Request for Proposal (RFP) for CCTV Surveillance System for Nasik City (Temporary System for Kumbh Mela, 2015) ------------------------------------------------------------------------------ Issued By Police Commissionerate, Nasik City Confidential Tender Ref. No. – E-TenderNoticeNo. 02/2014-15/Nasik
124
Embed
CCTV Surveillance System for Nasik City - e Tenders · Request for Proposal (RFP) for CCTV Surveillance System for Nasik City (Temporary System for Kumbh Mela, 2015) ----- Issued
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
3. Instructions to the Bidders ....................................................................................................................... 11
3.1 ISSUER & ADDRESS FOR BID SUBMISSION ............................................................................................................... 11 3.2 PRICE OF TENDER DOCUMENT ............................................................................................................................. 11 3.3 COST OF BIDDING .............................................................................................................................................. 11 3.4 INSTRUCTIONS FOR ONLINE BID SUBMISSION .......................................................................................................... 12 3.5 PROCEDURE FOR SUBMISSION OF BIDS .................................................................................................................. 12 3.6 TWO ENVELOPE BID SYSTEM ............................................................................................................................... 13 3.7 PRE-BID QUERIES .............................................................................................................................................. 14 3.8 LANGUAGE OF THE BID ....................................................................................................................................... 14 3.9 HAND WRITTEN DOCUMENTS, ERASURES OR ALTERATIONS ........................................................................................ 14 3.10 EARNEST MONEY DEPOSIT (EMD) / BID SECURITY .............................................................................................. 14 3.11 BID PRICES ................................................................................................................................................... 15 3.12 FIRM PRICES ................................................................................................................................................. 15 3.13 AMENDMENT OF RFP DOCUMENT .................................................................................................................... 16 3.14 INSPECTION OF SITE AND SUFFICIENCY OF TENDER................................................................................................ 16 3.15 EVALUATION FRAMEWORK .............................................................................................................................. 16 3.16 CONDITIONAL OFFERS BY THE VENDORS ............................................................................................................. 17 3.17 LATE TENDER OFFERS...................................................................................................................................... 17 3.18 OFFER VALIDITY PERIOD .................................................................................................................................. 17 3.19 ADDRESS OF COMMUNICATION ........................................................................................................................ 17 3.20 OPENING OF OFFERS ...................................................................................................................................... 18 3.21 CLARIFICATION OF OFFERS ............................................................................................................................... 18 3.22 RIGHT TO ACCEPT ANY OFFER AND TO REJECT ANY OR ALL OFFERS ......................................................................... 18 3.23 NOTIFICATION OF AWARD ............................................................................................................................... 18 3.24 PERFORMANCE GUARANTEE ............................................................................................................................ 18 3.25 SIGNING OF CONTRACT ................................................................................................................................... 19 3.26 REJECTION CRITERIA ....................................................................................................................................... 19 3.27 CONCESSIONS PERMISSIBLE UNDER STATUTES ...................................................................................................... 20 3.28 TAXES .......................................................................................................................................................... 20 3.29 RIGHT TO VARY THE SCOPE OF THE WORK AT THE TIME OF AWARD ........................................................................... 20 3.30 FRAUD AND CORRUPTION ................................................................................................................................ 20 3.31 TERMS AND CONDITIONS OF THE TENDER ........................................................................................................... 21
4. Scope of Work for the Systems Integrator ................................................................................................ 22
7.1 BID COVER LETTER ............................................................................................................................................ 48 7.2 CHECK-LIST FOR THE DOCUMENTS TO BE INCLUDED IN THE PRE-QUALIFICATION ENVELOPE .............................................. 50 7.3 FORMAT TO SHARE ORGANIZATIONAL PROFILES ...................................................................................................... 51 7.4 FORMATS TO SHARE BIDDER DETAILS ..................................................................................................................... 52 7.5 FORMAT FOR STATEMENT OF DEVIATION FROM THE RFP REQUIREMENTS .................................................................... 53 7.6 GENERAL INSTRUCTIONS FOR THE TECHNICAL PROPOSAL ........................................................................................... 54 7.7 FORMAT FOR SUBMITTING DETAILS ON BIDDER COMPETENCE .................................................................................... 55 7.8 FORMAT TO SHARE PROJECT DETAILS .................................................................................................................... 55 7.9 PROPOSED PROJECT TEAM DETAILS ...................................................................................................................... 56 7.10 FORMAT FOR CVS .......................................................................................................................................... 57 7.11 FORMAT FOR SPECIFYING COMPLIANCE TO THE BENCHMARK / MINIMUM SPECIFICATIONS ........................................... 59 7.12 FORMAT FOR AUTHORIZATION LETTERS FROM OEMS ........................................................................................... 60
8. Annexure 2 – Formats of Commercial Bid ................................................................................................. 61
8.1 FORMAT 1 – COMMERCIAL BID LETTER ................................................................................................................. 61 8.2 GENERAL INSTRUCTIONS ..................................................................................................................................... 63 8.3 FORMAT 2 – COMMERCIAL BID FORMAT ............................................................................................................... 64
9. Annexure 3 – Common guidelines / comments regarding the compliance of IT / Non-IT Equipments / Systems to be procured ...................................................................................................................................... 69
10. Annexure 4 – Functional Requirements for the Proposed Surveillance System ........................................ 71
10.1 INFORMATION TO BE CAPTURED BY EDGE DEVISES ............................................................................................... 71 10.2 INFORMATION TO BE ANALYSED AT THE COMMAND CENTER .................................................................................. 71 10.3 STORAGE / RECORDING REQUIREMENTS............................................................................................................. 72 10.4 OTHER GENERAL REQUIREMENTS ..................................................................................................................... 73
12. Annexure 6 - IT Equipment Technical Specifications ................................................................................. 79
12.1 WORKSTATION WITH JOYSTICK CONTROLLER ....................................................................................................... 79 12.2 LAPTOP ........................................................................................................................................................ 79 12.3 FIXED DOME CAMERA FOR INDOOR SURVEILLANCE .............................................................................................. 80 12.4 APPLICATION / DATABASE/ RECORDING / VIEWING / OTHER SERVERS ..................................................................... 80 12.5 LED DISPLAY ................................................................................................................................................ 81 12.6 NETWORK LASER COLOR PRINTER ..................................................................................................................... 81 12.7 ONLINE UPS................................................................................................................................................. 82 12.8 VIDEO STORAGE SOLUTION .............................................................................................................................. 82 12.9 DATA STORAGE SOLUTION ............................................................................................................................... 83
13. Annexure 7 – List of Camera Locations ..................................................................................................... 85
13.1 SUMMARY .................................................................................................................................................... 85 13.2 DETAILED LIST OF LOCATIONS ALONG WITH CAMERA & POLE REQUIREMENT ............................................................. 86
o “Downtime” shall mean the time period for which the specified services / components with
specified technical and service standards are not available to the user department and excludes
downtime owing to Force Majeure & Reasons beyond control of SI.
o “Incident” refers to any event / abnormalities in the functioning of the Services specified as part of
the Scope of Work of the Systems Integrator that may lead to disruption in normal operations of the
Surveillance System.
o “Resolution Time” shall mean the time taken (after the incident has been reported at the
helpdesk), in resolving (diagnosing, troubleshooting and fixing) or escalating (to the second level or
to respective Vendors, getting the confirmatory details about the same from the Vendor and
conveying the same to the end user), the services related troubles during the first level escalation.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 41
5.2 Measurement of SLA:
The SLA metrics provided specifies performance parameters as baseline performance, lower performance
and breach. All SLA calculations will be done on monthly basis. The SLA also specifies the penalties for
lower performance and breach conditions.
