appendix a 4. scope of work, deliverables & …keltron.org/eoi/eoi_appendix.pdfscope of work,...

31
Appendix A 4. SCOPE OF WORK, DELIVERABLES & TIMELINES The entire solution of WS&APS (Wildlife Surveillance and Antipoaching System) for each site need to be designed and developed keeping in consideration of the following strategic requirements: Live Feed of the tiger/ panther/ leopard/ other reserve. Human trafficking: Spotting. Graphical Alerting on geo maps. Remotely controllable camera operation. Operation time 24X7. Point to Point secure wireless connectivity. Wide LED display at control room. Provision of recording from the control room. Surveillance Dashboard showing health of installation. Contact Directory Listing on the Web Application Alerting Cycle with Details on actions taken on the Web application. Approximate Geo Position of the alert at that moment i.e. the current camera position. Scenario creation for custom tour of thermal/visible sensors based on bookmarks. Bookmark Creation for immediate surveillance of vulnerable points. The Selected partner shall be responsible to supply, install, commission, operate and maintain the WS&APS at all the identified protected areas of Forest/ wildlife sanctuaries in Rajasthan as follows: Study and design of solution as per the requirement specified in the scope of the document. Supply and End to end Implementation/ commissioning of approved solution with five years comprehensive warranty of entire deployed infrastructure at the Wildlife statuaries/ protected area of Forest in Rajasthan undertaken in the study and / or mentioned in the scope of the project Development of Application/ Software Components with Five Years Application Support Integration of commissioned solution with existing / upcoming third party applications/ systems/ solutions as and when required. (RSDC, RajSWAN, SSDG, State Portal, etc.) User Acceptance Testing (UAT) Commissioning (Go-Live) Training & Capacity Building Operation & Maintenance (O&M)/ Facility Management Services (FMS) for five years

Upload: hathuy

Post on 10-Apr-2018

218 views

Category:

Documents


1 download

TRANSCRIPT

Appendix A 4. SCOPE OF WORK, DELIVERABLES & TIMELINES The entire solution of WS&APS (Wildlife Surveillance and Antipoaching System) for each site need to be designed and developed keeping in consideration of the following strategic requirements:

Live Feed of the tiger/ panther/ leopard/ other reserve.

Human trafficking: Spotting.

Graphical Alerting on geo maps.

Remotely controllable camera operation.

Operation time 24X7.

Point to Point secure wireless connectivity.

Wide LED display at control room.

Provision of recording from the control room.

Surveillance Dashboard showing health of installation.

Contact Directory Listing on the Web Application

Alerting Cycle with Details on actions taken on the Web application.

Approximate Geo Position of the alert at that moment i.e. the current camera position.

Scenario creation for custom tour of thermal/visible sensors based on bookmarks.

Bookmark Creation for immediate surveillance of vulnerable points. The Selected partner shall be responsible to supply, install, commission, operate and maintain the WS&APS at all the identified protected areas of Forest/ wildlife sanctuaries in Rajasthan as follows:

Study and design of solution as per the requirement specified in the scope of the document.

Supply and End to end Implementation/ commissioning of approved solution with five years comprehensive warranty of entire deployed infrastructure at the Wildlife statuaries/ protected area of Forest in Rajasthan undertaken in the study and / or mentioned in the scope of the project

Development of Application/ Software Components with Five Years Application Support

Integration of commissioned solution with existing / upcoming third party applications/ systems/ solutions as and when required. (RSDC, RajSWAN, SSDG, State Portal, etc.)

User Acceptance Testing (UAT)

Commissioning (Go-Live)

Training & Capacity Building

Operation & Maintenance (O&M)/ Facility Management Services (FMS) for five years

4.1. Study and Design of Solution: a. The Selected partner will undertake detailed study of identified forest sites/ wildlife sanctuaries/ protected areas mentioned in the scope and / or as and when communicated to the bidder.

b. The study includes but not limited to study of terrain w.r.t. surveillance system, existing infrastructure or mechanism of surveillance and identification of critical areas & factors of the identified site.

c. Based on the study of each identified site, the selected bidder will design the solution with the required items/ equipment with all possible third party applications/ systems/ solution integration.

d. During the study and design of the solution, the selected bidder should ensure that the solution is aligned with IT architecture and IT policy of Govt. of Rajasthan and able to achieve Strategic objective of Department of Forest.

e. The solution shall be designed considering optimum utilization of existing infrastructure/ common infrastructure i.e. equipment/ servers/ wireless sets etc.

