1 22transport.delhi.gov.in/sites/default/files/all-pdf/tender.pdf · automatic vehicle tracking...

46

Upload: others

Post on 22-Feb-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model
Page 2: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

Page 1 of 22

Tender Ref. No. – E-TenderNoticeNo. 2018_TD_161270_1

Issued by:

Transport Department

Government of NCT of Delhi

5/9, Under Hill Road, Delhi-110054

“Selection of agency to operationalise IP CCTV And Auto-

matic Vehicle Tracking System in DTC and Cluster Scheme

Buses on Infrastructure as a service model”

Tender Ref. No. – E-TenderNoticeNo. 2018_TD_161270_1 – Dated 01.11.2018

Corrigendum 1

Date of Corrigendum: 22.11.2018

Page 3: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

Page 2 of 22

S. No. RFP Reference

(s)

Original Content of RFP Revised Content of RFP

1. Page No. 9, Im-

portant Dates S.

NO. 4

Last date and time for Bid Sub-

mission (30/11/2018 at 15.00

hours)

The due date and time for bid submis-

sion is being extended till 10/12/2018

at 1500 hours

2. Page No. 9, Im-

portant Dates S.

NO. 5

Date and time of opening of

bids (30/11/2018 at 15.30

hours)

The due date and time of opening of bid

is 10/12/1018 at 1530 hours

3. Page No. 20,

Clause 6.26.1, a)

Pre-Qualification

for Bidder, S. No.

3

The Bidder shall have annual

turnover of minimum INR 500

crores for last three financial

years 2015-16, 2016-17 and

2017-18

To be read as “The Bidder shall have

average turnover of minimum INR 500

crores for last three financial years

2015-16, 2016-17 and 2017-18”

4. Page No. 22,

Clause 6.26.1, b)

Pre-qualification

criteria for Key

Products/Solu-

tions, S. No. 2

The OEM of Camera and

mNVR should have installed

minimum 5000 IP Cameras in

India as on bid submission date

To be read as "The OEM of Camera

and mNVR should have supplied mini-

mum 5000 IP Cameras in India as on

bid submission date"

5. Page No. 29,

Clause 7, Pay-

ment Terms, sub

clause 7.1.1

Table of Payment Terms To be replaced as Annexure 8 of cor-

rigendum

6. Page No. 64,

Clause 10.3 Over-

view, sub clause

(i)

Inside all buses, three (3) IP

CCTV Cameras, one (1) 9” Dis-

play, one (1) mNVR with hous-

ing & storage, four (4) Panic

Buttons, one (1) Sounder cum

Strobe, one (1) Audio console

with all other required accesso-

ries will be installed.

To be read as “Inside all buses, three

(3) IP CCTV Cameras, one (1) 7” Dis-

play, one (1) mNVR with housing &

storage, four (4) Panic Buttons, one (1)

Sounder cum Strobe, one (1) Audio

console with all other required acces-

sories will be installed”, refer specifica-

tion and compliance in Annexure 2 of

corrigendum

7. Page No. 74,

Clause 10.8 Solu-

tion Architecture

Requirements,

sub clause 10.8.4

Additional Information List of DTC and Cluster Depot details,

Refer Annexure 4 of corrigendum

8. Page No. 83,

Clause 13.1 Bill of

Quantities, S. No.

8

Set of Panic Button (1 in each

bus)

To be read as “Set of Panic Button (4

panic buttons in each bus)”

9. Page No. 84,

Clause 13.1 Bill of

Quantities, S. No.

40 and 52

Description UoM BoM QTY

Firewall Li-cense as per Specification

No(s) 1

To be read as

Description UoM BoM QTY

Firewall License as per Specification

No(s) 2

10. Page No. 125,

Section 16.8: An-

nexure 8 Financial

Proposal Formats

Annexure 8 Financial Proposal

Formats

Bidder needs to mandatory upload the

revised Financial Proposal Formats as

per Annexure 1 of corrigendum includ-

ing the following:

Page 4: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

Page 3 of 22

S. No. RFP Reference

(s)

Original Content of RFP Revised Content of RFP

• Financial Bid Letter

• Breakdown of Cost Compo-

nents

• Financial Bid Format - Opex

11. Page No. 154,

Clause Annexure

11.1 Technical

Specification and

Compliance of

VMS Application

and Vehicle

Tracking Soft-

ware, S. No. 5.00

and S. No. 8.00

Additional Specification added

under S. No. 5.00 Video re-

cording Software and S. No.

8.00 Vehicle tracking Software

Refer Annexure 5 of corrigendum

12. Page No. 156,

Clause Annexure

11.2 Specification

and Compliance

of Firewall cum L3

Switch for Com-

mand Centre, S.

No. 4

Firewall appliance should have

at least 30x 1GE SFP interface,

6x 10G SFP+ interfaces and 2

GE RJ45 Management ports

Shall be read as “Firewall appliance

should have at least 30x 1G copper in-

terface, 6x 10G SFP+ interfaces and 2

GE RJ45 Management ports”

13. Page No. 159,

Clause Annexure

11.3 Specification

and Compliance

of IP camera, S.

No. 10

Video Compression: H.265+ /

H.265 / H.264 / H.264+,

MPEG-4, M-JPEG

To be read as “Video Compression:

H.265+/H.265, H.264+/H.264, MPEG-

4, MJPEG”

14. Page No. 159,

Clause Annexure

11.3 Specification

and Compliance

of IP camera, S.

No. 16

IR Distance: Distance up to

30m or more

To be read as “IR Distance: Distance

10m or more”

15. Page No. 159,

Clause Annexure

11.3 Specification

and Compliance

of IP camera, S.

No. 28

Camera Ruggedness: Rugged,

vibration and shock proof hous-

ing vibration resistance as per

EN 50155, EN 50121, AIS004

To be read as “Camera Ruggedness:

Rugged, Vibration and shock proof

housing vibration resistance as per EN

50155, AIS004”

16. Page No. 161,

Clause Annexure

11.4 Specification

and compliance of

Mobile NVR, S.

No. 10

Video Compression Standards

Supported: H.265+/ H.265,

H.264, H.264+, MPEG-4,

MJPEG

To be read as “Video Compression:

H.265+/H.265, H.264+/H.264, MPEG-

4, MJPEG”

17. Page No. 161,

Clause Annexure

11.4 Specification

and compliance of

Event Based Recording and

Tagging:

Pre-recording – 1 to 15 minutes

(Secondary Stream)

Event Based Recording and Tagging:

Pre-recording – 1 to 30 minutes (Sec-

ondary Stream),

Post-recording – 1 to 30 minutes (Sec-

ondary Stream)

Page 5: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

Page 4 of 22

S. No. RFP Reference

(s)

Original Content of RFP Revised Content of RFP

Mobile NVR, S.

No. 20

Post-recording – 1 to 60

minutes (Secondary Stream)

18. Page No. 162,

Clause Annexure

11.4 Specification

and compliance of

Mobile NVR, S.

No. 36

Shock resistance: EN 50121 or

equivalent

This parameter stands deleted

19. Page No. 163,

Clause Annexure

11.4 Specification

and compliance of

Mobile NVR, S.

No. 43

Certification: UL, CE, FCC,

EN50155, BIS, EN 61000,

AIS004

To be read as “Certification: UL, CE,

FCC, EN50155, BIS, AIS004”

20. Page No. 188,

Clause Annexure

11.18 Specifica-

tion and compli-

ance of Passive

Component, S.

No. 1.06

CAT 6 FTP with Aluminium Foil

and Armoured (Steel Tape)

with double HDPE sheath.

This parameter stands deleted

21. Page No. 188,

Clause Annexure

11.18 Specifica-

tion and compli-

ance of Passive

Component, S.

No. 1.10

Cable should have Drain wire

and outer sheath must be anti-

termite.

This parameter stands deleted

22. Page No. 188,

Clause Annexure

11.18 Specifica-

tion and compli-

ance of Passive

Component, S.

No. 2.06

FR-PVC Blue Jacket 4 Pair 23

AWG Copper Cable with inte-

gral cross member pair separa-

tor and should support band-

width of 600 MHz

To be read as "LSZH PVC White

Jacket 4 Pair 23 AWG Copper Cable

with integral cross member pair sepa-

rator and should support bandwidth of

600 MHz"

23. Page No. 188,

Clause Annexure

11.18 Specifica-

tion and compli-

ance of Passive

Component, S.

No. 2.10

The Cable Should be UL/ETL

certified with Zero Bit error (cer-

tificate required)

To be read as "The Cable Should be

UL/ETL certified (certificate required)"

24. Page No. 189,

Clause Annexure

11.18 Specifica-

tion and compli-

ance of Passive

Component, S.

No. 3.09

It should have a Dust cover to

cover the keystone.

To be read as "It should have a Dust

cover in the Face Plate".

Page 6: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

Page 5 of 22

S. No. RFP Reference

(s)

Original Content of RFP Revised Content of RFP

25. Page No. 189,

Clause Annexure

11.18 Specifica-

tion and compli-

ance of Passive

Component, S.

No. 5.06 and 5.07

High Impact Plastic Body ABS

FR Grade 86 x 86 mm for sin-

gle & dual port

High Impact Plastic Body ABS

FR Grade 86 x 147 mm for

Quad

To be read as “High Impact Plastic

Body ABS FR Grade of suitable size for

single, dual and Quad port”

26. Page No. 214,

Clause Annexure

11.23 Specifica-

tion and compli-

ance of Command

Centre Design, S.

No. 4.03

Monitors shall be mounted on

Slat wall. All arms shall be ar-

ticulating Die cast aluminium

arm and must not be fixed on

the table top. The desk shall be

able to house computer equip-

ment, Ethernet Points, Power

Distribution Unit. The work-

station CPUs shall be mounted

on Heavy-duty Slide out CPU

trays for ease in maintenance,

all equipment and its wiring

shall be concealed from direct

human view. Console must

have exhaust fan for cooling ar-

rangement.

To be read as "Monitors shall be

mounted on Slat wall. All arms shall be

articulating Die cast aluminium arm

and must not be fixed on the table top.

The desk shall be able to house com-

puter equipment, Ethernet Points,

Power Distribution Unit. The work-

station CPUs shall be mounted on

Heavy-duty Slide out CPU trays for

ease in maintenance, all equipment

and its wiring shall be concealed from

direct human view. Console must have

exhaust fan for cooling arrangement.

Monitor Arm Assembly shall have auto-

lock, push & add/remove extendible

arms with tool less addition/ deletion

feature to cater future requirements"

27. Page No. 161,

Clause Annexure

11.4 Specification

and compliance of

mobile NVR

Additional Parameter (Addi-

tional Specification point no.

46)

Refer Annexure 3 of corrigendum

28. Page No. 175, An-

nexure 11.11

Specification and compliance

of video wall

To be replaced as Annexure 6 of corri-

gendum

29. Page no. 213,

Annexure 11.22

Specification and compliance

of Network Storage for DC and

DR (100TB usable)

To be replaced as Annexure 7 of corri-

gendum

Page 7: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

Page 6 of 22

Annexures

Annexure 1

Annexure 8: Financial Proposal Formats

Annexure: 8.1 Financial Bid Letter

To

{Procurement Entity}

Sir,

Sub: Request for Proposal for Selection of agency to operationalise IP CCTV and Automatic Ve-

hicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service

model.

Ref: RFP No. <<>> dated <<DD/MM/2018>>

We, <<name of the undersigned Bidder and consortium members>>, having read and examined in detail

all the bidding documents in respect of set up of Selection of agency to operationalise IP CCTV and

Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure

as a service model. I do hereby propose to provide our services as specified in the bidding proposal

submitted by us.

All the prices mentioned in our bid are in accordance with the terms as specified in the bidding docu-

ments. This bid is valid for a period of 180 calendar days from the date of submission of RFP to the

bidder.

We have studied the relevant clause(s) in Indian Tax Laws and hereby declare that if any taxes, sur-

charge, Professional and any other corporate Tax in altercated under the laws, we shall pay the same.

We have indicated in the relevant annexure enclosed, the unit rates on account of payment as well as

for price adjustment in case of any increase or decrease from the scope of work under the contract.

We declare that our bid prices are for the entire scope of work as specified in the Scope of Work and bid

documents. These prices are attached with our bid as part of the bid.

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 Section 6.34 of RFP within 15 days of issue of LOI.

We hereby declare that our bid is made in good faith, without collusion or fraud and the information

contained in the bid is true and correct to the best of our knowledge and belief.

We understand that our bid is binding on us during the validity period or the extensions thereof and that

you are not bound to accept a Bid you receive.

Page 8: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

Page 7 of 22

We confirm that no deviations are attached here with this financial offer.

Thanking you,

Yours sincerely,

(Signature of the Authorized Bidder)

Name

Designation

Seal

Date:

Place:

Business Address:

Page 9: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

Page 8 of 22

Annexure 8.2 - Breakdown of Cost Components

Note:

• Bidder should provide all prices, quantities as per the prescribed format under this Annexure. Bidder should not leave any field blank. In case the

field is not applicable, Bidder must indicate “0” (Zero) in all such fields.

• The Bidder shall take the quantities mentioned as minimum quantities. However, for proper functioning of the system, the bidder may include

components which may not have been mentioned or increased quantities.

• It is mandatory to provide breakup of all Taxes, Duties and Levies wherever applicable and or payable.

• Purchaser reserves the right to ask the Agency to submit proof of payment against any of the taxes, duties, levies indicated.

• Purchaser shall take into account all Taxes, Duties and Levies for the purpose of Evaluation.

Annexure: 8.2.1 Financial Bid Format-OPEX

S No. SOR Description UoM

Contract Period

QTY per

Month

Contract QTY

Unit Rate Per Month

Cost per Month

Total Cost for 60 months (5

Years)

A B C = A x

B D E = D x B F = D x C

1 Providing services for IP based CCTV Surveillance in buses of DTC and Cluster Scheme under Transport Department of NCT. The SOW defines the Operationalize and Maintenance job of IP CCTV System in Buses, Command & Control Centre, Viewing Centre, Data centre and Viewing Centre at depot. Reference SOW (SOW No) of IP CCTV Surveillance System.