Payment to the successful bidder is linked to the compliance with the SLA metrics. The matrix specifies
three levels of performance, namely,
The Agency will get 100% of the payment applicable if the all baseline performance metrics are
complied with and the cumulative credit points are 100
The Agency will get lesser payment in case of the lower performance. (For e.g. if SLA point score is
80 then the vendor will get 20% penalized on the applicable payment)
The credit (+) points earned during the month will be considered for computing penalty. The monthly
payment shall be made after deducting the penalty as mentioned above.
The aforementioned SLA parameters shall be measured per the individual SLA parameter requirements
and measurement methods.
Total penalty to be levied on the SI shall be capped at 15% of the total contract value. However, Police
Commissionerate, Nasik City would have right to invoke termination of the contract in case the overall
penalty equals 15% of total contract value. Penalty to be levied during Post Implementation period shall
be capped at 10% of the total contract value.
5.3 Planned Downtime
Any planned application / server downtime would not be included in the calculation of application /
server availability. However, the Successful Bidder should take at least 3 days prior approval from Police
Commissionerate, Nasik City in writing for the planned outage, which should not be for more than 60
minutes, would be in non-critical period and limited to maximum 2 outages during the entire contract
period.
5.4 Pre Implementation SLA
Definition Timely delivery of deliverables would comprise entire bill of material and
the application systems, and as per successful UAT of the sane.
Service Level
Requirement
All the deliverables defined in the contract has to be submitted On-time on
the date as mentioned in the contract with no delay.
Measurement of Service
Level Parameter
To be measured in Number of weeks of delay from the timelines mentioned
in the section “Project Timelines”
Penalty for non-
achievement of SLA
Requirement
Any delay in the delivery of the project deliverables would attract a penalty
per week of 2% of the contract value per week for first 2 weeks and 0.5% per
day for every subsequent week. If the penalty reaches 15% of the total
contract value, Police Commissionerate, Nasik City may invoke termination
clause
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 42
5.5 SLA Matrix for Post Implementation SLAs
# Performance Area Baseline Lower Performance
Metric Points Metric Points Metric Points
1
Uptime per camera (live feed available irrespective of bandwidth or last mile issues, which are in control of SI)
97% 24 >= 92% to <97% 12 < 92% 0
2
At CP Office Command Centre : Live camera feed available from selected cameras for viewing) at any given time
97% 16 >= 92 % to
<97% 8 < 92% 0
3
At All Viewing Centres: Live camera feed available from various other viewing centers at any given time
96% 6 >= 92 % to
<96% 3 < 92% 0
4
Video stream Latency Latency refers to the average time required for transmission of video feed from one point to another
=< 40 ms 8 > 40 – 50 ms 4 > 50 ms 0
5 Overall application(s) availability at CP Office Command & Control Center
99% 6 >= 96.5 % to
<99% 3 < 96 % 0
6 ANPR for Standard Roman Number plates (3 wheelers & above)
80% 2 79.99% to 70% 1 < 70 % 0
7 ANPR for Non-Standard Roman Number plates (3 wheelers & above)
50% 1 49.99% to 40% 0.5 < 40 % 0
8 ANPR for Standard Roman Number plates (2 wheelers)
70% 1 69.99% to 60% 0.5 < 60 % 0
9 ANPR for Non-Standard Roman Number plates (2 wheelers)
50% 1 49.99% to 40% 0.5 < 40% 0
10 Any other analytics (SLA to be defined in discussion with successful bidder)
80% 2 79.99% to 70% 1 < 70% 0
11 Monitoring workstations at Command Center & Viewing Centers
99% 5 >= 97 % to
<99% 2.5 < 97 % 0
12 IP Phones 97% 2 >= 92 % to
<97% 1 < 92 % 0
13 LED Display screens 97% 2 >= 90 % to <95
% 1 < 90 % 0
14 Production Servers Uptime 99.90% 8 >= 99.5 % to
<99.9% 4 < 99.5% 0
15 Storage System Uptime 99.90% 6 >= 99.5 % to 3 < 99.5% 0
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 43
# Performance Area Baseline Lower Performance
Metric Points Metric Points Metric Points
<99.9%
16 Firewall and any other security appliance Uptime
100% 2 97 % to 99.99% 1 < 97% 0
17 Anti-virus, Anti-spyware, Anti-spam updates within 24 hrs of request
0 violations of service
parameters 1 1 – 4 violations 0.5
> 4 violations
0
18
Resolution of Critical Issue (that impacts more than one production services & higher management call)
60 minutes 3 60.01 to 120 min 1.5 > 120 min
0
19
Resolution of Medium Level Issue (that does not impact production services)
120 minutes 2 120.01 to 240
min 1
> 240 min
0
20
Resolution of low level Issue (upgrade, shifting and preventive maintenance (of non-production items))
2 days 2 >2 to 3 days 1 > 3 days 0
Total Score 100 50 0
All the baseline & lower performance SLA metrics would relaxed by 5% for non-critical
days. E.g. SLA matrix of 97% would be relaxed to 95% of 97% equal to 92.15%.
5.5.1 Security Breach SLA
Note – This SLA for Security Breach is applicable over and above the SLAs mentioned in above table.
Definition Security of the video feeds and the overall system is quite important and
successful bidder shall be required to ensure no compromise is done on
the same. Security Breach types considered for this SLA are–
Availability of Video feeds to any other user than those authorized
by the Police Dept., and provided passwords
Availability of any report / data to any other user than those
authorized by the Police Dept., and provided passwords
Successful hacking of any active component on the network by any
unauthorized user
Or any other privacy rule is broken as per Govt of India guidelines
Service Level
Requirement
Security compliance of the system should be 100%
Measurement of Service
Level Parameter
Any reported security breach shall be logged into the SLA Management
solution as a security breach
Penalty for non-
achievement of SLA
Requirement
For every security breach reported and proved, there shall be a penalty
of INR 100,000/-.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 44
5.5.2 Breach in supply of Technical Manpower
Note – This SLA for supply of Technical Manpower is applicable over and above the SLAs mentioned in
the table 6.5.
Definition Bidder is required to propose the CVs of the required technical
manpower (as mentioned in Scope of Work Section). It is vital that such
manpower is available to Police Department as mentioned in the RFP
and performs to the expected levels. The current SLA breach shall
specify penalty amount for non-availability of these man-power.
Service Level
Requirement
Availability of the required man-power should be as per the requirement
specified
Measurement of Service
Level Parameter
Following instances would be considered as SLA non-compliances :
Replacement of a profile by the bidder (only one replacement per
profile would be permitted)
Non-deployment of the profile for more than 1 week. Police
Commissionerate, Nasik City reserves the right to ask SI to replace
the profile if the performance / commitment is not up to the mark
Note: Replacement due to reasons not in control of SI (like resignation
of the resource, accident, etc.) would not be counted in the permissible 1
replacement.
Penalty for non-
achievement of SLA
Requirement
For every SLA non-compliance reported and proved, there shall be a
penalty of INR 25,000/-.
5.5.3 Explanation Notes for SLA Matrix
A) Camera Availability
Definition “Camera Availability” means availability of the camera feed to the
Command Centers.
Measurement of Service
Level Parameter
[(Total average Uptime of all the Cameras in a month)/ (Total Time in a
month)]*100
B) Application Availability
Definition Application availability refers to the total time when the Application is
available to the users for performing all activities and tasks.
