for Windows, Unix and Linux clients.
22. Should have in-built calendar-based scheduling system and also
support check-point restart able backups for file systems. It
should support various level of backups including full,
incremental, differential, synthetic and virtual synthetic backups
23. The proposed backup software should have the capability to
enable WORM on the backup sets from the backup software
console on proposed disk backup appliance
24. The solution must support client-direct backup feature for file
system, applications and databases to reduce extra hop for backup
data at backup/media server to cater stringent backup window.
25. Bidder should provide 150TB capacity-based licenses. SI need to
provide backup solution on the offered IT Infra stack from single
OEM for backup software & purpose-built backup appliance.
26. Must have Agent/Modules for online backup of applications and
databases such as MS SQL, Oracle, Exchange, Lotus, DB2, Informix,
Sybase, SharePoint, Meditech and SAP. Must support NAS and
storage array-based snapshot backup for off host zero downtime
and zero load on the primary backup client with wizard-based
configuration.
27. Backup Solution must support multi tenancy feature for creation
of distinct data zones where the end users have access without
being able to view data, backups, recoveries, or modify in other
data zones.
28. Backup Solution should also have configurable ReST API support
for management, administration and reporting on backup
infrastructure via custom applications and out of box integration
with VMWare vRealize Automation for complete orchestration.
29. The proposed backup software should support restore a single
VM, single file from a VM, a VMDK restore from the same
management console for ease of use.
30. Proposed backup software should not need a physical proxy
server for VMWare backups and should have a minimum of 16
concurrent sessions capability for the VMWARE VM machines
image-based backups with single virtual proxy. It should support
instant access of a VM machine.
31. The proposed solution should have inbuilt feature for extensive
alerting and reporting with pre-configured and customizable
Page 411 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
A General Features
1. High Density Wire-speed Layer3 Enterprise Class Switch
2. 19” rack mountable – 1RU
3. Should have high-availability feature for active-active & active-
passive operation from day-1
B Interfaces
1. 12x40GbE & 12x100GbE & above ports from day-1. Additionally,
it should support 2x10GbE SFP+ native ports. All ports should be
populated with Multi-mode transceivers.
2. As per solution requirement the switch should support 1G, 10G,
25G, 40G & 100G transceivers from day-1. Bidder need to size the
quantities of transceivers accordingly to solution
3. 1 RJ45 console port, 1 RJ45 management port
4. USB port for external storage
Page 413 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
1 MLD v1/v2
2 IGMP v1, v2, v3, IGMP Snooping
K Network Management
1 SNMP, RESTCONF APIs, Zero Touch Deployment (ZTD), Ansible,
Puppet, Chef, SaltStack
2 Ipv6 Management support telnet, FTP, TACACS, RADIUS, SSH, NTP
L IEEE Standards
1 802.3ae, 802.3x, 802.3z, 802.1Qbb, 802.1Qaz
2 IEEE 802.3ad LACP, 802.3ab LLDP, LAG loadbalancing
3 IEEE 802.1p CoS Prioritization
4 NTPv4, DHCPv4 server & relay
M Power Rating & Certifications
1 Should operate on AC power ~50Hz. Power consumption should
not be more than 650 Watts under full load.
2 RoHS, Ipv6 ready for host and router, Fresh Air Compliant
N Connectivity required
1 Required number of switches to be proposed in HA, SFPs from the
to be from same OEM
2 Switch should support direct attach cables, breakout cables of
same OEM
3 Cables – ethernet cabless to be provided with switch for each port
with throughput define.
4 Seamless Integration: For Seamless Integration and
Interoperability all the switches and SFP Modules should be fully
compatible for smooth functioning of the system
O Event Management: There has to be a feature of Management
Module/ tool to establish link with EMS platform.
Compliance
(Yes/ No) with
Sr No. Technical Specifications of ToR Switch
comments, if
any
A General Features
1 High Density Wire-speed Layer3 Switch
2 19” rack mountable – 1RU
Should have high-availability feature for active-active & active-
3
passive operation from day-1
B Interfaces
Wire rate 48x10 GbE SFP28 ports and 6x100GbE QSFP28 ports. All
1
ports should be populated with Multi-mode transceivers.
As per solution requirement the switch should support 1G, 10G,
2 25G, 40G & 100G transceivers from day-1. Bidder need to size the
quantities of transceivers accordingly.
Page 417 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
J Multicast
H/W based Ipv4 and Ipv6 Multicasting (minimum 10000 group
1
support)
2 IGMP v1, v2, v3, IGMP Snooping
3 Protocol Independent Multicast – Sparse Mode and PIM – SSM
K Network Management
1 Ansible, Puppet, Chef, SaltStack, RESTCONF APIs
2 Ipv6 Management support telnet, FTP, TACACS, RADIUS, SSH, NTP
L IEEE Standards
1 802.3ae, 802.3x, 802.3z
2 IEEE 802.3ad LACP, 802.3ab LLDP
3 IEEE 802.1p CoS Prioritization
4 802.1Qbb, 802.1Qaz
M Power Rating & Certifications
Should operate on AC power ~50Hz. Power consumption should
1
not be more than 650 Watts under full load.
2 RoHS, Ipv6 ready, FCC CFR 47 Part 15, EN 61000-4-5: Surge
N Connectivity required
1 The switch & transceivers should be from the same OEM
Cables – ethernet cables to be provided with switch for each port
2
with throughput define.
Seamless Integration: For Seamless Integration and
O Interoperability all the switches and SFP Modules should be fully
compatible for smooth functioning of the system
Event Management: There has to be a feature of Management
P
Module/ tool to establish link with EMS platform.
Compliance
(Yes/ No) with
S No. Features Specification
comments, if
any
Minimum of 24 ports 10/100/1000 Base-T and
1.
4x 10G SFP+ ports
1 x Out of Band IP based management Port, 1
2.
Console Port, USB Port / External Flash
Interface
support stacking for upto 8 switches with
3. requirements
minimum 40 Gbps stacking.
Have Redundant Power Supply support and
4. variable speed fan to adjust to varying weather
conditions in campus
5 The switch should support IEEE 802.1w RSTP and IEEE 802.1s MSTP
G Routing Protocols
1 BGPv4, OSPF v1/v2/v3, VXLAN routing from Day 1
2 Ipv6 routing & VRF-Lite feature from day-1
H Security Features
1 Layer 2-4 Access Control Lists
2 ACLs – port based/VLAN based.
Integrated security features like DHCP relay, Control Plane DoS
3
protection
4 Streaming Telemetry, Control Plane Services
5 802.1X Network Security and Authentication
6 RADIUS, TACACS, sFLow, NTP
I Traffic Policing
1 Ingress/Egress shaping and policies
2 Filter, mark and limit traffic flows
3 Minimum 8 hardware queues per port
Policy based traffic classification based on MAC Address, Port, DSCP,
4
IP Address, VLAN
J Multicast
H/W based Ipv4 and Ipv6 Multicasting (minimum 10000 group
1
support)
2 IGMP v1, v2, v3, IGMP Snooping
3 Protocol Independent Multicast – Sparse Mode and PIM – SSM
K Network Management
1 Ansible, Puppet, Chef, Salt Stack, RESTCONF APIs
2 Ipv6 Management support telnet, FTP, TACACS, RADIUS, SSH, NTP
L IEEE Standards
1 802.3ae, 802.3ba, 802.3bj, 802.3x, 802.3z
2 IEEE 802.3ad LACP, 802.3ab LLDP
3 IEEE 802.1p CoS Prioritization
4 802.1Qbb, 802.1Qaz
M Power Rating & Certifications
Should operate on AC power ~50Hz. Power consumption should not
1
be more than 650 Watts under full load.
2 RoHS, Ipv6 ready, FCC CFR 47 Part 15, EN 61000-4-5: Surge
N Connectivity required
1 The switch & transceivers should be from the same OEM
Cables - – ethernet cables to be provided with switch for each port
2
with throughput define.
O Integration
Seamless Integration: For Seamless Integration and Interoperability
1 all the switches and SFP Modules should be fully compatible for
smooth functioning of the system
P Event Management:
Page 423 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Circuit/Breaker Current
20 Measurements Independently Tested
and Verified at 2% Accuracy.
The PDU shall support the mobile app
for the power monitoring and should
21
be easy to be shared in various
formats
The PDU shall be upgrade ready so
that it can be changed to monitored
22 PDU without downtime, by simply
changing the Field replaceable IMD
unit.
PDU shall have button mounting
23 option for easy toolless installation
and reinstallation of the PDU’s
PDU shall have colored outlets to
24 differentiate the outlets based on the
breakers.
25 The PDU should be CE certified.
Both rack and PDU should come with
26
Rack 5 years of default warranty
h. IPPBX
S No. Description Compliance (Yes/
No) with
comments, if any
A. The system should be based on server-gateway architecture running
on Linux OS supporting Analog, Digital, IP, SIP and Wireless
Extensions.
System shall be non‐blocking and open standard (based on H.323 and
SIP). The call control system should be fully redundant solution and
should provide 1:1 redundancy.
The servers should be of industry standard make COTS product. The
proposed server configuration should be capable of supporting at
least 3000 extensions in future without changing the hardware. The
expansion should not require any additional hardware or clustering of
multiple PBX.
The server should have the following minimum specifications in
Virtual or physical environment: 12 cores @ 2.4 GHz base, 32 GB RAM,
3Gbps network connectivity.
The system should be capable of deployment on virtualized platforms
like VMWare/Hyper-V etc.
System should provide call control, mobility, IM and presence, Web-
Collaboration, Messaging and centralized licensing.
Conferencing Configuration
Security Configuration
Channel (Device) Configuration & Mgmt.
Communications Resource Mgmt.
Broadcast Trigger Configuration
Inbound Call Trigger Configuration
Message Inbox Configuration
Operations Portal (Web Application)
System Admin must be able to define Notification Scenario for quick
management and for the tight integration IPPBX and Notification
system must be from same OEM
System admin must be able to do Message Mgmt. (Pre-recorded,
“record on the fly”, Text-To-Speech)
User / Group Profile Mgmt.
Escalation Configuration
Security Configuration
Message Broadcast (Priority)
Audit logs and Reports (Web and PDF formats), Data and Analytics
System must be able to reach 500 people within 10 minutes to play 30
second voice announcements.
N. Video End point
Video Standards: H.263, H.264, H.265
The Video Conferencing unit should support inbuilt 1+8 Full HD Multi
Party Conferencing
Should support 30 fps & 60fps (frames per second) with 1080p
resolution from day one
Video Features: Ability to send and receive two live simultaneous
video sources in a single call, so that the image from the main camera
and PC or document camera can be seen simultaneously
Should support H.239 and BFCP protocols with 1080p resolution
Video Output: Should have at least 2 HDMI / DVI (High Definition
Multimedia Interface) output to connect Full High Definition display
devices such as LCD / LED and projectors for both Video and Content.
(Dual Monitor Support)
It should be possible to display the main video on one HD screen and
the presentation / dual video on the other HD screen
Video Input: Should have at least one HD video Input to connect HD
camera with full functionalities as mentioned in the camera
specifications
Should have DVI (Digital Video Interface) input to connect PC / Laptop
directly to the Video conferencing system and display resolutions
WXGA / HD720p along with PC Audio
Audio standards: G.711, G.722, G.722.1, 64 kbps MPEG-4 AAC-LD or
equivalent standards must be supported.
Workstation:
Sr. Parameter Specifications Compliance (Yes/
No No) with
comments, if any
Form Factor Tower/ Rack
1. Processor Intel Xeon Processor, 8 Cores, 16 MB
Cache, 3.8Ghz base frequency, 4.7 Ghz
Turbo frequency or higher processor
2. Operating System Windows 10 Pro, 64bit or latest
Compliance
S.No. Specification (Yes/ No) with
comments, if any
1 Should have required accessories for mounting.
2 Should have 24 x 10/100/1000 Base-T ports & 2xSFP+ ports. 2x
single mode 1GbE transceivers to be provided in switch
3 Should have min. 190Watt PoE budget. Stacking cables to be
included in each switch.
4 Should have non-blocking switch fabric
5 Should have minimum 16000 MAC addresses, minimum 500
VLANs.
6 Should have 1GB Flash & 1GB CPU memory
7 Should support 64 LAG, load balancing, double VLAN tagging.
8 Should have dual firmware images on board. USB port for easy
config & firmware image upload
9 Should support Time Based ACLs, MAC based ACLs from day 1.
10 Should have Flow based QoS, DiffServ, port based QoS, WRR, strict
queue scheduling
11 Should support UDLD, STP, RSTP, MSTP.
12 Should support STP, MSTP, minimum 8 hardware queues per
port, SP queuing or equivalent, LLDP-MED.
13 Should have 802.1x, RADIUS, TACACS+, IGMP v1/v2/v3 snooping
14 Should support SFPs for 10km, 80km distance
15 Should have Private VLAN & Auto VLAN
16 Should Support SNMP, RMON, SSH, telnet, web management,
network management software.
k. IP Phone
Integrated Power-over-Ethernet
(802.3af) Max power consumption:
6.4W (power adapter) or 6.49W (PoE)
13. Security QoS Layer 2 QoS (802.1Q, 802.1P) and
Layer 3 (ToS, DiffServ, MPLS) QoS User
and administrator level passwords,
256-bit AES encrypted configuration
file, SRTP, TLS, 802.1x or better
14. Compliance FCC: Part 15 (CFR 47) Class B CE:
EN55022 Class B; EN55024 Class B;
EN61000-3-2; EN61000-3-3;
EN60950-1 RCM: AS/ACIF S004;
AS/NZS CISPR22/24; AS/NZS
60950.1or Equivalent Indian
Standards
l. SMS Gateway
m. Laptop
Non – IT Components
n. UPS (15 minute backup) - 400 KVA
Compliance (Yes/
S. No Feature Specification No) with
comments, if any
400 KVA Online Double Conversion (IT
1 Capacity Application) with In-Built Isolation
Transformer.
IGBT (Rectifier & Inverter both); ECO Mode
required
Continuous duty, three phase, solid state
2 Technology
UPS. Each 400KVA UPS should be one single
standalone UPS. No Parallel arrangement
shall be accepted
Wave form & Freq Pure Sine wave & shall have frequency
3
converter converter mode
4 Display LCD
Input power factor
5 0.99 at 100% Linear load
correction
6 3Phase, L-N+PE, +/- 10% on full load
Input configuration
7 UPS Shall have inbuilt Input Dust Filters
8 Frequency (Input) 40 to 72 Hz frequency
9 Frequency (output) 50Hz +/ - 3%
380/400/415 Vac shall be available with
10 Output Voltage
+/-1% regulation
Output Voltage
11 < 1.5% max full linear load
Distortion
12 Output Power factor Unity
13 Crest factor 3:1 or better
Online Mode: Greater than or equal to 95%
14 AC-AC Efficiency @ Full Rated Load & Battery Fully charged
in load range 30% to 100% load.
Transfer time Main-
15 0
Battery
Transfer time Inverter-
16 4 msec
Bypass
17 Output Connection Hardwired
Shall be provided for monitoring of UPS
from remote along with SNMP Card, this
project being of high security & safety the
Monitoring software
18 SNMP card shall be in compliance to global
for UPS
cyber security standards i.e UL 2900-1 and
IEC 62443-4-2 both as mandatory
requirement.
Page 448 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
5 AMF (Auto Main AMF Panel fitted inside the enclosure, with
Failure) Panel the following: It should have the following
meters/indicators:
• Time indication for hours/minutes of
operation
• Fuel Level in fuel tank, low fuel indication
• Emergency Stop button
• Auto/Manual/Test selector switch
• Incoming and outgoing voltage
• Current in all phases
• Frequency
• KVA and power factor
6 Acoustic Enclosure The DG set shall be provided with acoustic
enclosure / canopy to reduce the sound
level and to house the entire DG set (Engine
& Alternator set) assembly outside (open-
air). The enclosure must be weather
resistant powder coated, with insulation
designed to meet latest MOEF/CPCB norms
for DG sets, capable to withstand climate.
The enclosure must have ventilation
system, doors for easy access for
maintenance, secure locking arrangements
etc.
7 Fuel Tank Capacity It should be sufficient and suitable for
containing fuel for minimum 12 hours
continuous operation, Complete with level
indicator, fuel inlet and outlet, air vent,
drain plug, inlet arrangement for direct
filling and set of fuel hoses for inlet and
return.
- Secure alerting
- Rapid OS recovery
Configuration upgrades should be only
with cryptographically signed firmware
and software
Should provide system lockdown feature
to prevent change (or “drift”) in system
firmware image(s) & prevent malicious
modification of server firmware.
Should maintain repository for firmware
and should be able to rollback, if required.
Certified for OS Windows Server 2016 or latest, VMWare
18. vSphere & vCenter, Red Hat Enterprise
Linux, SUSE Linux Enterprise Server
19 Warranty As mentioned in RFP.
Compliance (Yes/
Sr.No. Technical Specifications of ToR Switch No) with
comments, if any
A General Features
1 High Density Wire-speed Layer3 Switch
2 19” rack mountable – 1RU
Should have high-availability feature for active-active & active-
3
passive operation from day-1
B Interfaces
Wire rate 24x 10/25 GbE SFP28 ports and 4x100GbE QSFP28 ports.
1
All ports should be populated with Multi-mode transceivers.
As per solution requirement the switch should support 1G, 10G, 25G,
2 40G & 100G transceivers from day-1. Bidder need to size the
quantities of transceivers accordingly.