1.01 Providing services of CCTV System in every Bus of DTC and cluster Scheme as per SOW (Line 1 of Implementa-tion Scheme)

Month(s) 60 5,000 3,00,000

-

-

1.02 Providing services of Viewing Centre for CCTV Footage at depot level as per SOW (Line 2 of Implementation Scheme)

Month(s) 60 66 3,960

-

-

1.03

Providing services of Command & Control Centre for GPS based Vehicle Tracking System, CCTV and Alarm monitoring as per SOW (Line 3 of Implementation Scheme)

Month(s) 60 1 60

-

-

1.04 Providing services of Viewing Centre for CCTV Footage investigation as per SOW (Line 4 of Implementation Scheme)

Month(s) 60 1 60

-

-

Page 10: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

Page 9 of 22

S No. SOR Description UoM

Contract Period

QTY per

Month

Contract QTY

Unit Rate Per Month

Cost per Month

Total Cost for 60 months (5

Years)

A B C = A x

B D E = D x B F = D x C

1.05 Providing services of dedicated Data Centre as per SOW (Line 5 of Implementation Scheme)

Month(s) 60 1 60

-

-

1.06 Providing services of dedicated Disaster Recovery Cen-tre as per SOW (Line 6 of Implementation Scheme)

Month(s) 60 1 60

-

-

1.07 Channel license cost of Analytics (refer Annexure 11 for specification) per camera as one-time Unit Rate

No(s) NA NA 15000

-

1.08 Lump sum cost of all required Hardware for Analytics shall be quoted as a set of 50 cameras per set

Set(s) NA NA 100

-

1.09

Cost of Integration of the proposed solution with the ad-ditional buses pre-fitted with the system component for bus. The integration shall include all level of integration with required set of licenses and soft or SDK level inte-gration*.

No(s) NA NA 1000

-

2 Providing services for monitoring, operation and troubleshooting tackles as per the requirement at Command and Control Centre. Reference SOW (SOW No) of Monitoring of IP CCTV Surveillance System.

2.01 CCTV operator for 24/7 Resource(s) 60 0

-

-

2.02 Technical Resource 24/7 Resource(s) 60 0

-

-

2.03 Helpdesk Resource(s) 60 0

-

-

2.04 Assignment Manager Resource(s) 60 1 60

-

-

2.05 Operations Manager Resource(s) 60 1 60

-

-

S. No. SOR Description UoM QTY Unit Rate Total Cost

A B C = A x B

3.00 Cost of Re-installation of the system com-ponent on the bus (like installa-tion of the system on another bus after dismantling the

Per Bus(s) 1000

Page 11: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

Page 10 of 22

S. No. SOR Description UoM QTY Unit Rate Total Cost

A B C = A x B

system components from the old/ scrapped bus). **

Total Amount before GST

GST @18%

Total Amount inclusive of GST

INR in word:

*The purchaser reserves the right to change the quantity based on the actual requirement.

** The above cost will be paid on actuals depending upon the number of buses on which the system has been reinstalled.

Note:

i. Above breakup of rates is only for determining the total bid value for shortlisting the successful bidder for work award. However, actual payments shall be regulated

based on the actual number of locations/buses where services as per SOW were delivered during the billing period.

ii. The number of locations mentioned above are indicative only and Purchaser reserves the right to increase or decrease the number of actual locations/buses

intended to be covered under the contract.

iii. In addition, Purchaser reserves the right to increase or decrease the quantities of items indicated in the above BOQ and the payments shall be based on the

actual quantity of items.

iv. I/We do hereby confirm that my/ our bid price includes all statutory taxes/ levies but excluding GST (as applicable on the services). I/ We also declare that any

tax, surcharge on tax and / or any other levies, if altered in future and payable under the law, the same shall be borne by me/ us.

v. The quoted rates for all items shall remain unchanged for entire term of the Contract Agreement. In case there is increase or decrease in any item(s) to be

installed, then the payment to the Service Provider shall be made as per actuals, as the case may be, in reference to the quoted price in the financial bid and/or

as assessed by the Purchaser in case item is not mentioned in the financial bid

vi. Bidder needs to provide cost of analytics license per camera as a separate line item. Bidder is required to the cost for this item for future purposes. Purchaser

reserves the right to consider deployment of Analytics at any point of time within the project contract period)

Page 12: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

Page 11 of 22

Annexure 2

Specification and compliance of Display (7”):

Annexure 3

S. No. Parameter Specification Compliance

(Yes/No)

Deviation

(if any)

46 Hardware The mobile NVR shall be equipped

with inbuilt module for 4G/LTE, GPS

and Wi-Fi (refer Specification

11.5,11.6 and 11.7), Sim card is

considered in MNVR, same sim will

be used for the AVTS.

S.

No. Parameter Specification

Compliance

(Yes/No)

Deviation

(if any)

1 Size Minimum 7" TFT LCD with arrow

keys and number buttons

2 Luminance 400cd/m2

3 Viewing angle 70/70/50/70 (L/R/U/D)

4 Resolution 800 × 480 or better

5 Back-light Type LED

6 Video Inputs Two

7 Functionality Live view and play back

8 Power Source mNVR

Page 13: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

Page 12 of 22

Annexure 4

DTC BUS DEPOT CLUSTER BUS DEPOT

S. No. Name of Depot S. No. Name of Depot

1 B.B.M. Depot 1 Sunheri Pullha Depot

2 Rohini - I 2 kushak nallah Depot

3 Rohini - II 3 Okhla Depot

4 Rohini - III 4 Kair Depot

5 Rohini - IV 5 Kanjhawala Depot

6 Wazir Pur 6 BBM-I Depot

7 Subhash Place 7 Rajghat Depot

8 G.T.K. Depot 8 Dilshad Garden Depot

9 Bawani 9 Seemapuri Depot

10 Nangloi 10 Dichaone Kalan Depot

11 Kanjhawla 11 Rani Khera - I

12 Narela 12 Rani Khera -II

13 Kalka Ji 13 Rani Khera - III

14 SNDP 14 Dwarka Sector-22

15 Ambedkar Nagar 15 Revla Khanpur

16 Vasant Vihar 16 Kharkari Nahar

17 Tehkhand 17 Bawana Sector-1

18 Sukhdev Vihar 18 Bawana Sector-5

19 Sarojini Nagar 19 East Vinod Nagar

20 Nand Nagri 20 Rohini Sector-37 I

21 NOIDA 21 Rohini Sector-37 II

22 East Vinod Nagar 22 Burari

23 Hasan Pur 23 BBM-II

24 Inderprastha

25 Yamuna Vihar

26 Gazi Pur

27 Raj Ghat - I

28 Raj Ghat - II

29 Hari Nagar - I

30 Hari Nagar - II

31 Hari Nagar - III

32 Kesho Pur

33 Naraina

34 Shadi Pur

35 BAGDOLA

36 Dwarka Sector - 2

37 Maya Puri

38 Dichaon Kalan

39 Peera Garhi

40 Ghuman Hera Depot-I

41 Ghuman Hera Depot-II

42 Ghuman Hera Depot-III

43 Mundela Kalan

Page 14: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

Page 13 of 22

Annexure 5

Technical Specification and Compliance of VMS Application and Vehicle Tracking Software

S.No. VMS Specification Compliance

(Yes/No) Deviations

(if any)

5.00 Video Recording Software:

5.12 VMS should provide the option to access the number of cameras in the bus, based on the user requirement.

8.00 Vehicle Tracking Software:

8.14 GIS Integration:

a

Implementation Agency shall undertake detail assessment for integra-

tion of the Surveillance System with the Geographical Information Sys-

tem (GIS) so that physical location of Depots, GPS fitted buses (Vehicle

Tracking) and cameras are brought out on the GIS map. Implementa-

tion Agency is required to carry out the seamless integration to ensure

ease of use of GIS in the Surveillance System Applications/Dashboards

in Command Control Centre, Viewing Centre, Depot and by other au-

thorized senior officials. GIS Base Map shall be developed or procured,

supplied and integrated by the Implementation Agency at 1:1000 scale

or better with all depots and buses plotted on the map apart from the

updated map of all buildings, utilities and roads. If this requires field sur-

vey, it needs to be done by Successful Bidder. Implementation Agency

is required to update GIS maps from time to time. Different layers to be

covered under GIS are as follows:

i. Depots with geographical area

ii. Roads

iii. Buses

iv. Bus routes

v. Command Centre

8.15

GPS integration with GIS is required to locate all buses of DTC and

Cluster Scheme (on which GPS units are fitted) on GIS Map. Vehicle

tracking should happen even while any vehicle is parked/stationary/ig-

nition-off.

8.14 The bidder to consider all the required features for map data and GIS

software including quarterly updates.

8.15 The proposed map should have feature to select a bus from which the

panic alert is received.

8.16 It shall show the status of the bus with different colours for health and

alarm monitoring.

8.17 The map should provide the feature to select a bus in alarm state (acti-

vated panic alert) for continuous tracking with auto panning of map.

8.18 The map should provide the feature to select a bus to provide following

details on click of bus icon:

a On demand live feed of in-vehicle camera

b Health status of device

c Alarm history

d Health log

e Bus license plate number

f GPS coordinate (dynamic) of bus

Page 15: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

Page 14 of 22

S.No. VMS Specification Compliance

(Yes/No) Deviations

(if any)

g Crew member's phone number of the bus

8.19 SMS Gateway Integration

a

Implementation Agency shall carry out SMS Gateway Integration with

the VMS and develop necessary applications to receive all SMS alerts

from the buses with GPS location, panic alert and health status infor-

mation, which will be system generated from each mNVR. Any exter-

nal/third party SMS gateway can be used, but this needs to be specified

in the Technical Bid, and approved during Bid evaluation.

Page 16: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

Page 15 of 22

Annexure 6

Specification and compliance of Video wall:

S. No Parameter Specifications Compliance

(Yes/No)

Deviations

(if any)

1.00 Specifications of LCD display Panel:

1.01 Product details-

1.02

Please mention Make

Model No. or Part

Code

1.03 Display Wall Screen

Size 70"

1.04 Projection Technology DLP Rear Projection

1.05 Native Resolution per

cube 1920x1080

1.06 Aspect Ratio 16:9

1.07 Light Source Laser

1.08 Brightness on screen brightness Minimum 500 cd/m2

1.09 Brightness Uniformity 98%

1.10 Contrast ratio Typical 1600:1

1.11 Colour Calibration

Automatic inbuilt sensors for colour and

brightness management mechanism to be

provided.

1.12 Connectivity Each display Module shall support 4HD @

30Hz inputs

1.13 Full viewing angle 180°

1.14 Lifetime Normal mode: 60 000h

Eco mode: 80 000h

1.15 Inputs DVI-D in/out

1.16 Power 100 - 240 VAC, 60 - 50Hz, (below values

are for 230V; 110V +5%)

1.17 Eco mode Less than 350 Watt

1.18 Heat Dissipation As per OEM

1.19 Environment conditions

a Operating Humidity Up to 80% non-condensing

b Operating Tempera-

ture 10°C-40°C | 50°F-105°F

c Storage Temperature 0°C-40°C | 32°F-105°F

1.20 Access As per OEM

1.21 Pixel clock Minimum162 MHz or higher

1.22 Signal Processing Each cube should have cropping/scaling ca-

pability

1.23 Screen Half-Gain

Viewing Angle

Horizontal: 28 degrees +/- 3 or better

Vertical: 13 degrees +/- 3 or better

1.24 Operating Hours 24x7x365

2.00 Specifications of Display Wall Controllers

2.01 Product details-

Page 17: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

Page 16 of 22

S. No Parameter Specifications Compliance

(Yes/No)

Deviations

(if any)

2.02

Please mention Make

Model No. or Part

Code

2.03 Display controller Controller shall be able to control all display

cubes

2.04 Redundant Controller The controller shall be based on the latest ar-

chitecture.

2.05 Platform Windows Xeon Quad core 3 GHz or Core i7

3 GHz or above

2.06 Processor Intel Xeon

2.07 RAM 32 GB or higher

2.08 Chassis Type 19" Rack mount industrial chassis

2.09 Network 2 Network Ports or more

2.10 Output Resolution

Support Minimum1920 x 1080 or higher

2.11 Ticker

There should be a possibility in the controller

to create user defined multiple tickers. It

should also be possible to place these tickers

anywhere on the wall

2.12 Scalability The system shall be able to add additional

inputs as required in future.

2.13 Control

The system shall be capable to interact

(Monitoring & Control) with various applica-

tions on different network through the single

Operator Workstation. It shall be possible to

launch layouts, change layouts in real time

using Tablet

2.14 Storage Redundancy Redundant Hot Swappable HDD in RAID 1

Configuration

2.15 Power Redundancy Redundant Hot Swappable Power Supply

2.16 Input devices

Keyboard and Mouse along with mechanism

to extend up to 20 Mtrs. from display control-

ler shall be provided

2.17 Seamless operation The controller shall be designed for 24 x 7

operation

2.18 OEM Certification

The OEM should certify all features and func-

tionality.

The Display Modules, Display Controller &

Software shall be from a single OEM.

3.00 Specifications of Video Wall Management Software

3.01 Product details-

3.02

Please mention Make

Model No. or Part

Code

3.03 Layouts

The software should be able to pre-configure

various display layouts and access them at

any time with a simple mouse click or sched-

ule/timer based.

Page 18: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

Page 17 of 22

S. No Parameter Specifications Compliance

(Yes/No)

Deviations

(if any)

3.04 Sources The software should be able display multiple

sources anywhere on video wall in any size.

3.05 Remote Viewing

The video wall content will be able to show

live on any remote display Mobile with IE.

Viewing these streams should not require

any specific application (app) on mobile

phones, users should simply be using stand-

ard mobile internet network (3G/4G/LTE).

The display solution as well as the complete

control ware including Display Controller,

Central management SW & Web-streaming

hardware as well as software should be of

same Make/OEM

3.06 User management

Key features of Video Wall management

Software

• Central configuration database

• Browser based user interface

• Auto-detection of network sources

• Online configuration of sources, displays

and system variables

3.07 Software features

Video Wall Control Software shall allow com-

mands on wall level or cube level or a selec-

tion of cubes:

• Switching the entire display wall on or off.