f. The prepared technical and functional design document for the solution of each site after the study shall be submitted by the partner for Final approval from the user. 4.2. Supply and End to end Implementation/ commissioning of Infrastructure: a. All required items according to approved solution shall be supplied, integrated, installed and commissioned at the identified sites.

b. The all required hardware/ items/ software should be supplied with all required installation material/accessories for proper installation and commissioning at respective site.

c. Upon successful installation (wherever applicable) of all the supplied Hardware/ Software, the SI shall submit installation and commissioning reports (in original) duly verified by the respective nodal officer/ end-user.

d. The SI has to provide five years of warranty on supplied Items/ hardware/ software for the surveillance solution.

e. The SI shall deploy entire solution along with establishment of control room and monitoring room at each identified site according to approved solution for the respective site.

f. The list of items/ equipment/ hardware/ software may vary according to location’s actual requirement, existing infrastructure and depends upon the critical factors identified for the site at the time of study.

g. Tentative details of the Components of WS&APS infrastructure shall be categorized into on-site setup and control room setup.

h. Onsite Setup can be further divided in following categories based on their functionality.

Thermal cam based onsite Station: This station has a long range thermal camera and is deployed generally at watch tower or a high altitude location. The main idea is to identify the poachers using the thermal camera from a long distance.

Data Transmission Station: These are intermediate coupling point which helps to propagate the wireless (W/L) signals to the nearest location. These stations have long range W/L transmitters.

The onsite setup will be constituted by various type of cameras, Pole/tower, Network & power related equipment along with required software/ application. The single unit of Onsite setup consists following components: S.no.

Item

Unit

Qty

P1. Thermal Sensors with Clear vision PTZ assembly with embedded Video Encoder and Per tower Agent app and configuration

Nos 1

P2. IP Indoor Camera Nos 1

P3. Full HD IP Bullet Camera with IR

Nos 2

P4. Full HD IP PTZ Camera with IR

Nos 1

P5. Radio Setup Nos 2

P6. Gigabit Network managed Switch 8-Port

Nos 1

P7. Weather proof Cat 6E cable network cable

Mtr. 300

P8. Solar Panels 250 Watt

Nos 10

P9. Solar Panels Mounting Structure with Installation and Elevated Control Room

Nos 1

P10. Solar Charge controller and Inverter

Nos 1

P11. Batteries 100 AH

Nos 16

P12. Tower with elevated foundation and installation

Nos 1

P13. 2 Core Power Cable 4sqmm

Mtr. 180

P14. Copper Cable 16 sqmm

Mtr. 60

P15. Lighting Protection No. 1

and Earthing

P16. Aviation Light

Nos 1

P17. Connectors and Socket

Nos As required.

To keep equipment (switch/ battery/ solar inverter etc.) safe and secure, an outdoor box shall be deployed with each onsite setup and the above mentioned IP indoor camera shall be commissioned inside the box. The ingress protection rating of the box shall be IP55 or better based on the solution requirement.

The above mentioned component of a single unit of the onsite setup will cover around 50 Sq. KM area of the site. This shall be replicated if there is any additional area coverage requirement occurred during the implementation or further expansion or implementation at the sites which are not mentioned in the document. i. The required control room setup w.r.t. environmental/ geographical condition and available infrastructure should be modularized and containerized. Furthermore, the modular and containerized control room shall have following components:

Data Centre: The data centre shall be equipped by server, external storage, required software/ applications, network equipment etc.

Control Room/ Monitoring Room Set up: Control room/ monitoring room consists by client PC, LED display monitors, network, electrical power equipment, work stations for deployed resources etc. The containerized Control room setup should be scalable thermal management solution which can easily separate hot and cold air, increasing return air temperature to cooling units. The desired setup of a modular and containerised control room setup for four onsite setups with aforementioned components will have following components S.no.

Item

Unit

Qty

C1. Modular Containerized Data Centre C1.1. Modular Container Nos 1 C1.2. Rack Server Nos 2 C1.3. External Storage with

capacity of 30 TB Nos 1

C1.5. Standard Managed Router

Nos 1

C1.6. Gigabit Managed Network Switch 24 Port

Nos 2

C2. Control Room/Monitoring Room C2.1. Client PC Nos 1 C2.2. 40” LED monitor for

display (Nos. depends upon total no of onsite setups)

