Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore city
(RLVD System )
0 | P a g e
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore city
(RLVD System )
1 | P a g e
SUPERINTENDENT OF POLICE (HQ) INDORE (M.P.)
No./SP/HQ/146/2014 Dtd 30 Jan 2014
Tender Notice
Sealed Tender are invited by the Superintendent of Police (HQ) Indore from Manufactures
/Authorized Systems Integrators of the following items:-
No. Name of Item(s) Qty.
1 Intelligent Traffic Management system, CCTV Capable of
generating E-challan for Indore city (RLVD System ) with
below options:-
(1) with wireless connectivity
(2) with OFC connectivity provided by the department
01 System
Objective of work :- The ultimate objective of a Red Light Violation Detection (RLVD) system
is to curb the tendency of people in general to disobey Traffic signal, particularly to minimize the
tendency of vehicles to cross the stop line when the signal is RED. This will avoid accidents, and
thereby will save human life and preserve the records for future analysis so that corrective
actions are to be taken to curb the tendency of people to commit such offences.
Picture 1- For Reference Only
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore city
(RLVD System )
2 | P a g e
Above given Picture for reference and easy understanding of the systems
1. Bid is for integrated system wherein either wireless connectivity will be used for linkage
between camera and control room or OFC connectivity from the camera to control room which
may be provided by the department. Bid should be submitted for both options separately.
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore city
(RLVD System )
3 | P a g e
2. The process would be done on 3 envelope based process. Bidder will have to submit 3
separated sealed envelopes mentioned below these 3 envelops should feature in a bigger envelope.
Each envelope shall comprise of
a) Pre Qualification Bid
b) Technical bid
c) Commercial bid
3. Pre-qualification bid, Technical bids and Commercial bids shall be in separate and
sealed envelope for Intelligent Traffic Management system, CCTV Capable of
generating E-challan for Indore city (RLVD System)
4. Sealed BIDs are invited in three bid system i.e. Pre-qualification bid, technical bid and
financial bid by the undersigned from the manufacturers, authorized distributors, system
integrator and also from Government/Semi-Govt. organization including Public Sector
Undertakings for supply, installation, configuration, testing and operations of Intelligent
Traffic Management system, CCTV Capable of generating E-challan for Indore city
(RLVD System) on turnkey basis for use of Indore Police. The BIDs can be sent through
Registered post, Courier or put personally in the sealed BID box kept in the Reception of
office of the Office of ASP Traffic, MTH Compound, Indore on or before 15 March 2014 at
16:00 hours and the BID will be opened on 15 March 2014 17:00 hours in the Committee
Room. In case the due date is declared a holiday BID shall be opened on next working day
but BID box will be sealed on the scheduled date and time. The BID document can be
downloaded from Indore Police website www.indorepolice.org or can be obtained from the
office of the ASP Traffic on payment of Rs.1000/- by D.D. on any working day from 10.00
A.M. to 5.00 P.M.
5. Bidder has to show technical Live Demonstration of the technical capability of quoted
Equipment and software at given date, time and Place. Bidder, who is not able to show
demonstration on given dates, will be rejected and no communication in this regard will be
entertained.
6. As per Madhya Pradesh Stores Purchase Rules, 30% preference shall be given to
entrepreneurs /Suppliers belonging to SC/ST category of the state who are duly registered
with District Trade and Industries Center, (Attach documents in proof o f the more than
50% share of SC/ST category in the firm).
7. BID will not be accepted without earnest money. EMD should be submitting with
technical bid.
8. Bidder shall have to deposit firm registration number, TIN No. and earlier or previous
years Sales tax clearance certificate etc.
SUPERINTENDENT OF POLICE (HQ)
INDORE (M.P.)
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore city
(RLVD System )
4 | P a g e
Table of Contents
Chapter 1 Scope of Work Page 6-8
Chapter 2 Pre Bid Conference 9
Chapter 3 Pre- Qualification Bid 10
Chapter 4 General Terms & Conditions Of Tender 11-16
Chapter 5 TECHNICAL SPECIFICATIONS
5.1 Specification for Red Light Violation Detection Camera 17-20
5.2 Specification for Automated Number plate 20-24
reader (ANPR) System
5.3 Specification for IP IR - Outdoor Speed Dome Camera 24-25
5.4 Technical Specifications for Wireless Connectivity 26-27
5.5 Specification for Pole and Masts: 27
5.6 Specification for network switches for location 27
5.7 Specification for Layer 3 Network Switch for 28
Central Control Room:
5.8 Specifications for Unified Storage 29
5.9 LED HD monitor 30
5.10 Specifications for Client PC 30
5.11 Specification for UPS for Power Backup: 31
5.12 Specifications for Video Management and ANPR Server 31
Chapter 6 Bill of Quantity
6.1 Option with Wireless Connectivity 32-33
6.2 Option with Optical Connectivity provided by 34-35
the department
Chapter 7 Annexure Forms 36-46
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore
city (RLVD System )
5 | P a g e
Important Dates
S.
No.
Details Date – Time Remark
1 Date of release of
NIT
30.01.2014 Can be downloaded
from
www.indorepolice.org
or purchase from
Office of ASP Traffic,
Indore
2 Sale of Tender form
Starts from
30.01.2014
3 Last date of Sale of
Tender form
15.03.2014
4 Pre – Bid Meeting 08.03.2014 1100 Hrs
5 Submission of Bid 15.03.2014 Till 1600 Hrs
6 Pre Qualification
Bid
15.03.2014 Till 1700 Hrs
7 Opening of
Technical Bids
15.03.2014 Till 1800 Hrs
8 Demo of Eligible
Bidders
21-23 March,
14
9 Opening of
Financial Bid of
Technically
Qualified Tenders
24.03.2014 1600 Hrs
Note in case of downloaded tender form the bidder will have to make a payment of
Rs. 1000 /- (words Rs one thousand only) to SP (HQ) Indore in form of Demand
draft issued before the last date of tender form.
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore
city (RLVD System )
6 | P a g e
Chapter - 1
Scope of Work
Supply, installation, commissioning and maintenance of Red Light Violation Detection
(RLVD) system to achieve the below mentioned objectives at given location in the city of
Indore (locations of camera point are described in Annexure – B) and can be further
extended or modified. IP based RLVD cameras will be used to monitor red light violation
on the selected location and software associated with it should be capable of generating
list of violations and challan and maintain data base of the same. A mix of RLVD IP based
fixed and ANPR Cameras, will be used for this purpose as well as similar monitoring
activity required by police department. Both IP based RLVD and ANPR Cameras should
work either with wireless or optical fiber base network provided by the department as per
feasibility. This network should be zero interruption based communication from the links
among control room and cameras installed and spread over various locations in the city as
mentioned in the Annexure – B
a. In the case of an option of Wireless Connectivity, the successful bidder shall be
responsible for end-to-end implementation of connectivity of all the locations under
this tender and shall quote and provide/supply any item of latest make and model
not included in the bill of materials but required for successful implementation,
commissioning as well as its management of the system. Items, which are not
mentioned in the bill of material, shall be separately quoted. Any such items, which
have not been quoted by successful bidder in the bid but are required for successful
completion of the project no extra cost would be paid by the Department. The scope
is deemed to include all components, accessories and equipment required to
implement a fully functional Intelligent Traffic Management system, CCTV
Capable of generating E-challan for Indore city (RLVD System) regardless of
whether they are explicitly mentioned or not.
b. In case of OFC connectivity provided by the department the successful bidder will
have to provide the necessary network equipment at the Terminal Ends of the OFC
network.
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore
city (RLVD System )
7 | P a g e
c. The bidder shall supply all the installation materials/accessories/consumable
necessary for the installation of the system.
d. The bidder at each location shall provide the required networking equipment for
end-to-end connectivity from Central Location Cameras.
e. The complete ownership of the network over the wireless will that be of Madhya
Pradesh Police, therefore proposed network shall be a dedicated network build for
this purpose, and not hired from a telecom operator. However the complete
maintenance will be in the scope of the Bidder including rectification of minor or
major fault, breakages in the network.
f. Wireless communication should be fully secured and shall support 128 bit
encryption or better.
g. Access Points shall be placed in such a way that it covers the entire location under
surveillance. The bidder shall provide associated planning and diagram of the
placement of the Access Points.
h. The system thus proposed should be scalable and have capability of integration
with existing or future systems of Police Departments.
i. The successful bidder should have one or proposed to setup a Service Center within
Indore City. Resident Engineers will not be considered as Service Center. Office
should attend the Calls 24X7 and the Response Time for any such call should be
less than 1 Hr.
j. Maximum downtime of system for any complaint reported shall be not be more then
3 hrs, after this time penalty will be levied @ INR 1000 per hour.
k. The scope is deemed to include all components, accessories and equipment required
to implement a fully functional Intelligent Traffic Management system, CCTV
Capable of generating E-challan for Indore city (RLVD System) system regardless of
whether they are explicitly mentioned or not.