Measurement of Service
Level Parameter
[(Total Uptime of the Application in a month)/ (Total Time in a
month)]*100
D) Issue Resolution SLA
Explanation Issue Resolution SLA shall monitor the time taken to resolve a
complaint / query after it has been reported by Police
Commissionerate, Nasik City to the successful bidder.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 45
Service Level
Requirement
Different Issues / Queries shall be classified as in following three
categories as defined above.
Critical: Issue that impacts more than one production services / is
raised by higher management / is impacting high importance areas
Medium: Issue that doesn’t impact more than one production services
but has a potential to impact or may get escalated to top management if
not resolved quickly
Non Critical: Upgrades, shifting, preventive maintenance. Issues
which don’t have impact on services.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 46
6. Responsibility Matrix
The roles of the stakeholders shall change over a period of time as the project will evolve from design to
implementation and enter the operations phase. Stakeholders’ responsibilities, illustrative organizational
structure for the design & implementation phase, operational phase is given below:
Various Stakeholders identified for City Surveillance Project are as below:
PD Police Commissionerate, Nasik City (Under the leadership of CP)
Con Project Management Consultant (PwC)
SI Systems Integrator (Vendor to be selected for the Project’s Implementation)
Responsibilities are shown using RACI Matrix which splits project tasks down to four participatory
responsibility types that are then assigned to different Stakeholders in the project.
R (Responsible) - Those who do work to achieve the task
A (Approve) - The Stakeholder that ultimately approves the task
C (Consulted) - Those whose opinions are sought (2 way communications)
I (Informed) - Those who are kept up-to-date on progress (1 way communication)
Sr.
No Activity
PD
Co
n
SI
1. Preparation of the Draft RFP C R -
2. Review of the Draft RFP C I -
3. Preparation of the Final RFP C R -
4. Publishing of Tender & Bid Management R C I
5. Bid Evaluation I R I
6. Signing of the Contract R C R
7. Preparation of the Inception Report A C R
8. Finalize the List of Locations for Edge Devises in consultation with Police
Department & Prepare the detailed plan for Camera Connectivity with
Command Centers
R C R
9. Prepare SRS documentation for the Video Surveillance Solution & the
Video Analytics Solution, Finalize Reporting Formats / Base Rules C C R
10. Validate the Technical Design and Review SRS documentation C R I
11. Submission of the Partial Acceptance Testing & Final Acceptance Testing
Formats C C R
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 47
Sr.
No Activity
PD
Co
n
SI
12. Supply, Installation, Configuration and Commissioning of various
equipments, components, systems A C R
13. Provisioning of Connectivity between Cameras, Control Center, Viewing
Centers A C R
14. Preparing and implementing the Surveillance system information security
policy, including policies on backup I C R
15. Preparation of the Policy Documents for Use & Operations of Surveillance
System for CCTV System A C R
16. Guideline document / manual to standardize file formats, compression
types, interfaces, to be used by various agencies concerned with video /
photograph recording & storage.
A C R
17. Guidelines for video data handling for submission of the video data to
judiciary as legal evidence A C R
18. Preparation of the Guideline Documents for allowing CCTV Feed of
Public / Private Organisations to CCTV System C C R
19. Training and Capacity Building for the Police Commissionerate, Nasik
City for operation of the system A I R
20. Partial Acceptance Testing & Final Acceptance Testing C R R
21. System Documents, User Documents as per ITIL (Information
Technology Infrastructure Library) standards A C R
22. Review and Validation of the Documentation submitted by System
Integrator I R I
23. Providing technically qualified manpower for maintenance of the entire
system A C R
24. On-Site Facilities Management service A C R
25. Comprehensive Warranty Maintenance of the supplied equipment A C R
26. Provision of on-site spares A C R
27. Hand-over of all the documentation required to operate and maintain the
system C C R
28. Weekly Progress Reports I C R
29. Monthly Progress Reports I R I
30. Penalty for breach of SLA I C I
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 48
7. Annexure 1 – Instructions for Pre-Qualification & Technical
Bid
7.1 Bid Cover Letter
To,
Commissioner of Police
Office of Police Commissionerate, Nasik City,
Near Ashok Stambh, Gangapur Road
Nasik – 422002
Subject : Appointment of an Agency for Design, Development, Implementation & Maintenance of
CCTV based Surveillance System for Kumbh Mela, 2015 in Nasik City
Ref : Tender No: XXXXXXXXX Dated: XX/XX/XXXX
Sir/ Madam,
Having examined the RFP, the receipt of which is hereby duly acknowledged, we, the undersigned, offer
to provide the professional services as required and outlined in the RFP for the Appointment of an
Agency for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for
Kumbh Mela, 2015 in Nasik City
We attach hereto our responses to pre-qualification requirements and technical & commercial proposals
as required by the RFP. We confirm that the information contained in these responses or any part
thereof, including the exhibits, and other documents and instruments delivered or to be delivered to
Police Commissionerate, Nasik City 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 the
department in its short-listing process.
We fully understand and agree to comply that on verification, if any of the information provided here is
found to be misleading the selection process, we are liable to be dismissed from the selection process or
termination of the contract during the project, if selected to do so.
We agree for unconditional acceptance of all the terms and conditions set out in the RFP document and
also agree to abide by this tender response for a period of 60 days from the date fixed for bid opening. We
hereby declare that in case the contract is awarded to us, we shall submit the contract performance
guarantee bond in the form prescribed the RFP. We also herewith express our willingness to subject to
Police Commissionerate, Nasik City’s conditionality regarding manpower recruitments (required for the
project), change of hands of management and declaring upfront the source of funding for the project.
We agree that you are not bound to accept any tender response you may receive. We also agree that you
reserve the right in absolute sense to reject all or any of the products/ services specified in the tender
response.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 49
It is hereby confirmed that I/We are entitled to act on behalf of our company/ corporation/ firm/
organization and empowered to sign this document as well as such other documents, which may be
required in this connection.
Dated this Day of 2015
(Signature) (In the capacity of)
(Name)
Duly authorized to sign the Tender Response for and on behalf of:
(Name and Address of Company) Seal/Stamp of bidder
Witness Signature:
Witness Name:
Witness Address:
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 50
7.2 Check-list for the documents to be included in the Pre-Qualification
Envelope
# Documents to be submitted Submitted
(Y / N)
Documentary
Proof (Page No.)
1. Bid Covering Letter
2. Power of attorney / board resolution to the authorized Signatory of the Bid
3. E.M.D. of Rs. 22,00,000 (Rs. Twenty Two Lakh Only)
4. Particulars of the Bidders (in the format given in Annexure 1)
5. Copy of Certificate of Incorporation
6. Copy of Audited Balance Sheet for last 3 years
7. Copy of the audited Profit & Loss Statements for each of the last 3 financial years
8. Certificate from the Chartered Accountant towards net worth of the company as on 31/03/2014
9. Certificate from the Chartered Accountant towards Revenue of the firm from IT & ITES related business from last 3 financial years
10. Appraisal letter from the bank giving the financial position of the firm
11. Certified copies of valid PAN documents (Self Certification)
12. Proof of ISO / SEI CMM certification
13. Copy of Sales Tax / VAT registration
14. Statement of Deviation from the RFP Requirements (Format given in Annexure 1)
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 51
7.3 Format to share Organizational Profiles
Sr.
No Description
Details (to be filled by the
responder to the RFP)
1. Name of the company
2. Official address
3. Phone No. and Fax No.
4. Corporate Headquarters Address
5. Phone No. and Fax No.
6. Web Site Address
7. Details of Company’s Registration (Please
enclose copy of the company registration document)
8. Name of Registration Authority
9. Registration Number and Year of Registration
10. Quality Certificates (ISO 9001/SEI CMMI) and its validity
11. CST/LST/VAT registration No.
12. Service Tax Registration No.
13. Permanent Account Number (PAN)
14. Company’s Revenue for last 3 years (Year wise)
15. Company’s Profitability for the last 3 years (Year wise)
Please submit the relevant proofs for all the details mentioned above along with your Bid
response.