Nos 1

C2.3. Workstation Cabinet Nos 3 C2.4. Chairs Nos 3 C3. Common Components C3.1. IP Indoor Camera Nos 2 C3.2. Weather proof Cat 6E

cable network cable Nos 200

S.no. Item Unit Qty C3.3. Tower with elevated

foundation and installation

Nos 1

C3.4. 2 Core Power Cable Mtr 90 C3.5. Lighting Protection

and Earthling Nos 1

C3.6. Aviation Light Nos 1 C3.7. UPS Nos 2 C3.8. DG Set Nos 1 C3.9. Connectors and

Socket Nos As required

The above mentioned components including customized application (as mentioned in Software/ Application Components clause) will be utilized as a unit of datacentre for managing four onsite setups for a new site. The same ( except the line item no. C3.1., C3.2., C3.3., C3.4., C3.6.) may be replicated if any additional requirement of four onsite setup is occurred in the enhancement of existing deployed WS&APS solution. Local control room setup shall be integrated with divisional/ central control room setup. j. Other Miscellaneous Components:

Radio Over IP (ROIP) with Base Radio Station: Approximate 2-6 ROIP devices shall be supplied, installed and integrated with WS&APS at each wildlife sanctuary/ protected area where the solution is to be deployed. These equipment shall be compatible to use existing equipment of the department like Digital handsets/ GPS devices etc. and capable to send required data through the WS&APS network to local control room.

Digital Handset: Approximate 40-60 handsets are to be supplied and integrated with WS&APS with respective API licenses at each wildlife sanctuary/ protected area where the solution is to be deployed.

UAV (Drone) Setup: Atleast one UAV (drone) with thermal & visible camera is to be supplied and integrated with WS&APS for wildlife monitoring, boundary monitoring, anti poaching/ anti theft operations, wildlife species counts, habitat/ range mapping activities. The UAV set up shall be integrated with the WS&APS to send the collected data through the WS&APS network to the local control room. The selected bidder shall deploy the required desicated resources to fly and manage UAVs.

The UAV system can be centrally controlled from the Local Control Room. The entire detation from the UAV must be layered on a single Operator Work Station (OWS), with required suitable display software. The UAV must be deployable on specific requirement of the Forest control center, either automomously on specific alert or for periodic surveillance. The Video stream from the UAV must be superimposed on the same operator work station. For effective and dynamic UAV operations the following modules and functionalities are expected to reside on the Operator work station 1) Mission Planning Software: The Major functionalities involve in mission planning are:

Creating flight path, using way points

Generating alert while creating flight plan as if total flight time exceeds UAV max fly time and Fuel limitations. (from UAV Performance Parameters )

Allocation of flight plan no. while executing a mission

Maintain UAV ID Vs Flight plan number If UAV is asked to be launched

Convert Path Plan with all parameters into UAV compatible format

Provision to create Height ban zones for a waypoint or leg in creating Flight plan

Define height to climb, height to cruise for each leg

Transfer of Flight Plans to the UAV GCS (Ground Control Station) using standard protocols 2) Mission Monitoring : The Major functionalities involve in mission monitoring are

Display mission flight plan against GIS map

Plot UAV Position in real time

For processing, form legs from the Waypoints in flight plan

Compute and update to display e.g. current leg/ waypoint, time left in leg, distance left in leg, current heading

Correcting Deviations: Height, Heading and Speed

Initiate Mission Control autonomously for sending commands to GCS 3) Mission Control: The Major functionalities involved in mission control are

Due to Operational requirement, any real time modifications must be implemented to the flight plan by mission control

Creating new path: If battery does not permits, generate alerts

Creating new waypoints, flight path in real time. If fuel does not permit, generate alerts

Send commands to GCS for Correction of Height, Heading. Commands to head emergency waypoint

4) Display System: The Display system must comprise of Operational Work stations with the following Major functionalities

Display of Maps on a GIS

Display and creation of layers like foot trials, water bodies, assets including vehicles and personnel.

Display real time UAV Positions

Display and geo Tag of video In small segments along path

Display Flight paths

Provision to create flight paths

Display alerts

Display geo tagged video / pictures (recorded) and Display live rendering in separate Picture In Picture per UAV

Picture in Picture for rendering recorded videos

Real time/ Dynamic UAV Control tools (Mission Control)