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore
city (RLVD System )
8 | P a g e
l. The scope shall include the complete design, engineering, supply, delivery, and
storage at site, installation, testing, commissioning and maintenance of a fully
functional and complete city surveillance system. All accessories and fitting
hardware such as brackets / poles, wiring together with associated masonry work
are included in the scope of work.
m. The successful bidder will have to provide onsite replacement warranty and
maintenance support for a period of 3 years, for which the department shall not be
paying any extra cost. The warranty period would start from the date of taking over
of the whole system by the department. Warranty includes hardware, software,
network items onsite replacement and maintenance support.
n. The prices quoted in the Commercial bid should be all inclusive.
o. The successful bidder shall handover the System within 90 days from the issue of
work Order.
p. Payment would be released only after the successful implementation of the project.
q. Security Deposit and EMD would be released only after the successful completion of
the warranty period.
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore
city (RLVD System )
9 | P a g e
Chapter -2 Pre Bid Conference
Pre Bid Conference will be held in the Office of SP (HQ), Indore at 1100 Hrs at
08.03.2014 with the perspective bidders to clarify the Technical or related
query.
The Questions/Clarifications should be submitted in writing or email to ASP
(Traffic) on Email ID [email protected] clearly specify the subject
line as – “Intelligent Traffic Management system – Company Name”
before 1800 Hrs. on 06.03.2014
In decisions on discussion regarding modification, amendments for the tender
document will be uploaded on the website www.indorepolice.org by 09.03.2014
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore
city (RLVD System )
10 | P a g e
Chapter 3 Pre Qualification Bid
Pre-qualification bid shall be submitted by the bidder in separate
envelope along with required documents. The technical bid shall only be
opened only after the bidder qualifies all the conditions mentioned in the pre-
qualification bid.
EMD in the form of Demand Draft/Bank Guarantee/FDR Rs. Twenty Lakh (Rs. 20,00,000) from any of the Commercial bank.
Last Three years IT returns of the bidder
Last Three years Audited Financial Balance Sheet.
Latest sales tax clearance certificate
The Average annual turnover of the bidder should be at least INR 2.5 crore for pervious 3 financial year.
The Bidder must have executed at least one similar project like CCTV of not less than INR 3.5 Crore in Police organization /Para military forces/government department.
Order copies along with Letter of Satisfaction from the Clients should be submitted.
Tender Document fee in the form of DD have to be submitted along with the Eligibility bid, if the tender is downloaded from website www.indorepolice.org or www.mppolice.gov.in
Authorization letters from Original Equipment Manufacturers (OEMs).
Consortium is allowed. However the Lead Company shall be held responsible for all communication and the delivery of entire project. The bidder shall submit details of the Consortium Partners and document of understanding among them along with the defined roles and consent of
partners.
The bidder shall not be under declaration of ineligibility for corrupt fraudulent practices or black listed with any of the govt agencies. The bidder shall submit self-declaration.
Duly filled in Annexure - A (Profile of the company) with relevant details and enclosure
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore
city (RLVD System )
11 | P a g e
Chapter -4 GENERAL TERMS AND CONDITIONS OF TENDER
1. Bidder shall submit firm Registration number & certificate, Sales Tax
Registration Certificate Number, TIN Number and earlier Sale Tax Clearance
Certificate/No dues certificate of value added tax from the concerned
assessing authority, Income Tax Clearance Certificate & PAN Number, along
with the BID, without which the BID shall not be considered.
2. Pre qualification bid, Technical bids and Commercial bids shall be in separate
and sealed envelopes addressed to The Superintendent of Police (HQ) and
super-inscribed “Pre qualification bid: : to be opened by addressee only”,
“Technical bid: to be opened by addressee only” and “Commercial bid: to be
opened by addressee only” on the top of the envelopes containing the BID.
These 3 bids should be further sealed in fourth bigger envelope. On this fourth
envelope it should be clearly mentioned as “BID For Intelligent Traffic
Management system, CCTV Capable of generating E-challan for Indore city
(RLVD System) system”. On the left side near the lower corner of the envelope,
the address of the Bidder should be written.
3. The rate / unit must not under any circumstances be altered and the rates
must be entered in words as well as in figures.
4. The tender will remain valid for the acceptance in the next six months from
the date of closure of bid. Conditional BID will not be entertained.
5. All rates quoted in the BID must be based on free delivery in good condition,
securely packed and F.O.R. destination being Stores at SP(HQ) office. The
rates should be inclusive of all taxes and charges. In case of local suppliers
also, the rates all taxes and no cartage of charges for transportation will be
paid by the Government. The supplier shall be required to bear all risks of
loss, leakage or damage till taking over of the system by the department at the
destination mentioned in the order.
6. The BID should be filled in with ink or typed. No BID filled in by pencil or
otherwise shall be considered. No additions and alterations should be made in
the BID. No over writing should be done. Corrections if any should be done
clearly and initialed.
7. The Bidder should sign the BID form copy, of the general terms and conditions
at each page and at the end in token of the acceptance of all the terms and
conditions of the Tender and specification also.
8. Inspector General of Police, Indore Zone reserves the right to accept any BID,
not necessarily the lowest BID and reject any BID, without assigning any
reasons thereof. Orders can be placed for the whole or part of the project or
article for at the discretion of the Inspector General of Police, Indore Zone.
9. Rates of Goods/Items must be mentioned only in Indian Currency.
Department shall not be responsible for any variation in the rates of foreign
currency vis-a vis Indian currency. No correspondence in this regard will be
entertained.
10. Technical bid should include information related to all specification sought by
us. It should also contain company brochures of all equipments applied for
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore
city (RLVD System )
12 | P a g e
and should have the relevant technical documents issued by the
manufacturer/developer in support of specification asked for.
11. The Bidder shall submit the Compliance chart and deviation chart in relation
to the specification of all equipments asked for.
12. Any special specification or advanced or additional feature of the items should
be clearly mentioned in the specification sheet.
13. If the product is certified by recognized institution relevant documents should
be included in the technical bid.
14. If the items/products is certified from the any authorized/recognized
institution, BID should be submitted with related certification.
15. BID must be submitted with authorization/OEM certificate of concerning
company for participating in the BID and for particular item.
16. Bidder (s) should clearly mention their name, address phone/fax numbers of
authorized service centers in the technical bid. Local office and authorized
person must be mentioned in technical bid for qualification.
17. Bidder’s Minimum Average annual turnover of last three years should not be
less than INR 2.5 Crore. Bidder must have an experience of similar single
project like CCTV value minimum 3.5 Crore in Police Department/Para
Military Force Government Department. The Bidder shall submit copy of
supply order thereof along with the letter of satisfaction from the concerned
client.
18. In case of consortium, list of consortium partner and their role should be
mentioned.
19. The bidder shall submit only required documents in technical bid. Numbering
of all the pages of technical bid is necessary. Checklist of all the important
documents should also be enclosed in technical bid.
20. Pre-Qualification bid of each bidder must be accompanied by an earnest
money deposit of Rs. 20 Lac (Rs. Twenty Lac). Earnest money has to be
deposited by means of Demand Draft/Bank Guarantee/FDR in favor of
SUPERINTENDENT OF POLICE (HQ) Indore. The earnest money shall remain
deposited in the office till the final decision on the bids received is taken by
the Inspector General of Police, Indore Zone. The police department on such
security amount will pay no interest. Cheque will not be accepted.
21. No adjustment of earnest money out of pending bills amount will be allowed.
The BID received without earnest money or with less than prescribed earnest
money will not be considered.
22. After the final decision of the BID the earnest money of tenderer whose BID
have not been accepted, shall be returned. The earnest money of those
tenderer whose BID have been accepted shall be treated as security deposit.
The successful bidder shall also deposit additional 7% of the total cost of
items, within 15 days of receipt of supply order thus, total 10% of the cost of
items shall be treated as security deposit against supply order for the
warranty of 3 years.
23. M.P. Laghu Udyog Nigam Ltd. and the Small Scale Industries registered with
the Director of Industries, or National Small Industries Corporation Ltd (NSIC)
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore
city (RLVD System )
13 | P a g e
or with the D.G.S.&D., and which are exempted from payment of earnest
money/Security deposit under the explicit order(s) of the government, BID
from such units whose competency is certified by the Director of Industries,
MP or NSIC or D.G.S.& D. can therefore be accepted without security deposit
and can be eligible for price preference as may be prescribed by the State
Government of MP, from time to time. In such case a competency certificate
issued by the Director of Industries, or NSIC or D.G.S.& D. valid for the period
of BID must accompany the BID in support of each item.