• Setting all projection modules to a com-

mon brightness target, which can be either

static (fixed) or dynamic to al-

ways achieve maximum (or minimum)

common brightness between projection

modules.

• Fine-tune colour of each cube

3.08 Client & Server

basedArchitecture

Should support Multiple clients / Consoles to

control the Wall layouts

3.09 Collaboration

The Software should be able to share layouts

comprising of sources with workstations /

Displays over LAN for remote monitoring

3.10 Scaling

Software should enable the user to display

multiple sources (both local & remote) up to

any size and anywhere on the display walls

(both local & remote).

3.11 Display The software should be able to create lay-

outs and launch them as and when desired

3.12 Remote Control

The Display Wall and sources (both local &

remote) should be controlled from Remote

PC through LAN without the use of KVM

Hardware.

3.13 Support of Meta Data Software should support display of Alarms

Page 19: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

Page 18 of 22

S. No Parameter Specifications Compliance

(Yes/No)

Deviations

(if any)

3.14 Authentication The software should provide at least 2 layers

of authentication

3.15 Scenarios

Software should able to Save and Load

desktop layouts from Local or remote ma-

chines

3.16 Layout Scheduler All the Layouts can be scheduled as per user

convince.

3.17 Layout Scheduler

Software should support auto launch of Lay-

outs according to specified time event by

user

3.18 Layout Management

It should be possible to create layouts com-

prising of screen scrapped content of Work-

stations, DVI inputs, Web sources, URLs

configured as sources. Layouts can be pre-

configured or changed in real time

3.19 Layouts Configuration Can be pre-configured or changed in real

time

3.20 Scheduling It should be possible to schedule specific

Layout based on time range

3.21 Sharing & Collabora-

tion

It should be possible to share the layouts

over LAN.

3.22 OEM Certification

All features and functionality should be certi-

fied by the OEM.

The Display Modules, Display Controller &

Software should be from a single OEM.

Page 20: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

Page 19 of 22

Annexure 7

Specification and compliance of Network Storage for DC and DR (100TB usable):

S. No.

Parameter Description Compliance

(Yes/No) Deviations

(if any)

1.00 Product details-

2.00 Please mention Make Model No. or Part Code

3.00 Storage Capacity Proposed Storage System shall be Minimum 100 TB Usable Capacity

4.00 Storage Type Hybrid Storage System with concurrent support for native NAS, iSCSI and Fibre Channel proto-cols

5.00 Controller Dual redundant Active-Active Controllers

6.00 Cache The Storage System shall have minimum 48 GB memory spread across both controllers. SSDs will not be considered as Cache.

7.00 RAID Storage System shall be configured with RAID6 protection and Global Hot Spares.

8.00 HDD

Proposed Storage System shall be capable to be configured with required usable storage ca-pacity using following type of drives: - NL-SAS Drives with 7.2K RPM; - SAS Drives with 10K RPM; - SAS Drives with 15K RPM;

9.00 Scalability Proposed Solution should be scalable up-to 150 Drives in the same Storage Array without up-grading the controllers.

10.00 Host Connectivity 8 x 16Gbps FC ports & 4 x 10G copper Ethernet ports & 4 x 10G SFP+ Ethernet ports

11.00 Backend Connec-tivity

Minimum of 4nos x 12Gbps SAS backend ports per Array

12.00 Total Aggregate Storage Bandwidth

Proposed Storage System shall ensure a mini-mum total aggregate bandwidth of 1000 Mbps on a scalable Write and Read capacity of Video Management Application Workload.

13.00 Storage Software Licenses

1. All the standard Storage Software Licenses for File, Block & vVOLs, Snapshots, Remote Replication, Performance Optimization, Thin provisioning, QOS, Proactive Remote Sup-port shall be included.

2. Entire storage capacity shall be protected with encryption techniques, required software and hardware shall be configured.

3. All the licenses shall be provided for entire supported storage capacity of the proposed Array.

14.00 System Monitoring and Diagnostics

The Storage array should support continuous system monitoring, call-home notification, ad-vanced remote diagnostics and proactive hot sparing to enhance system robustness, availa-bility and reliability.

15.00 Power Supply Dual Redundant Power Supply

Page 21: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

Page 20 of 22

Annexure 8

7.1.1 The total project cost shall be divided into two billing entities:

i. Transport Department:

• No. of Depots: 23

• No. of Buses: 2001

ii. Delhi Transport Corporation

• No. of Depots: 43

• No. of Buses: 2999

The below is the cost calculation details for the two components:

i. Manpower Cost: The manpower cost shall be calculated based on the cost provided

by the bidder in the serial no. 2 of the Annexure: 8.2.1 Financial Bid Format

D = Date of contract signing with the IA

S.

No. Activity

Timeline

(in months) Payment

Billing

Entities

1.

Supply, installation, testing and

commissioning (SITC) of Com-

mand Centre, Viewing Centre,

Data Centre and Disaster Recov-

ery Centre including connectivity

as per scope of the RFP

D+3

P1 = 20% of total

cost at s. no. 1.03,

1.04, 1.05 & 1.06 at

Annexure: 8.2.1 Fi-

nancial Bid Format

TD

2.

SITC of IT, Non-IT system and re-

quired infrastructure in 30 Depots

including connectivity

D+3

P2 = (Unit Cost for

Depot * number of

depots commis-

sioned success-

fully * 20%)

TD and DTC

3.

SITC of CCTV surveillance sys-

tem in 2000 buses including con-

nectivity

D+3

P3 = (Unit Cost for

Bus * number of

buses commis-

sioned success-

fully * 20%)

TD and DTC

4.

SITC of IT, Non-IT system and re-

quired infrastructure in 36 Depots

including connectivity

D+5

P4 = (Unit Cost De-

pot * number of de-

pots commissioned

successfully * 20%)

TD and DTC

5.

SITC of CCTV surveillance system

in 3000 buses including connectiv-

ity

D+5

P5 = (Unit Cost for

Bus * number of

buses commis-

sioned success-

fully * 20%)

TD and DTC

6.

Operations & Maintenance (O&M)

for Command Centre, Viewing

Centre, Data Centre, Disaster Re-

covery Centre

For 60

months after

D+5

80% of total cost at

s. no. 1.03, 1.04,

1.05 & 1.06 at An-

nexure: 8.2.1 Finan-

cial Bid Format

TD

7.

Operations & Maintenance (O&M)

for Buses and Depots under Clus-

ter Scheme

For 60

months after

D+5

80% of the ((Unit

Cost for Depot * de-

pot commissioned

successfully) and

(Unit Cost for Bus *

TD

Page 22: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

Page 21 of 22

number of buses

commissioned suc-

cessfully)) in

equated quarterly

instalments (20

quarters)

8. Operations & Maintenance (O&M)

for Buses and Depots under DTC

For 60

months after

D+5

80% of the ((Unit

Cost for Depot * de-

pot commissioned

successfully) and

(Unit Cost for Bus *

number of buses

commissioned suc-

cessfully)) in

equated quarterly

instalments (20

quarters)

DTC

9. Manpower Cost (at Command

Centre)

Monthly (for

60 months

after D+5)

Based on SLAs

TD

Note 1: The Purchaser will identify the Depots and buses for initial com-

missioning of the project

Note 2: Time is the essence of the Agreement and the delivery dates are

binding on the IA. In the event of delay or any gross negligence in imple-

mentation of the project before Go-Live, for causes solely attributable to

the IA, in meeting the deliverables, the Purchaser shall be entitled at its

option to recover from the IA as agreed, penalty as calculated at point (a)

below subject to a limit of 10% of the total project value.

a. If the bidder is unable to commission the IP CCTV and automatic

vehicle tracking system in 5000 buses and 66 depots at the end of

D+5 months, then the penalty shall be calculated as below:

Penalty = (No. of buses on which IP CCTV and automatic vehicle

tracking system and number of depots on which the required sys-

tem not commissioned till that period * 10% of the Unit Cost * X)

S. No. Timeline

(in months) X

1. D + 5 0.10

2. D + 6 0.20

3. D + 7 0.30

4. D + 8 0.40

5. D + 9 0.50

Note 3: Any delay beyond D + 9 months in commissioning of the buses

and depots for reasons attributable to the bidder, may lead to termination

of the agreement as per section 9.10

Note 4: The O&M payment shall be calculated based on the number of

buses, depots, data centre, disaster recovery centre, viewing centre and

command centre successfully commissioned. It will be calculated on Quar-

terly basis at the end of each Quarter with adjustment of SLA based penalty

etc.

Note 5: The milestone may be re-defined at the time of awarding the con-

tract based on the availability of the buses or considering the other factors.

Page 23: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

Page 22 of 22

Note 6: The payment of manpower shall be made from D + 4 based on the

date of deployment.

Note 7: The payment for number of successfully commissioned buses and

depots after D + 5 shall be made quarterly on proportional ratio basis. The

successful commissioning of the buses and depot will be accepted on the

1st day of the month after D+5 for any billing purpose.

Page 24: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

# RFP Reference (s) (Section, Page) Content of RFP Requiring Clarification Point of Clarification Required Response

1Page No. 72, Clause 10.8 Solution Architecture Requirements, sub

clause 10.8.1

Application Architecture requirement for Video Management

Software:

There is local recording happening at Buses mNVR.

Hence please justify the requirement of a Video

Management Software? The functional and operational

requirement here is for a Command & Control Software

Application to reside at Data Centre with its Client's

consoles at C&C Room - to be able to acknowledge

alarms, verify live or recorded video feed, do two way

audio communication (if required) and download the

incident footage (if required). All of above are the

features of a Open Command Control Application

Platform and does not call for VMS (Video Management

System) which are primarily designed to record CCTV

footage. Most importantly the VMS communicate direct

with cameras, BUT here the requirement is to

communicate with mNVR and retrieve information -

which is one of the key functions of any CCC

application.

Bidder to propose the

suitable solution meeting the

functional requirement having

incident management

capability with integrated

VMS & AVTS solution

2 Page No. 146, Clause Annexure 11.1 VMS Specifications

The specifications are typically for a Video Recording

and Management System which communicates direct

with the cameras. Here the requirement as per tender is

for a Command Control Application which can connect

to mNVR and provide video retrieval. Licensing of such

Command Centre application MUST NOT be based on

the cont of total cameras. It needs to be agnostic to

number of edge devices (camera) AND make/model of

mNVR which makes it scalable and future proof.

As per RFP

3 Page No. 146, Clause Annexure 11.24 Specification and compliance of Health monitoring software:

The specifications ask for similar features that are being

asked in VMS application above i.e. to eb able to

capture live and recorded video feed (on demand). This

can also serve te purpose of Command Centre

Application. Please clarify do we still need to propose a

VMS?

As per RFP

4 Page No. 20, Clause 6.26.1, a) Pre-Qualification for Bidder, S.No. 5

The Bidder shall have any two of the following ISO

certifications or with latest amendment:

May be removed to enable our partcipation As per RFP

5 Page No. 24, Clause 6.27.8, S.No. B2Experience in CCTV:

750 to 1499 cameras in single project

Minimum cameras quantity

may be reduce to 700 to 1499As per RFP

6 Page No. 24, Clause 6.27.8 Minimum % required

1. Condition of Minimum 70% marking in each category

(A, B & C) should be relaxed and overall 70% marking

may be considered.

OR

2. Condition of Minimum 70% marking in each category

(A, B & C) may be reduce to minimum 50% marking

may be considered.

As per RFP

7 Page No. 21, Clause 6.21 Consortium Consortium is not allowed. Consortium may be allowed. As per RFP

Response to Pre Bid Queries

Page 25: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

8 Page No. 29, Clause 7 Timeline (D+5 Months)

Since minimum 8-12 weeks are required for delivery of

any IT equipment, curent time line of D+5 is not

practical. Hence overall project timeline may please be

considered for 10 months or Delivery period may

please be exclusively mentioned in RFP.

As per RFP

9 Page No. 29, Clause 7.1.1, S.No. 1, 2, 6 and 7

P1 = 10% of total cost at s. no. 1.03, 1.04, 1.05 & 1.06 at

Annexure: 8.2.1 Financial Bid Format

P2 = (Unit Cost for Depot * number of depots commissioned

successfully * 10%)

90% of total cost at s. no. 1.03, 1.04, 1.05 & 1.06 at Annexure:

8.2.1 Financial Bid Format

90% of the ((Unit Cost for Depot * depot commissioned

successfully) and (Unit Cost for Bus * number of buses

commissioned successfully)) in equated quarterly instalments

(20 quarters)

Initial 10% payment should be increased to 40% at least

for P1, P2 & P3

OR

P1 & P2 payment should be increased to 90% in initial 3

months.

Refer to Corrigendum

10 Page No. 20, Clause 6.26.1, a) Pre-Qualification for Bidder, S.No. 2

2. The Bidder shall have positive net worth of INR 30 Cr. In

each year for last three financial years I.e. 2015-16, 2016-17,

2017-18

Considering big value project, Net worth may be

increased to 100+ Cr.As per RFP

11 Page No. 9, Important DatesLast date and time for Bid Submission: 30/11/2018 at 15.00

hours

At least additional 2 weeks from current date of

submission may please be given for bid submission i.e.

till 14th Dec 2018.

Refer to Corrigendum

12Page No. 156, Clause Annexure 11.2 Specification and Compliance

of Firewall cum L3 Switch for Command Centre:, S.No. 4

Firewall appliance should have at least 30x 1GE SFP interface,

6x 10G SFP+ interfaces and 2 GE RJ45 Management ports

Requesting you to revise the clause as "Firewall

appliance should have at least 30x 1GE interface, 6x

10G SFP+ interfaces and 2 GE RJ45 Management

ports"

Kindly remove "30xSFP" with fixed 30x 1 G port as most

of the reputed Firewall OEM,s are having 1G Port only

hence we are requesting you to remove “SFP”.