Provision to report an incident/activity

Show UAV flight Path

Software for alert generation

Software for Deployment of Troops/ rangers

Auto transfer of alerts to Higher echelons

Integrated Joy Stick

k. Civil Work: Required foundation and civil work with proper finishing of structure through weather proof painting shall be done by the selected partner for installation/ commissioning of onsite setup and modular containerized data centre & Control room setup including DG sets according to approved WS&APS and mentioned in the list. The selected bidder will ensure quality of the material used for foundation or other required civil work. The regular periodic maintenance work shall be carried out by the selected bidder during entire contract period. l. Electricity work between deployed DG Set and local control room setup shall be done by the selected SI. Note: The detailed item list and specifications of above mentioned components of WS&APS is provided in the Annexure- 01 and 02. The aforementioned components would be varied on the basis of environmental/ geographical study of Forest sites. If required then more components would be added and / or removed in preparation of final system architecture and proposal. It is also ensured that all existing items/ systems shall be included in design and implementation of WS&APS of each site. Furthermore, the partner is expected to consider enhancements in entire solution up to 100% of the present specified quantity for each forest site within the same hardware and software mentioned in the bill of material(refer Annexure- 1) and maintaining the same service level as mentioned in the list. 4.3. Development and Deployment of Application/Software Components with Five Years Application Support:

The required software or applications shall be developed and deployed at each WS&APS. The software component consists of but not limited to: a. WS&APS Portal: This is basically a web application with all the admin features, dashboard, configuration utilities, remote surveillance user interface etc. Main features will also be accessible from smartphones. The application should be able to provide unified dashboards, reports, alerts etc. based on roles and levels. For example. At central level user can able to monitor all forest locations in integrated manner. The portal shall be able to show movement of GPS enabled vehicles as well as radios to monitor movement of the asset holder in the area. Further the system should have Smart tracking function like, event tracking, panorama tracking and thermal-optical linked smart tracking etc. WS&APS App.: A Wildlife Mobile App shall be developed for android, iOS and Windows platform considering objectives and requirements of the solution. The App must be an interactive app to provide user friendly interface, information security, high performance and provide access to it’s features and content in offline mode. b. Data Processing and Analysis Unit: This is the core of the application, it includes the Core Engine. The engine comprises of the core image processing algorithms, poaching preventions logic algorithms complemented with additional Fault Diagnostic Engine. The data processing unit shall be able to show all required data at GIS map shall be integrated with other software components of WS&APS i.e. WS&APS portal/ reporting engine/ Mobile app. and other identified third party applications to show analytical, graphical and spatial reports. The selected bidder shall use existing licensed technologies available with the department and if require then provide additional licenses of required technologies or may use another technologies for visual data mining, text analytics and complex event processing ( listed as leaders in the Gartner vs Forester evaluation of Data Sciences, Predictive Analytics and Machine Learning Platforms, 2017 Q1) to serve this purpose. Furthermore, the unit shall also comprise of poaching prevention algorithms like Critical Path Optimization for forest patrols, anomaly detection in wildlife movement etc. The fault diagnostic engine shall have multiple features but not limited to identify low performing/ faulty devices installed in the entire setup of WS&APS of the site. The engine shall be integrated with helpdesk tools and WS&APS portal to generate automatic tickets and highlight identified issues.

Network Data Storage Unit: Highly reliable, fast and very large network based storage unit will be used to store all relevant images and videos for further analysis, reporting and for referencing in future.

d. Unified Reporting Engine: Constitutes the reporting part of the WS&APS Engine. These are dynamic reports that can be viewed on the mobile as well. The system shall generate high level graphical reports/ information which can be integrated with the GIS utilities developed by Govt. of Rajasthan for various stakeholders. The same shall be comparable/ configurable to compare with other reporting sources i.e. FMDSS or satellite images/ KMLs etc. The selected partner shall use existing licensed technologies available with the department and if require then provide additional licenses of required technologies or may use another technologies ( listed as leaders in the Gartner vs Forester evaluation of Data Sciences, Predictive Analytics and Machine Learning Platforms, 2017 Q1) to serve this purpose. e. Live Surveillance data: The system should continuously provide the live feed of the selected stations of the Surveillance Board in the homepage of the application; each of the cameras can remotely be controlled from the browser. This shall be developed for effectively use against poaching and trespassers tracking. This feature shall be integrated with the Alert Generating Feature hence both can jointly be used to track based on the data and severity f. Multi-Level Alert System: Data analysis of the live feed and the images taken from different points shall be done continuously through scanning registered activities such as ● Human Interference ● Cattle Trafficking ● Accidents, Vehicle detection and tracking Anything suspicious shall be alerted and notified there on. This notification will be further sent at upper level for proper and prompt action. The notifications shall be of following types ● Email ● Short Message Service (SMS) ● Pop up Alerts on Home page. Note: SMS/ Email gateway shall be provided by Keltron to the selected partner for integration with the application.