24. Bidders are also advised to have a first hand assessment done of the
works/supply and the system on any working day between 10:00hrs to
17:00hrs at Indore, M.P , before submission of tender for understanding site
requirement , As nature of work is on turnkey basis and nothing can be paid
extra .
25. Technical committee can ask for submitting samples of the items quoted in
the bid. Demonstration of all items will be from 21 – 23 MARCH 2014 in the
office of the SUPERINTENDENT OF POLICE (HEAD QUARTER), INDORE. Any
changes in demonstration date & place will be intimated well in time.
26. No certificate will be provided to import any equipments/items for
demonstration purposes.
27. The commercial bid shall be assessed only after found suitable in technical
demonstration. Information of financial bid opening will be intimated to
eligible bidders.
28. The tenderer shall be deemed to have carefully examined the condition /
specifications etc. of the goods/items to be supplied.
29. The quantities shown in the BID notice are approximate and can be increased
/ decreased as per requirement. The supplies shall be made according to the
requirements of the department. Similarly number of locations can be
increased / decreased and changed as per requirement.
30. BIDER shall not assign or sublet his contract or any part thereof to any other
agency.
31. All goods/materials/items supplied shall be new and of best quality in every
respect and as per the standards wherever applicable.
32. The Director General of Police reserves the power to relax or exempt any of the
conditions of the BID for the reasons recorded for granting such exemption /
relaxation.
33. In case goods/items other than those of the approved quality, make or size are
supplied, they will be rejected and will have to be replaced within the period
prescribed for the completion of the order by the supplier without extra cost.
Any expenses or loss caused to suppliers as a result of rejection or
replacement of supplies shall be entirely at the BIDER’s cost. Any loss caused
to the department or any expenses incurred by the department in this shall be
recoverable from the BIDER.
34. The rejected articles must be removed by the bidder from the Stores of SP(HQ),
Indore M.P. within 15 days of the date of information of rejection. If the bidder
does not remove rejected articles within 15 days of rejection, bidder will be
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore
city (RLVD System )
14 | P a g e
responsible for any loss, damage and shortage to such rejected articles.
Further, a demurrage charge shall be calculated and paid similar to the
penalty clauses, on the cumulative value of the goods rejected and on a period
calculated from the date of the letter intimating the rejection of sub-standard
goods supplied.
35. Failure of the supplier to collect the rejected goods within six months from the
date of intimation thereof, would render such goods liable for forfeiture, and
the department shall be free to dispose of such goods in the manner deemed
fit by the Inspector General of Police, MP.
36. The Inspector General of Police, Indore or his duly authorized representative
shall have at all reasonable time access to the suppliers premises and shall
have the power at all reasonable time to inspect and examine the materials
and workmanship of goods.
37. The bidder shall be responsible for the proper packing of the goods so as to
avoid damages under normal conditions of transport by sea, rail, road or air
and for delivery of the material in good conditions to the consignee at
destination. In the event of any loss, damage, breakage, leakage or any
shortage the bidder shall be liable to make good of such loss and shortage
found at the time of checking/inspection of the materials by the consignee, no
extra cost on such account shall be admissible to him.
38. The successful bidder shall arrange supplies of goods in the specific terms and
conditions of the supplies and at the place of destination, within 90 days from
the date of placing the order. The date of placing the order shall be the date of
dispatch of order or the delivery thereof to the bidder when such order is being
delivered through some person. This condition will apply to LUN and other
government agencies as well.
39. In case of repeat purchase order, the supply period will be 60 days.
40. If the supplier firm fails to supply goods within stipulated delivery period then
the supply order stands cancelled and the security deposit shall be forfeited by
the department. In addition the supplier firm shall be blacklisted for a definite
period to be decided by the department, during which no supply order would
be given to the blacklisted firm by the police department.
41. If the supplier firm applies for the extension of the delivery period, the
extension could be granted on valid grounds only.
42. The goods shall be delivered at the destination in perfect condition. The
supplier if so desires, may insure the valuable goods against loss by theft,
destruction or damage by fire, flood undue exposure to weather or otherwise.
The expenditure thereon shall be borne by the supplier.
43. The supplier shall bear commission charges on remittances made in
settlement of their claims.
44. The contract of supply can be repudiated at any time if the supplies are not
made to the satisfaction of the Inspector General of Police, Indore Zone.
45. Neither Railway Receipt will be accepted by VPP nor will the Railway Receipt
which is freight to pay be accepted.
46. The Bidder shall invariably furnish complete address of the premises of his
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore
city (RLVD System )
15 | P a g e
office, godown and workshop, together with full name and address of the
person who is to be contacted, for the purpose where inspection can be held.
47. After the expiry of the stipulated delivery period, which includes delivery
extension period if any, the supplier shall be liable to pay the penalty, which
shall be deducted from the payment due to him at the rate of 0.25% of the
total amount per week. If the supplier firm fails to supply all the items within
stipulated delivery period then the supply order stands cancelled for the
remaining items and the security deposit shall be forfeited by the department.
In addition the supplier firm shall be blacklisted for a definite period to be
decided by the department, during which no supply order would be given to
the blacklisted firm by the police department.
48. If the goods are supplied after the stipulated date then for the purpose of
computing penalty the week shall be counted as if the supply was made on the
last day of that week. For example, if the supply of goods is made after the
delay of 06 weeks and 4 days then the penalty shall be computed for 07 weeks
of delay, i.e., 1.75 % of the total cost.
49. Payments would be made after the satisfactory operation and handing over of
the system ordered in the supply order.
50. If the tenderer is unable to complete the supply or fails to comply with the
terms and conditions of the BID within the specified or extended period, the
IGP, Indore Zone, shall be at liberty to arrange supply either through re-tender
or otherwise. The Inspector General of Police may give 7 days notice in writing
to the approved supplier to complete the supplies or make good the failure,
neglect or contravention complained of which the contractor fail to comply
with the notice within 7 days of the date of the service there of, and if the
Inspector General of Police thinks fit, he may direct the supplier to make good
the loss sustained or any expenditure incurred by the Government in
arranging the suppliers through any other agency. He may also use the
earnest money / security deposit of the contractor to make good such a loss.
51. The supply period and penalty on purchase order of imported/ foreign goods
will be imposed and decided based on the facts & circumstances and nature of
the goods. The Inspector General of Police reserves the right to take the final
decision.
52. The successful bidder shall execute an agreement on a non judicial stamp of
Rs.100/- or of such value as may be prescribed by the law on the subject for
contract deeds in the prescribed form, within 15 days from the date he is
informed of the acceptance of his BID for the due performance of the contract.
In case of failure of the execution of agreement within the specified period, the
order shall be liable to be cancelled. The expenses on completion and
stamping the agreement shall be borne by the supplier who shall furnish free
of charge one copy of the agreement duly executed and stamped to the
Superintendent of Police (HQ) Indore and the another copy should be without
non judicial stamp.
53. No advance payment shall be made.
54. Upon breach of any of the General Terms and Conditions of contract and
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore
city (RLVD System )
16 | P a g e
breach of the agreement by the supplier it will be lawful for the department to
forfeit the Earnest money/ Security Deposit in whole or part, or impose such
penalty as deemed fit and recover the same from the Security Deposit or from
any other payment to be made to the supplier or in any other manner as the
deemed fit by the department, but without prejudice to right of the department
to recover any further sum of money as damages from the supplier.
55. The Bidder will be required to impart training to at least 20 police personnel to
run the whole system within six months from operationalizing the system. The
Bidder shall bear all the expenses thereof.
56. Resolution of Disputes: In the case of dispute or difference arising between the
Purchaser and the Supplier relating to any matter connected with this
contract, the same shall be settled through amicable negotiations between a
maximum of Two (2) officers nominated by the Competent authority of Indore
Police and Two (2) employees nominated by the Supplier, failing which, the
dispute shall be submitted to arbitration in accordance with the provisions of
the Arbitration and Conciliation Act, and the Arbitrator’s decision shall be
final & binding. The language of arbitration shall be English. The venue of the
conciliation and/or arbitration proceedings as well as legal proceedings shall
be only in Indore, India.
57. Direct or indirect canvassing on the part of Bidder or their representatives will
disqualify his BID.
Seal and signature of
proprietor/ manager
representative of the firm on
behalf of the firm giving BID
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore
city (RLVD System )
17 | P a g e
Chapter 5 TECHNICAL SPECIFICATIONS
Note: Technical Specifications for ANPR, RLVD, video surveillance, law enforcement,
traffic management system & Required Hardware and Control Room specifications would
be same for both the options i.e. with wireless connectivity or with OFC connectivity
provided by department. Difference of Technical Specifications for both options lies only in
the Network Component. The bidder has to mention the details of the required network
components for both options separately. For OFC option only the end-to-end network
connectivity would be provided.