3 1 RJ45 console port, 1 RJ45 management port
4 USB port for external storage
5 HA cables to be included as part of solution
C Performance
1 Minimum Switch Fabric Capacity: 2Tbps or better
2 Latency 900ns
D Architecture
1 Should have redundant hot-swap power supplies & fans
2 32MB packet buffer memory.
3 Modular operating system, OpenFlow 1.3
4 CLI commit, Uplink Failure Detection, BFD, Zero Touch Deployment.
Should support Leaf/Spine fabric architecture using BGP EVPN,
5
VXLAN.
E High Availability
1 VRRP, active-active, active-passive operation
Software upgrades with minimal traffic disruption during the
2
upgrade
3 LAG load balancing based on L2, Ipv4 or Ipv6 headers
F Layer 2 features
1 128 LAG groups with 16 ports per LAG
2 128K ARP table, 160K MAC addresses
Port, subnet based 802.1Q VLANs. The switch should support 4000
3
VLANs
4 132K MAC addresses
5 The switch should support IEEE 802.1w RSTP and IEEE 802.1s MSTP
G Routing Protocols
1 BGPv4, OSPF v1/v2/v3, VXLAN routing from Day 1
2 Ipv6 routing & VRF-Lite feature from day-1
H Security Features
1 Layer 2-4 Access Control Lists
2 ACLs – port based/VLAN based.
Integrated security features like DHCP relay, Control Plane DoS
3
protection
4 Streaming Telemetry, Control Plane Services
5 802.1X Network Security and Authentication
6 RADIUS, TACACS, sFLow, NTP
I Traffic Policing
1 Ingress/Egress shaping and policies
2 Filter, mark and limit traffic flows
3 Minimum 8 hardware queues per port
Policy based traffic classification based on MAC Address, Port, DSCP,
4
IP Address, VLAN
J Multicast
1 H/W based Ipv4 and Ipv6 Multicasting
2 IGMP v1, v2, v3, IGMP Snooping
3 Protocol Independent Multicast – Sparse Mode and PIM – SSM
K Network Management
1 Ansible, Puppet, Chef, SaltStack, RESTCONF APIs
2 Ipv6 Management support telnet, FTP, TACACS, RADIUS, SSH, NTP
L IEEE Standards
1 802.3ae, 802.3x, 802.3z
2 IEEE 802.3ad LACP, 802.3ab LLDP
3 IEEE 802.1p CoS Prioritization
4 802.1Qbb, 802.1Qaz
M Power Rating & Certifications
Should operate on AC power ~50Hz. Power consumption should not
1
be more than 460 Watts under full load.
2 RoHS, Ipv6 ready, FCC CFR 47 Part 15, EN 61000-4-5: Surge
N Connectivity required
1 The switch & transceivers should be from the same OEM
Cables - – ethernet cables to be provided with switch for each port
2
with throughput define.
Seamless Integration: For Seamless Integration and Interoperability
3 all the switches and SFP Modules should be fully compatible for
smooth functioning of the system
Compliance
(Yes/ No) with
S No. Features Description of Specs
comments, if
any
Minimum of 24 ports 10/100/1000 Base-T and 4x
1.
10G SFP+ ports
1 x Out of Band IP based management Port, 1
2.
Console Port, USB Port / External Flash
Interface
support stacking for upto 8 switches with
3. requirements
minimum 40 Gbps stacking.
Have Redundant Power Supply support and
4. variable speed fan to adjust to varying weather
conditions in campus
Each switch should have minimum 128 Gbps or
1. more with non-blocking architecture and
Forwarding rate of 95 Mpps
Should be equipped with minimum 1GB RAM and
2.
1GB flash
Design &
Should have LED indicator for per port status, FAN,
3. Performance
PSU and Management Status
0°C to 45°C operating temperature and 10% to
4.
95% relative humidity
Hardware and software configuration have for
5.
Ipv6 from day one
1. Should have 16 K MAC Address, 500 active Vlans
802.1D spanning Tree and PVST+, 802.1w, 802.1s,
should have BPDU Guard or equivalent feature on
2. edge port to auto disable port for a configurable
time period to if an accidental loop occurs in the
network
Audio Video Bridging to enable reliable, real-time
3.
audio/video transmission over Ethernet
Should support aggregating and load balancing of
Switching /
4. traffic to two or more peer switches within same
Routing
VLAN
5. Should support MSTP protocol
Should have Port based VLAN, MAC based VLAN,
6.
private vlan and support GVRP
Should have Local, Remote and multisession port
7.
mirroring (minimum 4 session)
Support Standard based protocols for lossless
8. transport of real time data with dynamic QoS
reservation.
Page 468 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Compliance (Yes/
Sr. No Feature Technical Specifications No) with
comments, if any
The proposed SAN Switches should have
1U form factor with minimum 24 Nos. of
1. Switch Architecture
32Gbps Ports or higher. Should have
redundant power supplies and fans.
Should be configured with 24 x 32Gbps FC
2. Fiber Channel Ports
Ports or higher on day one
The proposed ports should have
Autosensing
3. autosensing capabilities to 32/16/8 Gbps
capabilities
FC connectivity
The switch should support trunking with
4. Trunking capabilities
up to eight 32 Gbps ports per ISL trunk
Should support aggregate bandwidth of
5. Performance
768Gbps or higher
Should support D_PORT (Clear Link
6. Port Types supported Diagnostic Port), E_PORT, EX_PORT,
F_PORT, AE_PORT
Should support hot-pluggable Fiber
Media/Transceiver
7. Channel SFP+ at 32 Gbps SWL/LWL and
Types
SFP+ at 16 Gbps SWL/LWL/ELWL
Should have at least One USB port per
control processor for firmware download,
8. USB Port
support save, and configuration upload or
download
Rack
Compliance (Yes/
Sr No Specification Minimum Requirement No) with
comments, if any
42 U X 600mm X 1200mm (H x W x D) rack
should have metal frame supporting more
1.
than 1300 kgs of static load and more than
1000 kg of dynamic load.
Single front door and split rear door should
have the perforation of more than 75% to
2.
provide the maximum airflow eliminating
the need of additional FHU in the rack.
Doors shall have lift of hinges for tool less
3.
General field reversibility.
Rack should have integrated hole pattern
for easy installation of top panel
accessories have removable opening for
4.
cable entry and shall accommodate 2000
cat 6 cables to suffice the cabling
requirements.
Rack should have two pair of 19-inch EIA
5. mounting rail with U marking on front and
rear of each rail for ease of installation.
Firewall- 3 Gig, IPS, DDos, Anti- APT, VAPT, server security- 3 GB throughput
Compliance
Sr. (Yes/ No) with
Specification
No comments, if
any
Firewall architecture should be DC grade with Data and control plane
are different and should be in the Gartner Challengers/ Leaders from
1 last 5 years and the OEM must have "Recommended" rating with min
97% Evasion proof capability and Security Effectiveness as per 2019
NSS Labs Firewall Comparative Test Report. Will be added advantage.
Firewall appliance should be supplied with at least 4x40GE QSFP, 8x
2
10GE SFP+, 10x GE RJ45.
3 SFP Transceivers to be populated as per solution requirement
Firewall should have IPSec VPN throughput of 3 Gbps. The effective
next generation firewall throughput should be 3 Gbps in real time/
Enterprise/ Application traffic mix to cater bandwidth requirement
of multiple 1 Gig interface so as to ensure IDS for monitoring
4 malicious activity or defined policy violations. It should be scalable to
4.5 Gbps in future.
The Firewall must be capable to conduct operations of internal
firewall with regards to application and structured data that will be
residing in the DMZ.
The Threat prevention (FW, IPS, User identification, AVC, Antivirus,
logging and Antimalware) throughput should be at least 3 Gbps on
Mix / Application Mix Production traffic and should be scalable to 4.5
Gbps.
5 Firewall should support 100K new sessions per second, from day 1
Firewall should support 3 Million maximum concurrent sessions,
6
from day 1- minimum 2 million sessions.
Firewall should support 1K site-to-site VPN tunnels & 1K Client to Site
7
VPN tunnels
The appliance should be secure in itself with certifications NDPP/
EAL4, FIPS/ICSA. Extra certificate will be added advantage like NEBS
etc.
The Firewall solution should support LLDP, ECMP, NAT64, and
8
DNS64 & DHCPv6.
The proposed system shall be able to operate on either Transparent
(bridge) mode to minimize interruption to existing network
infrastructure or NAT/Route mode. Both modes can also be available
9
concurrently using Virtual Contexts. Minimum 1 Virtual Firewall
licenses to be provided with the solution and should be scalable to 5
Virtual Firewalls in future
The physical interface shall be capable of link aggregation, otherwise
10
known as the IEEE 802.3ad standard, allows the grouping of
Page 474 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
18. Solution Must Prevents modifying the form data and cookies on the
client side by controlling their invariability between the request and
the response with Cookie Signing, Form Signing and AJAX requests
Signing.
Load Balancer Features
19. It should have the capability of Rate shaping & QoS Support to
optimize and handle heavy Layer 4 through 7 traffic loads while
delivering Latency Sensitive Applications
20. It should support integrated antivirus module for scanning of
malicious content in files uploads and should be able to integrate with
the proposed on-premise Anti-APT, SIEM, DLP solution to scan for
zero-day malwares from Day 1
High Availability
21. It should have feature of Global Server Load Balancing between
different Data Centers without any additional license, from Day 1.
22. The solution should provide comprehensive and reliable support for
high availability and N+1 clustering based on stateful session failover
with Active-active & active standby unit redundancy mode. Also
support Single System Image for Load Balancer Function to create a
single VIP (single ADC instance) out of any number of dedicated,
virtualized or virtual ADV appliances to provide ultimate flexibility in
scaling out.
Compute Virtualization
S No. Specifications Compliance
(Yes/ No)
with
comments,
if any
1. Virtualization Sits directly on the virtualization server hardware with no
Solution dependence on a general-purpose OS for greater reliability
The minimum baseline of secured environment for the envisaged system will be ensured by
protection from external and internal sources with various security tools like External and
internal Firewalls, DDos, Anti-APT, IPS, VAPT, Server and Application security measures, etc.
Establishing privacy and trust
Considering the secured parameters in place, it will be the prime responsibility of MSI to establish
a trust for privacy policies to be adopted by every user of the system. The security parameters
will be updated from time to time with effective patch management modules and training
sessions will also sensitize the users for quick adoption of the updated approaches in the system
to ensure safeguarding against possible threats.
Cyber Security Components in Command Center / DC & Near DRC
i. Firewall:
Firewall solution is first line of Defense and segmentation. The firewall protection for
Safe City Project will be combination of traditional firewall with other Network Device
filtering functionalities for the Incident, transaction data, data over HTTP, only. The
appliance-based security platform should be capable of application visibility, and
control, VPN functionality, intrusion preventions and advanced threat protection like
deep packet inspection, etc. in a single appliance. This appliance should ideally consume
1 RU/2 RU space to utilize space in command center optimally.
a. For better integration with other security solutions this should be based on open
architecture based on multi-core CPU’s to protect & scale against dynamic latest
security threats.
b. Supports multiple mechanisms for issuing alerts (e.g., SNMP, e-mail, SYSLOG).
c. Denial of Service Attack (DDos) solution should be part of this FW, and DDos
throughput shall be clearly mentioned in this.
ii. Internal & External Firewall with IDS and Intrusion Prevention Detection (IPD):
Firewall solution is first line of Defense and segmentation. The firewall protection of
Enterprise grade for Safe City Project will be combination of traditional firewall with
support of other Network Device filtering functionalities for the Incident, transaction
data, data over HTTP, only.
For better integration with other security solutions this should be based on open
architecture based on multi-core CPU’s to protect & scale against dynamic latest
security threats.
Supports multiple mechanisms for issuing alerts (e.g., SNMP, e-mail, SYSLOG).
The solution architecture at Data Center will incorporate both type of firewalls for
protection against the internal and external threats. Using Firewalls and Intrusion
Prevention Systems such attacks and theft should be controlled and well supported (and
implemented) with the security policy. All provisions for security of field equipment as
well as protection of the software system from hackers and other threats needs to be
ensured. Web Application (Internet) Firewall of 2 GB will be provisioned which will cater
to the DMZ security requirement at virtualization layer at the server levels.
External Firewall: Unauthorized access has to be blocked; henceforth adequate
capacity throughput requirement has to be handled by the external firewall to
safeguard the North-South information flow with unauthorized accessibility. It will
ensure a seamless throughput of SSL encrypted application and structured data.
The perimeter firewall of adequate 50 Gig throughput for passing the video feeds
necessarily required for VA platform. It will be required to manage the secured
sessions. The effective bandwidth requirement will be 100 Gig so as to ensure IDS
for monitoring malicious activity or defined policy violations. Also, considering the
capability of this aggregation firewall which will primarily handle North-West
consolidated data flow, it can also be configured along with East-West firewall
operations pertaining to the requirement for incidental data for DMZ.
Internal Firewall: The second layer of protection of unauthorized access will be
ensured by internal firewall to handle East-West traffic flow within Data Center.
The internal firewall must proactively provide visibility and protection from
internal threats, and it must be fast enough to keep up with the demands of internal
traffic. It must ensure:
i. Minimizing the attack surface using micro-segmentation, which divides the
network into granular zones that are secured separately
ii. Using intelligent automation to deploy and update security policies based on
audit logs.
v. Should be able to perform end point posture analysis and share contextual data
with vulnerability reporting in order to identify and prioritize vulnerability of
end point and to take appropriate action and time bound remediation.
vi. Solution must have very robust inbuilt context-sharing platform that should
deliver deeper level of contextual data, collected by this envisaged solution for
Safe City Project, to external and internal ecosystem partner solutions in order
to accelerate these solutions’ capabilities across the network. This solution
should share data with other Network devices such as Firewalls and packet
capture system solutions.
vii. Multi-Factor Authentication: Safe City Project Authorities must adopt Zero
Trust Model to protect application and access to these application from
unauthorized users. This infrastructure is being used by variety of users such
as internal employees, contractors and various other authorities such as
electricity and water departments. These users will have divers set of tools to
access these applications hosted in DC/DR/Cloud and may log-in from any
location. This solution must have below functionalities to avoid any cyber
breach:
Validate Users with more than their credentials by utilizing strong multi-
factor authentication.
Validate their Device, making sure that this is trustworthy and secure.
Grant the minimum level of permission their workers need to do their job.
c) Public Key Infrastructure (PKI)
Considering the requirement of a certifying authority PKI has been provisioned
which will complement the authorization in coordination with NAC It has been
provisioned vide a VM layer.
d) Management and Reporting
i. Organizational Asset Data source management, log retention, security alert
monitoring, incident response, governance reports.
ii. Real time digital traps based contextual solution across entire
organizational assets especially covering critical assets
iii. Real time vulnerability detection & Patch Management. Real time
Compliance assessment and non-compliance fix based mitigation.
iv. Monitoring of any privilege use activity and critical user access
management
v. Real time detection of incoming and outgoing traffic within the organization
network and remediation planning
vi. Real time glass door monitoring, analysis, Triage, Incident Mgmt.
Monitoring and collating Threat Intelligence and cyber news and Security
update.
vii. Basic Security tool administration and customer requests.
vi. C-DAC will ensure that the MSI must appropriately account for the log storage as
part of the solution.
xii. Cyber- Security Incident Response Service:
Safe cities have opened new avenues for attackers who can indulge in disruption. There
is need of comprehensive incident response plan to handle any eventuality of espionage
in better and well documented manner.