The alert system shall have Smart detection features like Intrusion Detection, Line Crossing, Region Entrance Detection, Region Exiting Detection, Audio Exception Detection, temperature exception, Advanced Fire detection algorithm etc. and shall be able to highlight issues through geo referred images/ videos on the dashboard/ WS&APS portal.

Live Surveillance data needs to be periodically processed using algorithms for detection and alerting based on data & severity and anything suspicious shall be alerted and notified there on. In addition to above the system must have case management framework which includes ability to create a case along with around investigations. This will be used to improve/ develop new algorithms & detection techniques etc. g. Helpdesk Tool: A web based help desk tool shall be developed with the entire system where all complaint/ issues shall be entered by the WS&APS team however the complaints are received through phone call/ in person/ helpdesk email or fault diagnostic engine. The tool shall be incorporated all SLA mechanism mentioned in the list and shall be able to generate all required O&M reports. Besides the above, other location specific requirements shall be shared during the study and implementation phase as and when required. Therefore the application shall be scalable w.r.t. improve efficiency and effectiveness of WS&APS and can be integrated with third party applications/ solutions/ systems through web APIs/ interfaces/ services wherever & whichever is required without any extra cost. 4.4. Integration of commissioned solution with existing / upcoming third party applications/ systems/ solutions: a. The Selected bidder shall ensure that design of the solution includes all possible integration with third party applications/ systems/ solutions which are existing or coming in the future as and when required.

b. The integration of commissioned solution shall be done by the SI through providing requisite interfaces/ information.

c. The developed infrastructure of the solution at each identified site shall be utilized for deployment of other third party solution/ increase efficiency/ effectiveness of those solution considering all possible factors of cost, environment and departmental interest.

d. The SI shall provide requisite support and information for the same to implement the integration.

e. The deployed WS&APS would be integrated with district/ divisional and central control room wherever it is required. Further, the captured raw data through the system would generate analytical and statistical reports.

f. The deployed infrastructure would be utilized in forest protection or any development activity as per requirement of Forest and DOIT&C.

g. The complete application shall be developed considering integration possibilities with the following third party applications/ systems:

RAJDHARAA – State Wide Unified GIS platform for the State of Rajasthan.

GIS map with GPS system to be provided by Government of Rajasthan

Mobile Service delivery gateway (SMS gateway)

SSO

FMDSS

RAAS

Stateportal

CM Dashboards

Various analytical tools (SAS, Tableau, Qlik etc.)

Rajnet

State Data Centre

Raj e-sewadwar

h. The developed WS&APS shall be scalable and integrable with crowd pooling & social media platforms based on the requirement posed by the user.

i. The integration possibilities/ solutions will be envisaged and deployed gradually during the entire period of contract and the selected bidder/ SI shall integrated the WS&APS with the identified applications/ system as and when required.

j. Department will have different communication devices like IP Phones, UHF/VHF or GSM which will work independently in their group, This solution should provide intercommunication between all this different mode of communication devices when ever required in case of emergencies like fire, natural disaster etc. This will help authorizes to communicate between different teams to take decision faster in quick time to tackle the emergency situation. The cost effective and performance oriented system would be designed with minimum environmental affects permissible by Forest Department. 4.5. User Acceptance Testing (UAT): The selected partner would be responsible for: - a. Preparation and submission of detailed UAT plans/ schedules, procedures and formats.

b. Prepare various use cases and scenarios c. Performing Hardware and Software Testing: Conducting testing of various components/ modules of the software developed (WS&APS portal, Reporting, Fault Dignostic Engine etc.). The bidder shall be required to share the testing documents and standards with the designated S/w testing team, wherever applicable/ required.

d. Assist Purchaser in carrying out user acceptance of solution.

e. System Test Cases with Results

f. UAT Case and Results

g. Rectifying the Hardware and Software issues/ bugs reported during the testing upto the satisfaction of DOIT&C/ the user.

h. Final approval/ user acceptance of the software and system shall be given by user. after successful implementation and testing. This is the responsibility of the bidder to obtain the UAT approval from the user department. 4.6. Third Party Audit (TPA):

a. Third party audit of the final solution is to be ensured by the selected bidder from the certain empanelled agencies.