Moreover there will not be any use of taking 1 GE SFP

interface in firewall and also it will be increasing the

tender budget significantly.Secondly as per tender they

quantity of the Firewall is one ,  it should not become  

single point of failure, we are requesting you to consider

the Firewall in high availability.

Refer to Corrigendum

13Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key

Products/Solutions, S.No. 2

The OEM of Camera and mNVR should have installed

minimum 5000 IP Cameras in India as on bid submission date.

Kindly Ammend this clause to The OEM of Camera and

MNVR should have installled min. 500 IP Camera and

100 MNVR for Mobility Transport Application in Govt of

India.

Refer to Corrigendum

14Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key

Products/Solutions, S.No. 1

OEM should have been manufacturing CCTV equipment for

more than 5 years as on bid submission date

Kindly ammend this clause to The OEM of Camera and

MNVR Should presence in INDIA through direct or

through subsidary for last 5 years with fully equipped

repair and maintainance center.

As per RFP

15Page No. 159, Clause Annexure 11.3 Specification and Compliance

of IP camera, S.No. 4Lens :- 2.8mm - 4mm

The lens size which is normally available with all the

major and reputed manufacturers is 2.8~12mm but

camera is going to install in BUS so its very benefial to

go with fix lens 2.8mm. Fix lens 2.8mm will give better

angle with maximum coverage. Please do specific for fix

lens 2.8mm.

Refer to RFP Annexure 11.3

(S.No. 7)

Page 26: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

16Page No. 159, Clause Annexure 11.3 Specification and Compliance

of IP camera, S.No. 10

Video Compression: H.265+ / H.265 / H.264 / H.264+, MPEG-

4, M-JPEG

H.265 is the latest video compression technology. This

compression technology which is being used by many

leading brands and helps to reduce more than 50%

bandwidth and storage consumption, keeping the same

image level performance and reducing the load over

network and storage complexity. H.265 + & H.264+ is

brand specific not every OEM is having H.265+ &

H.264+. so to have healthy competition Kindly ammend

this cluase to H.265 / H.264

Refer to Corrigendum

17Page No. 159, Clause Annexure 11.3 Specification and Compliance

of IP camera, S.No. 16IR Distance: Distance up to 30m or more

As we are connecting camera in Bus,10m IR is enough

to suffice requirement so Kindly ammend this clause to

Distance up to 10m or more

Refer to Corrigendum

18Page No. 161, Clause Annexure 11.4 Specification and compliance

of Mobile NVR, S.No. 10

Video Compression Standards Supported: H.265+/ H.265,

H.264, H.264+, MPEG-4, MJPEG

H.265 is the latest video compression technology. This

compression technology which is being used by many

leading brands and helps to reduce more than 50%

bandwidth and storage consumption, keeping the same

image level performance and reducing the load over

network and storage complexity. H.265 + is brand

specific not every OEM is having H.265+ so to have

healthy competition Kindly ammend this cluase to H.265

/ H.264

Refer to Corrigendum

19Page No. 161, Clause Annexure 11.4 Specification and compliance

of Mobile NVR, S.No. 20

Event Based Recording and Tagging:

Pre-recording – 1 to 15 minutes (Secondary Stream)

Post-recording – 1 to 60 minutes (Secondary Stream)

Event base recording should not be more that 1 to 2

min so that we can save storage space as well as we

can see exact recording and we can able send that

recording to official over email also.Kindly ammend this

clause to Pre-recording – 1 to 15 Sec (Secondary

Stream), Post-recording – 1 to 60 Sec (Secondary

Stream)

Refer to Corrigendum

20 Page No. 20, Clause 6.26.1, a) Pre-Qualification for Bidder, S.No. 2

The Bidder shall have positive net worth of INR 30 Cr. in each

year for last three financial years i.e. 2015-16, 2016-17, 2017-

18

Kindly reduce net worth value for healty participation in

tenderAs per RFP

21 Page No. 20, Clause 6.26.1, a) Pre-Qualification for Bidder, S.No. 3

The Bidder shall have annual turnover of minimum INR 500

crores for last three financial years 2015-16, 2016-17 and 2017-

18

Request you to kindly specify if it is consolidated

turnover or average turnover in last three years. Kindly

reduce Turoovervalue for healty participation in tender

Refer to Corrigendum

22 Page No. 20, Clause 6.26.1, a) Pre-Qualification for Bidder, S.No. 4

The Bidder shall have executed or concurrent pro-ject of

similar nature, which includes ICT or Sys-tem Integration

projects covering supply, installa-tion, testing, commissioning,

maintenance and operations in India or abroad in last five

years as on bid submission date:

At least one (01) project of value not less than INR 150 crores.

OR

At least two (02) projects, each of value not less than INR 100

crores.

OR

At least three (03) projects, each of value not less than INR 70

crores.

Kindly reduce the value of project of ICT or System

Integration ProjectsAs per RFP

23Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key

Products/Solutions b. Pre-qualification criteria for Key Products/Solutions,

OEMs of GPS device as per AIS 140 or BIS certified ,

Maps, Mapping Engines, Application Platform are

missing

As per RFP

24Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key

Products/Solutions b. Pre-qualification criteria for Key Products/Solutions,

The OEM should own the intellectual properties rights

for the product involved in the Project. As per RFP

Page 27: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

25 Page No. 24, Clause 6.27.8, S.No. A1, Sales turnover

The Bidder should have average annual turnover in last three

years i.e. 2015-16, 2016-17 and 2017-18: Greater than INR

1000 crores

Request you to kindly reduce annual turnover slabs As per RFP

26 Page No. 24, Clause 6.27.8, S.No. A2, Net worthThe Bidder should have net worth in each year for last three

financial years i.e. 2015-16, 2016-17, 2017-18:Request you to kindly reduce networth slabs As per RFP

27Page No. 24 and 25, Clause 6.27.8, S.No. B1, Experience in

Command & Control Centre

Experience in setup and operations of Command & Control

Centre for CCTV Surveillance / Emergency Response System /

Smart City / Disaster Management in last five years as on bid

submission date (completed or ongoing):

Request you kindly incorporate AVLS / GPS experience

in setup an operations of Command Control CentreAs per RFP

28 Page No. 25, Clause 6.27.8, S.No. B2 Experience in CCTV Experience in AVLS is missingRefer RFP clause 6.27.8

(B2), Page no. 25

29 Page No. 25, Clause 6.27.9, POC (Proof of concept)

All the bidders who clear the pre-qualification will be invited to

conduct Proof of Concept (POC) by installing proposed CCTV

system in all respects in minimum three (03) buses for

minimum 2 days.

AVLS / GPS devices as per AIS 140 or BIS Standard

are missing. Request you to kindly incorporate the

same.

As per RFP

30 Page No. 60, Clause 10.1 Project Background

The project envisages implementation of surveillance system

through video surveillance and auto-matic vehicle tracking

system in accordance with the highest standards available for

monitoring the activities of the commuters using the DTC and

Cluster buses and the crew members. The objective of the

project is to ensure safety and security of the passengers,

particularly of women passengers through IP based CCTV

surveillance cameras in the buses of DTC and Cluster scheme.

5000 buses (± 5%) of existing DTC & Cluster Scheme.

Vehicle Location Tracking Device with Emergency

Button ( VTU) is missing. The State or Union

Terriorities shall ensure compliance on rule 125 H of

Central Motor Vehicle Rules , 1989 and check fitment

and functional status of the VLT device in public service

vehicles at the time of checking of the vehicles for

fitness certification.

As per RFP

31Page No. 60, Clause 10.1 Project Background, sub clause 10th bullet

point

GPS based vehicle tracking system shall be implemented by

adding a GPS module in the mNVR and vehicle tracking

software along with vehicle tracking database server shall be

installed at DC and DR.

Features & Functionality of GPS based vehicle tracking

system is missing.

Refer RFP Anenxure 11.1 (S.

No.8) page no.154 and

Anenxure 11.6 page no. 165

32Page No. 64, Clause 10.4 Instruction for Implementation, sub clause

10.4.1 For Buses:

i. The cameras shall be installed inside buses as per specified

layout or shall be installed with maximum coverage.

ii. mNVR shall be installed inside the bus at specified location

only, the location will be decided by Transport Department.

iii. The mNVR shall be equipped with 4G/LTE module, Wi-Fi

module and GPS module along with its respective antenna to

ensure uninterrupted connectivity.

iv. The mNVR shall be installed in a rugged, tamper proof,

fireproof housing as per technical specification.

Request you to kindly specify GPS module ie Vehicle

Location Tracking Device with Emergency Button (

VTU) is missing. The State or Union Terriorities shall

ensure compliance on rule 125 H of Central Motor

Vehicle Rules , 1989and check fitment and functional

status of the VLT device in public service vehicles

As per RFP

33

Page No. 150, Clause Annexure 11.1 Technical Specification and

Compliance of VMS Application and Vehicle Tracking Software,

S.No. 4.11

The GUI software shall support graphical site representation

(map) functionality, where digital maps are used to represent

the physical location of cameras and other devices throughout

facility.

Details of digital maps with specifications are missing.

Request you to kindly include Licenses certificate to

Use Map data from Original Map Manufacturing ( OEM)

Company having India Map Approval from Govt of India

Map nodal agency.

The OEM should own the intellectual properties rights

for the product involved in the Project.

Bidder to propose the

suitable solution with

integrated GIS meeting the

functional requirement as

specified in the RFP

(Refer Corrigendum)

Page 28: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

34Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key

Products/Solutions, S.No. 1

The OEM of Camera and mNVR should have a presence in

India for the past three years with a fully equipped repair and

maintenance center.

Request to consider the OEMs of camera and mNVR

who have either direct presence in India or through their

authorised registered partner in India for the last three

years with a fully equipped repair and maintenance

centre"

As per RFP

35Page No. 159, Clause Annexure 11.3 Specification and Compliance

of IP camera, S.No. 4Lens :- 2.8mm - 4mm

There is no clarity of lens specs whether it is 2.8 mm or

4 mm or else it is vari-focal lens of 2.8 mm to 4 mm.

Refer RFP Annexure 11.3 (S.

No. 4 and 7) Page no. 159

36Page No. 159, Clause Annexure 11.3 Specification and Compliance

of IP camera, S.No. 16IR Distance: Distance up to 30m or more

Request to consider the IR coverage of 20 m as this will

be good enough to check the objects under low light

conditions within the bus. With 30m distance coverage,

the cost of the camera will be increased and also IR will

get reflected from the surface of the bus resulting in

poor image quality in night vision.

Refer to Corrigendum

37Page No. 159, Clause Annexure 11.3 Specification and Compliance

of IP camera, S.No. 28

Camera Ruggedness : Rugged, vibration and shock proof

housing vibration resistance as per EN 50155, EN 50121,

AIS004

EN50121 is included in EN50155. AIS004 is for wireless

certificate & camera is not wireless hereRefer to Corrigendum

38Page No. 162, Clause Annexure 11.4 Specification and compliance

of Mobile NVR, S.No. 36Shock resistance: EN 50121 or equivalent

EN50121 is included in EN50155, so both shock and

Vibration resistance (clause No. 35) are considered to

be same.

Refer to Corrigendum

39Page No. 163, Clause Annexure 11.4 Specification and compliance

of Mobile NVR, S.No. 43Certification : UL, CE, FCC, EN50155, BIS,EN 61000, AIS004

EN61000 is from European certificate and AIS004 is

Indian certeificate. Either Indian standard or European

standard can be taken

Refer to Corrigendum

40Page No. 188, Clause Annexure 11.18 Specification and compliance

of Passive Component, S.No. 1.05

Corrugated ECCS Tape Black HDPE Jacket 4 Pair 23 AWG

Copper Cable with integral cross member pair separator and

should support bandwidth of 250 MHz Min

Corrugated ECCS is used in Fiber Cable.

Requested to change to “UV Resistant Black Jacket 4

Pair 23 AWG Copper Cable with integral cross member

pair separator and should support bandwidth of 250

MHz Min”

As per RFP

41Page No. 188, Clause Annexure 11.18 Specification and compliance

of Passive Component, S.No. 1.06

CAT 6 FTP with Aluminium Foil and Armoured (Steel Tape)

with double HDPE sheath.

Clarification required whether FTP or UTP, as UTP

mentioned above in heading. If armouring is required,

please mentioned GI wire (size 0.80 mm) armouring.

Refer to Corrigendum

42Page No. 188, Clause Annexure 11.18 Specification and compliance

of Passive Component, S.No. 1.09

The Cable Diameter 9 mm and should be suitable for outdoor

direct burial application

Different cable manufacturer have slight variation in

diameter. Pls. allow a variation of ± 5mm in cable

diameter.

As per RFP

43Page No. 188, Clause Annexure 11.18 Specification and compliance

of Passive Component, S.No. 1.10

Cable should have Drain wire and outer sheath must be anti-

termite.

Drain Wire is required in Shielded Cable only. Hence pls

remove drain wire term. Refer to Corrigendum

44Page No. 188, Clause Annexure 11.18 Specification and compliance

of Passive Component, S.No. 2.03

The high-performance Category 6 UTP LSZH cable shall be of

the traditional round design with bisector tape.

Requested to allow cross type separator as it is better.

“The high-performance Category 6 UTP LSZH cable

shall be of the traditional round design with bisector

tape/ cross type separator.”

As per RFP

45Page No. 188, Clause Annexure 11.18 Specification and compliance

of Passive Component, S.No. 2.04

Certificate for ETL Verified 4-Connector Channel to ANSI/TIA-

568-C.2 Category 6 (1 Gigabit) standards for physical &

Electrical specifi-cations / standards

Instead of 4 connector channel ETL certificate, ETL

certificate of specifically LSZH cable should be

demanded. As 4 connector connectivity not applicable

here.

As per RFP

46Page No. 188, Clause Annexure 11.18 Specification and compliance

of Passive Component, S.No. 2.06

FR-PVC Blue Jacket 4 Pair 23 AWG Copper Cable with

integral cross member pair separator and should support

bandwidth of 600 MHz

Please change FRPVC Blue jacket to LSZH (any color).

As LSZH is better. And cat 6 should be certified for 250

Mhz as per standard.