Contact Details of officials for future correspondence regarding the bid process:
Details Authorised Signatory Secondary Contact
Name
Title
Company Address
Phone
Mobile
Fax
E-mail
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 52
7.4 Formats to share Bidder details
Name of the Bidder
Heading1 Sub - Heading
Financial Capability
Overall turnover for FY 2011-12, FY 2012-13, FY
2013-14 (in INR crores)
Turnover from Surveillance projects for FY 2011-12,
FY 2012-13, FY 2013-14 (in INR crores) #
Turnover from IT/ITES/Telecom related business
for FY 2011-12, FY 2012-13, FY 2013-14 (in INR
crores) #
Profit for FY 2011-12, FY 2012-13, FY 2013-14 (in
INR crores)
Net Worth as on March 31, 2014 (in INR crores) #
* List of the Projects
considered for
Surveillance turnover for
the last 3 years
1.
2.
3. .....
# List of the Projects
considered for
IT/ITES/Telecom
turnover for the 3 years
1.
2.
3. .....
# Please submit CA Certification IT/ITES/TELECOM Business Turnover and Net Worth. Also attach the
Auditor Certified financial statements for the last three financial years; FY 2011-12, FY 2012-13, FY 2013-
14.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 53
7.5 Format for Statement of Deviation from the RFP Requirements
Date: dd/mm/yyyy
To,
Commissioner of Police
Office of Police Commissionerate, Nasik City,
Near Ashok Stambh, Gangapur Road
Nasik – 422002
Subject : Statement with respect to the deviations from the RFP Requirements, Terms & Conditions
Ref : Tender No: XXXXXXXXX Dated: XX/XX/XXXX
Sir,
I would like to herewith state that in the proposal submitted by M/s. ---------------, there are no deviations
from the RFP Requirements / Terms & Conditions. The entire work shall be performed as per the project
requirements.
OR (Strike out whatever is not applicable)
I would like to herewith state that in the proposal submitted by M/s. ---------------, following is the
exhaustive list of deviations and variations from the RFP requirement. Except for these deviations and
variations, the entire work shall be performed as per your specifications and requirements mentioned in
the RFP.
Sr.
No. Page No. Ref. No. Statement of deviations and variations
1.
2.
Yours faithfully,
(Signature of Authorized Signatory)
Name :
Designation:
(Note: Any bid submitted with deviations / variations having material impact on the project scope / terms & conditions shall be liable for rejection. Police Commissionerate, Nasik City decision in this matter shall be final.)
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 54
7.6 General Instructions for the Technical Proposal
Bidders have to submit a very structured and organized technical proposal, which will be analyzed by the
Project Management Consultant and Police Commissionerate, Nasik for different compliances with
regards to the requirements of the project. Since the overall evaluation of the bid is techno-commercial,
the quality and completeness of the information submitted by the bidder will matter a lot while finalizing
the technical scores. Bidder is expected to structure its proposal in the following Sections / Documents:
A) Proposed Team for the Project
As specified in the Technical Bid Evaluation Framework, Police Commissionerate, Nasik would like to
give lot of importance on the right people proposed for the project. Bidder may propose different people
for different skill-sets required & different responsibilities (during Project Implementation & Post-
Implementation). Following documentation is expected in this section:
Overall Project Team (for both Project Implementation & Maintenance phases)
Broad areas to be covered in the Technical Solution documentation are given below:
1. Bill of Material (i.e. un-priced commercial bid format). This document should give indication of all the
proposed cost components, without specifying the costs. Please note that the bid shall get dis-
qualified if bidder gives price details in the technical document.
2. Describe the proposed Technical Solution in a structured manner. Following should be captured in the
same:
a. Clear articulation and description of the design and technical solution and various components
including make of equipment or sizing of infrastructure (including diagrams and calculations
wherever applicable)
b. Reasoning for selection of the proposed technology over other options.
c. Extent of compliance to technical requirements specified in the scope of work
3. Clearly articulate the Strategy and Approach & Methodology for installation, Configuration &
Operationalization of all the key components of the project
4. Approach & Methodology for Management of SLA Requirements specified in the RFP. Bidder is
required to clearly articulate how each of the SLA requirements would be adhered in a table format given
below:
Sr.
No.
Performance Area Baseline
Performance
Synopsis of the solution
specifically meant to address the
corresponding SLA requirement
1
Uptime per camera (live feed
available irrespective of
network/power/etc issues)
97%
.
.
.
<include all SLAs specified in the
RFP>
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 55
5. Detailed Project Plan with timelines, resource allocation, milestones etc. in for supply, installation and
commissioning of the physical and IT components for the project.
6. Strategy to address all other technical challenges envisaged
C) Compliance Table to the IT / Non-IT Components
The RFP has specified the benchmark / minimum specifications for various components. Bidder is
expected to give a comprehensive compliance sheet for the equipments / software proposed by them. The
format to be used for this compliance matrix is as follows:
7.7 Format for submitting details on Bidder Competence
Evaluation Criteria Project
Name(s)
Client
Name(s)
Start-date & End-date
No. of
cameras
Supporting Document(s)
(mention file name & page
no.)
Certifications from client(s)
(Completion/ appreciation etc.)
(mention file name & page no.)
Experience in large
Surveillance Projects
(April 2011 – Till Bid
Submission Date)
(with 50 cameras or
more)
1.
2.
3. ......
Experience of
implementing large IT
projects (April 2011 –
Till Bid Submission
Date)
(with project value of
Rs 1 Crores or more)
1.
2.
3. ......
7.8 Format to share Project Details
Name of the Project
General Information
Client for which the project was executed
Name and contact details of the client
Project Details
Description of the project
Scope of work of the Bidder
Deliverables of the Bidder
Technologies used
Outcomes of the project
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 56
Name of the Project
Other Details
Total cost of the project
Total cost of the services provided by the bidder
Duration of the project (no. of months, start date, completion date, current status)
Other Relevant Information
Mandatory Supporting Documents: Work order / Purchase order / Contract for the project Client Certificate giving present status of the project and view of the quality of services by the bidder
7.9 Proposed Project Team Details
Name of the Bidder
Role Proposed
Resource
Total IT
Experience
Total
Experience
as PM
Total
Experience in
Surveillance
(In Years)
Educational
Qualifications
Relevant
Certifications
(Proof to be
attached)
Project
Manager
Name of the Projects by the
proposed PM (along with
duration spent on the project)
1.
2.
3.
4. ......
Name of the Surveillance Projects
worked upon by the proposed PM
(along with duration spent on the
project)
1.
2.
3. ......
Role Proposed
Resource
Total IT
Security
Experience
Educational
Qualifications
Relevant Certifications
(Proof to be attached)
Technical
Expert –
Security
Name of the IT Security
Projects worked on by
1.
2.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 57
the proposed resource
(along with duration
spent on the project)
3. ......
Name of the IT Security
Projects worked on by
the proposed resource
(along with duration
spent on the project)
1.
2.
3. .......
Role Proposed Resource
Total
Network
Management
Experience
Educational
Qualifications
Relevant
Certifications
(Proof to be attached)
Technical Expert –
Network
Name of the Network Management
Projects worked on by the
proposed resource (along with
duration spent on the project)
1.
2.
3. ......
Name of the Network Management
Projects worked on by the
proposed resource (along with
duration spent on the project)
1.
2.
3. ......