b. The audit shall cover the following aspects of the project: - Service/ Audit Type, Methodology & Deliverable 1) Vulnerability Assessment of the critical servers and network devices Methodology: This is a security audit and privilege access and administrator assistance is required for configuration audit. This is done directly on the system with physical and logical access. System configuration checking and vulnerability scanning is performed to find out weaknesses, vulnerabilities and mis-configuration in the target hosts. Deliverable: A detailed report with discovered vulnerabilities, weaknesses and mis-configurations with associated risk levels and recommended actions for the risk mitigation will be submitted. 2) Penetration testing of the systems and networks (External and Internal) Methodology: Penetration Testing (PT) is normally done remotely from public domain (Internet) and also can be done from interto find out exploitable vulnerabilities from internal network. No privilege access is required. Series of testing conducted like infogathering from public domain, port scanning, system fingerprinting, service probing, vulnerability scanning, manual testingcracking etc. using state-of-the-art tools (commercial and open source) and techniques used by hackers with a objective to unearth vulnerabilities and weaknesses of the IT infrastructure. Deliverable: A detailed report with discovered vulnerabilities, weaknesses and mis-configurations with associated risk levels and recommended actions for the risk mitigation will be submitted. Additionally a demonstration of penetration (if possible) as a Proof of Concept (only to prove possibility and not to cause real damage) may be given.

3) Application Security Assessment Methodology: Different software testing techniques are employed to unearth application security vulnerabilities, weaknesses and concerns related to Authentication, Authorization, Session Management, Input/output Validation, Processing Errors, Information Leakage, Denial of Service etc. Typical issues which may be discovered in an application security audit include Cross-site scripting, Broken ACLs/Weak passwords, Weak session management, Buffer overflows, Forceful browsing, CGI-BIN manipulation, Form/hidden field manipulation, Command injection, Insecure use of cryptography, Cookie poisoning, SQL injection, Server mis-configurations, Well-known platform vulnerabilities, Errors triggering sensitive information leak etc. For web applications OWASP (Open Web Application Security Project) guidelines is used for the assessment. All the assessment is carried out using both state-of-the-art tools and manual testing methods. Deliverable: A detailed report with discovered vulnerabilities, weaknesses and mis-configurations with associated risk levels and recommended actions for the risk mitigation will be submitted. 4) System Performance Testing/ Monitoring Methodology: Today’s business systems have changed dramatically at the advent of multi-tier architecture. Organization’s need to support 3 or more tiers involving, network infrastructure, web servers, application servers, databases, etc. Troubleshooting and to find out the root causes of the performance problems is the basic scope of this test. State of the art tools should be used to monitor and analyse the network traffic/ performance issues. To pin-point which tier is causing problems by inserting unacceptable latencies for the end users. Isolation of the fault to the application, system or network further speeds resolution and minimizes finger pointing among support groups and vendors. Deliverable: A detailed report with discovered performance issues, weaknesses and mis-configurations with associated risk levels and recommended actions for the risk mitigation will be submitted. ---------------------------------------------------------------------------------------------------------------------------------------- c. Based on the audit reports submitted by the TPA, the selected bidder shall make the required changes to the website/ application at no extra cost. 4.7. Commissioning (Go-Live) a. Only after the acceptance of UAT and TPA reports by the user, the entire infrastructure (including WS&APS Application/ software) would be deemed to have been commissioned.

b. After the successful commissioning of the project, the system would be declared as Go-Live and enter into O&M/ FMS phase and the selected bidder would also be issued a commissioning certificate by the User. 4.8. Training and Capacity Building: The selected bidder shall be responsible for hands-on trainings & refresher trainings of identified Officials on deployed WS&APS components. The training shall include but not limited to: a. How to use WS&APS software components for fetching requisite reports

b. How to operate various components of WS&APS i.e. camera controlling, UAVs, Digital Handsets, WS&APS Portal etc.

c. How to monitor entire forest site through web based portal and mobile application.

d. The bidder shall prepare user manuals and update those user manuals as and when required. 4.9. Operation & Maintenance (O&M)/ Facility Management Services (FMS) for Five years: The selected Bidder has to provide Facility Management Services for all the items supplied by the bidder, existing items and items to be purchased for the project by Department of Forest/ DOIT&C for a period of Five years. The selected Bidder has to provide Facilities Management Services and shall be supported by centralized helpdesk which will work as a single point of contact for complaint management & resolution for all the users of the WS&APS deployed at each location. The helpdesk shall be designed to meet the SLA response & resolution timelines.

A. Asset Management Services a. The SI shall be required to create and maintain database of all items like cameras, poles, sensors provided by DOIT&C and all other supplied items installed in each location under WS&APS Project as per following details:

The database should have information like make, model, configuration details, serial numbers, licensing agreements, warranty and AMC details, place of installation etc.