Refer to Corrigendum

47Page No. 188, Clause Annexure 11.18 Specification and compliance

of Passive Component, S.No. 2.10

The Cable Should be UL/ETL certified with Zero Bit error

(certificate required)

It is requested to ask for UL/ETL certificate only as zero

bit error certificate is not standard certificate and may

lead to increase in price.

Refer to Corrigendum

48Page No. 189, Clause Annexure 11.18 Specification and compliance

of Passive Component, S.No. 3.09It should have a Dust cover to cover the keystone.

Dust cover is more important in face plate than Jack.

Please mention in faceplate. Refer to Corrigendum

Page 29: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

49Page No. 189, Clause Annexure 11.18 Specification and compliance

of Passive Component, S.No. 3.00Cat 6 Jack.

It is requested to consider IP 20 connector for field

termination of Jack as that would be most suitable for

noisy, vibration prone environment.

As per RFP

50Page No. 189, Clause Annexure 11.18 Specification and compliance

of Passive Component, S.No. 4.03

Type: 24-port Shielded Twisted Pair Category 6 TIA /

EIA 568

As you are asking for UTP Cable Patch Panel should be

unshielded type & not shielded. Requested to change to

“Type: 24-port Un-Shielded Twisted Pair Category 6 TIA

/ EIA 568”

As per RFP

51Page No. 189, Clause Annexure 11.18 Specification and compliance

of Passive Component, S.No. 5.07

High Impact Plastic Body ABS FR Grade 86 x 147 mm for

Quad

86 mm x 147 mm should be changed to 86mm x 86 mm

as quad available in this size and will be same as single

and dual plates size.

Refer to Corrigendum

52Page No. 23, Clause 6.26.1, b) Pre-qualification criteria for Key

Products/Solutions, S.No. 6

OEM(s) of Network products (Switch) shall be in the Leaders or

Challengers’ Quadrant of Gartner Magic Quadrant for

Enterprise Network, Wired and Wireless LAN Access

Infrastructure in any one of last three reports

Requested to allow products available in all Quadrants

of gartner magic Quadrant. “OEM(s) of Network

products (Switch) shall be in the Leaders or

Challengers’ Quadrant of Gartner Magic Quadrant for

Enterprise Network, Wired and Wireless LAN Access

Infrastructure in any one of last three reports”

As per RFP

53 Page No. 20, Clause 6.26.1, a) Pre-Qualification for Bidder, S.No. 2

The Bidder shall have positive net worth of INR 30 Cr. In each

year for last three financial years I.e. 2015-16, 2016-17, 2017-

18

As per RFP

54 Page No. 20, Clause 6.26.1, a) Pre-Qualification for Bidder, S.No. 3

The Bidder shall have annual turnave r of minimum INR 500

crores for last three financial years 2015- 16, 2016-17 and

2017-18

Refer to Corrigendium

55 Page No. 20, Clause 6.26.1, a) Pre-Qualification for Bidder, S.No. 4

The Bidder shall have executed or concurrent pro-ject of

similar nature, which includes ICT or Sys-tem Integration

projects covering supply, installa-tion, testing, commissioning,

maintenance and operations in India or abroad in last five

years as on bid submission date:

At least one (01) project of value not less than INR 150 crores.

OR

At least two (02) projects, each of value not less than INR 100

crores.

OR

At least three (03) projects, each of value not less than INR 70

crores.

As per RFP

56 Page No. 29, Clause 7 Payment Terms

As it Is Opex Model and will be executed In Complex

working Environment llke Transport Depots , Atleast

5O% CAPEX should be there.

Note : It must be rational to the sround reality

As per RFP

57 Page No. 21, Clause 6.21 Consortium Consortium is not allowed. Consortium should be allowed so that startup can also

apply for such tenders. As per RFP

58Page No. 197, Clause Annexure 11.20 Specification and compliance

of Command Centre interior, S.No. 3.01

The scope of the Command Setup includes design;

engineering, supply & installation of 24X7 mission critical

Control Centre Interiors. As the Control room is a significant

place, it is imperative that it shall be designed properly in terms

of Aesthetics, Ergonomics and Functionality. Various aspects

should be considered while designing Control Room area to

create ideal work place, considering physiological aspects such

as line of sight and field of vision and cognitive factors such as

concentration and perceptivity as per ISO 11064.

To ensure that a uniform and integrated solutions is

provided to this project which is of National repute so all

its components like control desk, ceiling, flooring,

panelling, Glass partitions, light & electricals etc should

be treated as a part of one single solution i.e. control

room. Main bidder to submit MAF from Control Room

Solution Provider (CRSP*) for entire control room

solution, MAF to be enclosed along with the bid.

*Control Room Solution Provider = CRSP

As per RFP

As it Is Open Tender but It appears to us that Eligibility

Criteria made llke Limited

Tender and very stringent to restrict the l!ntry of bidders

which Is "Not In Line with CVC Notification"

As per our understanding The asklng (2) Networth (3)

Annual Turn over as per RFP, both are Not In order with

the CVC Guidelines"

As per our understanding The asking (4) concurrent

project of similar nature :

Maximum weightage must be 1given ( 500 -700 buses

Surveillance Project) as per CVC Guidelines

Note : Give us chance for bidding due to following

Capabilities

A. Reasonable/Competitive good cost as compare to

lnflatted cost calculated / will be offered.

B. Successfully running DTC 200 buses Surveillance

Project from Iast 4 years without any Single

COMPlAINT (Documents Attached)

C. 1st Public Transport Surveillance across country (

BMTC ( 500 Buses) · Gov. of Karnataka) in 2010.

Page 30: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

59Page No. 198, Clause Annexure 11.20 Specification and compliance

of Command Centre interior, S.No. 5.02

This facility being the first of its kind, scale & prestige it is

mandatory for the bidder to provide Designer Control Room

interiors without compromising on the safety and functionality

of the facility. Materials having the adverse impact on the

environment and nature shall not be accepted. To ensure the

quality of the execution and integrity of the components it is

mandatory for the main bidder that they get some qualified

agency with an experience of minimum 10 turnkey control room

project’s supply and installation of CONTROLs/Control Rooms

or War rooms, including but not limited to Control desk,

Illumination, Floorings, Custom designer metal ceilings, wall

claddings and doors, completion/appreciation letters to be

submitted by the OEM along with the bid. Conventional office

designers shall not be accepted.

To ensure an integrated solution & to qualify as per the

International control room design & safety norms; main

bidder shall bring a professional Control Room Solution

Provider (CRSP*) on board with an experience of

designing, manufacturing and installing at least twenty

control rooms. These packages should have been

executed on or before Bid release date. Supporting

work orders and completion/appreciation certificates to

be enclosed along with the bid.

As per RFP

60Page No. 198, Clause Annexure 11.20 Specification and compliance

of Command Centre interior, S.No. 5.03

Technical Documents: - (Bidder shall submit the documents

along with technical Bid)

To ensure participation of quality consious vendors it is

recommended that following details are defined.

Technical Documents: - (Bidder to ensure that Control

Room Solution Provide has all the following documents

on the date of release of the tender and CRSP shall

submit all of them along with technical Bid to obtain

project level approval).

As per RFP

61Page No. 198, Clause Annexure 11.20 Specification and compliance

of Command Centre interior, S.No. 5.03 (d)

Ergonomic compliance report for control room layout as per

ISO 11064

This being the criteria for evaluating the technical

capability following text should be added alongwith the

existing criteria.

UL Certified design of High-density Poly Urethane Foam

moulded on industrial grade aluminium core to form

50mm deep tapered edge to be installed on worktop.

The Edge shall be mechanically replaceable within 30

minutes in case of damage or wear without opening or

removing the worktop. Certificate to be enclosed.

As per RFP

62Page No. 199, Clause Annexure 11.20 Specification and compliance

of Command Centre interior, S.No. 5.05 (a)

The ceiling, Panelling and partition must be of modular design,

facilitating future equipment retrofits and full reconfigurations

without requiring any major modification to the structure.

This being the design criteria for getting modern control

room solution following text should be added alongwith

the existing criteria.

Control Room Solution Provide shall have In-house

architect or should bring a professional architect firm

with an experience of doing at-least five control room

ergonomic studies. Control Room Solution Provide

declaration and reference PO copies to be attached.

As per RFP

63Page No. 214, Clause Annexure 11.23 Specification and compliance

of Command Centre Design, S.No. 4.03

Monitors shall be mounted on Slat wall. All arms shall be

articulating Die cast aluminium arm and must not be fixed on

the table top. The desk shall be able to house computer

equipment, Ethernet Points, Power Distribution Unit. The

workstation CPUs shall be mounted on Heavy-duty Slide out

CPU trays for ease in maintenance, all equipment and its

wiring shall be concealed from direct human view. Console

must have exhaust fan for cooling arrangement.

Monitor Arm Assembly shall have auto-lock, push &

add/remove die-cast aluminium extendible arms of

150mm each with tool less addition/deletion feature to

cater future requirements. Tool less addition / deletion in

less than a minute. UL certificate to be enclosed along

with the bid.

Refer to Corrigendum

64Page No. 214, Clause Annexure 11.23 Specification and compliance

of Command Centre Design, S.No. 4.04The OEM of Desk shall be FSC certified

FSC Certified for past two years. The certification shall

be effective atleast for last two years before release

date of tender.

As per RFP

Page 31: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

65Page No. 214, Clause Annexure 11.23 Specification and compliance

of Command Centre Design, S.No. 4.07

The entire console shall be BIFMA X5.5 certified. Valid

certificate shall be submitted.

To ensure quality in the final product it is requested that

The proposed console must be UL Listed product. Valid

certificate to be enclosed with the bid.

As per RFP

66 Page No. 21, Clause 6.26.1, a) Pre-Qualification for Bidder, Note: i.

Note: Parent Company’s turnover, net-worth, certifications and

project experience would be considered for only 100%

subsidiary, division, subdivision, or branch or business unit is

the Bidder. The Parent company may be an international entity

or Indian company.

Please confirm that Bidder may submit global project

experience credentials of Bidder's group company which

shares the same ultimate Parent company.

As per RFP

67Page No. 34, Clause 8.10 Approvals and Required Consents, sub

clause 8.10.2

The purchaser shall also provide necessary support to

Implementation Agency in obtaining the Approvals. In the

event that any Approval is not obtained, the Implementation

Agency and the Purchaser will co-operate with each other in

achieving a reasonable alternative arrangement as soon as

reasonably practicable for the purchaser, to continue to

process its work with as minimal interruption to its business

operations as is Financially reasonable until such Approval is

obtained, provided that the Implementation Agency shall not be

relieved of its obligations to provide the Services and to

achieve the Service Levels until the Approvals are obtained if

and to the extent that the Implementation Agency's obligations

are dependent upon such Approvals.

if such situation arise due to any reason and

implementation period goes beyond D+5, then no

penalty should be imposed on implementation agency

under exceptional case. Please confirm.

As per RFP

68Page No. 45, Clause 8.24 Indemnity and Limitation of Liability, sub

clause 8.24.5

The liability of either Party (whether in contract, tort,

negligence, strict liability in tort, by statute or otherwise) for any

claim in any manner related to this Agreement, including the

work, deliverables or Services covered by this Agreement,

shall be the payment of direct damages only which shall in no

event exceed one time the total contract value payable under

this Agreement. The liability cap given under this Clause shall

not be applicable to the indemnification obligations set out in

Clause 8.24 and breach of Clause 9.8 and 9.7.

Usually the liability cap should not be more than 10% of

the project value. We request you to modify this clause

accordingly.

As per RFP

69 Page No. 50, Clause 8.35 Transfer of Ownership, sub clause 8.35.1

In case the purchaser wants to retain the system after the

expire of the agreement the same may be mutually agreed

between Purchaser and the Implementation Agency. In that

case the Implementation Agency shall than transfer all titles to

the assets and goods procured for the project to the Purchaser

or its nominated agency at the time of transfer of ownership of

the complete system. This shall include all licenses, titles,

source code, certificates, hardware etc. related to the system

designed, developed, installed and maintained by the

Implementation Agency.

we understand that-

1. As the ownership of the system remains with the IA,

IA may sell the system to the purchaser based on the

commercial terms mutually agreed. Please suggest.

2. Source code cant be shared until agreed by the

OEM. Please suggest.

Commercial and contract

terms to be mutually agreed

between IA and purchaser.

70 Page No. 12, Clause 5.1 Basic Information (iii)

The Purchaser reserves the right to extend the term for a

period or periods of up to 2 (two) years. Such extension or

extensions on the same terms and conditions, subject to the

Purchaser’s obligations at law.

Term extension need to be cleared before the bid

submission, if any. As term extension can not be made

on th esame terms and conditions. Usually life of

electronic equipment is upto 5 years. If term extension

happens after 5 years, most the product need a refresh

i.e. placement of new equipment. if IA continues with

same equipment , in that case AMC charges would be

very very high due to higher failure rate of the

equipment.

we request you to reconsider commercials for Term

extension after the completion of 5 year project period.

Commercial and contract

terms to be mutually agreed

between IA and purchaser

after five years and if not

agreed, Purchaser may

choose to bid.

Page 32: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

71 Page No. 62, Clause 10.2 Project Overiew

In near future new buses will be added and few old buses will

be scrapped. During such transitions within five years the

CCTV system installed in to-be scrapped bus will be removed

and installed in new bus as per the need and service provider

will be responsible to undertake this job.

what shall be the approx quantity of such buses and

who shall pay installation charges for this work? Please

suggest.

Refer to corrigendum

72Page No. 60, Clause 10.1 Project Background, sub clause: bullet

points 1st, 2nd, 3rd and 4th

5000 buses (± 5%) of existing DTC & Cluster Scheme.

bus to telecast the output from each of these three (3) cameras

in a systematic and sequential manner.

What shall be the resource of power to operate camera,

mNVR and other equipment? If this is the battery of bus

then bus manufacturing company should also provide to

make provison to provide power to CCTV equipment.

Secondly, how SLA shall be applicable to bidder in case

power source is faulty or not able to supply the required

current (Amp). please suggest.