No. of people proposed
for Help Desk & FM
Services
Average relevant
experience of the
proposed team
7.10 Format for CVs
1 Name of the Staff
2 Current Designation in
the Organization
3 Proposed Role in the
Project
4 Proposed
Responsibilities in the
Project
5 Date of Birth
6 Education Degree / Diploma, College, University, Year of Passing
Degree / Diploma, College, University, Year of Passing
7 Summary of Key
Training and
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 58
Certifications
8 Countries of Work
Experience
9
Language Proficiency
Language Reading Writing Speaking
10
Employment Record
(For the total relevant
experience)
From / To:
Employer:
Position Held:
From / To:
Employer:
Position Held:
From / To:
Employer:
Position Held:
11 Total No. of Years of
Work Experience
12 Total No. of Years of
Experience for the Role
proposed
13 Highlights of relevant assignments handled and significant accomplishments (Use following
format for each project)
Name of assignment or
project:
Year:
Location:
Client:
Main project features:
Positions held:
Activities performed:
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 59
7.11 Format for Specifying Compliance to the benchmark / minimum
Specifications
Bidder is required to submit compliance to the required benchmark / minimum specifications for various
IT / Non-IT components. This compliance would be need in two formats – 1) Summary table given below
for all the items, 2) Compliance tables for each of the line item against the benchmark specifications
specified in the RFP
1) Summary Table of the Compliance of Requirements
Sr. No
Component Description OEM Make & Model
Page No. of Datasheet /
OEM Brochure attached
Compliance to Required
Specifications?
(Yes / No)
1. .............
2. .............
3. .............
2) Detail compliance tables for each of the above mentioned line items against the benchmark specifications specified in the RFP
Name of Equipment:
Sr. No
Parameter Minimum Specification /
Requirement mentioned in the RFP
Compliance (Yes / No)
Remarks
(If compliance is No)
1. .............
2. .............
3. .............
.............
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 60
7.12 Format for Authorization Letters from OEMs
Date: dd/mm/yyyy
To
Commissioner of Police
Office of Police Commissionerate, Nasik City,
Near Ashok Stambh, Gangapur Road
Nasik – 422002
Subject : Authorization Letter to M/s. -------------- for the participation in the bid for Kumbh Mela,
2015 Nasik City Surveillance RFP
Ref : Tender No: XXXXXXXXX Dated: XX/XX/XXXX
Sir,
We _______________________, (name and address of the manufacturer) who are established and
reputed manufacturers of __________________ having factories at __________________
(addresses of manufacturing / development locations) do hereby authorize M/s
_______________________ (name and address of the bidder) to bid, negotiate and conclude the
contract with you against the above mentioned tender for the above equipment / software manufactured
/ developed by us.
We herewith certify that the above mentioned equipments / software products are not end of the life and
we hereby undertake to support these equipment / software till 15th October 2015
Yours faithfully,
For and on behalf of M/s __________________________(Name of the manufacturer)
Signature :
Name :
Designation :
Address :
Date :
Note: This letter of authority should be on the letterhead of the concerned manufacturer and should be
signed by an authorized signatory of the manufacturer.
Company Seal
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 61
8. Annexure 2 – Formats of Commercial Bid
8.1 Format 1 – Commercial Bid Letter
To
Commissioner of Police
Office of Police Commissionerate, Nasik City,
Near Ashok Stambh, Gangapur Road
Nasik – 422002
Subject : Appointment of an Agency for Design, Development, and Implementation & Maintenance of
CCTV based Surveillance System for Kumbh Mela, 2015 Nasik City
Ref : Tender No: XXXXXXXXX Dated: XX/XX/XXXX
Dear Sir,
We, the undersigned Bidder, having read and examined in detail all the Tender documents in respect of
Appointment of an Agency for Design, Development, Implementation & Maintenance of
CCTV based Surveillance System For Kumbh Mela, 2015 Nasik City do hereby propose to
provide services as specified in the Tender documents number XXXXXXXXX Dated XX/XX/XXXX
PRICE AND VALIDITY
All the prices mentioned in our Tender are in accordance with the terms as specified in the Tender
documents. All the prices and other terms and conditions of this Tender are valid for a period of 60
calendar days from the date of opening of the Tenders.
We hereby confirm that our Tender prices include all taxes. Taxes are quoted separately under
relevant sections, as specified in the RFP formats.
We have studied the clause relating to Indian Income Tax and hereby declare that if any income tax,
surcharge on Income Tax, Professional and any other corporate Tax in altercated under the law, we
shall pay the same.
UNIT RATES
We have indicated in the relevant schedules enclosed, the unit rates for the purpose of on account of
payment as well as for price adjustment in case of any increase to / decrease from the scope of work
under the contract.
DEVIATIONS
We declare that all the services shall be performed strictly in accordance with the RFP documents and
there are no deviations except for those mentioned in Pre-Qualification Envelope, irrespective of
whatever has been stated to the contrary anywhere else in our bid.
Further we agree that additional conditions, if any, found in our bid documents, other than those stated
in the deviation schedule in Pre-Qualification Envelope, shall not be given effect to.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 62
QUALIFYING DATA
We confirm having submitted the information as required by you in your Instruction to Bidders. In case
you require any other further information/documentary proof in this regard before evaluation of our
Tender, we agree to furnish the same in time to your satisfaction.
BID PRICE
We declare that our Bid Price is for the entire scope of the work as specified in the RFP documents. These
prices are indicated in the subsequent sub-sections of this Section.
CONTRACT PERFORMANCE GUARANTEE BOND
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 the RFP.
We hereby declare that our Tender is made in good faith, without collusion or fraud and the information
contained in the Tender is true and correct to the best of our knowledge and belief.
We understand that our Tender is binding on us and that you are not bound to accept a Tender you
receive. We confirm that no Technical deviations are attached here with this commercial offer.
Thanking you,
Yours faithfully,
(Signature of the Bidder)
Name
Designation
Seal
Date:
Place:
Business Address:
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 63
8.2 General Instructions
(a) Bidder should provide all prices as per the prescribed format under this Annexure.
(b) All the prices are to be entered in Indian Rupees ONLY
(c) Prices indicated in the schedules shall be inclusive of all taxes, Levies, duties etc. The prices should
also specify be five year support cost as per provided formats.
(d) It is mandatory to provide breakup of all Taxes, Duties and Levies wherever asked for.
(e) Police Commissionerate, Nasik City reserves the right to ask the Bidder to submit proof of
payment against any of the taxes, duties, levies indicated.
(f) Police Commissionerate, Nasik City shall take into account all Taxes, Duties & Levies for the
purpose of Evaluation
(g) The Bidder needs to account for all Out of Pocket expenses due to Boarding, Lodging and other
related items.
(h) The Unit Rate as mentioned in the following formats may be used for the purpose of ‘Change
Order’ for respective items, if any. However, based on the market trends, Police Commissionerate,
Nasik City, retains the right to negotiate this rate for future requirement. Dollar rate fluctuation to
be considered for such incremental / future purchases (by comparing USD to INR ratio on the day
of submission with the USD to INR ratio on future purchase date).
(i) Bidder shall be bound to give same or more % of discount on the list price of the OEMs on the
future purchases by Police Commissionerate, Nasik City. Bidder shall ensure that the future
products supplied are of latest specifications as per the OEM roadmap.
(j) For the purpose of evaluation of Commercial Bids, Police Commissionerate, Nasik City shall make
appropriate assumptions to arrive at a common bid price for all the Bidders. This however shall
have no co-relation with the Contract value or actual payment to be made to the Bidder.