In view of the modular purchase & installation of the different system like, ANPR ,RLVD,
video surveillance, law enforcement, traffic management system i.e. it is also required
that all such systems to be integrated under common command & control user interface.
Therefore interoperability, openness & nonproprietary system would be preferred. In
addition, common visual computing platform would be preferred over disjointed systems.
Also the Intellectual Property of such systems should reside with the Indian
company/entity.”
5.1 RED LIGHT VIOLATION DETECTION SPECIFICATIONS
S.
No. Category Specifications
Compliance Bid
Page
No
Page
Row No (YES/NO)
1 Objective
a) Capture the License Plate of the vehicles who cross
the Stop line even when the signal is Red.
b) Generate sufficient evidential proof that the offence
has taken place
c) To penalize the offenders by issuing Challans to
them against the offence with sufficient evidence of
the offence which can stand the court of law
d) To preserve the records for future analysis so that
corrective actions are to be taken to curb the
tendency of people to commit such offences.
2 RLVD sub - system is made of the following
components
a)
Standard IP
camera for
License
Plate
Capture:
Standard ONVIF compliant
Minimum 1.3 MP IP cameras with
5-50 MM megapixel lens. The
Camera should be able to stream
MJPEG video at 25 fps for 1.3 MP
resolutions. The system should
support all standard brands of
cameras satisfying the given
specification. One camera should
cover at least 3.5 meter width of
lane, and capture the license
plates of vehicles which violates
the traffic signal and moving at a
speed of 0 to 120 km/hr.
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore
city (RLVD System )
18 | P a g e
b)
Standard IP
camera to
capture
evidential
proof
1.3 MP IP camera with 5-50
mm megapixel lens is to be
used to capture at least 5
snaps showing clearly that the
vehicle is crossing the stop line
even when the signal is RED.
c)
Provision for
Traffic
Controller
Integration
If required, the system should
be able to take feed from
Traffic Controller to know
signal status.
d) IR –
illuminator
The IR-illuminator is required
to capture license plate at
night time when there is not
sufficient illumination at site.
The IR-illuminator should be
external and should not
consume more than 80W to
illuminate a lane.
e) RLVD
Software
RLVD software should be
deployable in standard servers
running either Windows or
Linux Operating system, and
should have open interface to
be integrated with the Challan
generating sub-system.
Challan generating system and
the RLVD software should
interact on open interface so
that each of the systems can be
chosen independently.
3 Functionality
a)
IT synchronizes among the RED light Status
camera, License plate camera and Evidential
proof capture camera and store the record in
Database with License plate image, Front image
of the vehicle, and the 5 snaps showing clearly
that the vehicle is crossing the stop line while
the signal is RED. It should be able to intimate
the incidence in real time through SMS/MMS to
designated Cell phone, so that this facility can
be used to alert the traffic personnel posted at
the next traffic intersection.
b)
The system should generate Alarms at control
room software if any signal is found not turning
RED within a specific duration of time. The
Alert should also be sent through SMS using
cellular network reporting such incidence.
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore
city (RLVD System )
19 | P a g e
c)
The system should provide facility to search for
the cases of violations occurred during any
specific span of time, and provide a statistical
analysis of the number of such incidences
occurring during various days of the month,
various months of the year in graphical forms. A
report of all such incidences should be available
and transferable in hard copy during any
selected span of time.
d)
The system should provide facility to privileged
users to manually check the entry in database
using standard Web browsers and edit the
numbers which may be wrongly OCR-read,
before the numbers are fed to the Challan
generating sub-system. An audit trail should be
maintained to record such editing activities.
e)
The System should also record the video of all
the cameras/selected cameras using a
predefined and user configurable schedule. The
recorded video can be searched using the
following filters:
i. Appearance of a particular license plate.
ii. When the signal is RED
iii. When the signal is GREEN
iv. During any given date-time span.
f)
The system should capture standard vehicle’s
number plates with an accuracy of at least 70%
at day time and at least with an accuracy of
60% at night time.
g)
The system should be able to show Live video in
multiple Matrix layout for all the cameras in
the system at real time. At least 1x1, 2x2, 3x3,
1+5, 1+7 views must be supported.
h)
Additionally, the system should be able to store
license plates numbers of at least 10,000
suspected vehicles at a time and should
generate an Alert is any one of the vehicles is
found crossing the stop line (irrespective
whether the signal is GREEN or RED) in form
of Video popup at the Monitor and/or SMS on
Cell phones. SMS on Cell phones should be sent
using cellular network only.
i)
Additionally, the system should record
incidences when a vehicle is moving in wrong
direction on the road. This functionality should
be achieved without using any additional
camera.
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore
city (RLVD System )
20 | P a g e
6 Systems requirement
a) Local Server At
Intersection
The system must run on
a Commercial Off the
Shelf Server (COTS).
Outdoor IP 66 Quad
core processor based
server should be able to
cover at least 8 lanes.
b) Operating System
The system must be
based on open platform,
and should run both on
Linux and Windows
Operating System.
c) Network
Bandwidth
The system should work
with 4 fps video per
RLVD Camera.
d) Workstation
Workstation must run
on Windows 7 or Latest
Windows irrespective of
whether the Server is on
Linux or Windows.
5.2 Technical specification of ANPR and required hardware
The ANPR System shall enable monitoring of vehicle flow at strategic locations.
The system shall support real-time detection of vehicles at the deployed
locations, recording each four-wheeler, reading its number plate, database
lookup from central server and triggering of alarms/alerts based on the vehicle
status and category as specified by the database. The system usage shall be
privilege driven using password authentication.
Description
Compliance
Bid
Page No.
Page
Row No. .
(YES/NO)
1. Vehicle Detection and Video Capture Module :- The System should
automatically detect a vehicle in the camera view using video detection and activate license plate recognition
a. The System shall automatically detect the
license plate in the captured video feed in real-time.
b. The system shall perform OCR (optical
character recognition) of the license plate characters (English alpha-numeric characters in standard fonts).
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore
city (RLVD System )
21 | P a g e
c. The System shall store JPEG image of vehicle and license plate and enter the license plate number into DBMS like MySql,
PostgreSQL etc. database along with date timestamp and site location details.
d. System should be able to detect and
recognize the English alpha numeric License plate in standard fonts and formats of all four wheelers including cars, HCV, and
LCV.
e. The system shall be robust to variation in License Plates in terms of font, size, contrast
and color and should work with good accuracy
f. The system shall be robust to variation in
License Plates in terms of font, size, contrast and color and should work with good accuracy.
2. Vehicle Detection by Color
a. The system shall detect the color of all
vehicles in the camera view during daytime and label them as per the predefined list of
configured system colors. The system will store the color information of each vehicle along with the license plate information for
each transaction in the database.
b. The system shall have options to search
historical records for post event analysis by the vehicle color or the vehicle color with license plate and date time combinations
3. Alert Generation
a. The system should have option to input certain license plates according to the hot listed categories like “Wanted”,
“Suspicious”, “Stolen”, etc by authorized personnel.
b. The system should be able to generate
automatic alarms to alert the control room
personnel for further action, in the event of
detection of any vehicle falling in the Hot
listed categories.
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore
city (RLVD System )
22 | P a g e
4. Vehicle Status Alarm Module
a. On successful recognition of the number plate, system should be able generate
automatic alarm to alert the control room for vehicles which have been marked as
"Wanted", "Suspicious", "Stolen", "Expired". (System should have provision/expansion option to add more categories for future
need).
b. The Instantaneous and automatic generation
of alarms. In case of identity of vehicle in any category which is define by user.
5. Vehicle Log Module
a. The system shall enable easy and quick retrieval of snapshots, video and other data for post incident analysis and investigations.
b. The system should be able to generate suitable MIS reports that will provide
meaningful data to concerned authorities and facilitate optimum utilization of resources. These reports shall include.
i. Report of vehicle flow at each of the installed locations for Last Day, Last
Week and Last Month.
ii. Report of vehicles in the detected
categories at each of the installed locations for Last Day, Last Week and Last Month.
iii. Report of Vehicle Status change in different Vehicle Categories.
c. The system shall have Search option to tune the reports based on license plate number,
date and time, site location as per the need of the authorities.
d. The system shall have option to save custom reports for subsequent use. The system shall have option to export report being viewed to
common format for use outside of the ANPRS or exporting into other systems.
e. The system should provide advanced and smart searching facility of License plates from the database. There should be an option of
searching number plates almost matching with the specific number entered (up to 1 and
2 character distance).