Power source is from the

vehicle battery. Bidder may

consider installation of surge

protection device as well.

73Page No. 60, Clause 10.1 Project Background, sub clause 5th bullet

point

The video file in real time shall be accessed from any location

VC / Depots / Command Centre for a particular bus from which

alert has been triggered through “panic button” installed inside

the bus or as and when the authorities intend to view the live

video.

Please suggest the minimum data usage requirement

on monthly basis in bus and at VC/Depots/command

center.

Bidder to estimate the data

usage as per the requirement

of the RFP and based on

practical experience in similar

projects.

74Page No. 60, Clause 10.1 Project Background, sub clause 6th bullet

point

Short Messaging text (SMS) and email alerts shall also be sent

to the concerned central authorities at the time of emergency in

synchronization to these panic alerts.

Please suggest the scope of SMS gate way and mail

exchange server. Do we need to configure SMS and

email based on numbers of DC i.e. 66 +/- 5%? Please

suggest.

All alert/ notification should

reach to CCC and Data

Center

75 Page No. 65, Clause 10.4.2 For Depot Location, sub clause (iii) 1500va with 60 min battery back up Please mention the required VAH

1500 VA with 60 min. backup

on full load. Bidder to

calculate the required battery

capacity

76 Page No. 26, Clause 6.27.9, POC (Proof of concept), S.No. 3 Integration of the alerts What resolution is required on panic situation.On secondary stream based

on the connectivity

77 Page No. 26, Clause 6.27.9, POC (Proof of concept), S.No. 3 Integration of the alerts All bus camera feed is required on panic situation.Yes, all camera feeds are

required in case of panic alert

78 Page No. 161, Clause Annexure 11.4 General Two-way mic connectivity is required or not ?

Refer to RFP clause 10.1

project background (Page no.

60)

79Page No. 60, Clause 10.1 Project Background, sub clause 5th bullet

point

The video file in real time shall be accessed from any location

VC / Depots / Command Centre for a particular bus from which

alert has been triggered through “panic button” installed inside

the bus or as and when the authorities intend to view the live

video.

Please define the real time directions ?

The end user should be able

to acces uninterrupted

realtime video feed of

camera as well as location of

the bus at any given point of

time on demand as well as in

response to the incident

management.

80Page No. 74, Clause 10.8 Solution Architecture Requirements, sub

clause 10.8.4MPLS network Plan and bandwidth requirement

To initiate the feasibility study, Request you to please

share the location detailed address and local contact

details for respective location.

Refer to corrigendum

81 Page No. 73, Clause 10.8.3 Network Architecture Requirements:

As we understand, Bus will have a SIM Card for

connecting to the MPLS network. However, getting a

dedicated 4 Mbps connectivity all the time is practically

not possible as Mobility network works on a best effort

basis.

Bidder shall consider private

APN to get the maximum

bandwidth and security for all

the sim cards and refer to

corrigendum for additonal

specifications and

functionality of VMS.

Page 33: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

82Page No. 60, Clause 10.1 Project Background, sub clause 7th bullet

point

Two-way audio system shall be installed inside all buses which

will be used to establish communication between bus driver

and command and control center as and when required.

As per the new M2M guidelines issued by Department

of Telecom (DoT), For any M2M SIM Card

Outgoing/Incoming calls shall be allowed to / from

predefined set of Maximum one number (1) only. Kindly

suggest

Bidder to consder SIP

protocol (Refer Annexure

11.4, S.No.5 and 6) not on

typical GSM voice protocol

83Page No. 60, Clause 10.1 Project Background, sub clause 11th bullet

pointMPLS connectivity at VC / Depots / Command Centre

Please suggest the architecture/topology required for

MPLS network .i.e. Hub & Spoke or Any to Any

topology.

Any to Any

(Refer Clause 10.1, bullet

point 5th and 8th, page no.

60)

84Page No. 60, Clause 10.1 Project Background, sub clause 10th bullet

point

GPS based vehicle tracking system shall be implemented by

adding a GPS module in the mNVR and vehicle tracking

software along with vehicle tracking database server shall be

installed at DC and DR.

As GPS system also required a SIM connectivity to

transmit the data to central server. Thus, please confirm

how many M2M SIMs would be required for each bus.

As there will be 3 Camera + GPS system needs a

connectivity to transmit the data?

Sim card is considered in

mNVR, same sim will be

used for the AVTS.

85 General Query SIM Card ConnectivityWhat is the expected data usage for each SIM

Card/BUS ?

Bidder to estimate the data

usage as per the requirement

of the RFP and based on

practical experience in similar

projects.

86Page No. 74, Clause 10.8 Solution Architecture Requirements, sub

clause 10.8.4MPLS network Plan and bandwidth requirement

Does bidder is expected to provide the MPLS link

redundancy on critical locations like Viewing Center, DC

, DR & Command Control Center ? Please confirm.

MPLS link redundacy is not

required. However bidder to

ensure all time availability of

solution maintaining uptime

of 99.5%.

87 Page No. 97, Clause 15.7.5

Network Availability between:

a. Field locations and CCC

b. CCC, DC and DR

c. DC, DR and Depot

As per the RFP, required SLA Uptime is 99% for

Network services at all the location. However, we

request the department to split the SLA location-wise

and last mile wise. For example, Wireline/Fiber

Connectivity Uptime - 99.5% and Wireless/RF - 98.5 %.

Please consider our request as availability of fiber at all

the depot locations would be practically difficult to

acheive considering the ROW permissions involved

from various muncipal bodies etc.

As per RFP

88Page No. 156, Clause Annexure 11.2 Specification and Compliance

of Firewall cum L3 Switch for Command Centre:, S.No. 4

Firewall appliance should have at least 30x 1GE SFP interface,

6x 10G SFP+ interfaces and 2 GE RJ45 Management ports

Requesting you to revise the clause as "Firewall

appliance should have at least 30x 1GE interface, 6x

10G SFP+ interfaces and 2 GE RJ45 Management

ports"

Kindly remove "30xSFP" with fixed 30x 1 G port as most

of the reputed Firewall OEM,s are having 1G Port only

hence we are requesting you to remove “SFP”.

Moreover there will not be any use of taking 1 GE SFP

interface in firewall and also it will be increasing the

tender budget significantly.Secondly as per tender they

quantity of the Firewall is one ,  it should not become  

single point of failure, we are requesting you to consider

the Firewall in high availability.

Refer to Corrigendum

89Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key

Products/Solutions, S.No. 1

The OEM of Camera and mNVR should have a presence in

India for the past three years with a fully equipped repair and

maintenance center.

Request to consider the OEMs of camera and mNVR

who have either direct presence in India or through their

authorised registered partner in India for the last three

years with a fully equipped repair and maintenance

centre"

As per RFP

Page 34: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

90Page No. 159, Clause Annexure 11.3 Specification and Compliance

of IP camera, S.No. 4Lens :- 2.8mm - 4mm

Please clarify if its a fixed lens of 2.8mm or 4mm OR it's

a varifocal lens ranging 2.8mm- 4mm

Refer to RFP Annexure 11.3

(S.No. 4 and 7)

91Page No. 159, Clause Annexure 11.3 Specification and Compliance

of IP camera, S.No. 16IR Distance: Distance up to 30m or more

Request to consider the IR coverage of 20 m as this will

be good enough to check the objects under low light

conditions within the bus. With 30m distance coverage,

the cost of the camera will be increased

Refer to Corrigendum

92Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key

Products/Solutions, S.No. 1

Camera and mNVR should be proposed from same OEM for

the purpose of better integration and quality of services.

The OEM of Camera and mNVR should have a presence in

India for the past three years with a fully equipped repair and

maintenance center.

OEM should have been manufacturing CCTV equipment for

more than 5 years as on bid submission date

Proposed Product shall be BIS Certified

The MAC address of the IP cameras and mNVR must be

registered in the name of quoted OEM product

Sir, we Request to reduce it to 1 year, as most of the

OEM's have started their operations in india from last

One year, to enable the bidders to select competitive

OEM's. It may be noted that 5 years manufacturing

experience required is restriciting the bidders for

selecting out of few OEM's.

As per RFP

93Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key

Products/Solutions, S.No. 2

The OEM of Camera and mNVR should have installed

minimum 5000 IP Cameras in India as on bid submission date

please limited to Minimum 2000 Ip cameras/ analog

installation, to enable participation of maximum bidders.Refer to Corrigendum

94Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key

Products/Solutions, S.No. 3

The OEM of Camera and mNVR should have the following

certifications:

i. CMMI Level-5 certification

ii. ISO 9001:2008 and ISO 14001:2004 for its manufacturing

process

iii. ISO 27001 for Information Security Management System

We have the certificates of E-mark, CE / FCC / ROHS /

ISO 9001/ Anti-Vibration Test reports , so request you to

allow us to participate

As per RFP

95Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key

Products/Solutions, S.No. 4

Products of Camera and mNVR quoted should be of enlisted in

any of the IHS report in last three years.

The proposed OEM should be any of the top 10 OEMs from

the last three years global IHS report for Network Security

Cameras

Experienced OEM'S should be allowed for participation

& the required clause may be deleted accordingly, it

further noted that being an MSME registered Unit, we

must be given exemption for experience & turnover

criteria as per the Govt. Guidelines for MSME

Development.

As per RFP

96Page No. 23, Clause 6.26.1, b) Pre-qualification criteria for Key

Products/Solutions, S.No. 7

The OEM(s) for proposed IP cameras, mNVR and VMS

Software should have supplied for at least five projects in any

of the State Govt. / Central Govt. / Public sector undertaking in

In-dia in last 5 years as on bid submission date

should be limited to Ip cameras/ Analog cameras As per RFP

97Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key

Products/Solutions, S.No. 1

OEM should have been manufacturing CCTV equipment for

more than 5 years as on bid submission date

We request you to kindly remove this clause as its

stopping participation of emerging Indian

manufacturers. CP PLUS is one of the brand who is

enlisted in IHS India Market Report 2017 as India’s No.1

CCTV brand and Top 4 Security Brands as per IHS

World Market Report 2017.

As per RFP

98Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key

Products/Solutions, S.No. 3

The OEM of Camera and mNVR should have the following

certifications:

i. CMMI Level-5 certification

ii. ISO 9001:2008 and ISO 14001:2004 for its manufacturing

process

iii. ISO 27001 for Information Security Management System

We request you to please remove CMMI Level-5

certification, this is for Software companies for software

development process

As per RFP

Page 35: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

99Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key

Products/Solutions, S.No. 4

Products of Camera and mNVR quoted should be of enlisted in

any of the IHS report in last three years.

The proposed OEM should be any of the top 10 OEMs from

the last three years global IHS report for Network Security

Cameras

Kindly amend the clause as "proposed OEM of

Camera and mNVR quoted should be of enlisted in

any of the IHS report in last three years."

As per RFP

100Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key

Products/Solutions, S.No. 9

The Proposed OEMs for IP cameras, mNVR, VMS software,

Switches, Firewall should not be blacklisted by any

Government body in India as on Bid submission date

As the department is considering OEMs who are in top

10 OEMs list from the last three years global IHS report

for Network Security Cameras so it is highly

recommended to amend the clause to "The Proposed

OEMs for IP cameras, mNVR, VMS software,

Switches, Firewall should not be blacklisted by any

Government body Globally as on Bid submission

date"

As per RFP

101

Page No. 150, Clause Annexure 11.1 Technical Specification and

Compliance of VMS Application and Vehicle Tracking Software,

S.No. 6.06, (ii)

Physical assault to co-passengers. We request you to kindly delete this clause. As per RFP

102Page No. 159, Clause Annexure 11.3 Specification and Compliance

of IP camera, S.No. 4Lens :- 2.8mm - 4mm Please amend the line as " Lens 2.8/ 3.6/4/6 mm" As per RFP

103Page No. 159, Clause Annexure 11.3 Specification and Compliance

of IP camera, S.No. 16IR Distance: Distance up to 30m or more

Kindly amend the IR Distance to 20 Mtr. 30 Mtr for a

bus is long distance and not usable too.Refer to Corrigendum

104Page No. 159, Clause Annexure 11.3 Specification and Compliance

of IP camera, S.No. 28

Camera Ruggedness:

Rugged, vibration and shock proof housing vibration resistance

as per EN 50155,EN 50121, AIS004

EN50121 is include in EN50155, AIS004 is for wireless

certificate, camera is not wireless, if possible try to get it

deleted.

Refer to Corrigendum

Page 36: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

105Page No. 160, Clause Annexure 11.3 Specification and Compliance

of IP camera, S.No. 35Ethernet: 10/100Base T M12 D-Coding (aviation type) We request you to amend it to A-type (aviation type) As per RFP

106Page No. 162, Clause Annexure 11.4 Specification and compliance

of Mobile NVR, S.No. 36Shock resistance: EN 50121 or equivalent

EN50121 is part of EN50155, so we request to please

delete this. It is already covered in S.No. 35.Refer to Corrigendum

107Page No. 163, Clause Annexure 11.4 Specification and compliance

of Mobile NVR, S.No. 43Certification : UL, CE, FCC, EN50155, BIS, EN 61000, AIS004

EN61000 is from European certificate, AIS004 is Indian

certificate.

We request you to simply ask for UL, CE, FCC and EN

Certificate. There is no limit of certifications and it is

increasing the cost of the project and limiting the OEMs

too.

Refer to Corrigendum

108Page No. 164, Clause Annexure 11.5 Specification and compliance

of 4G/ LTE module for Mobile NVR, S.No. 12CE, GCF, RoHS & WEEE Compliant,BIS Certified

Kindly delete this line as most of the OEM have the

hardware with integrated 4G module/ GPS Module so

separate approvals will be a challenge.

As per RFP

109Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key

Products/Solutions, S.No. 4

Products of Camera and mNVR quoted should be of enlisted in

any of the IHS report in last three years.

The proposed OEM should be any of the top 10 OEMs from

the last three years global IHS report for Network Security

Cameras

The RFP states that only top 10 brands of cameras

listed in the IHS reports will be accepted. IHS Reports

are made as per the market sale volume only. It does

not consider the quality of the cameras. Many dubious

Chinese brands are taking advantage of this as their

prices are very much low compared to other global

brands and most of such installations are in small

establishments, jewellery shop, textiles shops, small

offices etc. who are bothered about the cost not quality.