Service Provider should provide the following services to Customer in the event of an
information security breach or disruptive cyber incident, such as protection from a
Distributed Denial of Service (“DDos”) attack occurring anywhere within the customer
IT System. The services are as follows:
i. Incident scoping.
ii. Analysis of malware to determine nature, origin, and scope of intrusion or
infection.
iii. Review of logs (network, system, application audit, etc.).
iv. Real time monitoring in (for example to search for threat actor activity, malicious
network indicators, backdoor communications, data exfiltration).
v. Real time corrective actions or recommendations as necessary to protect the
institution.
vi. Collaboration with UT System and / or outside legal counsel, public relations and
crisis management firms.
vii. Collection of evidence in a manner that protects the chain of custody. H. Data
recovery and restoration requirements for damaged systems.
viii. Data recovery and restoration actions required from backup systems.
ix. Provide recommendations of process or system changes to prevent a repeat of
the incident.
x. Provide comprehensive incident reporting at the conclusion of the incident.
xi. Provide Executive Summaries.
xii. Provide executive level briefings.
xiii. Work with UT internal audit staff to provide relevant points for audit plans.
xiv. During an engagement, OEM will be required to provide:
a) A written status report of activities completed, findings, and planned
activities no less frequently than weekly;
b) Provide the UT System with an inventory of all copies made of files or
configurations from workstations, servers, or network devices
xiii. Privilege Identity Management: Security concerns in Identity and Access
Management
e) From a network security perspective all information that flows on the network
should be encrypted to ensure safety and privacy of confidential data. The devices
at each endpoint of the network should be authenticated (using mechanisms based
on attributes one of which could use passwords). The authentication system so used
on these endpoint devices should ensure that only authorized users are sending
data over the network, and there is no rogue data that is sent to the control systems
to generate false alarms or sabotage the systems
f) All the mobile, external devices as required in the system to use data from the Data
Center for effective Decision Support System by the stakeholders will be MAC
bound and proper authentication through login credentials will be provided to
access the encrypted database.
g) Manageability - Ease of configuration, ongoing health monitoring, and failure
detection are vital to the goals of scalability, availability, and security and must be
able to match the growth of the environment. Network should be auto/manual
configurable for various future requirements for the ease of maintenance /
debugging.
h) Interoperability - The system should have capability to take feed from cameras
installed by private / Govt. at public places, digitize (if required) & compress (if
required) this feed & store as per requirements.
i) Open Standards - Systems should use open standards and protocols to the extent
possible.
j) Single-Sign On- The application should enable single-sign-on so that any user once
authenticated and authorized by system is not required to be re-authorized for
completing any of the services in the same session. For employees of the
department concerned, the browser based application accessed on the intranet,
through single-sign-on mechanism, will provide access to all the services of the
departments concerned (based on their roles and responsibilities), Help module,
basic and advanced reporting etc. Similarly, for external users (citizens, etc.), based
on their profile and registration, the system shall enable single-sign on facility to
apply for various services, make payments, submit queries /complaints and check
status of their applications
k) Support for Public Key Infrastructure (PKI) based Authentication and
Authorization- The solution shall support PKI based Authentication and
Authorization, in accordance with IT Act 2000, using the Digital Certificates issued
by the Certifying Authorities (CA).
l) The Security solution will build a zero-trust security architecture where
appropriate security controls are available for every Surveillance
workload/application.
m) Solution will protect every Surveillance application/ workload with a state full
distributed in firewall.
n) Security solution should protect workload at the NIC level with a full stateful
firewall engine at a very granular level based on constructs such as MAC, IP, ports,
objects and tags, active directory groups, Security Groups, etc.
o) The network will provide distributed routing (OSPF & BGP), virtual switching, NAT
Page 496 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Firewall
Compliance
(Yes/ No) with
S No. Specification
comments, if
any
The proposed appliance should provide minimum 2Gbps WAF
1
(HTTPs) throughput
2 The proposed appliance should have:
3 Traffic ports: 6 x 10G QSFP+ and 6 x 10G SFP+ ports and 4TB HDD
Should support 25M HTTP Request Per Second 100000 SSL TPS with
4
RSA2K Key and 75000 with ECC
Device should have Sub Millisecond Latency
Should support 25 Million HTTP request per second & 10 Million L7
5
request per second
The proposed appliance should have 32GB RAM and scalable upto
6
512GB RAM
The proposed appliance should have virtual administrative domains
feature that support multiple tenant environments.
7
The proposed device should have 5 Virtual Instances from Day 1 and
scalable upto 20 Virtual Instances.
WAF should have the flexibility to be deployed and perform in the
following modes: Active mode, passive mode, Transparent mode,
8 proxy mode, Sniffer and Forensic mode.
Reverse proxy
Out of Path (OOP) support
9 The WAF should be able to bypass the traffic in case of its failover.
The proposed solution should support standard VRRP (RFC – 2338) or
10
equivalent for High Availability.
The WAF should support the following escalation modes:
a) Active,
11
b) Bypass,
c) Passive
12 Should support custom signatures
13 Provide ability to allow/deny URL access
14 The device should support for Ipv4 and Ipv6 traffic
Auto Policy Optimization and learning
• Zero Day Attack Blocking – Extended Mode
• Security Filter Auto Policy Generation
15 a) Full Auto
b) Auto Enabled
c) Auto Refinements
• Auto Discovery
Page 501 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
Anti-APT
Compliance
(Yes/ No) with
S No. Specification
comments, if
any
The solution should be able to communicate bi-directionally with the
1
proposed FIREWALL solution for automatic blocking/threat update
The solution should support deep packet inspection of SSL encrypted
2
traffic (including HTTPS) for both incoming and outgoing
The solution should provide detection, analysis and remediation
3
capability against APT & SSL based APT attacks.
Compliance
(Yes/ No)
S
Specification with
No.
comments, if
any
1 The IPS solution must be a purpose-built dedicated appliance or a
subset of proposed firewall appliance should be capable handling
seamless throughput of 50 Gbps scalable to 100 Gbps
2 The device must have separate dedicated interface for management
and device must have inbuilt internal Redundant Power Supply (RPS)
and redundant hot swappable fan trays
3 Intrusion Prevention solution should have in built or external zero-day
threat protection with customize simulation environment and should
integrate with the asked APT solution.
4 The device must have functionality of hardware-based fail-open or
option to disable software features. NIPS must also have fail-open
feature, in built or external which must allow traffic to pass through
uninterrupted when power failure occur on the NGIPS.
5 The device must accurately detect intrusion attempts and discerns
between the various types and risk levels including unauthorized
access attempts, pre-attack probes, suspicious activity, DoS, DDos,
vulnerability exploitation, brute force and zero-day attacks.
6 The IPS must protect against the following categories: - Exploits,
Identity Theft/Phishing, Reconnaissance, Security Policy, Spyware,
Virus, Vulnerabilities and should support inspection of headers with
802.1Q for specific Layer 2 security group tag (SGT) values and drop
the packet based on Zone Protection profile
7 The proposed IPS must be able to support granular security policy
enforcement based on the following methods: Per application (all
segments), Per physical segment unidirectional and bidirectional.
8 The IPS filter must support network action set such as Block (drop
packet), Block (TCP Reset), Permit, Trust, Notify, Trace (Packet
Capture), Rate Limit & proposed IPS solution must support signatures,
protocol anomaly, vulnerabilities and traffic anomaly filtering
methods to detect attacks
The IPS should have native protection against credential theft attacks
(without the need of endpoint agents) with ability to prevent the theft
and abuse of stolen credentials.
9 The centralized management server must be an appliance based on a
hardened OS shipped by-default and system shall allow the latest
update to be manually, automatically or based on schedule with
central management and reporting.
10 Must have 4 x 10 G interface, 2 X 100 Gbps and 8 x 1 G copper port. IPS
Should have bypass capability considering internal issues i.e. memory
hang, firmware crash etc.
11 The single device must have minimum Inspected throughput of 60
Gbps scalable to 120 Gbps for all kinds of real world/ enterprise mix/
application mix traffic in Active-Active or Active-Passive mode.
12 The proposed IPS must be able to control the known bad host such as
spyware, botnet C2 server, spam and so on based on country of origin,
exploit type and the reputation score
13 The solution must use prevention techniques and provide zero-day
protection against worms, Trojans, spyware, key loggers, and other
malware from penetrating the network.
14 Latency must be <50 microseconds considering variable size of data
packet sizes in concurrent sessions. Must support 4000,0000
concurrent sessions scalable to 6000,0000
15 NIPS solution should have inbuilt or external zero-day threat
simulation and then create IOC’s within 5 minutes post detection and
revert back to inline device to block threats on real time.
16 The NIPS solution should be able to categorized traffic based on geo-
location.
17 The NIPS solution should be able to filter (restrict/allow) traffic based
on application protocol, web application, client application & server
application.
18 The centralized management server if provided as separate from
asked Firewall management, should provide dashboard for various
summary i.e. top attackers, top targets, categories of attack, categories
of traffic based on geolocation/application protocol/os
19 The centralized management server should have facility to generate
reports such i.e. events reports, intrusion events, malware events etc.
and same should be exported to excel and pdf.
20 The centralized management server should have ability to monitor its
& NIPS health.
21 The solution should have facility to schedule the reports
22 The solution should have facility to rollback update and should not
impact the environment.
23 The NIPS Should support Ipv6 from day one.
24 All features should be fully functional from day one and should be
loaded with all necessary license required.
Page 506 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
DDos
Compliance
(Yes/ No) with
S No. Specification
comments, if
any
DDos mitigation solution should be a dedicated appliance (not a part
of Router or IPS or Next Generation firewall solution). Also, IPS, Next
1
Generation firewall and Anti-DDos should be from different OEM for
better security purpose
Dedicated appliance based DDOS Mitigation solution with:
i) Legitimate throughput handling of 100Gbps with 100 Million
concurrent connections
2
ii) Mitigation Capacity of 80 Gbps
ii) Inspection Ports supported: 4 x 40G QSFP+ and 16 x 10G SFP+
ports
Dedicated appliance-based solution with DDos flood prevention rate/
Syn Cookies per second of 200 Million and support of handling 100000
3
SSL-CPS on RSA 2K Key and 75000 SSL-CPS on ECC with 50Gbps of SSL
throughput.
BEHAVIORAL ANALYSIS using behavioral algorithms and automation
to defend against threats, including Mirai DNS Water Torture, Burst
4 and Randomized attacks, should provide DNS based DDos attack
protection for individual record type like A, AAAA, CNAME, PTR, MX,
NS and TXT
POSITIVE SECURITY MODEL should have advanced behavior-analysis
5
technologies to separate malicious threats from legitimate traffic
ZERO DAY ATTACK PROTECTION should be provided by behavior-
6 based protection with automatic signature creation against within
seconds of unknown, zero-day DDos attacks.
CUSTOM TAILORED HARDWARE must be proposed using dedicated
7 DoS Mitigation platform which off-loads high volume attacks,
inspecting without impacting user experience.
35. a) Must be able to check the reputation of the files hosted in the
internet
36. b) Must be able check the reputation of the files in webmail
attachments
37. c) Must be able to check the reputation of files residing in the
computer
38. Must protect customers and servers on the network, high
performance network virus scanning, and elimination.
39. Must provide the flexibility to create firewall rules to filter
connections by IP address, port number, or protocol, and then apply
the rules to different groups of users
40. Must have smart feedback to enable feedback from the customer
agents to the threat research Centers of the vendor.
41. Uses any alternate method other than the conventional pattern-based
scanning with the following features:
42. a) Provides fast, real-time security status lookup capabilities in the
cloud
43. b) Reduces the overall time it takes to deliver protection against
emerging threats
44. c) Reduces network bandwidth consumed during pattern updates.
The bulk of pattern definition updates only need to be delivered to
the cloud or some kind of repository and not to many endpoints
45. d) Lowers kernel memory consumption on endpoints. Consumption
increases minimally over time.
46. Should be able to deploy the Customer software using the following
mechanisms:
47. a) Customer installation Package (Executable & Installer Package
Format), should support silent installer, unmanaged customers,
specific installer for servers
48. b) Web install page
49. c) Login Script Setup
50. d) Remote installation
51. e) From a customer disk image
52. Must provide a secure Web-based management console to give
administrators transparent access to all customers on the network
53. The management server should be able to download updates from
different source if required.
54. Must reduce network traffic generated when downloading the latest
pattern by downloading only incremental patterns.
55. Must have the flexibility to roll back the Virus Pattern and Virus Scan
Engine if required via the web console
56. Should have role-based administration with active directory
integration.
57. a) To create custom role type
VAPT
Compliance
(Yes/ No) with
S No. Specification
comments, if
any
1 Vulnerability Assessment and Penetrating Testing (VAPT) must
ensure series of tests on the system architectural associated IP devices
throughout the network.
2 Continual security assessments should be conducted so that the
vulnerable areas are exposed and quantification and the prioritization
of such instances can be done.
3 Accurately detect vulnerabilities through rapid network mapping and
regular, scheduled scans across all of your devices
4 Test for and identify emerging network vulnerabilities to prevent
external agents from accessing them
5 Proactively discover vulnerabilities in web and mobile applications
using authenticated and un-authenticated scanning, protecting the
system from unauthorized access.
6 VAPT will behave as a risk assessment tool which will ensure the
following steps:
A. Cataloguing assets and capabilities (resources) in a system
B. Assigning a quantifiable value (or at least rank order) and importance
to those resources
C. Identifying the vulnerabilities or potential threats to each resource
D. Mitigating or eliminating the most serious vulnerabilities for the most
valuable resources
7 Event Management: There has to be a feature of Management Module/
tool to establish link with EMS platform & SIEM.
2. The SIEM solution must be able to store both the raw event log as
well as the parsed event log/normalized data. Storage should be
sized to provide 1-year online log storage at central site. Both raw
logs and normalized logs should be made available with minimum
100 TB usable of storage expandable to 200 TB provided by OEM on
the same appliance.
3. SIEM solution should maintain minimum 90 days of logs (both raw
and normalized) in an uncompressed format to allow for fast
searching, threat hunting, and investigation. Data beyond 90 days
should be compressed with minimum 50% or better compression to
save storage requirement. All the data should be available online for
min 1 year
4. The SIEM & Log Monitoring solution should be from a different OEM
other than the Prevention Security solutions like F/W, IPS, HIPS, AV,
DLP. So that it can detect threats missed by other existing tools using
the security defense in depth strategy.
5. The solution must have the ability to capture live network traffic at
1 Gbps and import PCAP files using the same infrastructure and it
must be able to detect malicious payload in network traffic
• Detect and reconstruct files back to its original type
• Detect hidden or embedded files
• Detect and flag out renamed files
• Complete session reconstruction with support for HTTP/2
protocol
6. The solution should be a purpose-built OEM appliance-based system
with following dedicated components:
a. Management & Reporting
b. Normalization and Indexing
c. Integrated Correlation Engine for logs and packets.
d. Data Management
7. The SIEM should provide a unified analytics interface that allows the
same query language to Analyse both log data and raw packet data.
Both raw, parsed and enriched data must be passed to the SIEM
solution from the collectors. Processing of event data should be
performed by parsers on the system. All parsers should be able to be
modified and customized.
8. Devices can be monitored without agents via SSH, telnet WMI, JMX
and PowerShell. Solution should support more than 350 integrations
out of the box for monitoring the complete environment. Kindly
provide documentation for the same.
9. Ability to integrate with Threat Intelligence (TI) feeds with support
for STIX/TAXII
10. The solution should provide out of the box reports, at no additional
charge, for PCI-DSS, HIPAA, SOX, NERC, FISMA, ISO, GLBA, GPG13,
and SANS critical controls
11. The solution should have the ability to export and import
dashboards, reports and rules. Also, solution should be able to create
custom reports and dashboard as per requirement with role-based
access control.
12. SIEM solution should support Single Sign On, SAML 2.0 and AD for
enterprise authentication with role-based access control.
13. The solution should provide an integrated SOC dashboard and
Incident analysis system that could provide a single view into all the
analysis performed across all the different data sources including
but not limited to logs, endpoint and packets. The Tool should have
role-based access control mechanism and handle the entire security
incident lifecycle.
14. Solution should analyze following application types:
a. Web pages: HTML, HTTP-‐GET, HTTP-‐POST, HTTP-‐RESP
b. Email and attachments: EML
c. Document files: DOC, DOCX, XLS, XLSX, PPT, PPTX, PDF, WPD
d. Images: JPG, BMP, GIF, PNG
e. Config, system files: REG, DLL, CONF, CPP, ELF, EXE
f. Compressed archives: ZIP, GZIP, RAR
15. Should be able to provide complete packet-by-packet details
pertaining to one or more session of interest including Session
replay, page reconstruction, image views, artefact & raw packet and
object extractions.
16. Should store RAW packet DATA and normalized packet data and
correlate that with logs in the correlation engine to find threats such
as:
1) Payload based attacks
2) Encrypted tunnels
3) Extract exe/pdf/JavaScript/malicious files for analysis
4) Full session reconstruction
5) Uncompress http payload and detect malicious content on the
fly
17. Should support data obfuscation and data privacy requirements. The
solution should support to identify PII/sensitive information in
popular protocols to detect data exfiltration. Also, the appliance
should support data at rest encryption capabilities to mitigate theft
risk.
18. The proposed solution should automatically resolve the
unsupported device events by extracting known / key meta [IP
Address, Username, Email address etc.] of an event without having
to write the parser.
19. The Solution should have a centralized management for various
components from a single GUI.
S Specifications Compliance
No. (Yes/ No) with
comments, if
any
1. Dedicated redundant Hardware Appliances. Should be supplied with
20000 AAA (Endpoint licenses)
2. Should be able to integrate with all makes of manageable network
devices which are capable of supporting open standards-based
protocols required for NAC operation
3. Must provide Network Access Control and visibility in single pane of
glass for the entire infrastructure from day 1 spread across multiple
Network Locations / Zones
4. Must allow system-level operations such as device discovery, event
management, logging and application maintenance to be performed
centrally.
5. Must provide the capabilities to modify, filter, and create your own
flexible views of the network.
6. Must allow for graphing or viewing in table format and multiple OIDs
that are user selectable.
7. Must allow scheduled events or tasks that the user can perform
behind the scenes or schedule an event for another time in the
future.
8. Must provide a utility to view and select MIB objects from a tree-
based representation and include a compiler for new or third-party
MIBs.
9. Must support RADIUS and LDAP Authentication for users/devices of
the application.
10. Must have SNMP MIB compile capability to integrate any SNMP
compliant device
11. When integrated with security devices such as IDS it must be able to
isolate and quarantine the attacker without disruption to other
users, applications and business critical systems
12. When integrated with security devices such as IDS it must be able to
dynamically deny, limit or change the characteristics of the user’s
access to the network
13. Must provide a web interface that contains reporting, dashboards,
troubleshooting and monitoring tools.
14. Must enable diagnosis of network issues and performance through
real-time NetFlow analysis.
15. Must provide port level analysis capability
18. Should have the capability to integrate with 3rd party vendors
S Specifications Compliance
No. (Yes/ No) with
comments, if
any
A Architecture
1 The Load Balancer shall distribute traffic efficiently while ensuring
high application availability. It shall monitor server health to
determine that application servers are not only reachable but alive.