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore
city (RLVD System )
23 | P a g e
6. Vehicle Category Editor
a. The system should have option to input certain license plates according to category
like "Wanted", "Suspicious", "Stolen", “Expired" etc. by Authorized personnel.
b. The system should have an option to add new category by authorized personnel.
c. The system should have option to update vehicle status in specific category by
authorized personnel. e.g. on retrieval of stolen vehicle, system entry should be changed from "Stolen" to "Retrieved".
d. System should have option to specify maximum time to retain vehicle records in
specific categories.
7. Central Management Module
The Central Management Module shall run on the ANPRS Central Server in control booth. It
should be possible to view records and edit hotlists from the Central Server.
8. Minimum IP Camera Specification
a. At least 1.3 MP, IP Box Camera, with 1/3
inch CCD/CMOS sensor
b. 5mm to 50 mm Varifocal Lens
c. Dual Stream support: MJPEG stream and H264 independently configurable. MJPEG Stream must be available in 1.3MP resolution
d. Simultaneous Streaming of both H264 and MJPEG streams
e. At least 3 concurrent access to Camera
f. MJPEG on RTSP/HTTP and H.264 in RTSP
protocol
g. Fully ONVIF Compliant
9. Camera Housing
a. IP66 standard with sunshield vandal proof Housing
10. Systems requirement
a) Local Server At Intersection
The system must run on a Commercial Off the Shelf Server (COTS). Outdoor IP 66
Quad core processor based server should be able to
cover at least 8 lanes.
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore
city (RLVD System )
24 | P a g e
b) Operating
System
The system must be based
on open platform, and should run both on Linux and Windows Operating
System.
c) Network
Bandwidth
The system should work with
4 fps video per ANPR Camera.
d) Workstation Workstation must run on Windows 7 or latest Windows OS irrespective of whether
the Server is on Linux or Windows.
5.3 IP IR - Outdoor Speed Dome Camera
S.
No. Feature Description
Compliance (YES/NO)
Bid Page No.
Page Row No.
1 Imaging device/ Sensor
1/3” CMOS or higher
2 Effective Pixels Minimum 1920(H) x 1080(V)
3 Synchronization Internal
4 Video Output BNC (1.0Vp-p / 75), PAL / NTSC
5 S/N Ratio More than 50 dB or higher
6 Minimum
Illumination [email protected] or better
7 White Balance Auto, ATW, Indoor, Outdoor,
Manual
8 Electronic Shutter
1/1 to 1/10,000 s
9 Zoom 20X Optical and 12x Digital or
better
10 Pan & Tilt Travel
Pan @ 0°~360°endless, Tilt @ '-
2°~90° auto -ip 180° to continue
monitor
11 Manual Speed Pan: 0.1° ~160° /s; Tilt: 0.1° ~120°
/s
12 Presets Mini. 255 Presets
13 Preset Speed Horizontal: 400°/s, Vertical:
180°/s
14 Privacy Masking ON/OFF (up to 24 privacy masking areas)
15 WDR It shall have Wide Dynamic Range
feature.
16 Zoom 3D Intelligent Zoom.
17 IR Function Internal/external for 100 Meter
18 Memory Micro SD card for onboard recording (minimum 4hours with
full resolution and frame rate)
19 Noise reduction 2D AND 3D
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore
city (RLVD System )
25 | P a g e
20 Tour 5 Auto Pattern, 8 Auto Tour, 5
auto scan,
21 Remote
Operation
Monitor, PTZ control, Voice
Intercom, System setting,
Playback, File download, Log
information, Maintenance & Upgrade
22 Day & Night Auto (ICR) / Color / B/W
23 Video Resolution and Frame Rate
Various image resolution up to 1920x1080 from 320x192 at 30fps
24 Video
Compression H.264/MPEG-4/MJPEG
25 Focus Autofocus
26 Video Streaming Dual streaming
27 Audio
Compression
G.711a / G.711u(32kbps)/PCM(128kbps) or
better
28 Networking
interface 1x RJ-45 (10/100Base-T)
29 Protocols
It should support following
protocols :
IPv4/IPv6, HTTP, HTTPS, SSL, TCP/IP, UDP, UPnP, ICMP, IGMP,
SNMP, RTSP, RTP, SMTP, NTP,
DHCP, DNS, PPPOE, DDNS, FTP,
IP Filter, QoS, Bonjour, ONVIF Ver.
2.0
30 Alarm 7 input & 2 output
31 Security User Account and Password
Protection
32
Supported Web
Browser for
remote viewing
etc
Windows – Microsoft Internet Explorer 6.x or later, Firefox,
safari, Google Chrome.The camera
on its Web GUI should provide
facility to initiate video recording
&audio recording (if activated) even
without the Video management Software.
33 Remote Users 20 Users simultaneously or more
34 Operating Temperature
-40ºC ~ 60ºC
35
Weather Proof
vandal proof
Standard
IP66 Outdoor weatherproof, and
vandal proof housing
36 Power Source
AC 24V/3A (±10%)/ DC12V
optional with Power over Ethernet
(POE)
37 Power Consumption
12W/30W(IR LED ON) or less
38 Certifications UL, CE, FCC, ONVIF & RoHs
39 Date &Time Stamping
Camera should support Date &Time Stamping on the footage.
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore
city (RLVD System )
26 | P a g e
5.4 TECHNICAL SPECIFICATIONS FOR WIRELESS CONNECTIVITY
S.
No. Description
Compliance Bid
Page
No.
Page
Row
No. (YES/NO)
a.
System should have the support for dual band 5.4 and 5.8 and frequency range of 5.470 - 5.875 GHz. System should also support 2.4 Ghz band with frequency range from 2412-2472 with different SKU.
b.
All System should be able to operate in Line of sight(LOS), near line of sight(nLOS) and non line of sight(NLOS) environment to ensure complete flexibility in choosing deployment locations.
c.
System should be able to provide the required bandwidth for smooth transmission of camera feeds with full resolution, full frame rate and full bit rate without dropping any frame. Minimum required bandwidth per camera is 10 Mbps
d. System should have the support of Maximum Deployment Range Up to 25 miles
e. System should be interference free.
f. The system shall support remote maintenance of radio units.
g. System should support wind survival of 185 km/hour
h. System should be able to Operate in the Temperature range of 0 degrees C to +55 degrees C
i.
Should be able to perform in Relative Humidity greater than 80%, non-condensing at all operating temperatures
j. System should have the support of VLAN 802.1ad (DVLAN Q-in-Q), 802.1Q with 802.1p priority, dynamic port VID
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore
city (RLVD System )
27 | P a g e
k. System must have 1000 Base (T) half/full duplex, rate auto negotiated (802.3 compliant)-for central location
l System must have 10/100 Base(T) half/full duplex, rate auto negotiated (802.3 compliant)- for remote locations
m System should have support of NETWORK MANAGEMENT with HTTP, Telnet, FTP, SNMP v2c
n System should have the support of
carrier to noise ratio as low as 7 dB.
o Radio Latency should be consistent below 3-5 ms round trip.
5.5 SPECIFICATIONS FOR POLE AND MASTS:
It is need based. Poles and Masts should be of appropriate heights and installed properly at each location ensuring optimum performance of these cameras and network connectivity. All items should be industry grade, weather and lightening proof with appropriate earthling.
5.6 SPECIFICATIONS FOR NETWORK SWITCHES FOR LOCATIONS
Network switches should be decided as per the requirement. Suggestive minimum technical specifications are given as under.
S. No. Description Compliance
(YES/NO)
Bid
Page
No.
Page
Row
No.
1 8XRJ-45 10/100 BASE –TX POE LAN
2 2XRJ-45 10/100/1000 BASE –T NETWORK UPLINK
3
SHOULD BE A MANAGED LAYER 2
SWITCH .IT SHOULD BE RACK MOUNTABLE HAVING MINIMUM 10 PORTS
WITH VLAN SUPPORT.PORT BASED
SECURUTY.
SHOULD BE COMPATIBLE FOR OFC
CONNECTIVITY ALSO.
SPEED AS PER REQUIREMENT.
NOTE: ALL ELECTRICAL AND NETWORK EQUIPEMENTS INSTALLED AT LOCATIONS SHOULD BE PLACED IN PROPER WEATHER AND VANDAL PROOF HOUSINGS FOR THEIR SAFETY.
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore
city (RLVD System )
28 | P a g e
5.7 Specification for Layer 3 Network Switch for Central Control Room:
S.no
Minimum required specifications Compliance
(If any)
Bid
Page
no.
Page Row
No. .
1
Layer-3 Switch. 19” Rack Mountable with
stackable. Min. 24 Nos. 10/100/1000BaseT
ports and Min.12 Nos. free mini SFP/GBIC
slot to accommodate
1000BaseSx/1000BaseLx Ports , upgradable
to any combination of 24 ports of fiber or
copper gigabit ports. Modular support for
adding two 10G ports if required in future.