The SI shall be required to create and maintain software inventory with information such as Licenses, Version Numbers and Registration Details along with their configuration details and history.

b. The SI shall be required to record installation, removal and replacement of any equipment and inform concerned nodal officer of the location and the user department, even if it is temporary. All entry and exit of assets shall be recorded and report of the same shall be provided to concerned nodal officer of each location and to the user department at the end to each month. c. The SI shall be required to register all software with respective OEMs.

d. The SI shall be required to perform software license management. The software shall remain under technical support from respective OEMs for a complete FMS period of five years.

e. The SI shall use web based software/ interface in WS&APS for Asset Management Services. Viewing Rights on the software/ interface shall be provided to nodal officer of concerned location and user department.

f. The SI shall ensure availability of 24x7x365 video feed/signals from all cameras and sensors during the complete project period. In case of any camera/sensor/pole etc.(Items under warranty/maintenance of SI) being non-functional or irreparable, SI shall ensure repair /replacement of the equipment as per SLA at no cost to tendering authority.

g. The SI shall hand over all the assets handed over by the user to SI of similar or higher configuration to the tendering authority on completion of project period. B. Corrective Maintenance Services The details of the work to be undertaken by SI are as follows: a. Troubleshooting of problems related to the equipments/network/services and rectification of the same.

b. Repairing of defective parts/components.

c. Replacement of parts/components beyond repair with parts/components of same or better specifications ensuring compatibility without any additional cost.

d. Providing suitable standby for parts/components with same or better specifications till the time the original part/component is repaired or replaced so that daily business is not affected.

e. The maintenance support for equipments shall include all passive components including, screws, clamp, fasteners, ties anchors, supports, ground strips, wires, gears, spares, power-cables, network cables, connecters/ sockets etc.

f. Maintenance support services pertaining to electric and network cabling shall include:

Removing and laying of cable and I/Os with casing, etc in case renovation/ other activity is undertaken at location covered under the project.

Replacement/repair of Network/Power cables & connectors/ ports/ equipment of entire WS&APS deployed.

Maintenance of cables and conduits of equipments procured

g. Documentation of problems, isolation, cause and rectification procedures for building knowledge base for the known problems which shall be incorporated in the system.

C. Configuration and reconfiguration/rollback of equipments/network/services

a. Date and time of all edge equipment shall be synchronized with Local and Divisional/Central Control room.

b. The SI shall be responsible for configuration/re-configuration/rollback of all the equipments /Software /services under this project as and when required.

c. The SI shall maintain a record of hardware and software configurations of all equipments including the details of different policies implemented on the devices such as, connection Queries/ APIs/ VLAN configurations, access control lists, routing filters, clustering details etc. SI shall keep regular backups of the configurations of each of the devices.

d. SI shall adhere to the change management procedures already defined to ensure that no unwarranted changes are carried out on the devices. All the changes must be formally approved by the SI designated team leaders and recorded. The Purchaser /designated agency shall communicate such change management procedures and their amendments made from time to time.

e. SI shall do proper version management of these configurations.

f. SI shall ensure that these configurations are not accessible in general and must be kept confidential with the Purchaser and project manager as per security policy of DOIT&C/ GOR.

D. Department/Vendor Management Services SI shall coordinate with external vendors/departments for upkeep of equipments /software/services to meet the SLA and shall liaison with respective OEMs/ authorized agencies/ service providers for repairs/replacement of items and/or update/upgrade/troubleshoot the software/services. To perform this activity, the SI shall a. Maintain equipment/software/service wise database of the various OEMs/ authorized agencies and service providers with details like contact person, telephone numbers, escalation matrix, response time and resolution time commitments, expiry date of Maintenance Services/Warranty/Software Assurance/Support etc.

b. Log and escalate the calls with respective OEM/ authorized agencies/service providers after occurrence of incident/ problem, repetitive pursuance and coordinate with them to get the equipment repaired/problems resolved. c. Liaison with concerned departments for electric connection and permission/NOC for installation of poles

E. Network Management Services

The scope of work under network management services would include – a. Configuration/Reconfiguration/deployment and Management of various policies like Security policies, Access policy, IP Policy, routing policy, firewall policies etc. including but not limited to opening/closing of specific ports on network devices.

b. Performance tuning to ensure resilient performance, reliability and high availability of the network services.

c. Monitoring of radio’s bandwidth/ internet bandwidth / links.

d. The SI shall coordinate with RSWAN Team for integration of RSWAN network with WS&APS Network as and when required.