(k) Bidder should refer to the RFP for details on the functional requirements of the system and the
benchmark specifications for the items mentioned in the Commercial formats.
(l) Line items mentioned in the Commercial Formats are for representation purpose and bidder may
propose alternate technology / solution (with proper justification). Bidders are required to
suitably add line items / merge the cost components depending upon their proposed solution.
(m) Bidder shall reduce the bandwidth rates if the prevailing rate as per TRAI, are decreased during
the contract period (reduction in bandwidth rate shall be in proportion to the TRAI rate
reductions).
(n) Bidder shall be bound for further negotiation with Police Commissionerate, Nasik City for the
proposed bandwidth rates, if found unreasonable by Tendering Authority.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 64
8.3 Format 2 – Commercial Bid Format
Summary of all Cost Components
Schedule A – Edge Devices
# Description Qty.
Unit
Rate
per
Month
(INR)
Total
Amount
for 4
months
(INR) – A
Taxes &
Duties
(INR) –
B
Total (INR)
– A+B
1. Outdoor Box Cameras
(Normal) 152
2. Outdoor Box Cameras (ANPR) 18
3. Outdoor Box Cameras
(Panoramic) 103
4. Outdoor PTZ Cameras 75
5. Poles for Cameras and
Equipments 40
6. Provisioning of Electrical
Power
162
7. Switches 162
8. Junction Boxes 162
9. Networking Cost 162
10. UPS 162
Total for Schedule A =
Sr. No
Item Ref.
Schedule Total Price
1. Edge Devices A
2. Managed Hosting Costs B
3. Command Center Cost C
4. 4 Viewing Centers Cost D
5. 9 (outer parking) Viewing Centers Cost E
6. Miscellaneous Costs F
7. Bandwidth Cost G
8. Technical & Operational Manpower Cost H
Grand Total
Grand Total in Words
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 65
Schedule B – Managed Hosting
# Description Qty.
Unit
Rate
per
Mont
h
(INR)
Total
Amount
for 4
months
(INR) – A
Taxes &
Duties
(INR) –
B
Total (INR)
– A+B
1
Application, Recording,
Database, Management Servers
on OPEX model
1
2 Desktops for management staff 1
3
Application Software (primarily
the VMS & ANPR Software) on
rent model
1
4 GIS Map on subscription model 1
5
Enterprise Management System
(SLA management & Network
management)
1
6 Anti-virus Software 1
7 Unified Storage 1
8 Core Router 1
9 Switches 2
10 Indoor Fixed Dome Cameras 3
11 Managed Hosting (DC
Infrastructure) 1
12
Additional Cost Considered for
tech support to build the system
with support from OEMs
1
Total for Schedule B =
Schedule C – CP Office Command Center
# Description Qty.
Unit
Rate
per
Month
(INR)
Total
Amount
for 4
months
(INR) – A
Taxes &
Duties
(INR) –
B
Total (INR)
– A+B
1 LED Display 6 – During
Non-Peak Days
12 – During
Peak Days
3 Monitoring
Workstations
(Computers)
6
4 Network Laser Printers 1
5 Switches 2
6 Backup storage for on
permanent basis to be
1
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 66
# Description Qty.
Unit
Rate
per
Month
(INR)
Total
Amount
for 4
months
(INR) – A
Taxes &
Duties
(INR) –
B
Total (INR)
– A+B
handed over to Police
Dept. after 30 days
7 Networking/IT Racks 1
8 Networking Cost
(Passive Components)
1
9 Electrical & Furniture
work
1
10 Comfort AC (1.5 ton
each)
4
11 UPS 1
12 DG Set 1
Total for Schedule C =
Schedule D –4 Viewing Center
# Description
Qty.
(per
viewing
center)
Unit
Rate
per
Month
(INR)
Total
Amount
for 4
months
(INR) – A
Taxes &
Duties
(INR) –
B
Total (INR)
– A+B
1 LED Displays 2
2 Monitoring Workstations 1
3 Switches 1
4 Networking Cost (Passive
Components) 1
5 Office Workstations (Furniture) 3
6 UPS 1
Total for 1 viewing center
Total for Schedule D =
Schedule E – 9 Viewing Center
# Description
Qty.
(per
viewing
center)
Unit
Rate
per
Month
(INR)
Total
Amount
for 4
months
(INR) – A
Taxes &
Duties
(INR) –
B
Total (INR)
– A+B
1 Monitoring Workstations 1
2 Switches 1
3 Networking Cost (Passive
Components) 1
4 UPS 1
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 67
Total for 1 viewing center
Total for Schedule E =
Schedule F – Miscellaneous Costs
# Description
Qty. (per
viewing
center)
Unit
Rate
per
Mont
h
(INR)
Total
Amount
for 4
months
(INR) – A
Taxes &
Duties
(INR) –
B
Total (INR)
– A+B
1 PMC for the Project 6
2 Project Management by SI 1
3 Functional Training 4
4 Administrative Training 1
5 Sr. Management Training 1
Total for Schedule I
Schedule G – Bandwidth Cost
# Description
Qty. (per
viewing
center)
Unit
Rate
per
Mont
h
(INR)
Total
Amount
for 4
months
(INR) – A
Taxes &
Duties
(INR) –
B
Total (INR)
– A+B
1 Bandwidth for Cameras 348
2 4 Viewing Centers 4
3 9 Viewing Centers 9
4 Command Control Center 1
5 Data Center 1
Total for Schedule I
Schedule H – Manpower Cost (50% deployment during Non-Peak Days and 100% deployment during Peak Days)
# Description
Qty. (per
viewing
center)
Unit
Rate per
Month
(INR)
Total
Amount
for 4
months
(INR) – A
Taxes &
Duties
(INR) –
B
Total (INR)
– A+B
1 Project Manager 1
2 Asst. Project Manager 1
3 Technical Expert – Network 1
4 Technical Expert – Security 1
5 Technical Expert – Server 1
6 Helpdesk Staff 2
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 68
Total for Schedule I
Notes for Commercial Formats
Schedule A
Numbers provided against each camera type are for consideration of calculation of the total bid price.
Actual procurement shall be based on the requirements finalized by Police Commissionerate, Nasik
City after detail site survey by the successful bidder. Bidders should also note that the actual order of
hardware / software may have a variation of + or – 10% of the quantity mentioned above.
Please specify the line item prices for cameras to have ANPR / Other Analytics capabilities, if
required.
It is assumed that at most of locations, existing electrical poles could be utilized instead of erecting
new poles.
Bidder shall bear all the costs like Power, Trenching, etc.
Schedule B
Server / Software Names & other line items mentioned are indicative. Bidders to specify the actual
ones. If any of the mentioned servers are not required, proper justification should be given in un-
priced Bill of Material in the technical proposal.
Bidders are required to carry out due diligence in proposing various systems and keep in mind the
overall system requirements and provide justification for the quantities in the Technical Proposal.
Schedule G
Bidders are required to propose the bandwidth required for their solution, along with justification
and specify the bandwidth in unpriced Bill of material in technical bid.
Numbers proposed are for arriving at total bid price. Payment shall be on actual numbers arrived
during project execution.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 69
9. Annexure 3 – Common guidelines / comments regarding
the compliance of IT / Non-IT Equipments / Systems to be
procured
The specifications mentioned for various IT / Non-IT components are indicative requirements
and should be treated for benchmarking purpose only. Bidders are required to undertake their
own requirement analysis and may propose higher specifications that are better suited to the
requirements.
Any manufacturer and product name mentioned in the RFP should not be treated as a
recommendation of the manufacturer / product.