All ports should be switched ports.
2 1+1 Redundant and hot swappable, load
sharing Power supply
3
Two core switches will be connected in 100%
redundancy, master/slave mode using
industry standard VRRP protocol to avoid
single point of failure in network
4
Both the core switch will connect to each
other on a high speed stacking cable that
should be supplied along with the switch.
5
Each VMS Server will have dual NIC cards
to connect to both the Core switches, and
incase of failure of one core switch other
should take over, without loss of connection
between VMS & cameras. Min. 165Gbps
switching fabric, Min. 110Mpps forwarding
rate. Should be wire speed switching and
routing capabilities and non blocking
architecture, Supports for 10KB Jumbo
frame size.
Support VLANs. Should have Policy based
QoS features. Should be able to handle
complex traffic queuing requirement with
full security.
Should support all routing protocols as per
requirement.
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore
city (RLVD System )
29 | P a g e
5.8 Unified Storage – For RLVD ,ANPR and Video storage for 15 days , full
capacity
Description Complianc
e
(YES/NO)
Bid
Pag
e
No.
Pag
e
Row
No.
Main Processor Intel® sandy Bridge or equivalent
Motherboard Embedded Board (Support 7x24
operation)
Memory 32GB DDR3(up to 1.5 TB)
Case Hot-dipped galvanized sheet
steel(1.2mm thickened), High-precise
aluminum alloy slide, Patented pull-
out rack design
Fan Dual ball screw bearing fan,
MTBF>100,000h, support replacement
during operation
Interface WEB GUI to Configure the Storage
Input/Output Bandwidth
Transmission 512Mbps
Recording 512Mbps
Storage
Internal HDD 200 TB , (Single or multiple unit )
HDD Mode Single, Raid 0, Raid 1, Raid 5
(Support global HDD Hot-standby)
HDD Installation Independent HDD rack, support
hot swap
Network
Interface 4 RJ-45 ports(10/100/1000Mbps)
Ethernet Port 4 Ethernet ports joint working or 4
independent 1000Mbps Ethernet
ports
Auxiliary Interface
Front cover Support hot swap, 7" inch HD LCD
(1920x1080/1280x1024/1024x768)
eSATA 1 eSATAport
SAS 2 Mini SAS ports
General
Power Supply
AC 100V~240V,47~63Hz ,
Redundant
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore
city (RLVD System )
30 | P a g e
Working
Environment 0˚C~40˚C
Working Humidity 10%~80% ( non-condensation)
Installation Rack-mounted
5.9 LED HD monitor
Description Compliance
(Yes/No)
Deviations
(If any)
Bid Page
no. Page Row
No. .
Make
Model no.
Origen of country
46 "LED HD monitor 24
X 7
5.10 Specifications for Client PC (Optional) :-
Description Complian
ce
(YES/NO)
Bid
Page
No.
Page Row
No.
Processor: Intel Core i7, 24inch led monitor
RAM: 4GB DDR3.
HDD: 500GB SATA.
Optical Drive: DVD-R/W (latest Version)
NVIDIA GeForce 210 with 1 GB
Optical Mouse
Keyboard
Port: 10/100/1000 Ethernet, 4USB2.0 Ports (incl. two
in the Front side) and other Ports required for the
System/Common ports.
OS: Windows 7 Professional: All Hardware and
Software to be IPv4, IPv6 Compliant and Dual stack
configurable, wherever applicable.
Antivirus: Latest renowned Antivirus Suite licensed to
MCL.
License: All Software’s to be supplied with OEM media
and Licensed
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore
city (RLVD System )
31 | P a g e
5.11 Specification for UPS for Power Backup:
S.no Minimum required specifications Compliance
(If any)
Bid
Page
no.
Page Row
No. .
1 On Site – On remote Locations - ON
LINE 1KVA UPS, ISI Approved.
2 On Control Room – ONLINE 5 KVA
UPS, ISI Approved
3 APPROPRIATE POWER BACK UP TO
BE PROVIDED - Minimum for 4-6 hours.
5.12 Video Management, RLVD & ANPR server
S.no
Minimum required specifications Compliance (If any)
Bid Page no.
Page Row No. .
1
Rack Mount Processor Intel E-5 2640 V2 series 2.0GHz Xeon six core 20 MB Cache. No of processors 02 .
2
RAM Memory – Minimum 32 GB ECC DDR3 1333 Mhz . Memory expandable up to Minimum 128 GB.
3
OS- Windows 2012 Standard Edition 64 bit or as per requirement.
4 OS Drive – 1 X 500 GB SATA at 7200 rpms or higher
5
Storage HDD: Minimum 7 X 500GB SATA at minimum7200 rpms or better with RAID controller.
6
Network Card – Minimum 2x1Gbit/s network cards with separate segment for cameras and viewing station
7 Raid Controller – Minimum 1GB
8 Power supply (N+1) Redundant
9 SQL standard or enterprise edition should work well (only on SQL Server).
10 .Net3.5 and .Net 4.0 should be installed and ISS should be activated.
11
SQL Enterprise or Datacenter edition if windows clustering are implemented or else express or standard edition will work well.
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore
city (RLVD System )
32 | P a g e
Chapter 6 6.1 Bill of Quantity for the option with wireless option
(To be submitted along with Annexure C-4)
S.no. Name of equipment Qty Unit U/price Amount
1 Integrated Traffic management and
city surveillance solution :-
A ANPR camera 130
B RLVD Evidence Camera 65
C Outdoor IP 66 Processor As Per
Requirement
D Night Vision Illuminator 130
E As per required Software for ANPR
and RLVD
F Outdoor Audio Speaker 65
2
Minimum 2 Megapixel Outdoor IP
66 I.P PTZ camera with Company
fitted integrated I.R., minimum 20
X optical zoom
15 Nos.
3 Wireless link with antenna As Per
tender Specification
15
Square
Need
Based
4
Online Ups outdoor for cameras
with 1-2 Hour back With Isolation
Circuit
15
Square Nos.
5
Network Switches, Cat 6 Cable ,
Power cable Other Active & Passive
Component as per requirement
15
Square
Need
Based
6
Installation/civil work pole and
masts and other required
accessories should be made of high
grade quality with GI paint, Along
with Earthling arrangement ,
Arrester and aviation Lamp
Wherever is required
15
Square
Need
Based
7
Network Rack/Outdoor cabinet for
all equipments at main control
Room ,and remote location with
electric fittings
15
Square
Need
Based
8
Electricity meter connectivity with
required Armored Wire(ISI
Approved ) with Laying up to
Meter point Provision for Each
Location
15
Square Nos.
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore
city (RLVD System )
33 | P a g e
Control Room Equipment
9 Centralize ANPR And RLVD and PTZ
camera Monitoring Server Software 1 Set
10 Integration Module for M.P Vehicle data
base server 1 Set
11 E- challan Module for RLVD and ANPR
systems 1 Set
12 Centralize Server for ANPR , RLVD And
PTZ camera 2 Nos.
13
Unified Storage for 15 Days recording of
ANPR , RLVD ,and PTZ camera , Having
Provision for Recording of City
Surveillance cameras also in same storage
1 Unit
14 Wireless base station With Required tower
For LOS and Earthing Work -360
Coverage 1 Lot
15 Layer 3 Network Switch With Network
rack With Cooling Fan 1 Lot
16 Online ups for main control room/server.
5Kva 1-2 Hour back up (N+1)Redundant
With Isolation Circuit 1 Nos.
17 46 “ HD LED monitor, 24 X 7 Application 2 Nos.
18 Client machine includes latest original
window OS with 24 “ LED monitor & anti-
Virus License for Three years 3 Nos.
19
Three years Onsite warranty with
complete maintenance for Entire systems
from the Date of Check Test & handover
Of Entire Systems
3 Year
20
Running, Operation for whole Systems 3
years Replacement Warranty Period ( 4
skilled Operator & One dedicated Service
Eng for Operation , Bidder Will born all
Expanses) and bidder shall impart
training for at least 20 police personnel to
run the whole system
36 Month
Total amount
Tax amount
Final amount With all inclusive Basis (Tax, freight insurance, Octrai
etc.)