If the Load Balancer detects issues, it shall automatically remove
downed servers from the server pool and rebalance traffic among
the remaining servers. It shall be appliance based and shall facilitate
multi-vendor, multi-application environment and shall support
third-party products
2 The Load Balancer shall deliver the high availability required by
modern Data Centers. It should support Active/Passive or Active /
Active HA configurations. The Load Balancer shall automatically
synchronize configurations between the pair and automatically
failover if any fault is detected with the primary unit
3 The load balancer shall be built on high-performance hardware,
designed for Data Centers. It shall deliver application traffic of all
Multi-Factor Authentication (with Finger print biometric and hard token devices)
at all workstations
Miscellaneous- Virtualization, OS for servers, etc.
Virtualization licensing socket Base -
- 77 Physical Servers using two sockets in total 154 (77*2) quantity required for
virtualization servers
- 18 physical servers using two sockets in total 36 (18*2) quantity required for security
of DMZ virtualization servers
- 73 Physical Servers each having 4 VM’s (Total 308 VM’s). For each server we need to
consider license for 40+40=80 cores (5 licenses of 16 cores)
- Windows Server Data Center Edition 64-bit latest version
Police Department should be able to centrally push all policies and send notifications to
all devices and should provide capability to support multiple active directories, exchange,
and other integration services as required by department.
Compute Virtualization
S No. Specifications Compliance
(Yes/ No)
with
comments,
if any
1. Virtualization Sits directly on the virtualization server
Solution hardware with no dependence on a general-
purpose OS for greater reliability & security and
should be Leaders/challengers in the Gartner’s
Magic Quadrant latest.
2. Guest OS Windows client, Windows Server, Linux (at
Support least Red Hat, SUSE, Ubuntu and CentOS, Solaris
x86) etc. OS vendor should provide certification
and support for hypervisor.
3. Live Live Virtual Machine migration between
Migration different generations of CPUs in the same
cluster and without the need for shared storage
option and long distances from one site to
another with no disruption to users or loss of
services, eliminating the need to schedule
application downtime or business downtime.
4. Live migration of VM disk from one storage
array to another without any VM downtime.
Support this migration from one storage
protocol to another eg: FC, NFS, iSCSI, DAS.
5. Availability Proactive High availability capability that
utilizes server health information and migrates
VMs from degraded hosts before problem
occurs, should optimize power consumption by
turning off hosts during the reduced demand
6. Migration of VMs in case one server fails all the
Virtual machines running on that server shall be
b) The cameras will serve as the eye of policing across the Delhi NCT. The cameras
must ensure faster convergence, stable network, utilizing multipath, Quality of
experience and handover of traffic to multiple users, segregation of different users
/ Police Stations at network layer.
c) The cameras need to work on 24 Hours throughout the year during all weather
conditions and shall also provide continuous multi-cast seamless feeds from the
installed locations with wide Field of View to capture all coverage in the Data
Center.
d) Each camera will work on high bandwidth (average 5 Mbps per camera
approximately with H.265 compression) with robust infrastructure to provide
stable and sharp streaming at the video wall layer.
e) The output of the camera feeds will be stored directly at the Data Center through
redundant connectivity measures adopted over multiple ring and mesh topologies
to connect all locations.
f) The multi-casted field cameras will pool in the entire lot of feeds on a multi-cast
enables MPLS cloud of the identified cloud and broadcast the streams at all Police
Stations, District Offices and PHQ, based upon the respective jurisdictions defined
in an operational rule-based network engine.
g) The cameras will be the combination of 6121 Fixed Box cameras (4 MP), 2246 Pan-
Tilt-Zoom cameras (4 MP) and 1622 Automatic Number Plate Recognition
Cameras with IR illuminators (2 MP).
h) The fixed box cameras should have sharp, instant and concentrated Field of View
as desired. It should have Max Image Resolution 2688 X 1520 or better and Lens
2.8 to 12mm lens, Auto/DC/P-IRIS, or better varifocal motorized.
i) FB Camera should have more than 120dB Wide Dynamic Range to get better
visibility in extremely bright and dark environments. The camera should be
effectively eliminating glares and managing over-exposure conditions.
j) The monochrome city conditions during night must be captured within minimum
100m distance with supreme night visibility. The illumination should have
capability of varied angle long range. Which automatically adjust IR lighting
intensity to ensure better identifications during night. The quality of the feeds
must maintain with the desired H.265 codec compression at 25/30 FPS.
k) The PTZ cameras must have adequate widespread Field of View, which will be
regulated and controlled from the C4i.The PTZ cameras must have Optical Zoom
30X or better and Digital Zoom 16X or better. There will be provision of PTZ
cameras to be deployed for entry/exits of public places, dark areas in consultation
with Delhi police.
l) The ANPR- Vehicle Surveillance cameras must ensure highly reliable results of min
90% + capture and OCR accuracy min 90% in both day and night. The ANPR-
Vehicle Surveillance camera has to conduct H.265 codec compression at 25/30
FPS. There will be provision of external IR illuminator with required accessories.
m) All cameras must be equipped with capabilities to monitor and provide alert
during instances of vandalism, theft, etc. The housing should be vandal-proof with
IP-67 weather-proof and IK 10 enclosure.
n) The cameras will be equipped with embedded cyber security measures and should
not be classified with GB28181, GB/T28181-2011 standards which primarily
facilitate the OEM to access the camera from anywhere globally and ingest outside
videos in the network.
o) The camera should be capable to manage smart of the moving objects to minimize
the effective bandwidth requirement and reduce storage space requirement.
p) The camera should have the capability to rotate the aspect ratios to adjust the
image from x:y to y:x formats as required for the Video Wall.
q) Safe city Logo and Delhi Police logo will be embossed/etching (in colour) in each
camera
C. Installation of Poles/Cantilevers
a) The MSI will ensure that all installations are done as per standards with final
check & satisfaction of the Delhi Police. For installation of CCTV Cameras, PTZ
Cameras, Public Address System, etc. MSI will ensure that they shall provide
appropriate poles & cantilevers and any supporting equipment.
b) MSI to supply, install, configure and integrate surveillance cameras at the
identified locations and thereafter undertake necessary work towards their
commissioning.
c) MSI will ensure that the poles erected to mount cameras are good, both
qualitatively and aesthetically (the drawings have to be pre-approved by the
Delhi Police).
d) MSI will ensure the industry leading practices while positioning and mounting
the cameras and ensure that the pole / mast implementation is vibration
resistant. Arrangements for bird scare spikes on top of camera shall be made
to prevent birds from sitting on top of camera box.
e) The poles shall be installed with base plate, pole door, pole distributor block
and cover.
f) MSI will ensure the base frames and screws shall be delivered along with poles
and same will be installed.
g) MSI will ensure, in case the cameras need to be installed beside or above the
signal heads, suitable stainless-steel extensions for poles need to be provided
and installed, so that there is clear line of sight.
h) MSI will be responsible to undertake required structural analysis regarding the
regulated load conditions and considering the respective wind load while
installing the poles / cantilevers for cameras
i) MSI will provide structural calculations and drawings for the approval of
Competent Authority. The design shall match with common design standards
as applicable under the jurisdiction of Delhi Police.
j) MSI will make sure that component-wise certifications by Competent
Authorities (for safety security, IT and Non-IT parameters) for ensuring
adequate performance levels for the project.
k) MSI will ensure that the OEM will be required to provide Manufacturing
Authorization Form/ Certificate with the Country of Origin details for every
product being provided as a part of Project requirement.
l) MSI will ensure that OEM will submit Factory Acceptance Certification for all
its products.
m) The certification of the field equipment like poles for
successful installation in terms of seismic strength, durability, etc. and the
building floor strength a third-party inspection can be conducted through
Government/ PSU Authorized Institutions/agencies like CPWD, IIT- Delhi, IIT-
Powai, IIT-Kharagpur, PDIL, EIL, RITES etc. Certifications for project
components are incorporated in para 4.17 for Chapter 4 of this RFP.
g) MSI will ensure to place all the hardware inside the junction boxes that could
withstand temperatures prevalent in Delhi throughout the year
h) MSI will ensure security of Junction Box from vandalism & theft by using complete
welded structure with fixed rear and side panels.
b) MSI will provide distance from junction box to the cameras through the
aggregation point. Since this component has dependency on approval from local
authorities, MSI will also plan this requirement well in advance & submits the
application to the concerned electricity City distribution agency with requisite
fees, as applicable
c) MSI will carry out all the electrical work required for powering all the components
of the system
d) Electrical installation and wiring shall be under standard guidelines to the
electrical codes of India
e) MSI will make provisions for providing electricity to the cameras (ANPR, PTZ, and
Fixed) via SJB (Surveillance Junction Box), housing the UPS/SMPS power supply,
with minimum backup in coordination with Delhi Police and the Electrical
Department. The power will be fetched from the nearby transformer as guided by
the Electrical Department.
f) For the Fixed Box cameras, MSI will provision for drawing power through PoE+
(Power over Ethernet) and for the ANPR cameras MSI will provision for drawing
power through POE, POE+, while PTZ cameras shall be powered through dedicated
power cable laid separately along with STP/SFTP cable if additional power is
required.
g) Registration of electrical connections at all field sites shall be done in the name of
the Delhi Police.
h) Electricity meters will reside inside the power cabinet as per BSES/NDPL
guidelines.
i) The power connections (electrical meters) charges will be paid by MSI and the
recurring power charges will be borne by the Delhi Police from Go-Live phase
respective to each phase. Appointed MSI will coordinate the execution of
connections with Electrical Department.
F. Earthing and Lightning Proof Measures
a) MSI will comply with all the Technical Specifications taking into account lightning-
proof and anti-interference measures for system structure, equipment type
selection, equipment earthing, power and signal cable laying. MSI will describe the
planned lightning-proof and anti- interference measures in their Technical Bid.
b) Corresponding lightning arrester shall be erected for the entrance cables of power
line, video line, data transmission cables
c) All interface board and function board, interfaces of equipment shall adopt high
speed photoelectric isolation to reduce the damage to integrated circuit CMOS
(Complementary metal–oxide–semiconductor chip due to the surge suppression
d) Install the earthing devices for the equipment, including lightning earthing,
protection earthing and shielded earthing. All earthing shall meet the related
industry standards
e) The earthing cable shall be installed in a secure manner to prevent theft and shall
be rust proof. Earthing down lead and the earthing electrode shall be galvanized.
IR Filter
7. IR Filter Automatic Built in IR Cut filter
8. IR Distance IR distance-50 Mtr. Or better
9. Shutter Speed Auto/Manual, 1/3~1/ 30000s or better
10. Video Compression H.264, H.265 (Dynamic group of pictures)
or better
11. Resolutions and frame Minimum 4MP with 25/30fps or Better
rates (H.265)
12. Video Streams Individually configurable minimum 03
video streams
13. Streaming Method Unicast, Multicast, Broadcast support along
with multi stream support
14. Local storage SD Card Slot with 128 GB or better Support
with provided 128 GB card
15. Image Settings Colour, Brightness, Sharpness, Contrast,
White balance, Backlight compensation,
Image Mirroring, Text and image overlay,
BLC/HLC/ AGC required
16. Supported Protocol HTTP, HTTPS/SSL/TLS, TCP, ICMP/RTSP,
RTP, UDP, IGMP, RTCP, SMTP, FTP, DHCP,
UPnP/ARP/DNS, SMTP, Ipv4/Ipv6.
17. Ethernet Port RJ‐45 (10/100Base‐T) Mbps or Better
B. Outdoor PTZ Camera - 4MP, 30x Optical Zoom and Joystick control
operations
Compliance (Yes/
Sr. No Parameter Specification No) with
comments, if any
1. Image sensor 1/3-in. CMOS & Minimum 4 MP
2. NUMBER OF PIXELS 2592 × 1520 (4MP)
(H × V) 30X or better
3. Optical Zoom 30X or better
4. Digital Zoom 16X or better
5. Min. Illumination Color: 0.01 lux @f1.6 or better
B/W: 0.05 lux (with IR on) @f1.6 or better
6. WDR True WDR 120 db or better
7. Focal Length 4.5 mm – 135 mm or 4.3 mm - 129 mm or
4.8 mm - 144 mm or 6mm -180 mm
8. Max Aperture F1.6 – F5.0
9. IR Distance 150 m or better
10. Defog On/Off
11. PAN Travel 360° endless
12. TILT Travel 0 to 90°, auto flip 180°
13. Manual PAN Speed Up to 180°/s or better
14. Manual TILT Speed Up to 120°/s or better
15. Preset Speed Pan: 240°/s; Tilt: 200°/s or better
16. Presets 256 or better
17. Image Rotation Flip
18. Language support English
19. Compression H.264, H.265 or better
20. Streaming Capability Individually configurable minimum 03
video streams (multicasting)
21. Frame Rate 25/30 FPS
22. Day and Night Automatic, Color, Mono
23. White Balance Auto / Manual
/ATW/Indoor/Outdoor/Daylight
lamp/Sodium lamp
24. Ethernet RJ‐45 (10/100Base‐T)
Compliance (Yes/
S.No. Specification No) with
comments, if any
ANPR 2 Mega pixel camera / Sensor (True day and night): one per
lane to be used to capture all vehicles including 2 wheelers. All types
1. of number plates reflective type and standard type should be
captured. Vehicle image also should be captured under all
conditions. Image compression JPEG. Connectivity Ethernet.
D. Poles - for Cameras with 1 mtr ARMs for Fixed & PTZ
Foundation –
RCC blocks with 10 mm tor steel size 500
mm by 500mm by 1800mm. foundation
bolts (4 no’s ,16mm dia. ,700 mm length)
precasted in RCC block.
Foundation –
RCC blocks with 10 mm tor steel size 500
mm by 500mm by 1800mm. foundation
bolts (4 no’s ,16mm dia. ,700 mm length)
precasted in RCC block.
G. Junction Box - Floor placed and Pole mounted (including last mile passive
networking, Earthing, etc.)
This solution should be capable for analyzing the object movement speed, sound transfer
rate, thermal effect, etc. considered for better success rate of the application.
Key result areas:
a. Gunshot detectors which are large acoustic needs to be positioned across 200 poles
out of all envisaged locations covering more criminal prone areas across the city. They
form an expansive geographic network that cover whole neighbourhoods.
Compliance (Yes/
Sr. No Specification No) with
comments, if any
1.
Built using AI that runs entirely on the edge
Up to 80% accurate at up to 200 feet; AI technology enables increased
2.
accuracy over time in an environment
3.
AI allows the system to detect a broad range of gunshot types
4.
Up to 1000 feet of localizable acoustic range
5.
Receive real-time acoustic alerts sent via email and text
The network PA works very much similarly to computer networks where packets of data are
transmitted from one node to another with each of them having a unique IP address in the
network system. The nodes will then only pick up the packets that solely addressed to them.
The network PA can also be integrated with other building services or subsystems that are
TCP/IP compliant like PA system at C2i can be instructed from C4i/C3i and other building
management system to provide instantaneous voice assisted response and feedback from
each system. The PA system should have at least featured like:
i. All the elements of the system are IP compatible.
ii. PS/Districtwide announcements based on the selection of channel and all call
emergency announcements can be made through the PA system.
iii. This IP based P A system can be accessed from anywhere and everywhere and
forward required messages. It should have the capability to control individual
Page 548 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
PAS i.e. to make an announcement at select location (1:1) or multiple locations (1:
many). The PAS should also support both, Live and Recorded inputs
iv. PA system shall be connected at C2i, C3i and C4i level. In addition to this PA
system for Mobile Command Control Vehicle (MCCV) can also be provided in
order to have the connectivity centrally.
b. PAS - Technical Requirements and Compliance Sheet for MSI (to provide compliance
report with the bid)
J. UPS (60 Minutes backup)- 1KVA, 2KVA with 60 mins. Backup on 80% Load
Plug-and-play installation
Patch cables should be provided to connect
the surveillance equipment as per the
network diagram
N. Fire Extinguisher
S. Description Compliance
No. (Yes/ No) with
comments, if any
Gross Weight: 2.3 Kg or more
Empty Weight: 1.3 Kg or more,
Can Height: 298MM or more,
Diameter: 86.5MM or more Discharge time: Minimum 8 Secs,
Discharge Mechanism: Controllable,
Range: Minimum 2 Meters,
1. Applicable on: Class A, B, C and electrically started Fire, (A Rating:
1A, B Rating: 8B, )
Can Construction: Deep drawn & CO2 Mig welded, Valve
Construction: Forging & Machining,
Internal Coating of Can: Epoxy Powder coating,
External Coating of Can : Epoxy Polyester Powder coating,
Certification: ISI Approved
The Networking infrastructure and the associated bandwidth measures to operate the entire
infrastructure on field for video stream dissemination from field devices to Data Center,
integration with external Govt. datasets and conduction of Post Analytical Operations with all
security parameters in place will be the responsibility of the Internet Service Provider (ISP). The
ISP will be the Networking Agency, who will be appointed through a distinct Competitive Bid
Process.
There will be a tri- partite /quad partite mutual agreement, which will facilitate the field works
related to network establishment for Project requirement in a conducive and speedy execution
with respect to coordination with various Municipal bodies/ agencies across the NCT and the
MSI.