e. SI to establish interface link between last mile of connectivity provided by the user and the local control room of WS&APS using radio/network and electric cable. F. Equipment (Camera, Pole, Switch, radio etc.) Management Support a. SI to provide all required equipments/ apparatus/ tools (24x7) to its support team at each location for operation and maintenance of all edge equipments installed in the location for WS&APS.

b. SI shall maintain and configure camera, as and when required and provide services, such as relocation of cameras, or adding or removing accessories attachment or other devices/peripherals.

c. SI shall maintain record of all new cameras installed, movement of cameras within site, changes and configuration of cameras.

d. SI shall arrange/download from internet and load drivers of peripherals, as & when need arise.

e. SI shall configure/reconfigure cameras/ switches/ radio devices/ other devices to ensure optimum network connectivity and applications/service availability to all users.

f. SI shall re-establish network connectivity and application availability after any hardware/software failure. G. Helpdesk Management: Each site of WS&APS shall be supported by centralized helpdesk which will work as a single point of contact for complaint management & resolution for all the users of the deployed system and incident response system. A SLA monitoring and Helpdesk Management tool shall be developed in integrated manner with the system. The helpdesk shall be designed to meet the SLA response & resolution timelines.

a. SI shall provide centralized helpdesk number and email for reporting any issue which shall be shown in the WS&APS system’s dashboard.

b. SI shall log all calls received through any medium viz. telephone/email/in writing/in person, shall generate a ticket mentioning type of problem, Severity level etc. using helpdesk tool and forward the same to concerned FMS team/person, Project OIC(s) and user.

c. Once the issue has been logged the ticket no. shall be generated and will be assigned to L1 support team i.e. O&M team of the site.

d. The ticket shall be escalated as per escalation matrix if it is not resolved.

e. L2 and L3 support team in the escalation matrix shall be provided by the selected bidder and shall be integrated in the helpdesk tool for ticket management for resolution of the issue without any extra cost.

f. All O & M reports for each deployed system shall be generated from the helpdesk tool and the report shall have all relevant details of each SLA provisions mentioned in the list.

g. The SI shall provide 24 x 7 help desk support for entire WS&APS deployed at each identified location.

h. The SI shall provide various services to different users on demand basis as and when required as per the details given by the user. The request would be made on help desk by the user through dedicated help line number/specific email account and SI shall get approval from the officer in charge of the project. The resolution time for such services would be as per SLA. However, the purchaser/authorized entity may scale up the severity level depending upon the requirements. H. Onsite Manpower Deployment: Selected Bidder shall deploy manpower at each location where WS&APS would have been deployed for entire period of contract for following major activities but not limited to:- a. WS&APS Administration support

b. Ensuring the each and every component of deployed works properly

c. Providing first level of support (L1) for logging and resolution of the complaints for any component of WS&APS of the location.

d. Supervision and training of personnel of user department on new features added to the implemented WS&APS.

e. To perform the aforesaid tasks menioned under Onsite support and FMS clause. The bidder shall provide onsite technical support team as given below:

S.No. Forest Sites Maintenance Staff

Staff for Control room for 24X7

1 RTR 2 3 2 STR 2 4 3 MHTR 2 4 4 JLCR 2 2 5 JNP 2 2

To meet defined SLA requirement, the Bidder may deploy additional manpower at no cost to tendering authority. At least one resource among the deployed staff for control room shall have experience in System cum Network Administration. f. Also, it would be the responsibility of the bidder to retain the deployed manpower for the entire Contract/ Project duration or in the event of a resource leaving the employment with the bidder, the same shall be notified well advance in time to the user and thereafter be immediately replaced with another resource of equivalent minimum required qualifications and experience.

g. As Hindi is Official Language of the Government of Rajasthan, the partner has to appoint personnel having proficiency with Hindi language.

ANNEXURE-2-TECHNICAL SPECIFICATION: Note: All the specifications below are minimum specifications and higher specifications shall be used wherever necessary/ required. Deviation on higher side shall only be considered and no extra weightage shall be awarded for such deviations. Also, the partner is required to submit the technical compliance statement for all items and required to submit the same on respective OEM’s letter-head where MAF is required. Item: Observable Thermal with Clear vision PTZ assembly with embedded Video Encoder (P1.)

Noe: Other technical parameters for this project including CCTV SURVILLANCE, COMMAND CENTRE SOLUTION

and integration etc shall be discussed with selected partner and should be willing to accept without any deviation. The project shall be executed in the state of Rajasthan.