As a result competition will be restricted and not fair.

This condition may kindly be modified as under

1."Products quoted should be should not be

barred/blacklisted by any GOVT. agency in India or

globally for cameras/Network Video Recorder.

2. OEM of camera &NVR should have supplied directly

or through their authorised System Integrator for

minimum 2000 camera requirement for any Government

surveillance project. As proof, the OEM or their System

Integrator should submit a copy of PO dated not later

than the date of release of this RFP, along with an

authenticated copy of the BOQ which clearly mentions

the make/model of the camera make proposed .

As per RFP

110Page No. 23, Clause 6.26.1, b) Pre-qualification criteria for Key

Products/Solutions, S.No. 7

The OEM(s) for proposed IP cameras, mNVR and VMS

Software should have supplied for at least five projects in any

of the State Govt. / Central Govt. / Public sector undertaking in

In-dia in last 5 years as on bid submission date

The criteria proposed for OEMs is restrictive and in

favor of global OEMs. The criteria may kindly be

modified to include OEM who have supplied IP cameras

for any public institutions, Government departments,

Smart City projects tendered by Municipal corporations

& its institutions, Police Departments, Public sector

banks etc.

The above modifications will result in wider and healthy

competition to the benefit of a Government institution

like Delhi Transport Department

As per RFP

111Page No. 159, Clause Annexure 11.3 Specification and Compliance

of IP camera, S.No. 10

Video Compression: H.265+ / H.265 / H.264 / H.264+, MPEG-

4, M-JPEG

Kindly modify this clause as H.265+ / H.265 / H.264 /

H.264+/ MPEG-4, /M-JPEGRefer to Corrigendum

112Page No. 159, Clause Annexure 11.3 Specification and Compliance

of IP camera, S.No. 4Lens: 2.8mm - 4mm Kindly clarify the camera lens is Varifocal or fixed lens. As per RFP

113Page No. 159, Clause Annexure 11.3 Specification and Compliance

of IP camera, S.No. 24Digital Zoom: 16x

16x digital zoom not required for the mentioned lens

range.Kindly modify or remove the clause.As per RFP

Page 37: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

114Page No. 159, Clause Annexure 11.3 Specification and Compliance

of IP camera, S.No. 28

Camera Ruggedness:

Rugged, vibration and shock proof housing vibration resistance

as per EN 50155,EN 50121, AIS004

Kindly modify the clause as EN 50155/EN 50121/

AIS004 for healthy and fair competition.Refer to Corrigendum

115Page No. 160, Clause Annexure 11.3 Specification and Compliance

of IP camera, S.No. 37Interoperability: ONVIF, PSIA, CGI

The which specify a specific OEM. for wider and healthy

competition to the benefit of a Government institution

like Delhi Transport Department.kindly modify the

clause as ONVIF/PSIA/CGI.

As per RFP

116Page No. 161, Clause Annexure 11.4 Specification and compliance

of Mobile NVR, S.No. 20

Event Based Recording and Tagging:

Pre-recording – 1 to 15 minutes (Secondary Stream)

Post-recording – 1 to 60 minutes (Secondary Stream)

Pre-recording – 1 to 15 minutes (Secondary Stream)

Post-recording – 1 to 60 minutes (Secondary

Stream)are not Industries standards. Kindly modiy the

clause as pre & Post recording - 1 to 30 sec as per

industry standard.

Refere to Corrigendum

117Page No. 162, Clause Annexure 11.4 Specification and compliance

of Mobile NVR, S.No. 21

Shut Down Delay:

Configurable shut down delay after ignition off – 5 min to 4

hours

Request you to kindly remove this clause As per RFP

118Page No. 163, Clause Annexure 11.4 Specification and compliance

of Mobile NVR, S.No. 41

mNVR should provide video and audio down-load facility for

the desired date/time and du-ration. It should be possible to

connect a lap-top to mNVR through network cable on RJ45

port and open mNVR’s user interface in a standard browser

using a standard URL such as http://nvr (or any other text

specified by MoRTH) without having to configure the lap-top’s

network settings. After entering user-id and password

(specified by MoRTH), it will be possible to search, view, select

and download video clips of desired duration and date/time in

standard formats such as .avi or .mpg. It will not be possible to

delete any video or change configuration settings using this set

of user-id and password.

Kindly modify the clause as .avi or .mpg. or equivalent As per RFP

119Page No. 163, Clause Annexure 11.4 Specification and compliance

of Mobile NVR, S.No. 42

Data Transfer on 4G/ LTE, 3G and 2G:

In case the vehicle moves to an area where 3G coverage is not

present, the mNVR will au-tomatically shift to GPRS (2G)

connectivity to send the health status data. Also, in such case,

on press of an emergency button, the mNVR will automatically

shift to a lower frame rate and resolution (both configurable)

and send the video from cameras to the backend server over

GPRS (2G).

As per OEM Industries standards even a very low

quality video to transfer in 2G (GPRS) is not possible.

So kindly remove this clause

As per RFP

120Page No. 163, Clause Annexure 11.4 Specification and compliance

of Mobile NVR, S.No. 43Certification : UL, CE, FCC, EN50155, BIS, EN 61000, AIS004

Kindly modify this clause as UL/CE/ FCC/ EN50155/

BIS/ EN 61000/ AIS004 for fair and healthy competition.Refer to Corrigendum

121 Page No. 146, Clause Annexure 11.1 VMS Specifications

The specifications are typically for a Video Recording

and Management System which communicates direct

with the cameras. Here the requirement as per tender is

for a Command Control Application which can connect

to mNVR and provide video retrieval. Licensing of such

Command Centre application MUST NOT be based on

the cont of total cameras. It needs to be agnostic to

number of edge devices (camera) AND make/model of

mNVR which makes it scalable and future proof.

Bidder to propose the

suitable solution meeting the

functional requirement having

the incidentment

management capability with

integrated VMS and VTS.

122 Page No. 146, Clause Annexure 11.24 Specification and compliance of Health monitoring software:

The specifications ask for similar features that are being

asked in VMS application above i.e. to eb able to

capture live and recorded video feed (on demand). This

can also serve te purpose of Command Centre

Application. Please clarify do we still need to propose a

VMS?

As per RFP

Page 38: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

123

The Technical specifications of various components are not

generic. They are matching with a particular model in that

category which seems to give unjustified and unspoken favour

to some particular make and models.

Request: Kindly make the specifications generic and popular

under which models from various manufactures are available.

Request: Kindly modify the specifications and

requirements of Vehicle GPS Tracking System and

Panic buttons to comply with AIS 140 norms as per the

MORTH order

As per RFP

124

The currently prescribed Vehicle GPS Tracking System and

panic buttons specifications do not confirm to the norms of AIS

140 with which as per MORTH Order dated 25. Oct. 2018, all

the public vehicles (including all the DTC buses) need to be

mandatory equipped by 1 April 2019. The Vehicle GPS

Tracking System as per current specs will be useless from 1

April 2019 resulting in waste of public money.

As per RFP

125 Page No. 20, Clause 6.26.1, a) Pre-Qualification for Bidder, S.No. 3

The Bidder shall have annual turnover of minimum INR 500

crores for last three financial years 2015-16, 2016-17 and 2017-

18

Request: Kindly modify the tender as per CVC

guidelinesAs per RFP

126 Page No. 20, Clause 6.26.1, a) Pre-Qualification for Bidder, S.No. 4

The Bidder shall have executed or concurrent pro-ject of

similar nature, which includes ICT or Sys-tem Integration

projects covering supply, installa-tion, testing, commissioning,

maintenance and operations in India or abroad in last five

years as on bid submission date:

At least one (01) project of value not less than INR 150 crores.

OR

At least two (02) projects, each of value not less than INR 100

crores.

OR

At least three (03) projects, each of value not less than INR 70

crores.

Request: Kindly modify the tender as per CVC

guidelinesAs per RFP

127 Looking to the nature/size of Project Consortium be allowed.You are kindly requested to amend the RFP as per

above detail for competitive and transparent bidding.As per RFP

Page 39: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

128

In view of the orders given by Hon'ble. Supreme Court

enforcing the use of only AIS 140 Certified or Approved (ICAT,

ARAI etc.) GPS/GPRS Device with Panic Button in Transport

Vehicles in the state and additionally as per the Rule 125-H of

CMVR, all public service vehicles as defined under clause (35)

of Section 2 of the Act, shall be equipped with or fitted with a

AIS 140 Certified or Approved (ICAT, ARAI etc.) vehicle

location tracking device and one or more emergency buttons

OR DTC also called this tender for implementing AIS 140

devices & technology in DTC buses so as to implement

guidelines of MORTH, Govt. of India for safety, security,

accountability & convenience of citizens of Delhi.

This above-mentioned Guidelines also mandate for the CCTV

& GPS Based Tracking respectively, if the Accurate Tracking &

Precise Reporting is possible with these features of Dual IP,

Dual Profile, Tamper Alerts, IRNSS Support etc. with the CCTV

Tracking, then why MoRTH Technical Team have Published

guidelines Separately for the CCTV & GPS Based Tracking

Device. In the light of same CCTV & GPS Tracking both are

the different devices and both have different functions.

Manufacturer for CCTV & GPS Tracking Device are totally

different because of different technology involved in it.

With Respect to Hon'ble. Supreme Court of INDIA, It is

requested to department that add the AIS 140 Approved

Tracking Device for the same or publish the separate

tender for the GPS Based Tracking Device.

Hope, the department considers our request as genuine

& does the needful in this regard.

As per RFP

129 General

Overall Suggestion:

We would like to submit that CCTV in Buses (mobility

application) is vastly different from Stationary City

Applications and it should appropriately reflect in RFP at

various places for a) ‘On-Bus OEM Eligibility Criteria’ b)

‘On-Bus Equipment Specifications’ need to be aligned

to various National Regulations and Standards, In

Public Domain for GPS and CCTV in Public Buses.

Such review of Specifications may reduce the Capex

Cost by half (over the present specifications which are

based Stationary Applications in the City) and assuring

a desired level of Reliability in Vity Bus Operation.

This is explained item wise in next points below.

As per RFP

130Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key

Products/Solutions,Pre-qualification criteria for Key Products/Solutions

Please add Text:

OEM of On-Bus System should have supplied

Camera and Recorder for City Buses in at least i)

500 buses and ii) 20 Cities during last 5 Years.

As per RFP

Page 40: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

131Page No. 22, Clause 6.26.1, b) Pre-qualification criteria for Key

Products/SolutionsProposed Product shall be BIS Certified

Standard Nos. of BIS/AIS should be mentioned to avoid

any ambiguity

a) AIS-140: AUTOMOTIVE INDUSTRY STANDARD

Intelligent Transportation Systems (ITS) - Requirements

for Public Transport Vehicle Operation mandated under

Various GOI Gazette Notifications and mandated

effective Jan1st 2019.

b) Vehicle Location and Tracking device and

Emergency Button IS 16833:2018- ANNEX A: ATD (

This is same as AIS 140 device mentioned above)

c) Integrated CCTV System IS 16833 :2018 ANNEX C:

CCTV system

d) Information Technology Equipment –Safety Part 1

General Requirements :2010 Reaffirmed 2016

As per RFP

132 Page No. 64, Clause 10.3 Overiew, sub clause (i) One (1) 9” Display

The Display has to be mounted in front of the Driver with

easy view ability.

a) Minimum 7” Display as per IS 16833 ANNEX C:

CCTV system is Recommended.

b) Specifications of the Display should be specified

Display as per IS 16833 ANNEX C: CCTV system

Refer to corrigendum

133Page No. 65, Clause 10.4 Instruction for Implementation, sub clause

10.4.1 For Buses: (v)

An audio console comprises with a spiral adjustable arm

microphone and built-in speaker shall be installed at the pilot

dashboard or at the overhead beam. The location of the audio

console will be decided by Transport Department.

The Function of two way Audio Communication is

possible without the ‘Console’ so only function should

be specified and ‘Console’ should not be mandated.

Separate Console is actually redundant and just adds to

the cost.

As per RFP

Page 41: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

134 Page No. 159 ~ 163, Annexure 11.3, 11.4 Specifications and Compliances of Camera and Recorder

A) Following Test Compliances must be included to

ensure life and reliability under mobile City Bus

Operation (quite distinct from Stationary CCTV

application).

Test Compliances as mentioned in IS 16833 : CCTV

Annex C

i. Performance parametric test

ii. Shock and vibration test .

iii. Ingress protection (IP)

iv. Over voltage protection test.

v. EMI/EMC test

vi. Reverse polarity protection without fuse

vii. Test for wiring harness

viii. High temperature test

ix. Cold test

x. Damp heat test

xi. Salt spray test

xii. USB port overloading test

xiii. Endurance test

An ARAI / ICAT Test report is mandatory for above tests

which apply to Recorder, Camera and Display Panel.

B) It is observed that Specifications of mnvr and

Camera have been primarily based on Stationary CCTV

usage. unnecessarily raising the Capex cost , a few

cases are listed below:

Resolution has been specified as 2MP while IS 16833

recommends 1 MP for City Bus of 12M . This increases

the cost of on-bus equipment and the Storage cost

many times over.

Infra Red distance is specified as 30 Meters!! –three

times the size of the Bus.

Please align On-Bus equipment Specifications to City

As per RFP

135 Page No. 165, Annexure 11.6 Specifications of GPS and Panic Buttons

a) It is imperative to follow AIS 140 in totality. Only

devices certified and registered as mandated under AIS

140 can now be newly installed after 1st Jan’2019. If

mnvr (with in –built gps) is intended to be called GPS

device as per AIS 140, mnvr as a device must qualify

AIS 140 item by item without deviation.

The entire RFP needs to reflect the above clarity.