The following essential activities to be coordinated by the MSI as per the requirement (if any)
to enable ISP for execution of implementation activities and services to ensure time bound
completion of under mentioned infrastructure laying targets:
i. ROW application to be submit in various Municipal and Development Offices.
ii. ROW demand note received from authority.
iii. DD/BG preparation.
iv. DD/BG submission to authority for permission.
v. Liasioning with authority for ROW permission
vi. Liasioning with authority for vehicle entry permission of HDD machine shifting.
vii. Pits digging to start HDD machine
viii. Manual digging or with HDD machine depends the track is hard rock/concrete/simple
track.
ix. Duct laying started post ROW receive
x. Cable laying started post ducting
xi. Fiber termination work post cable laying
xii. Splicing work of fiber.
xiii. Pits Closer
xiv. Chamber installation
xv. Route marker installation
xvi. AT offering and clearance by fiber project team
xvii. Ensure the availability of space and power at each node.
xviii. ISP material installation & commissioning.
xix. Termination and integration of fiber.
xx. SFP installation
xxi. Patch cord installation
xxii. Node integration & RFS certificate for media provisioning.
xxiii. Testing the circuit in presence of customer.
xxiv. UAT at sites in presence of customer.
xxv. Signoff after successful completion of testing.
xxvi. Circuit Hand over
Total bandwidth estimation is 69.5 Gig considered per year after the declaration of Go-live of
phase-I. This provision will enable the live uninterrupted broadcasting (multi-casting) streaming
at PHQ, DHQ and Police Station levels and parallel retrieval/ extraction of the transactional data
from the Data Center at DHQ on the same infrastructure network. There will be provision of 1 Gig
internet bandwidth.
Service Levels
Service Level Agreement (SLA) shall become the part of Agreement between Authority and the
MSI. SLA defines the timely delivery of the deliverables and the correctness of the same based on
the agreed Performance Indicators as detailed in the RFP scope. The MSI must comply with
Service Levels requirements to ensure adherence to Project timelines, quality and availability of
services.
The purpose of this Service Level Agreement (hereinafter referred to as SLA) is to clearly define
the levels of service which shall be provided by the MSI to Authority for the duration of this
Agreement.
The MSI must supply software/automated tools to monitor all the SLAs mentioned below.
The Service Level agreements have been logically segregated in the following categories:
Measurement of SLA
The SLA metrics provided specifies performance parameters as baseline performance, lower
performance and breach. All SLA calculations will be done on quarterly basis. The SLA also
specifies the penalties for lower performance and breach conditions.
Payment to the MSI is linked to the compliance with the SLA metrics. The matrix specifies three
levels of performance, namely,
The MSI will get 100% of the Contracted value (Net Project Cost) if all the baseline
performance metrics are compiled and the cumulative credit points are 100
The MSI will get lesser payment in case of the lower performance. (For e.g. if SLA
point score is 80 then the MSI will get 20% less on the quarterly payment)
If the performance of the MSI in respect of any parameter falls below the
prescribed lower performance limit, debit points are imposed for the breach.
The credit (+) points earned during the quarter will be considered for computing penalty. The
quarterly payment shall be made after deducting the penalties as mentioned above.
The SLA parameters shall be measured as per the individual SLA parameter requirements and
measurement methods, through appropriate SLA Measurement tools to be provided by the MSI
and manual calculation on the sample data on the basis the SLA measurement methodology
approved and audited by the Authority or its appointed Consultant for accuracy and reliability.
The Authority shall also have the right to conduct, either itself or through any other MSI as it may
deem fit, an audit/revision of the SLA parameters. The SLAs defined, shall be reviewed by the
Authority on an annual basis after consulting the MSI, Project Management Consultants and other
experts. All the changes would be made by the Authority after consultation with the MSI and
might include some corrections to reduce undue relaxation in Service levels or some corrections
to avoid unrealistic imposition of penalties, which are noticed after project has gone live.
Total penalties to be levied on the MSI shall be capped at 10% of the Total Project Cost. However,
the Authority would have right to invoke termination of the contract in case the overall penalties
equals 10% of Total Project Cost. Penalties to be levied during Post Implementation period shall
be capped at 10% of the Total Project Cost. The Authority would also have right to invoke
termination of contract in case cumulative debit point (breach points) are above 30 in two
consecutive quarters.
Penalties
a. Performance Penalty for not meeting a measurement parameter
b. Time delivery of the Scope of Work
Definition Timely delivery of deliverables would comprise entire Bill of
Quantity and the application systems, and as per successful User
Acceptance Test (UAT) of the same
Service Level All the deliverables defined in the contract has to be submitted On-
Requirement time on the date as mentioned in the contract with no delay
Penalty for non- Penalty in percentage mentioned below para specified in the
achievement of SLA subsequent SLA tables as per various activities under the SLA norms.
Requirement
Data Center and Surveillance related Performance Levels/ Camera Feed and Quality:
The SLA metrics provided specifies performance parameters as baseline performance, lower
performance and breach. All SLA calculations will be done on quarterly basis. The SLA also
specifies the liquidated damages for lower performance and breach conditions. Payment to
the MSI is linked to the compliance with the SLA metrics for various components involved.
The matrix specifies three levels of performance namely,
a. The MSI will get 100% of the Contracted value if all the baseline performance metrics
are compiled and the cumulative credit points are 100.
b. The MSI will get lesser payment in case of the lower performance.
If SLA point score is 80 then the MSI will get 15% less on the quarterly payment
If SLA point score is 70 then the MSI will get 20% less on the quarterly payment
If SLA point score is 50 then the MSI will get 25% less on the quarterly payment
The calculation of the credit score based on different line items as per SLA requirement can
be seen in table given below.
If the performance of the Agency in respect of any parameter falls below the prescribed lower
performance limit, which is ‘breach’ category, 50% penalty will be imposed on the quarterly
SLA for the breach or termination of the contract in case of 2 consecutive ‘breach’
performance.
Note: During post-implementation period, in case the pole /outdoor cabinets or any other field
equipment is damaged by a vehicular Accident (or due to any other reason outside the control of MSI)
and needs repair/replacement, then the corresponding equipment to be replaced by MSI as per the
SLAs defined in this section. In such cases, damages are to be borne by MSI through proper
comprehensive insurance for all the equipment during contract period.
B. Application Availability
Application availability refers to the total time when the Application is
Definition
available to the users for performing all activities and tasks
Measurement of [(Total Uptime of the Application in a quarter) / (Total Time in a
Level quarter)] *100
Service Parameter
C. Quality of Feed
“Poor Quality video feed” means blurred, jiggered, dim or unclear video.
Camera Feed Error Resolution time is the time taken to improve the feed to
Definition satisfactory levels after it has been detected & logged by the Surveillance
System / administrative officials. Logging of such calls would be through
helpdesk system
The average availability of the quality of feed should be at 99.94%. This
Service Level
period is excluding the period of unavailability of camera. (i.e. the camera
Requirement
video quality would be judged for the period its available)
Measurement of [(Total average Uptime of all the Cameras in a quarter Total time logged
Level for poor quality video feed) / (Total average Uptime of all the Cameras in a
Service Parameter quarter)] *100
D. Issue Resolution
Issue Resolution SLA shall monitor the time taken to resolve a complaint /
Explanation
query after it has been reported to the MSI
Service Level Different Issues/Queries shall be classified as in following three categories
Requirement as defined above.
Critical: Issue that impacts more than one production services / is raised
by higher management / is impacting high importance areas
Medium: has a potential to impact or may get escalated to top management
if not resolved quickly
Low: impact on services
components under its responsibility. The reports will be submitted to TSP (C-DAC) as the nodal
acceptance testing and certifying authority. The MSI will:
a. Provide end-to-end, comprehensive, modular and integrated management of IT
infrastructure components to maximize the availability of IT services and SLA
performance.
b. The management system needs to aggregate events and performance information
from the domain managers and tie them to service definitions. This capability is
critical for the administrators to have a complete view of the performance and
availability of various application services being managed.
c. The proposed tools should automatically document problems and interruptions for
various IT services offered and integrate with the service level management system
for reporting on service level agreements (SLAs).
d. The system must be capable of managing IT resources in terms of the business
services they support, specify and monitor service obligations, and associate
users/Departments/ Organizations with the services they rely on and related
Service/Operational Level Agreements.
e. Provide a detailed service dashboard view indicating the health of each of the
departments / offices in the organization and the health of the services they rely on
as well as the SLAs.
f. Provide a high level view for executives and other users of the system using a real
time business services Dashboard.
g. Provide an outage summary that gives a high level health indication for each service
as well as the details and root cause of any outage.
h. Support for a User Definition Facility to define person(s) or organization(s) that uses
the business Services or is a party to a service level agreement contract with a service
provider or both. The facility must enable the association of Users with Services and
SLAs.
i. The Service Level Agreements (SLAs) definition facility must support defining a set of
one or more service Guarantees that specify the Service obligations stipulated in an
SLA contract for a particular time period (weekly, monthly, and so on). Guarantees
supported must include one that monitors service availability (including Mean Time
to Repair (MTTR), Mean Time between Failure (MTBF), and Maximum Outage Time
thresholds) and the other that monitors service transaction response time.
j. SLA violation alarms must be generated to notify whenever an agreement is violated
or is in danger of being violated.
k. Provide the capability to designate planned maintenance periods for services and
take into consideration maintenance periods defined at the IT resources level. In
addition, the capability to exempt any service outage from impacting an SLA must be
available.
A historical reporting facility that will allow for the generation of on-demand and scheduled
reports of Business Service-related metrics with capabilities for customization of the report
presentation.
It is acknowledged that this Service levels may change as C-DAC’s business needs evolve
over the course of the contract period. As such, this document also defines the following
management procedures:
Any changes to the levels of service provided during the term of this Agreement shall be
requested, documented and negotiated in good faith by both parties. Either party can
request a change.
The parties may amend Service Level by mutual agreement in accordance. Changes can be
proposed by either party. Unresolved issues shall also be addressed. MSI’s representative
shall maintain and distribute current copies of the Service Level document as directed by C-
DAC. Additional copies of the current Service Levels shall be available at all times to
authorized parties.
All negotiated changes shall require changing the version control number. As appropriate,
minor changes may be accumulated for periodic release or for release when a critical
threshold of change has occurred.
Change management
a. It is crucial that change management and capacity building programmes by MSI
form an integral part of the Women Centric safe city project. These initiatives will
acquaint the stakeholders to the proposed system and its associated processes.
b. Furthermore, it will motivate, train and empower the security agency officials to
adopt revised/ automated methods of working and appreciate the resultant
benefits through the ICCC and VMS systems.
c. Change management methodology by MSI must keep every stakeholder informed
about the changes in the process flow and information management systems. It
will empower the officials with the necessary skills and attitude in order to
facilitate them in performing their duties in a more effective manner.
Capacity building
It is prudent to build the capacities of the departmental officials who are involved in the
operations and decision making, by disseminating the necessary knowledge and skills for
smooth implementation of the envisaged processes. It is equally important to generate an
attitude that is receptive to a technology based delivery of services. Merely developing,
redefining processes and implementing technology will deliver the quality of services
envisaged. Henceforth, The MSI will ensure that the concerned officials learns to operate the
redesigned services, and efficiently deliver the desired outputs.
Based on the needs and the objectives of the project, training programs would be organized
by the MSI with qualifying criterion under the following themes:
a. Creating awareness about the benefits of Safe City Project and specialized
application skills.
b. Role-based training for people at different levels of monitoring and control.
c. “Train the Trainer” programs, where members of the staff would be trained to
enable them to conduct further training programs, thus helping build up scalability
in the training program and also reducing the dependency on external vendors for
training.
d. System Administrator training: a few members of the staff with high aptitude shall
be trained to act as system administrators and trouble-shooters for Delhi police.
e. MSI shall train officers and other staff nominated by the Delhi Police in different
aspects of equipment usage, operations, maintenance and repair at each location
separately.
f. The MSI shall at every stage of installation; testing and commissioning provide all
facilities for adequate training of the TSP & Delhi Police’s personnel who may be
deputed to work on the Projects.
g. The System Administration and Maintenance Training Program will be structured
so as to train Delhi Police Officers/ Personnel.
h. The user operational training program will be structured so as to train Delhi Police’s
supervisory and training personnel per site.
i. MSI will provide complete details on the training programs to be offered including:
a) Material to be covered,
b) Number of hours of training per operator or technician or supervisors for
each specific course; along with all the supporting documents.
j. MSI shall provide training to the staff of Delhi Police/TSP. The training part should
cover the following aspects:
The system architecture and networking different features of ACD, main switch
and servers.
Description of call takers, dispatcher console, IP/ digital voice logger, storage, GIS
/GPS map etc.
Vehicle sub system capabilities with GIS Operation & GPS capability,
portable/mobile devices
Description of various links and their bandwidth etc.
Description of all functional assemblies of the system, including controls,
indicators and monitoring system.
Tune up procedures for the system and adjustment of operating parameters and
other Operation and maintenance procedures.
Practical replacement procedures/practices for major assemblies, to the
experienced technicians of police in the complete trouble shooting and
maintenance of the equipment, both at the board replacement and preferably at
the board repair level
MIS reports for system health check-up & operation, dashboard features etc.
Inventory Management System.
All trainings to be completed before Go-live.
Training Audience
Based on the nature of their responsibilities and their requirements from safe city project,
Personnel can be classified into the following categories for training purposes:
a. Key senior officers: Additional Commissioner of Police and above
b. Other senior level officers: Asst. Commissioner of Police to Deputy Commissioner
of Police at the district level.
c. Key officers (Inspector /Sub-Inspector / Assistant Sub-Inspector)
d. Lower level officers (Head Constable and Constables), for monitoring at each
police station, district and C4I level.
Training Topics
Training will be imparted on following topics:
1. Change management
2. Team work and Project management
Page 584 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
3. Gender sensitizations
4. IT systems and computers
5. Data Center & Network administration
6. Hardware & its maintenance
7. Dashboards and their features along with SOP’s
8. VMS
9. ANPR
10. Analytics
11. Cyber security
12. EMS
Other Capacity Building Initiatives
a. Throughout the duration of the implementation of safe city project, Delhi Police
shall try and leverage to the extent possible, existing training institutions
including Police Training College, Recruitment training Center, IT training Center
and other CCTNS training institutes to train the existing and new recruits in the
Delhi Police in order to compensate the additional requirement of trained
personnel with the expansion of the project year on year.
b. Delhi Police will also explore possibilities of partnering with academic
institutions for training programs where appropriate.
c. In addition to the training of the Delhi Police Recruits it is suggested that people
with IT education background be directly hired for Data Center & Network
Administration and Hardware Installation and Maintenance aspects of the
system.
d. Delhi Police shall be laying increased focus on e-Learning, which makes learning
process more engaging and effective. E-Learning systems typically enhance
effectiveness by:
i. Imparting lessons through graphics, visuals, etc.
ii. Use of animation clips to describe a process using audio visual aids
iii. Inter Intelligent questioning and taking feedbacks
iv. Rolling back to any other previous topics to get a better understanding
Training Schedule
Sr. No. Name of the Training Program No. of Days Batch Size
1 Change management Workshop – 1 25-30
Orientation
2 Change management workshop -Automated 1 25-30
Operation and Team Work Skills for ICCC
3 Training on ICCC Operations 2 25-30
4 Work Shop on Gender Sensitization & Police 1 40-50
Distress Response Vehicle (Prakhar Van and
the likes) Usability
5 Data Center & Network Administration 2 15-20
Enterprise & Asset Management
Cyber Security
6 Basic Knowledge -Hardware and Software 1 30-40
Sr. No. Name of the Training Program No. of Days Batch Size
7 Management Information System (Higher 1 15-20
Authorities)
by CERT-IN empaneled agency before Go-live operations, which will certify the project
implementation as good to proceed with Operation and Maintenance phase in line with the
RFP. Also, Third Party Security and Network Performance Audits will be performed every
quarter of year by CERT-IN empaneled agency
Note: Equivalent Indian Standards for all items/equipment will be acceptable; wherever
applicable.
4.18 Coordinates of all Police Stations (C2i locations)- district wise and the
status of civil infrastructure
The details of the location and coordinates of the sites will be shared post the signing of the Non-
Disclosure agreement with MSI.
4.19 Location details of 3351 field sites and the respective number of
deployable cameras
The details of the location and coordinates of the sites will be shared post the signing of the Non-
Disclosure agreement with MSI.
SDK shall be made available within 2 weeks of release of the new version
There must be backward version compatibility with the SDK‘s for at least 3 major releases
and all the release notes must be made available online for the development community.
All type of API shall be developed by vendor within the quote cost.
MSI will provision min 10 additional application integrations at no extra cost, during the
terms of the contract after Go-Live
MSI shall provide all software on common platform for integrations.