None of the IT / Non-IT equipments proposed by the bidder should be End of Life product. It is
essential that the technical proposal is accompanied by the OEM certificate in the format given in
this RFP, where-in the OEM will certify that the product is not end of life product & shall support
for at least 6 years from the date of Bid Submission.
Technical Proposal should be accompanied by OEM’s product brochure / datasheet. Bidders
should ensure complete warranty and support for all equipment from OEMs. All the back-to-back
service agreements should be submitted along with the Technical Bid.
The User Interface of the system should be a User Friendly Graphical User Interface (GUI).
Critical / Core components of the system should not have any requirements to have proprietary
Platforms and should conform to open standards.
For the custom made modules, Industry standards and norms should be adhered to for coding
during application development to make debugging and maintenance easier. Object oriented
programming methodology must be followed to facilitate sharing, componentizing and multiple-
use of standard code. The application should be subjected to Application security audit to ensure
that the application is free from any vulnerability, before hosting the application by any of the
CERTIN empanelled vendors.
All the Clients Machines / Servers shall support static assigned IP addresses or shall obtain IP
addresses from a DNS/DHCP server.
The Successful Bidder should also propose the specifications of any additional servers / other
hardware, if required for the system.
The indicative architecture of the system is given above. The Successful Bidder must provide the
architecture of the solution it is proposing.
The system servers and software applications will be hosted in Data Center identified by the
Successful Bidder. It is important that the entire set of Data Center equipments are in safe
custody and have access from only the authorized personnel and should be in line with the
requirements & SLAs defined in the RFP.
The Servers provided should meet industry standard performance parameters (such as CPU
Utilization of 75% or less, disk utilization of 75% or less). In case any non-standard computing
environment is proposed (such as cloud), detail clarification needs to be provided to confirm a)
how the sizing has been arrived at and b) how SLAs would be met.
SI is required to ensure that there is no choking point / bottleneck anywhere in the system (end-
to-end) to affect the performance / SLAs.
All the hardware and software supplied should be from the reputed Original Equipment
Manufacturers (OEMs). Police Commissionerate, Nasik City reserves the right to ask
replacement of any hardware / software if it is not from a reputed brand and conforms to all
requirements specified in tender documents.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 70
All licenses should be in the name of Police Commissionerate, Nasik City.
Following selection criteria are to be followed for OEMs for cameras, VMS, ANPR & other
analytics:
Component Selection Criteria
Surveillance Cameras Minimum installation base of 5,000 IP based cameras across globe as
on 31/12/2014
Video Management
Software
Minimum installation base of 25 projects across globe as on
31/12/2014
ANPR Cameras Minimum installation base of 100 cameras across globe as on
31/12/2014
With regards to above table, OEMs will certify the installation base and the project experience.
This certificate shall be issued through the global Headquarters and attested by the Indian office.
Tendering authority shall verify the claim of OEMs by using publicly available reports like IMS,
in case there is any doubt of gross negligence. Decision of Dept. shall be final and binding upon
the Bidder and OEM.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 71
10. Annexure 4 – Functional Requirements for the Proposed
Surveillance System
Functional Requirement of the overall Surveillance System can be categorized into following
components:
Information to be Captured by Edge Devises
Information to be Managed at the Command Center
Information to be made available to different Police Personnel
Operational Requirements
Storage / Recording Requirements
Other General Requirements
10.1 Information to be Captured by Edge Devises
Cameras being the core of the entire Surveillance system, it is important that their selection is carefully
done to ensure suitability & accuracy of the information captured on the field and is rugged, durable &
compact. These cameras need to work on 24 X 7 basis and transmit quality video feeds to the centralized
data centers and would capture the video feeds at 12 FPS. (This is not applicable to the cameras capturing
feeds up to 60 FPS). However, Police Department shall take the regular review of the requirements for
video resolution, FPS and may change these numbers to suit certain specific requirements (for example,
there could be a situation when certain cameras are required to be viewed at higher FPS for specific
period. It is estimated that not more than 0.5% of the cameras would be required to be viewed at higher
FPS at a given point of time). Bidder should also take into consideration fog conditions during
the implementation & post implementation phase and ensure that suitable solution is
proposed to enhance the quality of video during such conditions
Please refer to the benchmark camera specifications given in Annexure 5 to understand the detail
requirements with respect to camera types & estimated numbers. As clearly identified in the SLA table
cameras need to transmit quality video feed (appropriately focused, clear, unblurred, jitter free, properly
lit, unobstructed, etc.). Packet loss should be less than 0.5%.
10.2 Information to be Analyzed at the Command Center
The proposed Video Management System should provide a complete end-to-end solution for security
surveillance application. The control center shall allow an operator to view live / recorded video from any
camera on the IP Network. The combination of control center and the IP Network would create a virtual
matrix, which would allow switching of video streams around the system.
As informed in the tender, not all the cameras would be simultaneously viewed at Command Control
Center or at viewing center. Police personnel shall have following access to the video feeds of the cameras
of their jurisdiction:
Viewing rights to all the live Camera Feeds
Viewing rights to the stored feeds
Access to view Alerts / Exceptions / Triggers raised
Trail Report on specific person / object / vehicle for a specific period / location
Provide search of recorded video. Advanced search should be possible based on various filters
like alarm / event, area, camera, etc.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 72
Analyze and flag counter flow movement
Crowd density analysis
10.3 Storage / Recording Requirements
It is proposed that the storage solution is modular enough to ensure compliance to the changes in storage
/ recording policy, to be evolved upon initial deployment of the system. Following storage requirements
are proposed for the project:
The storage solution proposed is that the video feeds would be available for 30
days. All the recordings should be given to Police Commissionerate, Nasik City on hard-drive for
permanent records.
For incidents that are flagged by the Police or any court order, the video of the relevant portion
from all relevant cameras should be stored/archived separately for investigation purposes and a
committee at Police Department can decide when this video feed can be deleted.
Regardless of the above, the image of the License plate extracted by ANPR software, along with
the timestamp and location of the image capture will stored for a period of 3 months.
Full audit trail of reports to be maintained for 90 days.
Please refer Annexure 6 for specifications for Storage solution.
Retrieval time for any data stored should be max. 4 hours for critical data & 8 hours for other
data.
The Recording Servers / System, once configured, shall run independently of the Video
Management system and continue to operate in the event that the Management system is off-
line.
The system shall support H.264 or better, MPEG-4 and MJPEG compression formats for all
analog cameras connected to encoders and all IP cameras connected to the system.
The system shall record the native frame rate and resolution supplied by the camera or as
configured by the operator from the System Administration Server.
The system should not limit amount of storage to be allocated for each connected device.
The on-line archiving capability shall be transparent and allow Clients to browse and archive
recordings without the need to restore the archive video to a local hard drive for access.
The system shall allow for the frame rate, bit rate and resolution of each camera to be configured
independently for recording. The system shall allow the user to configure groups of cameras with
the same frame rate, bit rate and resolution for efficient set-up of multiple cameras
simultaneously.
The system shall support Archiving or the automatic transfer of recordings from a camera’s
default database to another location on a time-programmable basis without the need for user
action or initiation of the archiving process. Archiving shall allow the duration of the camera’s
recordings to exceed the camera’s default database capacity. Archives shall be located on either
the recording server or on a connected network drive. If the storage area on a network drive
becomes unavailable for recording the system should have the ability to trigger actions such as
the automatic sending of email alerts to necessary personnel.
Bandwidth optimization
o The Recording Server / System shall offer different codec (H.264, MJPEG, MPEG-4, etc)
and frame rate (CIF, 4CIF, QCIF) options for managing the bandwidth utilization for live
viewing on the Client systems.
o From the Client systems, the user shall have the option of having video images
continually streamed or only updated on motion to conserve bandwidth between the
Client systems and the Recording Server.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 73
The Recording Server / System shall support Camera (analogue and IP cameras) devices from
various manufacturers.