As per RFP

136 Page No. 154, Clause Annexure 11.1, S.No.8.00 Vehicle Tracking Software

The Software should be based on requirements in AIS

140 /IS 16833 including Protocol, Parameter, Security

etc. since all new buses will be based on this National

Regulation

As per RFP

Page 42: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

Annexures

Annexure 1

Annexure 8: Financial Proposal Formats

Annexure: 8.1 Financial Bid Letter

To

{Procurement Entity}

Sir,

Sub: Request for Proposal for Selection of agency to operationalise IP CCTV and Automatic Ve-

hicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service

model.

Ref: RFP No. <<>> dated <<DD/MM/2018>>

We, <<name of the undersigned Bidder and consortium members>>, having read and examined in detail

all the bidding documents in respect of set up of Selection of agency to operationalise IP CCTV and

Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure

as a service model. I do hereby propose to provide our services as specified in the bidding proposal

submitted by us.

All the prices mentioned in our bid are in accordance with the terms as specified in the bidding docu-

ments. This bid is valid for a period of 180 calendar days from the date of submission of RFP to the

bidder.

We have studied the relevant clause(s) in Indian Tax Laws and hereby declare that if any taxes, sur-

charge, Professional and any other corporate Tax in altercated under the laws, we shall pay the same.

We have indicated in the relevant annexure enclosed, the unit rates on account of payment as well as

for price adjustment in case of any increase or decrease from the scope of work under the contract.

We declare that our bid prices are for the entire scope of work as specified in the Scope of Work and bid

documents. These prices are attached with our bid as part of the bid.

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 Section 6.34 of RFP within 15 days of issue of LOI.

We hereby declare that our bid is made in good faith, without collusion or fraud and the information

contained in the bid is true and correct to the best of our knowledge and belief.

We understand that our bid is binding on us during the validity period or the extensions thereof and that

you are not bound to accept a Bid you receive.

Page 43: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

We confirm that no deviations are attached here with this financial offer.

Thanking you,

Yours sincerely,

(Signature of the Authorized Bidder)

Name

Designation

Seal

Date:

Place:

Business Address:

Page 44: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

An

nex

ure

8.2

- B

reak

do

wn

of

Co

st C

om

po

nen

ts

No

te:

B

idde

r sh

ould

pro

vid

e a

ll pr

ices

, qua

ntiti

es a

s pe

r th

e pr

esc

ribe

d fo

rmat

und

er

this

An

nex

ure.

Bid

der

sh

ou

ld n

ot l

ea

ve a

ny

field

bla

nk.

In c

ase

the

T

he B

idd

er s

hall

take

the

qu

antit

ies

me

ntio

ned

as

min

imum

qu

antit

ies.

Ho

we

ver,

fo

r p

rope

r fu

nctio

nin

g o

f th

e sy

stem

, th

e b

idde

r m

ay

incl

ude

co

mp

onen

ts w

hic

h m

ay

no

t ha

ve b

een

men

tione

d o

r in

crea

sed

qu

ant

ities

.

It

is m

and

ato

ry t

o pr

ovid

e b

reak

up o

f a

ll T

axes

, D

utie

s an

d L

evi

es

wh

ere

ver

app

licab

le a

nd

or p

aya

ble

.

P

urch

aser

res

erv

es

the

rig

ht to

ask

the

Age

ncy

to s

ub

mit

pro

of o

f p

aym

ent

aga

inst

an

y o

f th

e ta

xes,

du

ties,

levi

es in

dic

ate

d.

P

urch

aser

sh

all

take

into

acc

oun

t all

Ta

xes,

Du

ties

an

d L

evi

es

for

the

pur

pos

e o

f E

valu

atio

n.

An

nex

ure

: 8.

2.1

Fin

anci

al B

id F

orm

at-O

PE

X

S N

o.

SO

R D

esc

riptio

n

Uo

M

Co

ntra

ct

Pe

riod

QT

Y

per

Mon

th

Co

ntra

ct

QT

Y

Uni

t R

ate

P

er

Mon

th

Co

st p

er

Mon

th

Tot

al C

ost

for

60

m

onth

s (5

Y

ears

)

A

B

C =

A x

B

D

E

= D

x B

F

= D

x C

1

Pro

vid

ing

se

rvic

es f

or I

P b

ased

CC

TV

Sur

veill

anc

e i

n b

uses

of

DT

C a

nd C

lust

er

Sch

eme

und

er

Tra

nsp

ort

Dep

art

me

nt o

f N

CT

. T

he S

OW

def

ines

th

e

Ope

ratio

naliz

e a

nd

Mai

nte

nan

ce jo

b o

f IP

CC

TV

Sys

tem

in B

uses

, C

omm

and

& C

ontr

ol C

ent

re,

Vie

win

g C

entr

e, D

ata

cent

re a

nd

Vie

win

g C

en

tre

at

dep

ot.

Re

fere

nce

SO

W (

SO

W N

o) o

f IP

CC

TV

Sur

veill

anc

e S

yste

m.

1.0

1

Pro

vid

ing

serv

ice

s of

CC

TV

Sys

tem

in e

very

Bus

of D

TC

an

d c

lust

er S

che

me

as

per

SO

W (

Lin

e 1

of

Impl

em

enta

-tio

n S

chem

e)

Mon

th(s

) 60

5,

000

3

,00

,00

0

-

-

1.0

2

Pro

vid

ing

serv

ice

s o

f V

iew

ing

Cen

tre

fo

r C

CT

V F

oota

ge

at d

ep

ot

leve

l as

per

SO

W (

Line

2 o

f Im

plem

enta

tion

S

chem

e)

Mon

th(s

) 60

66

3,

960

-

-

1.0

3

Pro

vid

ing

se

rvic

es o

f C

om

man

d &

Co

ntro

l C

en

tre

fo

r G

PS

ba

sed

Ve

hicl

e T

rack

ing

Sys

tem

, C

CT

V a

nd A

larm

m

onito

ring

a

s p

er

SO

W

(Lin

e 3

of

Imp

lem

ent

atio

n

Sch

eme

)

Mon

th(s

) 60

1

60

-

-

1.0

4

Pro

vid

ing

serv

ice

s o

f V

iew

ing

Ce

ntre

fo

r C

CT

V F

oot

ag

e

inve

stig

atio

n a

s pe

r S

OW

(L

ine

4 o

f Im

ple

men

tatio

n S

chem

e)

Mon

th(s

) 60

1

60

-

-

Page 45: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

S N

o.

SO

R D

esc

riptio

n

Uo

M

Co

ntra

ct

Pe

riod

QT

Y

per

Mon

th

Co

ntra

ct

QT

Y

Uni

t R

ate

P

er

Mon

th

Co

st p

er

Mon

th

Tot

al C

ost

for

60

m

onth

s (5

Y

ears

)

A

B

C =

A x

B

D

E

= D

x B

F

= D

x C

1.0

5

Pro

vid

ing

serv

ices

of d

ed

icat

ed

Dat

a C

en

tre

as

per

SO

W

(Lin

e 5

of

Imp

lem

ent

atio

n S

che

me

) M

onth

(s)

60

1 60

-

-

1.0

6

Pro

vid

ing

ser

vice

s of

de

dic

ated

Dis

ast

er R

eco

very

Ce

n-

tre

as

per

SO

W (

Lin

e 6

of

Imp

lem

ent

atio

n S

che

me)

M

onth

(s)

60

1 60

-

-

1.0

7

Ch

anne

l lic

ens

e c

ost

of A

nal

ytic

s (r

efe

r A

nne

xure

11

for

spec

ifica

tion)

per

ca

me

ra a

s o

ne-t

ime

Uni

t R

ate

N

o(s)

N

A

NA

15

000

-

1.0

8

Lum

p s

um c

ost

of a

ll re

qu

ired

Har

dw

are

for

An

aly

tics

shal

l be

quo

ted

as a

se

t of

50

cam

era

s pe

r se

t S

et(s

) N

A

NA

10

0

-

1.0

9

Co

st o

f In

teg

ratio

n o

f th

e p

rop

osed

so

lutio

n w

ith t

he a

d-

ditio

nal

bu

ses

pre

-fitt

ed w

ith t

he s

yste

m c

ompo

nen

t fo

r bu

s. T

he i

nte

gra

tion

sha

ll in

clu

de a

ll le

vel

of in

teg

ratio

n w

ith r

equ

ire

d se

t of

lic

ense

s a

nd s

oft

or S

DK

le

vel i

nte

-gr

atio

n*.

No(

s)

NA

N

A

100

0

-

2

Pro

vid

ing

ser

vice

s fo

r m

oni

torin

g,

op

erat

ion

and

tro

uble

sho

otin

g t

ackl

es a

s p

er t

he

requ

irem

ent

at

Com

ma

nd a

nd

Co

ntr

ol C

en

tre

. R

efer

enc

e S

OW

(S

OW

N

o)

of M

onito

rin

g o

f IP

CC

TV

Su

rve

illa

nce

Sys

tem

.

2.0

1

CC

TV

ope

rato

r fo

r 24

/7

Re

sour

ce(s

) 60

0

-

-

2.0

2

Tec

hnic

al R

eso

urc

e 2

4/7

R

eso

urce

(s)

60

0

-

-

2.0

3

He

lpde

sk

Re

sour

ce(s

) 60

0

-

-

2.0

4

Ass

ignm

ent

Ma

nag

er

Re

sour

ce(s

) 60

1

60

-

-

2.0

5

Ope

ratio

ns M

ana

ger

R

eso

urce

(s)

60

1 60

-

-

S.

No

. S

OR

De

scr

ipti

on

U

oM

Q

TY

U

nit

Ra

te

To

tal C

os

t A

B

C

= A

x B

3.00

C

ost

of

Re-

inst

alla

tion

of t

he

syst

em c

om-

pone

nt o

n t

he

bus

(lik

e in

stal

la-t

ion

of t

he

sy

stem

on

ano

the

r bu

s a

fter

dis

ma

ntlin

g th

e

Pe

r B

us(s

) 10

00

Page 46: 1 22transport.delhi.gov.in/sites/default/files/All-PDF/Tender.pdf · Automatic Vehicle Tracking System (AVTS) in DTC and cluster scheme buses on Infrastructure as a service model

S.

No

. S

OR

De

scr

ipti

on

U

oM

Q

TY

U

nit

Ra

te

To

tal C

os

t A

B

C

= A

x B

sy

stem

com

pone

nts

from

the

old

/ sc

rapp

ed

bus)

. **

T

otal

Am

ount

bef

ore

GS

T

G

ST

@18

%

T

otal

Am

ount

incl

usiv

e o

f G

ST

IN

R in

wor

d:

*The

pur

chas

er r

eser

ves

the

rig

ht t

o ch

ang

e th

e q

ua

ntit

y b

ased

on

the

actu

al r

equ

irem

ent.

**

The

ab

ove

cost

will

be

pai

d on

act

ua

ls d

epen

din

g u

pon

the

num

ber

of

buse

s on

wh

ich

the

sys

tem

ha

s be

en

rein

sta

lled.

Not

e:

i. A

bo

ve b

reak

up o

f ra

tes

is o

nly

for

det

erm

inin

g th

e to

tal b

id v

alue

for

shor

tlist

ing

the

succ

ess

ful b

idd

er fo

r w

ork

awa

rd. H

ow

eve

r, a

ctu

al p

aym

en

ts s

hall

be

regu

late

d

base

d o

n th

e ac

tual

num

ber

of

loca

tion

s/bu

ses

whe

re s

ervi

ces

as p

er

SO

W w

ere

del

iver

ed d

urin

g th

e b

illin

g pe

riod.

ii.

T

he n

um

ber

of l

oca

tions

men

tione

d a

bove

are

ind

ica

tive

on

ly a

nd P

urc

ha

ser

rese

rve

s th

e r

igh

t to

in

cre

ase

or

decr

ease

th

e n

umb

er o

f a

ctua

l lo

catio

ns/

buse

s in

tend

ed

to b

e co

vere

d u

nde

r th

e c

ont

ract

. iii

. In

ad

ditio

n, P

urch

aser

res

erv

es t

he r

ight

to in

cre

ase

or

dec

reas

e t

he q

uan

titie

s of

item

s in

dica

ted

in th

e a

bo

ve B

OQ

an

d th

e p

aym

ent

s sh

all

be b

ased

on

the

actu

al q

uan

tity

of

item

s.

iv.

I/We

do

here

by

conf

irm

th

at m

y/ o

ur b

id p

rice

incl

udes

all

stat

uto

ry t

axe

s/ le

vies

but

exc

lud

ing

GS

T (

as

app

lica

ble

on

the

serv

ices

). I

/ W

e a

lso

de

clar

e th

at a

ny

tax,

sur

cha

rge

on t

ax

and

/ o

r a

ny

oth

er le

vie

s, if

alte

red

in f

utur

e a

nd

pa

yab

le u

nd

er

the

law

, th

e s

ame

sh

all b

e b

orn

e b

y m

e/ u

s.

v.

Th

e q

uote

d ra

tes

for

all

item

s sh

all

rem

ain

unc

han

ged

fo

r en

tire

ter

m o

f th

e C

ont

ract

Ag

reem

ent

. In

ca

se t

here

is

incr

ea

se o

r de

crea

se i

n a

ny

item

(s)

to b

e in

sta

lled

, th

en t

he p

aym

ent

to t

he S

erv

ice

Pro

vid

er s

hall

be

mad

e a

s p

er a

ctu

als

, a

s th

e ca

se m

ay

be,

in r

efe

renc

e to

the

quo

ted

pric

e in

the

fin

an

cia

l bid

and

/or

as a

sse

sse

d b

y th

e P

urch

ase

r in

ca

se it

em

is n

ot

men

tion

ed in

th

e fin

an

cia

l bid

vi

. B

idde

r ne

eds

to

pro

vide

co

st o

f a

naly

tics

licen

se p

er

cam

era

as a

se

para

te li

ne

item

. B

idde

r is

req

uire

d to

th

e c

ost

for

th

is it

em

fo

r fu

ture

pur

pos

es.

Pur

chas

er

rese

rve

s th

e rig

ht t

o c

onsi

der

dep

loym

ent

of

An

aly

tics

at a

ny

poi

nt o

f tim

e w

ithin

th

e pr

oje

ct c

ont

ract

pe

riod

)