(End of Chapter – 4)
PRICE SCHEDULE
(This BoQ is for all the phases put together the order will be placed phasewise )
GS Exten Exten
U T ded ded
Compreh Compreh Compreh TOT
ni on Warr Warr
GST ensive ensive ensive GST in % Total AL TOTAL
t U anty anty
in % AMC 1st AMC 2nd AMC 3rd on Compreh AMO AMOUN
Sl. Qua Ra ni 4th 5th
Item Description Units on Year in Year in Year in Compreh ensive UNT T
No. ntity te t Year Year
Warr Rs. Rs. Rs. ensive AMC in in In
in Ra Rs. Rs.
anty (Lump (Lump (Lump AMC Rs. Rs. Words
Rs te (Lum (Lum
Sum) Sum) Sum)
. in p p
% Sum) Sum)
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
Integrated Command, Control, Communication and Compute Center at PHQ Delhi (C4i)
1
A.Hardware Component
Video Wall Solution- 70” cubes in a INR
1.01 4 X 4 arrangement 3 Video Walls 48 Nos 0.00 0.00 Zero
Only
Video Wall Controller INR
1.02 4 Nos 0.00 0.00 Zero
Only
LED Monitor- 55” cubes in a 1 X 2 INR
1.03 arrangement 4 Nos 0.00 0.00 Zero
Only
Workstation for LED Monitors INR
1.04 2 Nos 0.00 0.00 Zero
Only
Workstations with 3 nos. 24" UHD
Touch Monitors for C4i application
INR
at multiple rooms on 6th & 7th
1.05 16 Nos 0.00 0.00 Zero
Floor (EoC) Mike + webcam
Only
+speaker along with operator
workstation
Video Wall Software INR
1.06 1 Nos 0.00 0.00 Zero
Only
Workstations with 3 nos. 24" UHD
INR
Touch Monitors for C4i application
1.07 21 Nos 0.00 0.00 Zero
with Mike + webcam +speaker
Only
along with operator workstation
Network Colour Laser Printer INR
1.08 5 Nos 0.00 0.00 Zero
Only
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
IP Phones INR
1.09 39 Nos 0.00 0.00 Zero
Only
Display port/ HDMI splitter (for C4i INR
1.11 & C3i + C2i) 50 Nos 0.00 0.00 Zero
Only
Racks 42U with Smart PDU INR
1.12 2 Nos 0.00 0.00 Zero
Only
Workstation for Video wall without INR
1.13 Monitor 16 Nos 0.00 0.00 Zero
Only
Switch L2 INR
1.14 14 Nos 0.00 0.00 Zero
Only
Joystick for PTZ camera at INR
1.15 Workstation 39 Nos 0.00 0.00 Zero
Only
55'’ LED TV 0.00 INR
1.16 4 Nos 0.00 Zero
Only
Dual TV Stand with Power 0.00 INR
1.17 distribution 2 Nos 0.00 Zero
Only
Integrated Command, Control, Communication and Compute Centerat PHQ Delhi (C4i)
2
B.Sofware Component
C4I Software including following
modules - Software Component
1. ICCC Base platform with GIS
engine, reporting, real-time
dashboard, User Interface and
Alarm Management with
unrestricted client connections
2. Threat Level Engine INR
2.01 3. Big data correlation Tool with 1 Nos 0.00 0.00 Zero
crime insights Only
4. Incident Management, Rules
Engine, Decision Management and
collaboration tool
5. Active directory Integration or
equivalent
6. Mobile App with unrestricted
connections
Automatic Vehicle Location System INR
2.02 (AVLS) 1 Nos 0.00 Zero
0.00 Only
Computer Aided Dispatch Software INR
2.03 (CAD) 1 Nos 0.00 Zero
0.00 Only
GPS Location Based Services and INR
2.04 GIS Software 1 Nos 0.00 Zero
0.00 Only
IP Phones INR
4.04 240 Nos 0.00 0.00 Zero
Only
Secure Network Device - SD WAN INR
4.05 Router 182 Nos 0.00 0.00 Zero
Only
Network laser printer INR
4.06 182 Nos 0.00 0.00 Zero
Only
Layer 2 Network Switches - 24 INR
4.07 Ports 182 Nos 0.00 0.00 Zero
Only
Network Racks 16U INR
4.08 182 Nos 0.00 0.00 Zero
Only
Networking Cost (Passive INR
4.09 Components) for each C2i as per 182 Nos 0.00 0.00 Zero
the solution offered Only
3KVA UPS with 30 min battery INR
4.1 backup at 80% load 174 Nos 0.00 Zero
0.00 Only
10KVA UPS with 30 min battery INR
4.11 backup at 80% load 8 Nos 0.00 Zero
0.00 Only
Comfort AC 1.5 Ton INR
4.12 182 Nos 0.00 Zero
0.00 Only
Joystick for PTZ camera at INR
4.14 Workstation 240 Nos 0.00 Zero
0.00 Only
5 Mobile Command Control Vehicle (MCCV)- For 02 Vehicles
Chassis: WB 4200mm (approx.) INR
5.01 from reputed OEM like TATA, 2 Nos 0.0 0.00 Zero
Eicher, Ashok Leyland etc. Only
Custom designed & Fabricated INR
5.02 Mobile Command Control Vehicle 2 Nos 0.0 0.00 Zero
Only
Split Air Conditioner (1Ton) INR
5.03 2 Nos 0.0 0.00 Zero
Only
Interiors design (as per the INR
5.04 requirement)- for 02 Vehicles 1 Lump-sum 0.0 0.00 Zero
Only
Chairs / Seating Arrangement for INR
5.05 two Operator and one ICS 6 Nos 0.0 0.00 Zero
Only
Chairs / Seating Arrangement for INR
5.06 Supervisor with mini seating area 2 Nos 0.0 0.00 Zero
Only
Console with provision for display INR
5.07 4 Nos 0.0 0.00 Zero
Only
Signage INR
15.09 (Chapter-3>3.1>3.1.2>Refer Civil 1 Lump-sum 0.00 0.00 Zero
Works and interiors of C4i) Only
Loose Furniture INR
15.1 (Chapter-3>3.1>3.1.2>Refer Civil 1 Lump-sum 0.00 0.00 Zero
Works and interiors of C4i) Only
Misc. Items INR
15.11 (Chapter-3>3.1>3.1.2>Refer Civil 1 Lump-sum 0.00 0.00 Zero
Works and interiors of C4i) Only
Electrical INR
15.12 (Chapter-3>3.1>3.1.2>Refer Civil 1 Lump-sum 0.00 0.00 Zero
Works and interiors of C4i) Only
CONDUITS AND MS PAINTED
CHANNELS FOR STRUCTURED
INR
CABLING
15.13 1 Lump-sum 0.00 0.00 Zero
(Chapter-3>3.1>3.1.2>Refer
Only
Civi+B26l Works and interiors of
C4i)
INSTALLATION OF PANELS;
SUPPLY AND INSTALLATION OF INR
15.14 DB, CABLES AND EARTHING 1 Lump-sum 0.00 0.00 Zero
(Chapter-3>3.1>3.1.2>Refer Civil Only
Works and interiors of C4i)
SUPPLY OF LIGHTING FIXTURES INR
15.15 (Chapter-3>3.1>3.1.2>Refer Civil 1 Lump-sum 0.00 0.00 Zero
Works and interiors of C4i) Only
FIXING OF LIGHTING FIXTURES INR
15.16 (Chapter-3>3.1>3.1.2>Refer Civil 1 Lump-sum 0.00 0.00 Zero
Works and interiors of C4i) Only
CONSTRUCTION POWER AND
INR
LIGHTING
15.17 1 Lump-sum 0.00 0.00 Zero
(Chapter-3>3.1>3.1.2>Refer Civil
Only
Works and interiors of C4i)
Networking INR
15.18 (Chapter-3>3.1>3.1.2>Refer Civil 1 Lump-sum 0.00 0.00 Zero
Works and interiors of C4i) Only
ACS, FDS, RRS INR
15.19 (Chapter-3>3.1>3.1.2>Refer Civil 1 Lump-sum 0.00 0.00 Zero
Works and interiors of C4i) Only
UPS System INR
15.2 (Chapter-3>3.1>3.1.2>Refer Civil 1 Lump-sum 0.00 0.00 Zero
Works and interiors of C4i) Only
Carpet INR
15.21 (Chapter-3>3.1>3.1.2>Refer Civil 1 Lump-sum 0.00 0.00 Zero
Works and interiors of C4i) Only
Modular Furniture (with Chairs)
INR
Sub-Total
15.22 1 Lump-sum 0.00 0.00 Zero
(Chapter-3>3.1>3.1.2>Refer Civil
Only
Works and interiors of C4i)
HVAC Sub-Total INR
15.23 (Chapter-3>3.1>3.1.2>Refer Civil 1 Lump-sum 0.00 0.00 Zero
Works and interiors of C4i) Only
16 C3I Non-IT
DOORS INR
18.03 (Chapter-3>3.1>3.1.5>Refer Civil 1 Lump-sum 0.00 0.00 Zero
Works and interiors of Data Centre) Only
CEILING INR
18.04 (Chapter-3>3.1>3.1.5>Refer Civil 1 Lump-sum 0.00 0.00 Zero
Works and interiors of Data Centre) Only
FINISHES INR
18.05 (Chapter-3>3.1>3.1.5>Refer Civil 1 Lump-sum 0.00 0.00 Zero
Works and interiors of Data Centre) Only
STORAGE INR
18.06 (Chapter-3>3.1>3.1.5>Refer Civil 1 Lump-sum 0.00 0.00 Zero
Works and interiors of Data Centre) Only
FLOORING INR
18.07 (Chapter-3>3.1>3.1.5>Refer Civil 1 Lump-sum 0.00 0.00 Zero
Works and interiors of Data Centre) Only
SIGNAGES INR
18.08 (Chapter-3>3.1>3.1.5>Refer Civil 1 Lump-sum 0.00 0.00 Zero
Works and interiors of Data Centre) Only
LOOSE FURNITURE INR
18.09 (Chapter-3>3.1>3.1.5>Refer Civil 1 Lump-sum 0.00 0.00 Zero
Works and interiors of Data Centre) Only
MISCELLANEOUS INTERIOR ITEMS INR
18.1 (Chapter-3>3.1>3.1.5>Refer Civil 1 Lump-sum 0.00 0.00 Zero
Works and interiors of Data Centre) Only
HVAC: AIR HANDLING UNIT,
CHILLED WATER PIPING, AIR INR
18.11 DISTRIBUTION, INSULATION 1 Lump-sum 0.00 0.00 Zero
(Chapter-3>3.1>3.1.5>Refer Civil Only
Works and interiors of Data Centre)
PAC INR
18.12 (Chapter-3>3.1>3.1.5>Refer Civil 1 Lump-sum 0.00 0.00 Zero
Works and interiors of Data Centre) Only
Electrical Works INR
18.13 (Chapter-3>3.1>3.1.5>Refer Civil 1 Lump-sum 0.00 0.00 Zero
Works and interiors of Data Centre) Only
CONDUITS AND MS PAINTED
CHANNELS FOR STRUCTURED INR
18.14 CABLING 1 Lump-sum 0.00 0.00 Zero
(Chapter-3>3.1>3.1.5>Refer Civil Only
Works and interiors of Data Centre)
FIXING OF LIGHTING FIXTURES. INR
18.15 (Chapter-3>3.1>3.1.5>Refer Civil 1 Lump-sum 0.00 0.00 Zero
Works and interiors of Data Centre) Only
SUPPLY OF LIGHTING FIXTURES INR
18.16 (Chapter-3>3.1>3.1.5>Refer Civil 1 Lump-sum 0.00 0.00 Zero
Works and interiors of Data Centre) Only
CONSTRUCTION POWER AND
INR
LIGHTING
18.17 1 Lump-sum 0.00 0.00 Zero
(Chapter-3>3.1>3.1.5>Refer Civil
Only
Works and interiors of Data Centre)
Networking INR
18.18 (Chapter-3>3.1>3.1.5>Refer Civil 1 Lump-sum 0.00 0.00 Zero
Works and interiors of Data Centre) Only
(End of Chapter – 5)
BY AND BETWEEN
AND
_______________________, an Indian Company, incorporated under the Companies Act, 2013 and
having its office at _____________________, through its authorized signatory, ______________, (hereinafter
referred to as “_________”) which expression shall, unless it be repugnant to the context or meaning
thereof, be deemed to mean and include its subsidiaries and Affiliates and their respective
representatives, successors and assigns,
C-DAC and _____ hereinafter individually referred to as a “Party” or together the “Parties”
Whereas C-DAC had published a Request for Proposal No. CDACP/Safe City/2020/313 dated xx
December, 2020 for appointment of Main System Integrator (hereafter referred as MSI) for
supply, installation and commissioning of CCTV City Surveillance System as a part of Safe City
project of Delhi Police.
Whereas, M/s (MSI) being interested in execution of said work, participated in the tendering
process and submitted their techno-commercial offer.
And Whereas, M/s (Name of MSI) having visited and carefully and completely inspected and fully
familiarized the scope and responsibilities, represented to C-DAC that they have the required
professional skills, personnel and technical and financial capability and resources, have agreed
to execute the work as per the scope of work stipulated in this Contract (along with Annexures),
the same be treated and read as part and parcel of this Contract.
And Whereas, M/s (MSI) hereby agrees to execute the said work and subject to the conditions set
forth herein, for Rs. (amount), excluding the applicable GST, (all of which are collectively
hereinafter referred to as the “said Conditions” and forming a part and parcel of this Contract).
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
And whereas, based on representation made by M/s (MSI), C-DAC agreed to avail the services of
M/s (MSI) for completion of aforesaid work, and hence the parties agreed to enter into the
present contract.
Now hereby it is agreed by and between the parties hereto as under:
1. Definitions: (As per para 1.6 of chapter 1.)
2. Scope of Contract:
M/s (MSI) shall upon and subject to the conditions of the Contract, execute and complete the
work shown upon and described in the schedule of requirements(As given in Annexure xx
attached) and as per said specifications, at agreed rates.
C-DAC shall pay M/s (MSI) as per this contract for the work completey done to the satisfaction
of C-DAC that may become payable at times and in manner hereinafter specified in the said
conditions
3. Order of precedence of documents:
a. Contract Agreement
b. Latter of Intent
c. C-DAC’s RFP No ________________________ dated _____ read with the corrigenda published
d. The techno-commercial bid submitted by M/s (MSI) subject to acceptance by C-DAC
4. Locations for Delivery and Project Implementation mentioned in para 2.1.13 of chapter 2
5. Performance Security mentioned in para 2.1.15 of chapter 2
6. Timelines linked with Payment Schedule mentioned in para 2.1.16 of chapter 2
7. Warranty mentioned in para 2.1.17 of chapter 2
8. Operations and Maintenance mentioned in para 2.1.18 of chapter 2
9. Liquidated Damages mentioned in para 2.1.19 of chapter 2
10. Penalties for Non/Under Performance mentioned in para 2.1.20 of chapter 2
11. Termination mentioned in para 2.1.21 of chapter 2
12. Consequence of Termination mentioned in para 2.1.22 of chapter 2
13. Limitation of Liability mentioned in para 2.1.23 of chapter 2
14. Indemnity mentioned in para 2.1.24 of chapter 2
15. Security and Safety mentioned in para 2.1.25 of chapter 2
16. Confidentiality mentioned in para 2.1.26 of chapter 2
17. Events of Default by MSI mentioned in para 2.1.27 of chapter 2
18. Severability and renegotiation mentioned in para 2.1.28 of chapter 2
19. Non-Waiver mentioned in para 2.1.29 of chapter 2
20. Fall Clause mentioned in para 2.1.30 of chapter 2
Page 614 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
in respect of any matter relating to the Contract, as faithful advisors to C-DAC and shall,
at all times, support and safeguard C-DAC's legitimate interests in any dealings with Third
Parties.
replacement is being sought. C-DAC may interview the resources suggested by MSI before
their deployment on board the Project.
g. MSI shall ensure that none of the Key Personnel and manpower exit from the Project
during first 6 months of the beginning of the Project. In such cases of exit a penalty for
such replacements shall be imposed on the MSI as per below table.
.
h. In case of change in its personnel/ team members, MSI shall ensure a reasonable amount
of time overlap in activities to ensure proper knowledge transfer and handover /
takeover of documents and other relevant materials between the outgoing and the new
member.
i. MSI shall ensure that MSI’s Team is competent, professional and possesses the requisite
qualifications and experience appropriate to the task they are required to perform under
this Contract. MSI shall ensure that the Services are performed through the efforts of
MSI’s Team, in accordance with the terms hereof and to the satisfaction of C-DAC. Nothing
in this Contract relieves MSI from its liabilities or obligations under this Contract to
provide the Services in accordance with C-DAC’s directions and requirements and as
stated in this Contract and the Bid to the extent accepted by C-DAC and MSI shall be liable
for any non-performance, non-compliance, breach or other loss and damage resulting
either directly or indirectly by or on account of its Team.
j. Typical Scaled site Plan and Equipment layout Plan for the System to be deployed at each
location shall be prepared by the MSI. The layout shall show interconnecting cable
routings between various equipment of the System.
k. The MSI shall ensure that MCCV,C2i, C3i, C4i designs has to be approved by C-DAC before
actual implementation.
l. The MSI shall ensure that all necessary approvals/permissions required for installation
of equipment at the locations (except C2i, C3i, C4i, Data Centre & near DR) identified
under the project and laying of cables, etc., are obtained from the concerned civic agencies
within the timelines fixed. The C-DAC shall, to the extent of writing letters to the
concerned agencies, provide all necessary assistance in obtaining the required
approvals/permissions from civic agencies, for installation of equipment/items at the
locations identified. However, MSI will be responsible to apply for approvals from civic
agencies, pursue and completing all formalities with the civic agencies.
m. MSI shall ensure that earthing arrangements for all the equipment shall be completed as
per standard practice
n. Before the equipment(s)/system(s) are taken over by the C-DAC, MSI shall supply
installation, operation, repair and maintenance manuals of the equipment/system. This
shall include the following: -
● System interface Drawings,
● System interconnection and Block Diagrams,
● User Operation Manuals
● Equipment Maintenance manuals.