The Recording Server / System shall support the PTZ protocols of the supported devices listed by
the camera OEMs.
SNMP Support
o The system shall support Simple Network Management Protocol (SNMP) in order for
third-party software systems to monitor and configure the system.
o The system shall act as an SNMP agent which can generate an SNMP trap as a result of
rule activation in addition to other existing rule actions.
10.4 Other General Requirements
Management / Integration functionality
The Surveillance System shall be a fully distributed solution, designed for large multi-site and
multiple server installations requiring 24/7 surveillance. The solution shall offer centralized
management of all devices, servers and users.
The Surveillance System should not have any limit on the number of cameras to be connected for
Surveillance, Monitoring and recording. Any increase in the no. of cameras should be possible by
augmentation of Hardware components.
The Surveillance System shall support distributed viewing of any camera in the system using
LEDs.
The Surveillance System shall support alarm management. The alarm management shall allow
for the continuous monitoring of the operational status and event-triggered alarms from system
servers, cameras and other external devices.
The Management system shall store the overall network elements configuration in central
database, either on the management server computer or on a separate DB Server on the network.
System Administration functionality
The System Administration Server shall provide a feature-rich administration client for system
configuration and day-to-day administration of the system.
The System Administration Server shall support different logs related to the Management Server.
o The System Log
o The Audit Log
o The Alert Log
o The Event Log
Rules
The system shall support the use of rules to determine when specific actions occur. Rules shall define
what actions shall be carried out under specific conditions. The system shall support rule initiated
actions such as:
o Start and stop recording
o Set non-default live frame rate
o Set non-default recording rate
o Start and stop PTZ patrolling
o Send notifications via email
o Pop-up video on designated Client Monitor recipients
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 74
Client system
The Client system shall provide remote users with rich functionality and features as described below.
Viewing live video from cameras on the surveillance system
Browsing recordings from storage systems
Creating and switching between multiple of views.
Viewing video from selected cameras in greater magnification and/or higher quality in a
designated hotspot.
Controlling PTZ cameras.
Using digital zoom on live as well as recorded video.
Using sound notifications for attracting attention to detected motion or events.
Getting quick overview of sequences with detected motion.
Getting quick overviews of detected alerts or events.
Quickly searching selected areas of video recording for motion (also known as Smart Search).
Matrix Monitor
Matrix Monitor – The Matrix Monitor feature shall allow distributed viewing of multiple cameras
on the system on any monitor.
The Matrix Monitor feature shall access the H.264/MJPEG/MPEG4 stream from the connected
camera directly and not sourced through the recording server.
Alarm Management Module
The alarm management module shall allow for continuous monitoring of the operational status
and event-triggered alarms from various system servers, cameras and other devices. The alarm
management module shall provide a real-time overview of alarm status or technical problems
while allowing for immediate visual verification and troubleshooting.
The alarm management module shall provide interface and navigational tools through the client
including;
o Graphical overview of the operational status and alarms from servers, network cameras
and external devices including motion detectors and access control systems.
o Intuitive navigation using a map-based, hierarchical structure with hyperlinks to other
maps, servers and devices or through a tree-view format.
The module shall include flexible access rights and allow each user to be assigned several roles
where each shall define access rights to cameras.
Basic VMS should be capable to accept third party generated events / triggers
Other Miscellaneous Requirements
System should have a facility to create CDs or other storage media for submission to Judiciary,
which can be treated evidence for legal matters. Such storage media creation should be tamper
proof and SI to provide appropriate technology so that integrity and quality of evidence is
maintained as per requirements of the judiciary. Bidder is required to specify any additional
hardware / software required for this purpose & the same can be listed in miscellaneous section
of the commercial bid. SI will also prepare the guideline document to be followed by the Police
Personnel for the retrieval of Video / images from the CCTV System so as to maintain integrity of
the evidence. Such a guideline document should include methods of retrieval of data, check-list to
be followed and flowchart of the entire process to be followed.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 75
All the systems proposed and operationalization of Video Management System should comply
with requirements of IT Acts.
There would be the provision for Third party audit periodically, paid by Police Commissionerate,
Nasik City separately
HelpDesk Management
It is envisaged that the centralized helpdesk, functioning as proposed below, would be managed by the
Systems Integrator and shall serve following objectives:
Act as the Point of Contact for the users of Surveillance System
Own an Incident throughout its Lifecycle
Communicate effectively with Police Dept. Officers and IT support teams.
Maintain high user satisfaction levels
Maintain the SLA statistics & submit monthly report to Police Commissionerate, Nasik City
A general process flow for the helpdesk management is depicted in the following flow-chart.. Systems
Integrator shall prepare a detailed HelpDesk Policy in consultation with the Police Commissionerate,
Nasik City & its Consultant prior to the Go Live date.
System Integrator shall deploy a State-of-Art Enterprise Management System to handle the complexity of
Operations & SLA Management defined in the RFP.
RFP for CCTV Surveillance System for Nasik City [Confidential]
9. PTZ Pan: 360° endless/continuous, 0.2 to 300°/s (auto), 0.2 to 100°/s (Manual)
Tilt: 90°, 0.2 to 100°/s (Auto), 0.2 to 40°/s (Manual)
18x optical zoom and 10x digital zoom
64 preset positions
Pre-set tour
10. Auto adjustment + Remote Control of Image settings
Colour, brightness, sharpness, contrast, white balance, exposure control, backlight compensation, Gain Control, Wide Dynamic Range
11. Protocol Any two or above of HTTP/HTTPS/TCP/UDP or any other protocols required by the solution
12. Standards ONVIF Core Specification ‘2.X’ or ‘S’ compliant and should provide support for ONVIF profiles such as Streaming, Storage, Recording, Playback, and Access Control.
13. Security Password Protection, IP Address filtering, User Access Log, HTTPS encryption
14. Operating conditions 0 to 50°C
15. Casing Standard certification for water, dust, impact resistant
16. Certification UL / CE / FCC / EN
RFP for CCTV Surveillance System for Nasik City [Confidential]
prevention (comprising of a single, deployable agent ) which can be managed by a central server. (Support, updates, patches and errata for the entire contract/ project period)
12.2 Laptop
# Parameter Minimum Specifications
1. Processor Latest generation 64 bit x86 Dual core CPU with 2.4 GHz or more
2. Display Minimum 14" Diagonal TFT Widescreen with minimum 1366 x 768 resolution (16:9 ratio)
3. Memory 8GB DDR3 SDRAM with 1DIMM Slot free
4. HDD 500 GB SATA HDD @ 7200 rpm
5. Ports 1- Integrated Gigabit LAN ; 1- HDMI/ Display port, 1- VGA, 1- RJ-45, 1- headphone/ Microphone out; 3 – USB 2.0, Wireless LAN – 802.11b/g/n Wi-Fi Certified, Bluetooth 3.0, Built in web cam
6. Battery backup Minimum 6 lithium ion battery with a backup of min 3 hrs
7. Keyboard & Mouse
84 Keys Windows Compatible keyboard, Integrated Touch Pad
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 80
# Parameter Minimum Specifications
8. OS Windows 8.1 Professional (with recovery disc)
Laptop should be Windows Hardware Quality Lab (WHQL) certified
prevention (comprising of a single, deployable agent ) which can be managed by a central server. (Support, updates, patches and errata for the entire contract/ project period)
10. Weight Laptop with battery installed should not weigh more than 2.25 Kg