Amount In words :-
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore
city (RLVD System )
34 | P a g e
6.2 Bill of Quantity for the option with Optical Connectivity provided by the department (To be submitted along with Annexure C-4)
S.no. Name of equipment Qty Unit U/price Amount
1 Integrated Traffic
management and city
surveillance solution :-
A ANPR camera 130
B 4 RLVD Evidence Camera 65
C Outdoor IP 66 Processor As Per Requirement
D Night Vision Illuminator 130
E As per required Software for
ANPR and RLVD
F Outdoor Audio Speaker 65
2
Minimum 2 Megapixel
Outdoor IP 66 I.P PTZ
camera with Company fitted
integrated I.R., minimum 20
X optical zoom
15 Nos.
3 Online Ups outdoor for
cameras with 1-2 Hour
back With Isolation Circuit
15 Square Nos.
4
Network Switches, Cat 6
Cable , Power cable Other
Active & Passive Component
as per requirement
15 Square Need Based
5
Installation/civil work pole
and masts and other
required accessories should
be made of high grade
quality with GI paint,
Along with Earthling
arrangement , Arrester and
aviation Lamp Wherever is
required for camera
15 Square Need Based
6
Network Rack/Outdoor
cabinet for all equipments
at main control Room ,and
remote location with electric
fittings
15 Square Need Based
7
Electricity meter
connectivity with required
Armored Wire(ISI Approved)
with Laying up to Meter
point Provision for Each
Location
15 Square Nos.
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore
city (RLVD System )
35 | P a g e
Control Room Equipment
8 Centralize ANPR And RLVD and PTZ
camera Monitoring Server Software 1 Set
9 Integration Module for M.P Vehicle
data base server 1 Set
10 E- challan Module for RLVD and
ANPR systems 1 Set
11 Centralize Server for ANPR , RLVD
And PTZ camera 2 Nos.
12
Unified Storage for 15 Days recording
of ANPR , RLVD ,and PTZ camera ,
Having Provision for Recording of
City Surveillance cameras also in
same storage
1 Unit
13 Layer 3 Network Switch With
Network rack With Cooling Fan 1 Lot
14
Online ups for main control
room/server. 5Kva 1-2 Hour back up
(N+1)Redundant With Isolation
Circuit
1 Nos.
15 46 “ HD LED monitor, 24 X 7
Application 2 Nos.
16
Client machine includes latest
original window OS with 24 “ LED
monitor & anti-Virus License for Three
years
3 Nos.
17
Three years Onsite warranty with
complete maintenance for Entire
systems from the Date of Check Test &
handover Of Entire Systems
3 Year
18
Running, Operation for whole
Systems 3 years Replacement
Warranty Period ( 4 skilled Operator
& One dedicated Service Eng for
Operation , Bidder Will born all
Expanses ) and bidder shall impart
training for atleast 20 police personnel
to run the whole system
36 Month
Total amount
Tax amount
Final amount With all inclusive Basis (Tax, freight insurance, Octrai
etc.)
Amount In words :-
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore
city (RLVD System )
36 | P a g e
Chapter – 7
FORMS – NEED TO FILL AND ATTACHED AS PER INSTRUCTIONS
ANNEXURE-A
Pre Bid Qualification – Check List
(To be submitted in Separate sealed Envelop along with the Documents)
S.
No.
Description Details of
compliance
Page No.
1 Details of bidding company (Lead
company in case of consortium):
Company Name, Contact Person’s Name
and Contact Details, Letter of
Authorization,)
2 Firm's Registration &
Certificate Date
3 Tin No.
4 EMD Rs 20 Lac (Twenty Lac Only) in
form of Demand Draft/Bank
Guarantee/FDR issued in Favor of
SP(HQ) Indore
5 Challan/DD No.(TENDER Fee)
6 Acceptance of all terms & Conditions of
the TENDER
7 Separate Technical Bid & Commercial
Bid
8 Income Tax clearance 2012-13
certificate with copy of I.T. Returns
9 PAN Number
10 Sale Tax Clearance Certificate -2012-13
11 Minimum average Turnover- Last three
year Should Be 3 Cr. (Attach last three
years Balance Sheet )
2010-11
2011-12
2012-13
12 Authorization/OEM Certificate of each
item
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore
city (RLVD System )
37 | P a g e
13 The Company must have executed
similar one project like CCTV of not less
than 3.5 Cr in Police organization /Para
military forces/government department.
Details thereof along with the letter of
satisfaction from client to be submitted.
14 Software, Hardware OEM must have
office in India. Proof to be submitted.
15 SSI/NSIC/DGS & D Reg. certificate for
EMD exemption
16 Specification Compliance, Self
declaration certificate must be submitted
declaration
-
17 Quoted ANPR and VMS software should
be one make only. Self declaration to be
produced
18 Quoted for four Skilled operator & One
Service Eng. for Operation &
maintenance for three years
19 Details of the Consortium Partner (if
any) and document of understanding
along with the defined roles and consent
of partners.
Bidder Seal and signature
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore city (RLVD
System )
38 | P a g e
ANNEXURE-B
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore city (RLVD
System )
39 | P a g e
ANNEXURE-C1
BIDDER PARTICULARS
(Enclose with Technical Bid)
1. Name of the Bidder :
2. Address of the Bidder :
3 Name of the Manufacturer(s) :
4. Address of the Manufacturer :
5. Name & address of the person :
to whom all references shall be
Made regarding this TENDER
Enquiry.
Telephone :
Fax :
E-mail :
Witness:
Signature----------------------------------------- Signature ---------------------------------------------
Name -------------------------------------------- Name -------------------------------------------------
Address ------------------------------------------ Designation ------------------------------------------
Date ---------------------------------------------- Company Seal --------------------------------------
Date ------------------------------------------------
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore city (RLVD
System )
40 | P a g e
ANNEXURE-C2
BID FORM
(Enclose with Technical Bid)
Date: ___/___/___
The SUPERINTENDENT of Police(HQ), Indore
Sir,
Having examined the Bid Documents of Tender for the purchase of Tender for Supply and
Implementation of Intelligent Traffic Management System, CCTV Capable of Generating E-
Challan For Indore District Police
We,____________________, offer to supply and deliver___________________________________
(Name of the Firm) (Description of Goods and Services)
in conformity with the said TENDER provisions for sums as may be ascertained in accordance with the Schedule of
Prices provided in the Commercial Bid.
We undertake, That we have understood Scope of work , We are also familiar with site and site requirement .
We undertake required work an turnkey solution , and we will provide required hardware ,software and other
accessories mention /not mention for completion of project Without any additional cost .
We undertake, if our bid is accepted, to complete delivery, installation and commissioning of the equipment as
per the schedule specified in the TENDER.
We further undertake that, if our bid is accepted, we will obtain the Guarantee of a Commercial Bank in a
sum equivalent to 10% of the Contract Price for the due Performance of the Contract as per terms and conditions of
the TENDER.
We agree to abide by this bid for a period of 180 days from the date fixed for bid opening and it shall remain
binding upon us and may be accepted at any time before the expiration of that period. This bid together with your
written acceptance thereof and your notification of award shall constitute a binding Contract between us.
We have noted the contents of Contract Form and agree to abide by terms and conditions in the same.
We understand that you are not bound to accept the lowest or any bid you may receive. We also understand
that you have the right to vary the quantities and/or split the total order among the Bidders and/or procure the
available and compatible items/ equipments under DGS&D Rate Contract.
SIGNATURE AND SEAL OF BIDDER
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore city (RLVD
System )
41 | P a g e
ANNEXURE – C3
Undertaking
(Enclose with Technical Bid)
To
The SUPERINTENDENT of Police (HQ),
Indore
Ref: Tender for Supply and Implementation of Intelligent Traffic Management System, CCTV
Capable of Generating E-Challan For Indore District Police.
Sir,
We confirm that we have understood
We guarantee that everything to be supplied and fabricated by us hereunder shall be brand new, free from all
encumbrances, defects and faults in material, workmanship and manufacturer and shall be of the highest grade and
quality and consistent with the established and generally accepted standards for materials of the type ordered and
shall be in full conformity with the specifications, drawings or samples, if any, and shall operate properly. We shall be
fully responsible for its efficient and effective operation. This guarantee shall survive inspection of and payment for,
and acceptance of the goods, but shall expire 36 months after their acceptance by the Purchaser.
The obligations under the Guarantee expressed above shall include all costs relating to labour, repair,
maintenance (preventive and unscheduled), and transport charges from site to manufacturers’ works and back and for
repair/adjustment or replacement at site of any part of the equipment/ item which under normal care and proper use
and maintenance proves defective in design, material or workmanship or fails to operate effectively and efficiently or
conform to the specifications and for which notice is promptly given by the Purchaser to the Supplier.
SIGNATURE OF THE WITNESS SIGNATURE AND SEAL OF BIDDER
DATE ___________
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore city (RLVD
System )
42 | P a g e
ANNEXURE- C4
BID LETTER
(Enclose with Commercial Bid)
To
The SUPERINTENDENT of Police(HQ),
Indore
Ref: Tender for Supply and Implementation of Intelligent Traffic Management System, CCTV
Capable of Generating E-Challan For Indore District Police
Sir,
We declare:
1. a) That we are manufacturers / authorized agents of _________.
b) That we /our principals are equipped with adequate machinery for production, quality control and testing of
materials manufactured and used by us and that our factory is open for inspection by your representatives.