● As Build-up Drawings
o. MSI shall be fully responsible for deployment / installation / development/ procurement
of network fiber and integration of all the software and hardware components and
resolve any problems / issues that may arise due to integration of components.
p. MSI shall ensure that the OEMs supply equipment/ components including associated
accessories and software required and shall support MSI in the installation,
commissioning, integration and maintenance of these components during the entire
period of contract. MSI shall ensure that the COTS OEMs supply the software applications
and shall support MSI in the installation / deployment, integration, roll-out and
maintenance of these applications during the entire period of contract. It must clearly be
understood by MSI that warranty and O&M of the system, products and services
incorporated as part of system would commence from the day of Go-Live of system as a
complete Safe city solutions including all the solutions proposed. MSI would be required
to explicitly display that it shall have a back to back arrangement for provisioning of
warranty/ O&M support till the end of contract period with the relevant OEMs. The
Annual Maintenance support shall include patches and updates the software, hardware
components and other devices.
q. Deployment and patch management software has to be included which should support
both windows* and Linux* environments.
r. MSI should setup an Acceptance lab, which will be used to induct any IT hardware,
software, Network and associated components. The following activities will be carried
out in the Acceptance lab:
Physical inspection
Confirming the COO, COA, COM
Sanitization of software including firmware of appliances for various vulnerabilities
Patching of the systems and software
Behavioral analysis of various systems and software on the network
Compatibility with respect to the existing infrastructure deployed under Safe City
Project
s. Bidder need to specify the software, hardware and network components factored under
the Acceptance lab
t. NMS software & license supply shall include all the features mentioned under NMS shall
also include Policy deployment, Firmware deployment on all or selected network
switches
u. All the software licenses that MSI proposes should be perpetual software licenses. The
software licenses shall not be restricted based on location and C-DAC should have the
flexibility to use the software licenses for other requirements if required.
v. All the OEMs that have been proposed by MSI should have Dealer/Manufacturer
possession licenses and the OEM shall confirm and provide the Authorization certificates
in the name of the Dealer.
w. C-DAC reserves the right to review the terms of the Warranty and Annual Maintenance
agreements entered into between MSI and OEMs and no such agreement/contract shall
be executed, amended, modified and/or terminated without the prior written consent of
C-DAC. An executed copy of each of such agreements/contracts shall, immediately upon
execution be submitted by MSI to C-DAC.
x. MSI shall ensure that none of the components and sub-components are declared end-of-
sale or end-of-support by the respective OEM till 18 months from the date of
commissioning. If the OEM declares any of the products/ solutions end-of-sale
subsequently, the MSI shall ensure that the same is supported by the respective OEM for
contract period.
y. The quoted make & model of component should be available on the global website.
z. If a product is de-supported by the OEM for any reason whatsoever, from the date of
Acceptance of the System till the end of contract, MSI should replace the products/
solutions with an alternate that is acceptable to C-DAC at no additional cost to C-DAC and
without causing any performance degradation.
aa. Obtaining necessary Licenses shall be the responsibility of the MSI. However, all the
Licenses shall be in the name of Delhi Police.
bb. MSI shall ensure that the OEMs provide the support and assistance to MSI in case of any
problems / issues arising due to integration of components supplied by him with any
other component(s)/ product(s) under the purview of the overall solution. If the same is
not resolved for any reason whatsoever, MSI shall replace the required component(s)
with an equivalent or better substitute that is acceptable to C-DAC without any additional
cost to C-DAC and without impacting the performance of the solution in any manner
whatsoever.
cc. MSI shall ensure that the OEMs for firmware and software install all type of updates,
patches, fixes and/or bug fixes for the firmware or software from time to time at no
additional cost to C-DAC.
dd. MSI shall ensure that the OEMs for hardware servers/ equipment or MSI's trained
engineers conduct the preventive maintenance on a Quarterly basis and break-fix
maintenance in accordance with the best practices followed in the industry. MSI shall
ensure that the documentation and training services associated with the components
shall be provided by the OEM partner or OEM’s certified training partner without any
additional cost to C-DAC.
ee. The training shall be conducted using official OEM course curriculum mapped with the
hardware/ software Product’s to be implemented in the project.
ff. MSI and their personnel/representative shall not alter/ change/ replace any hardware
component and/or under warranty or O&M of third party without prior consent of C-
DAC.
gg. MSI shall provision the required critical spares/ components at the designated
Datacenter Sites/ office locations of C-DAC for meeting the uptime commitment of the
components supplied by him.
hh. MSI’s representative(s) shall have all the powers requisite for the execution of Scope of
Work and performance of Services under this contract. MSI’s representative(s) shall liaise
with C-DAC’s representative for the proper coordination and timely completion of the
works and on any other matters pertaining to the works. MSI shall extend full co-
MSI shall be responsible for the execution of the Contract, shall monitor the progress
of all the activities and shall submit to the C-DAC, progress reports during the
implementation phase.
Formats and frequency for all above mentioned reports and their dissemination
mechanism shall be discussed and finalized along with project plan. C-DAC may
change the formats, periodicity and dissemination mechanism for such reports.
During the implementation phase, meetings shall be held between the
representatives of C-DAC and MSI once in every 15 days to discuss the progress of
implementation. After the implementation phase is over, the meeting shall be held as
desired by C-DAC, to discuss the performance of the Contract.
MSI shall ensure that the respective solution teams involved in the execution of work
are part of such meetings.
Several review committees involving representative of C-DAC and representative
officials of MSI shall be formed for the purpose of this project. These committees shall
meet at intervals, as decided by C-DAC later, to oversee the progress of the
implementation.
All the goods, services and manpower to be provided/deployed by MSI under the
Contract and the manner and speed of execution and maintenance of the work and
services are to be conducted in a manner to the satisfaction of C-DAC’s representative
in accordance with the Contract.
C-DAC reserves the right to inspect and monitor/ assess the progress/ performance
of the work / services at any time during the course of the Contract. C-DAC may
demand and upon such demand being made, MSI shall provide documents, data,
material or any other information which C-DAC may require, to enable it to assess the
progress/ performance of the work / service.
At any time during the course of the Contract, C-DAC shall also have the right to
conduct, either itself or through another agency as it may deem fit without any notice
to MSI, an audit to monitor the performance by MSI of its obligations/ functions in
accordance with the standards committed to or required by C-DAC and MSI
undertakes to cooperate with and provide to C-DAC/ any other agency appointed by
C-DAC, all Documents and other details as may be required by them for this purpose.
Should the rate of progress of the works or any part of them at any time fall behind
the stipulated time for completion or is found to be too slow to ensure completion of
the works by the stipulated time, or is in deviation to Bid requirements/ standards, C-
DAC’s representative shall so notify MSI in writing.
MSI shall reply to the written notice giving details of the measures he proposes to take
to expedite the progress so as to complete the works by the prescribed time or to
ensure compliance to RFP requirements. MSI shall not be entitled to any additional
payment for taking such steps. If at any time it should appear to C-DAC or C-DAC’s
representative that the actual progress of work does not conform to the approved
plan, MSI shall, at the request of C-DAC’s representative, prepare a revised plan
showing the modification to the approved plan necessary to ensure completion of the
works within the time for completion or steps initiated to ensure compliance to the
stipulated requirements
The submission seeking approval by C-DAC or C-DAC’s representative of such plan
shall not relieve MSI of any of his duties or responsibilities under the Contract.
In case during execution of works, the progress falls behind schedule or does not meet
the RFP requirements, MSI shall deploy extra manpower/ resources to make up the
Page 621 of 656
RFP- for selection of MSI for implementation and O&M of surveillance System
under Safe City Project of Delhi Police
progress or to meet the RFP requirements. Plan for deployment of extra man power/
resources shall be submitted to C-DAC for its review and approval. All time and cost
effect in this respect shall be borne, by MSI within the Contract Value.
MSI representative shall prepare and distribute Service Level Performance reports in
a mutually agreed format by the 5th working day of subsequent month. The reports
shall include “actual versus target” Service Level Performance, a variance analysis and
discussion of appropriate issues or significant events. Performance reports shall be
distributed to C-DAC management personnel as directed by C-DAC.
Also, MSI may be required to get the Service Level Performance reports audited by
independent Auditor with necessary approval of C-DAC. All related costs will be borne
by the MSI.
If MSI’s work plans necessitate a disruption/ shutdown in C-DAC’s operation, the plan
shall be mutually discussed and developed so as to keep such disruption/shutdown
to the barest unavoidable minimum. Any time and cost arising due to failure of MSI to
develop/adhere such a work plan shall be to his account.
C-DAC from any dues to MSI. All payments to MSI shall be made after making necessary
deductions as per terms of the Contract and recoveries towards facilities, if any, provided
by C-DAC to MSI on chargeable basis.
Ownership of Work Product. The parties hereby acknowledge that the Work Product,
and all documentation, information, systems, and other results developed in connection
with the Work Product, will, to the extent permitted by Law, be a "work made for hire"
within the definition of Section 101 of the Copyright Act (17 U.S.C. 101) and will
remain Delhi Police's exclusive property.
Assignment of Work Product. If and to the extent that any Work Product is not deemed
to be a work made for hire within the definition of the Copyright Act, at the completion
and acceptance of the Safe City Project, MSI shall promptly assign to C-DAC all its right,
title, and interest in and to the Work Product, including any Intellectual Property rights.
Cooperation. During and after the Term, on C-DAC's reasonable request, MSI shall
provide all assistance necessary and desirable for C-DAC to establish, preserve, and
enforce its rights, title, and interest in and to the Work Product.
to protect its own proprietary information. MSI recognizes that the goodwill of C-DAC
depends, among other things, upon MSI keeping such proprietary information
confidential and that unauthorized disclosure of the same by MSI or its team could
damage the goodwill of C-DAC, and that by reason of MSI’s duties hereunder. MSI may
come into possession of such proprietary information, even though MSI does not take any
direct part in or furnish the services performed for the creation of said proprietary
information and shall limit access thereto to employees with a need to such access to
perform the services required by this Contract. MSI shall use such information only for
the purpose of performing the said services.
f. MSI shall, upon termination of this Contract for any reason, or upon demand by C-DAC,
whichever is earliest, return any and all information provided to MSI by C-DAC, including
any copies or reproductions, both hardcopy and electronic.
g. By virtue of this Contract, MSI team may have access to personal information of C-
DAC/Delhi Police and/or a third party. C-DAC/Delhi Police has the sole ownership of and
the right to use, all such data in perpetuity including any data or other information
pertaining to the citizens that may be in the possession of MSI team in the course of
performing the Services under the Contract
(End of Chapter – 6)
: Standard Formats
Date: dd/mm/yyyy
To,
Executive Director
Centre for Development of Advanced Computing(C-DAC)
Innovation Park, Panchavati,
Pashan Road, Pune – 411008
Subject: Request for Proposal for selection of Master System Integrator for
Implementation of Delhi Safe City Project
Dear Sir,
We, <<name of the undersigned Bidder), having read and examined in detail all the bidding
documents in respect of “Request for Proposal No. ___________________________________________________
___________________________________________________ for Selection of Master System Integrator for
Implementation of Delhi Safe City Project do hereby submit our techno-commercial bid
comprising of e-packets 1 and 2.
We hereby declare that all the information and statements made in this bid are true and we accept
that any misinterpretation contained in it, may lead to our disqualification.
We agree to abide by all the terms and conditions of the RFP document. We would hold the terms
of our proposal valid for 120 days as stipulated in the RFP document.
We also undertake that we/any of the member of the JV are not blacklisted or debarred from
bidding process, by any Department/Office of the GoI or of any State Government, PSU,
Autonomous Organization of GoI, as on date of submission of the bids and that there have been
no regulatory actions initiated / pending against us as on the date of release of RFP.
We also undertake that we/any of the member of the JV do not have any conflict of interest or
hostile interest in principle against C-DAC and/or Delhi Police and we accept that any
misinterpretation, misleading, false statements with respect to may lead to our disqualification
and debarment. We also confirm that we shall not attract conflict of interest in principle in future
too.
It is hereby declared and confirmed that I/we are authorized to act on behalf of other members
of the JV and empowered to sign this document as well as such other documents, which may be
required in this connection.
We declare that all the services shall be performed strictly in accordance with the RFP
documents.
We confirm that the information contained in this response or any part thereof, including its
exhibits, and other documents and instruments delivered or to be delivered to C-DAC is true,
accurate, verifiable and complete. This response includes all information necessary to ensure that
the statements therein do not in whole or in part mislead C-DAC in its evaluation process.
We hereby declare that in case the contract is awarded to us, we shall submit the contract
Performance Bank Guarantee in the form prescribed in this RFP.
We hereby declare that , while preparation and submission of this bid, we have not acted in
concert or in collusion with any other Bidder or other person(s) and also not done any act, deed
or thing, which is or could be regarded as anti-competitive. We further confirm that we have not
offered nor will offer any illegal gratification in cash or kind to any person or organization in
connection with the instant bid.
We understand that our Bid is binding on us and that you are not bound to accept a Bid you
receive.
Thanking you,
Yours sincerely,
(Signature of the Sole Bidder/ JV Bidder Members)
Printed Name
Designation
Seal
Date:
Place:
Business Address:
[To be executed on non-judicial stamp paper of the appropriate value in accordance with
relevant Stamp Act. The stamp paper to be in the name of the company who is issuing the
power of attorney.]
We, M/s.______ (name of the bidding firm or company with address of the registered office) hereby
constitute, appoint and authorize Mr. or Ms.______ (Name, Designation and residential address) --
----------- (please mention the name of his organization/company), in his official and personal
capacity, who’s whose signature is appended below, as our Attorney to do in our name and our
behalf all or any of the acts, deeds or things necessary or incidental to your RFP No.
_________________________________________ for the Safe City Project of Delhi Police, including signing
and submission of the RFP response, participating in the meetings, responding to queries,
submission of information or documents and generally to represent us in all the dealings with C-
DAC or any other Government Agency or any person, in connection with the works until
culmination of the process of bidding till the Project Agreement is entered into with successful
bidder/proposed MSI and thereafter till the expiry of the Project Agreement.
We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant
to this power of attorney for conducting and completion of the Project and that all acts, deeds and
things done by our aforesaid Attorney shall and shall always be deemed to have been done by us
and legally binding on us.
Authorised Signatory
Name, Designation, mobile #
(Add in the case of a JV:
The bid is being submitted for and on behalf of Joint Venture comprising of ___________, _________
and ___________.)
Notes:
To:
Executive Director
Centre for Development of Advanced Computing(C-DAC)
Innovation Park, Panchavati,
Pashan Road, Pune – 411008
Dear Sir,
We, the undersigned, offer to implement the CCTV surveillance project, in response to your RFP
No _________________________________________________________________________________________________________.
We are hereby submitting our proposal for same, which includes Technical bid and the Financial
Bid through www.eprocure.gov.in. As a part of eligibility requirement stipulated in said tender
document, we hereby submit a declaration in lieu of Earnest Money Deposit (EMD), as given
below:
1. Our bid shall remain valid for 120 days from the date of submission and that we will not
withdraw or modify our bid during the validity period,
2. In case, we are declared as successful bidder and an order is placed on us, we will submit the
acceptance in writing within 7 days of placement of order on us.
3. In case, we are declared as successful bidder and an order is placed on us, we undertake, to
submit a Performance Bank Guarantee, as per terms stipulated in the RFP.
4. In case of failure on our part to comply with any of the above said requirements, we are aware
that we shall be declared as un-eligible for said tender and /or debarred from any future
bidding process of Ministry of Electronics and Information Technology, MHA or any other
Government entity for a period of minimum one year.
Yours sincerely,
Authorized Signatory:
E-mail:
Mobile No:
(To be issued by OEMs of Cameras, VMS, Server, Storage, Network Equipment and ICCC)
Date: dd/mm/yyyy
To,
Executive Director
Centre for Development of Advanced Computing(C-DAC)
Innovation Park, Panchavati,
Pashan Road, Pune – 411008.
Subject: Request for Proposal for selection of Master System Integrator for
Implementation of Delhi Safe City Project
Dear Sir,
This refers to the bid submitted by M/s (Name of Bidder) in response to your RFP No.
___________________________________________________________________________ for Selection of Master
System Integrator for Implementation of Delhi Safe City Project.
We, (Name of OEM) as the OEM of (Name of the Product) offered for said requirement, hereby
certify that (Name of the Product) to be supplied through M/s (Name of Bidder) for Safe City
project of Delhi Police, shall not contain any embedded malicious code which may cause any
breach of confidentiality, infringement of Intellectual Property rights, loss, damages of
whatsoever nature and detrimental to the interest of C-DAC and/or Delhi Police.
We are aware that we shall be liable under information Technology Act, 2000 and Indian Penal
Code 1860 in case any such malicious code is found in our offered products.
Yours sincerely,
Authorized Signatory:
E-mail:
Mobile No:
Manpower distribution
S. No. Name Role Month wise time to be spent by each
personnel (in days) Total
Month Month Month Month
1 2 3 … … 12
1 Project Manager
2 DC/ DR- Cloud Expert
Command Center Design
3 Expert
4 GIS Expert
5 Solution Architect
6 ITMS Expert
Software Management
7 Expert
IT/ ICT Infrastructure
8 Expert
9 Database Architect
10 IT/ Cyber Security Expert
Note: Proposed Resources/Key personnel should be deployed onsite and penalty shall be
applicable as per RFP.
Basic
Certifications
Name of Qualification Total
S. Proposed Highest (ex. PMI or ITIL
the (E.g. B.Sc. or B.E. Experience
No. Role degree or TOGAF or
Resource or MCA or (in years)
CCNP etc.)
Diploma)
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
Name:
1. Proposed (only one candidate shall be nominated for each position)
position or
role
4. Years of
Experience
6. Certifications
and
Training
attended
[Starting with present position and last 2 firms, list in reverse order,
giving for each employment: dates of employment, name of employing
organization, positions held.]