2. We hereby offer to supply the Goods at the prices and rates mentioned in the Commercial Bid at Chapter 6.
3. Period of Delivery: We do hereby undertake, that in the event of acceptance of our bid, the supply of the
equipments shall be completed at site within stipulated period from the date of Award of Contract, and that
we shall perform all the incidental services as per contract.
4. Terms of Delivery: The prices quoted are inclusive of all charges up to delivery at all the location (site) to be
indicated by Indore Police.
5. We enclose herewith the complete Commercial Bid as required by you and also enclosed the Check List.
6. We agree to abide by our offer for a period of 180 days from the date fixed for opening of the Commercial Bids and
that we shall remain bound by a communication of acceptance within that time.
7. We have carefully read and understood the terms and conditions of the TENDER and the conditions of the
Contract applicable to the TENDER and we do hereby undertake to supply as per these terms and conditions.
8. Certified that the Bidder is:
a sole proprietorship firm and the person signing the TENDER is the sole proprietor/constituted attorney of the
sole proprietor.
or
a partnership firm, and the person signing the TENDER is a partner of the firm and he has authority to refer to
arbitration disputes concerning the business of the partnership by virtue of the partnership agreement/by virtue of
general power of attorney.
or
a company and the person signing the TENDER is the constituted attorney.
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore city (RLVD
System )
43 | P a g e
NOTE: Delete whatever is not applicable. All corrections/ deletions should be duly attested by the
person authorized to sign the TENDER document.
9. We do hereby undertake, that until a formal Contract is prepared and executed, this bid, together with your
written acceptance thereof and placement of letter of intent awarding the contract, shall constitute a binding
Contract between us.
10. All quoted prices should be inclusive of taxes and duties prevailing on the date of proposal submission.
11. Other than what is given above, the bidder is expected to account for any other deliverable to make the implementation
successful and will be considered for commercial evaluation.
Dated this ___________day _________of____________2014.
Signature of the Bidder
Details of enclosures: Full address:
Telephone
Fax No.
Mobile No.
Email address:
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore city (RLVD
System )
44 | P a g e
ANNEXURE- C5
PROFORMA FOR CONTRACT PERFORMANCE BANK GUARANTEE
(To be stamped in accordance with Stamp Act)
Bank Guarantee No___________ Date__________
Ref________________________
To,
The SUPERINTENDENT of Police (HQ),
Indore
Dear Sir,
In consideration of the SUPERINTENDENT of Police (HQ), Indore (hereinafter referred to as the
‘Purchaser’ which expression shall unless repugnant to the context or meaning thereof include its successors,
administrators and assignees) having awarded to M/s___________________ with its Registered/ Head Office
at_____________ (hereinafter referred to as the ‘Contractor’ which expression shall unless repugnant to the context or
meaning thereof, include its successors, administrators, executors and assignees), a Contract by issue of the
Purchaser’s letter of intent No._______ dated __/__/____ entering into a formal contract to that effect with the
Purchaser on ___________vide Agreement No._________(hereinafter referred to as the “Contract”) and the Contractor
having agreed to provide a Contract Performance Bank Guarantee for the faithful performance of the entire Contract
equivalent to_______*_______Ten percent of the said value of the Contract to the Purchaser.
We_________________________________ (Name & Address of the bank) having its Head office
at______________________(hereinafter referred to as the ‘Bank’ which expression shall, unless repugnant to the
context or meaning thereof, include its successors, administrators, executors and assignees) do hereby guarantee and
undertake to pay the Purchaser, on mere demand any and all moneys payable by the Contractor to the extent of
Rs____*____as aforesaid at any time upto ________________ (day/month/year) without any demur, reservation, contest,
recourse or protest and/or without any reference to the Contractor. Any such demand made by the Purchaser on the
Bank shall be conclusive and binding notwithstanding any difference between the Purchaser and the Contractor or
any dispute pending before any court, Tribunal, Arbitrator or any other authority. The Bank undertakes not to revoke
this guarantee during its currency without previous consent of the Purchaser and further agrees that the guarantee
herein contained shall continue to be enforceable till the Purchaser discharges this guarantee.
The Purchaser shall have the fullest liberty without affecting in any way the liability of the bank
under this guarantee, from time to time to extend the time for performance of the contract by the Contractor. The
Purchaser shall have the fullest liberty, without affecting the guarantee, to postpone from time to time the exercise of
any powers vested in them or of any right which they might have against the Contractors, and to exercise the same at
any time in any manner, and either to enforce or to forbear to enforce any covenants, contained or implied in the
Contract between the Purchaser and the Contractor or any other course or remedy or security available to the
Purchaser. The bank shall not be relieved of its obligations under these presents by any exercise by the Purchaser of
its liberty with reference to the matters aforesaid or any of them or by reason of any other act or forbearance or other
acts of omission or commission on the part of the Purchaser or any other indulgence shown by the Purchaser or by any
other matter or thing whatsoever which under law would, but for this provision, have the effect of relieving the bank.
The Bank also agrees that the Purchaser at its option shall be entitled to enforce this Guarantee
against the Bank as a principal debtor, in the first instance without proceeding against the Contractor and
notwithstanding any security or other guarantee that the Purchaser may have in relation to the Contractor’s
liabilities. We undertake to pay to the Government any amount so demanded by the Government, notwithstanding.
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore city (RLVD
System )
45 | P a g e
a) any dispute or difference between the Government or the Contractor or any other person or between the
Contractor or any person or any suit or proceeding pending before any court or tribunal or arbitration
relating thereto; or
b) the invalidity, irregularity or un-enforceability of the contract; or
c) in any other circumstances which might otherwise constitute discharge of this Guarantee, including any act of
omission or commission on the part of the Government to enforce the obligations by the Contractors or any
other person for any reason whatsoever.
We, the Bank further agree that the guarantee herein contained shall be continued on and remain in
full force and effect during the period that would be taken for the performance of the said Agreement and that it shall
continue to be enforceable till all the dues of the Government under or by virtue of the said agreement have been fully
paid and its claims satisfied or discharged or till the Purchaser, certifies that the terms and conditions of the said
Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this
guarantee.
We_______________________________________ hereby agree and undertake that
(indicate the name of the bank)
any claim which the Bank may have against the Contractor shall be subject and subordinate to the prior payment and
performance in full of all the obligations of the Bank hereunder and the Bank will not without prior written consent of
the Government exercise any legal rights or remedies of any kind in respect of any such payment or performance so
long as the obligations of the Bank hereunder remain owing and outstanding, regardless of the insolvency, liquidation
or bankruptcy of the Contractor or otherwise howsoever. We will not counter claim or set off against its liabilities to
the Government hereunder any sum outstanding to the credit of the Government with it.
Notwithstanding anything contained herein above our liability under this guarantee is limited to total
amount of Rs______*______and it shall remain in force upto and including__________**_________and shall be extended
from time to time for such further period as desired by M/s____________________ on whose behalf this guarantee has
been given.
Dated this ____________day of______________2014___________ at
WITNESS
(Signature)_________________ (Signature) ________________________________
(Name)____________________
NAME____________________ (Banker’s Rubber Stamp) ____________________
(Official address)____________ Attorney as per Power of Attorney_____________
* This sum shall be ten percent (10%) of the Contract Price.
** The date will be 03(three) year and six months from the date of award of the contract. In case of Bank
guarantee issued by a Foreign Bank, the same shall be confirmed by any Scheduled Bank in India.
Intelligent Traffic Management system, CCTV Capable of generating E-challan for Indore city (RLVD
System )
46 | P a g e
ANNEXURE – C6
CHECK LIST - COMMERCIAL BID
(Enclose with Commercial Bid)
1. Have you furnished the Bid Letter? Yes/No
2. Have you filled in the Price Schedule? Yes/No
3. Have you quoted for all the items as per Scope of work ? Yes/No
ANNEXURE-C7
OFFICE OF THE SALES TAX / VAT OFFICER, WARD-
SALES TAX / VAT DEPARTMENT,
No._____________________________________________ Dated _____________
SALES TAX / VAT CLEARANCE CERTIFICATE
Certified that M/s _____________________________________________________
_______________________________________________________________ aregistered
manufacturer/distributor of this ward having Registration No. _____________
The manufacturer/distributor is assessed upto _____________ and there are no dues pending
against the said manufacturer/distributor as on date.
This certificate is issued on the written request of the manufacturer/distributor,
dated__________ for submission to Govt./Semi Govt. for tender purpose only. This Certificate is
valid up to ______________.
SALES TAX / VAT OFFICER
WARD –
DATED