8. Detailed Tasks (List all tasks to be performed under this project)
Assigned
Project 2
Name of assignment
Year
Location
Employer
Main project features
Position held
Activities performed
Project 3
Name of assignment
Year
Location
Employer
Main project features
Position held
Activities performed
Project 4
Name of assignment
Year
Location
Employer
Main project features
Position held
Activities performed
(This form has to be provided by the OEMs of the Cameras, Servers, Storage, Networking &
Security components, Junction Box, VMS, ICCC, FRS, VA, ANPR, GIS, Video Summarization, EMS,
NAC, Help Desk Management, DG set, UPS and HVAC system. This letter to C-DAC should be on
the letterhead of the manufacturer and should be signed by a person competent and having
the power of attorney to bind the manufacturer.)
Date:
To:
Executive Director
Centre for Development of Advanced Computing(C-DAC)
Innovation Park, Panchavati,
Pashan Road, Pune – 411008.
Dear Sir,
We_________ (Name of the OEM) who are established and reputable manufacturers of_______ (List
of Goods) having factories or product development centers at the locations__________ or as per list
attached, do hereby authorize M/s ____________ (Name and address of the Bidder) to bid, negotiate
and conclude the contract with you against RFP No ______________________________________________
___________________________________ for the above goods manufactured or developed by us.
We hereby extend, our warranty for the hardware goods supplied by the Bidder and/ or
maintenance or support services for software products against this invitation for bid
by_______________________ (Name of the Bidder) as per requirements and for the duration of contract
as specified in this RFP.
We also confirm that our offered product will not be end of life for minimum of 18 months from
the date of commissioning and the support for such offered product/s will be available for
minimum of 5 years from the date of bidding.
For OEM of Camera: The well documented SDK shall provide an extensive list of programming
functions to view and/or configure core entities such as: users and user groups, alarms, custom
events, and schedules, and more.
1. We have a structured support program in place to support 3rd party developers using
SDK. The program details are shared along with the technical bid
2. We will provide well defined support by the means of online portal, Chat and Toll-free no
to support the SDK developers on timely basis
i. SDK shall be made available within 2 weeks of release of the new version
Thanking you,
Yours faithfully,
(Signature)
For and on behalf of: _________ (Name of the OEM)
Authorised Signatory
Name:
Designation:
Place:
Date:
To,
Executive Director
Centre for Development of Advanced Computing(C-DAC)
Innovation Park, Panchavati,
Pashan Road, Pune – 411008
Dear Sir,
This is to certify that we undertake the total responsibility for the defect free operation of the
proposed solutions as per the requirement of the RFP for the duration mentioned in all the
chapters of the RFP.
(Authorised Signatory)
<Name>
<Designation>
<Address>
<Phone Nos.>
<Fax Nos.>
<Email id>
Whereas, <<name of the Successful Bidder and address>> (hereinafter called “the Successful
Bidder” or “Master System Integrator”) has undertaken, in pursuance of LOI no. <Insert LOI No.>
dated <Date> to provide Implementation services for <<name of the assignment>> to C-DAC
(hereinafter called “C-DAC”)
And whereas it has been stipulated by in the said LOI that the Successful Bidder shall furnish you
with a bank guarantee by a recognized bank for the sum specified therein as security for
compliance with its obligations in accordance with the contract;
And whereas we, <Name of Bank> a banking company incorporated and having its
head/registered office at <Address of Registered Office> and having one of its office at <Address
of Local Office> have agreed to give the Successful Bidder such a bank guarantee.
Now, therefore, we hereby affirm that we are guarantors and responsible to you, on behalf of the
Successful Bidder, up to a total of Rs.<Insert Value> (Rupees <Insert Value in Words> only) and
we undertake to pay you, upon your first written demand declaring the Successful Bidder to be
in default under the contract and without cavil or argument, any sum or sums within the limits
of INR <Insert Value> (Rupees <Insert Value in Words> only) as aforesaid, without your needing
to prove or to show grounds or reasons for your demand or the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Successful Bidder
before presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the Contract
to be performed there under or of any of the contract documents which may be made between
you and the Successful Bidder/ Master System Integrator shall in any way release us from any
liability under this guarantee and we hereby waive notice of any such change, addition or
modification.
I. Our liability under this bank guarantee shall not exceed INR <Insert Value> (Rupees <Insert
Value in Words> only).
III. It is condition of our liability for payment of the guaranteed amount or any part thereof arising
under this bank guarantee that we receive a valid written claim or demand for payment under
this bank guarantee on or before <Insert Expiry Date>) failing which our liability under the
guarantee will automatically cease.
Date _________________
Place _________________ Signature _________________
Witness _________________ Printed name _________________
{Place}
{Date}
To,
Executive Director
Centre for Development of Advanced Computing(C-DAC)
Innovation Park, Panchavati,
Pashan Road, Pune – 411008
Subject: Self Declaration of not been blacklisted in response to the Request for Proposal
for selection of Master System Integrator for Implementation of _______________________ for
Dear Sir,
We confirm that our {company or firm}, M/s ____________, is currently and during the period of last
05 years, not blacklisted in any manner whatsoever by any of the State or UT and or Central
Government in India on any ground including but not limited to indulgence in corrupt practice,
fraudulent practice, coercive practice, undesirable practice or restrictive practice.
Printed Name
Designation
Seal Date:
Place: Business Address:
7.11. Annexure – 11: Brief company profile (required for both bidder and JV
member)
Impact:
Deliverables:
Timetable:
Name:
Signature:
Approved
Rejected
Requires Further Information (as
follows, or as Attachment 1 etc.)
For C-DAC and its nominated Agencies For MSI
Signature Signature
Name Name
Title Title
Date Date
[On Non-judicial stamp paper of INR 100 duly attested by notary public]
This Memorandum of Understanding (MoU) entered into this day of [Date] [Month] [Year ]at
[Place] amongst
AND
WHEREAS C-DAC, Pune, India has issued a Request for Proposal No ________________________________
___________________________________________ (RFP) inviting Bids/proposals from interested Bidder for
Selection of Master System Integrator for Delhi Safe City Project:
AND WHEREAS the Parties have had discussions for formation of a JV for bidding for the said
Project and have reached an understanding on the following points with respect to the Parties'
rights and obligations towards each other and their working relationship.
i. The purpose of this Agreement is to define the principles of collaboration among the Parties
to:
a. Submit a response jointly to Bid for the “Request for Proposal for surveillance system
under Delhi Safe City Project” as a JV.
b. Sign Contract in case of award.
c. Provide and perform the supplies and services which would be ordered by C-DAC pursuant
to the execution Contract.
ii. This MoU shall not be construed as establishing or giving effect to any legal entity such as, but
not limited to, a company, a partnership, etc. It shall relate solely towards C-DAC for “Request
for Proposal for surveillance system under Delhi Safe City Project” and related execution
works to be performed pursuant to the Contract and shall not extend to any other activities.
iii. The Sole Bidder/ Principal JV Bidder shall be solely and severally responsible and bound
towards C-DAC for the performance of the works in accordance with the terms and conditions of
the RFP document, and Contract. The other JV Members shall support the Sole Bidder/Principal
JV Bidder in successful implementation of the objectives.
iv. The Principal Partner shall be liable for all acts and omissions. The Principal Partner shall be
responsible for the successful completion of the Contract / Agreement and C-DAC shall be
communicating with the Principal Partner for all necessary actions. The Principal Partner shall
be held liable and responsible for any breach of any of the terms and conditions of the Contract /
Agreement.
v. ------------------------------------ (Name of Party) shall act as the Sole Bidder/ Principal JV Bidder.
As such, it shall act as the coordinator of the Party’s combined activities and shall carry out the
following functions:
a. To ensure the Technical, Financial and administrative co-ordination of the Project
work and the services to be rendered in relation thereto
b. To lead the contract negotiations of the Project work with C-DAC.
c. The Principal JV Bidder member is authorized to receive instructions and incur
liabilities for and on behalf of all other JV Members.
d. In case of an award, act as channel of communication between C-DAC and the Parties
to execute the Contract
vi. That the Parties shall carry out all responsibilities jointly and severally as Master System
Integrator in terms of the Contract.
vii. That the broad roles and the responsibilities of each Party at each stage of the Bidding shall
be as below:
Party A: ________________________________________________
Party B: ________________________________________________
Party C: ________________________________________________
vii. That the Parties affirm that they shall implement the Project in good faith and shall take all
necessary steps to see the Project through expeditiously.
viii. That this MoU shall be governed in accordance with the laws of India and courts in Delhi shall
have exclusive jurisdiction to adjudicate disputes arising from the terms herein.
In witness thereof the Parties affirm that the information provided is accurate and true and have
caused this MoU duly executed on the date and year above mentioned.
(Party of the first part) (Party of the second part) (Party of the third part)
Witness:
Sl. No. Pre-Qualification Criteria Page No. and Section No. in the Bid
1.
2.
3.
4.
(TO BE ATTACHED WITH TECHNICAL BID DULY FILLED, STAMPED AND SIGNED ON EACH
PAGE OF THE PACT)
Between
And
M/s ________ , a company/ firm/ individual (status of the company) constituted in accordance with
the relevant law in the matter and having its registered office at __________________ represented by
Shri ________, hereinafter referred to as “The Bidder/Contractor” which expression shall mean and
include, unless the context otherwise requires, his successors and permitted assigns of the
Second Part.
WHEREAS C-DAC proposes to procure under laid down organizational procedures, contract/s for
---------------- (Name of the work/ goods/ services) and the Bidder/Contractor is willing to offer
against NIT No. ______________
NOW, THEREFORE,
To avoid all forms of corruption by following a system that is fair, transparent and free from any
influence/prejudiced dealings prior to, during and subsequent to the currency of the contract to
be entered into with a view to: -
Enabling C-DAC to obtain the desired said (work/ goods/ services) at a competitive price in
conformity with the defined specifications by avoiding the high cost and the distortionary impact
of corruption on public procurement, and
Enabling the Bidder(s)/Contractor(s) to abstain from bribing or indulging in any corrupt practice
in order to secure the contract by providing assurance to them that their competitors will also
abstain from bribing and other corrupt practices and C-DAC will commit to prevent corruption,
in any form, by its officials by following transparent procedures.
consideration, gift, reward, favour or any material or immaterial benefit or any other
advantage from the Bidder/Contractor, either for themselves or for any person, organization
or third party related to the contract in exchange for an advantage in the bidding process, bid
evaluation, contracting or implementation process related to the contact.
1.2 C-DAC will, during the pre-contract stage, treat all the Bidders/Contractors alike, and will
provide to all the Bidders/Contractors the same information and will not provide any such
information to any particular Bidder/Contractor which could afford an advantage to that
particular Bidder/Contractor in comparison to other Bidders/Contractors.
1.3 All the officials of C-DAC will report to the appropriate Authority any attempted or completed
breaches of the above commitments as well as any substantial suspicion of such a breach.
1.4 In case any such preceding misconduct on the part of such official(s) is reported by the Bidder
to C-DAC with full and verifiable facts and the same is prima facie found to be correct by C-
DAC, necessary disciplinary proceedings, or any other action as deemed fit, including criminal
proceedings may be initiated by C-DAC or Independent External Monitor and such a person
shall be debarred from further dealings related to the contract process. In such a case while
an enquiry is being conducted by C-DAC the proceedings under the contract would not be
stalled.
2.1 The Bidder(s)/Contractor(s) will not offer, directly or through intermediaries, any bribe,
gift, consideration, reward, favour, any material or immaterial benefit or other advantage,
commission, fees, brokerage or inducement to any official of C-DAC, connected directly or
indirectly with the bidding process, or to any person, organization or third party related
to the contract in exchange for any advantage in the bidding, evaluation, contracting and
implementation of the contract.
2.2 The Bidder/Contractor further undertakes that it has not given, offered or promised to
give, directly or indirectly any bribe, gift consideration, reward, favour, any material or
immaterial benefit or other advantage, commission, fees, brokerage or inducement to any
official of C-DAC or otherwise in procuring the Contract or forbearing to do or having done
any act in relation to the obtaining or execution of the contract or any other contract with
Employer for showing or forbearing to show favour or disfavour to any person in relation
to the contract or any other contract with C-DAC.
2.3 The Bidder(s)/Contractor(s) shall disclose the name and address of agents and
representatives and Indian Bidder(s)/Contractor(s) shall disclose their foreign principals
or associates.
2.5 The Bidder, either while presenting the bid or during pre-contract negotiations or before
signing the contract, shall disclose any payments he has made, is committed to or intends
to make to officials of C-DAC or their family members, agents, brokers or any other
intermediaries in connection with the contract and the details of services agreed upon for
such payments.
2.6 The Bidder/Contractor will not collude with other parties interested in the contract to
impair the transparency, fairness and progress of the bidding process, bid evaluation,
contracting and implementation of the contract.
2.7 The Bidder/Contractor will not accept any advantage in exchange for any corrupt practice,
unfair means and illegal activities.
2.8 The Bidder/Contractor shall not use improperly, for purposes of competition or personal
gain, or pass on to others, any information provided by C-DAC as part of the business
relationship, regarding plans, technical proposals and business details, including
information contained in electronic data carrier. The Bidder/Contractor also undertakes
to exercise due and adequate care lest any such information is divulged.
2.9 The Bidder(s)/Contractor(s) commits to refrain from giving any complaint directly or
through any other manner without supporting it with full and verifiable facts.
2.10 The Bidder(s)/Contractor(s) shall not instigate or cause to instigate any third person to
commit any of the actions mentioned above.
2.11 If the Bidder/Contractor or any employee of the Bidder/Contractor or any person acting
on behalf of the Bidder/Contractor, either directly or indirectly, is a relative of any of the
officers of C-DAC, or alternatively, if any relative of an officer of C-DAC has financial
interest/stake in the Bidder(s)/Contractor(s) firm(excluding Public Ltd. Company listed
on Stock Exchange), the same shall be disclosed by the Bidder/Contractor at the time of
filling of tender.
The term ‘relative’ for this purpose would be as defined in Section 2(77) of the Companies
Act 2013.
2.12 The Bidder(s)/Contractor(s) shall not lend to or borrow any money from or enter into any
monetary dealings or transactions, directly or indirectly, with any employee of C-DAC.
.
2.13 The Bidder/supplier shall follow all rules and regulations of India.
3.2 The Bidder agrees that if it makes incorrect statement on this subject, Bidder can be
disqualified from the tender process or the contract, if already awarded, can be terminated
for such reason.
(i) To immediately call off the pre contract negotiations without assigning any reason or
giving any compensation to the Bidder/Contractor. However, the proceedings with the
other Bidder(s)/Contractor(s) would continue.
(ii) The Earnest Money Deposit (in pre-contract stage) and/or Security Deposit/Performance
Bond (after the contract is Signed) shall stand forfeited either fully or partially, as decided
by C-DAC and C-DAC shall not be required to assign any reason thereof.
(iii) To immediately cancel the contract, if already signed, without giving any compensation
to the Contractor. The Bidder/Contractor shall be liable to pay compensation for any loss
or damage to C-DAC resulting from such cancellation/rescission and C-DAC shall be
entitled to deduct the amount so payable from the money(s) due to the
Bidder/Contractor.
(iv) To encash the Bank guarantee, in order to recover the dues if any by C-DAC, along with
interest as per the provision of contract.
(v) To debar the Bidder/Contractor from participating in future bidding processes of C-DAC,
as per provisions of “Guidelines on Banning of Business Dealings” which may be further
extended at the discretion of C-DAC.
(vi) To recover all sums paid in violation of this Pact by Bidder(s)/Contractor(s) to any
middleman or agent or broker with a view to securing the contract.
(vii) In cases where irrevocable Letters of Credit have been received in respect of any
contract signed by C-DAC with the Bidder/ Contractor, the same shall not be
opened/operated.
(viii) Forfeiture of Performance Security in case of a decision by C-DAC to forfeit the same
without assigning any reason for imposing sanction for violation of this Pact.
5.2. C-DAC will be entitled to take all or any of the actions mentioned at para 6.1 to 6.8 of this Pact
also on the Commission by the Bidder/Contractor or any one employed by it or acting on its
behalf (whether with or without the knowledge of the Bidder/Contractor), of an offence as
defined in Chapter IX of the Indian Penal Code, 1860 or Prevention of Corruption Act, 1988
or any other statute enacted for prevention of corruption in Employer’s country.
5.3. The decision of C-DAC to the effect that a breach of the provisions of this Pact has been
committed by the Bidder / Contractor shall be final and conclusive on the Bidder / Contractor.
However, the Bidder/Contractor can approach the Independent External Monitor(s)
appointed for the purposes of this Pact.
9.1. The actions stipulated in this Integrity Pact are without prejudice to any other legal action
that may follow in accordance with the provisions of the extant law in force relating to any
civil or criminal proceedings.
9.2. Changes and supplements as well as termination notice need to be made in writing.
9.3. If the Contractor is a partnership or a consortium or a joint venture, this pact must be signed
by all partners of the consortium/joint venture.
10.0 Validity
10.1 The validity of this Integrity Pact shall be from date of its signing and extend upto 5 years
or the complete execution/completion of the contract to the satisfaction of both C-DAC and
the Bidder/Contractor/Seller, including warranty period, whichever is later. In case
BIDDER is unsuccessful, this Integrity Pact shall expire after six months from the date of
the signing of the contract or six months from the date of opening of price bids, whichever
is earlier.
10.2 Should one or several provisions of this Pact turn out to be invalid, the remainder of this
Pact shall remain valid. In this case, the parties will strive to come to an agreement to their
original intention.
Witness1.__________________ Witness1.___________________
(Name and address) (Name and address)