government of tamil nadu office of the transport ... t… · 7.7 training 20 7.8 network...
TRANSCRIPT
GOVERNMENT OF TAMIL NADU
OFFICE OF THE TRANSPORT COMMISSIONER,
CHEPAUK, CHENNAI-600 005
BID FOR THE SELECTION OF FIRM FOR
The Design, Supply, Integration, Commissioning of 3D Doppler
Radar/Laser based installation of Automatic Number Plate
Recognition (ANPR) cameras for Speed Violation Detection
Systems (SVDS) from Chengalpattu to Trichy on National
Highways on trial basis and setting up of control room in
Chennai with 3 year onsite comprehensive Warranty support and
continued AMC support for 2 years and Facility Management
Services for 1 year.
REF NO.29367/C1/2017
ISSUED BY
HOME (TRANSPORT) DEPARTMENT
GOVERNMENT OF TAMIL NADU
website:http://www.tnsta.gov.in
2
TABLE OF CONTENTS
S.No CONTENTS PAGE NO
1 INTRODUCTION 6
2 INVITATION OF BID 7
3 ELIGIBILITY CRITERIA 7-8
4 SUBMISSION OF BIDS 8-9
5 ENCLOSURES IN BID 9-10
5.1 PART – I TECHNICAL BID 9-10
5.2 PART – II PRICE BID 11
6 EXPECTED SOLUTION 11-12
7 SCOPE OF WORK 13
7.1 SITE READINESS 13
7.2 REQUIRED SOLUTION 13-15
7.3 CENTRAL CONTROL ROOM 15-18
7.4 SUPPLY AND INSTALLATION OF EQUIPMENTS 18-19
7.5 PROVISION OF HARDWARE AND SOFTWARE 19
7.6 PROVISION OF CIVIL AND ELECTRICAL 19-20
7.7 TRAINING 20
7.8 NETWORK ADMINISTRATION 20
7.9 SYSTEM SUPPORT 20
7.10 MAINTENANCE OF SOFTWARE 20
7.11 CONSUMABLES 20
8 HUMAN RESOURCES 21
9 PAYMENT 21
9.1 CAPITAL EXPENDITURE PAYMENT TERMS 21
9.2 OPERATIONAL EXPENDITURE PAYMENT TERMS 21
10 TIME SCHEDULES 22
11 EARNEST MONEY DEPOSIT 22-23
12 PROCEDURE FOR SUBMISSION OF BID 23-27
13 BID EVALUATION 27
14 PERFORMANCE BANK GUARANTEE 28
3
S.No CONTENTS PAGE NO
15 CLARIFICATION ON SUBMISSION OF BIDS 28
16 AMENDMENT OF SUBMISSION OF BIDS 28
17 SITE VISIT AND FAMILIARIZATION 28
18 FINANCIAL QUOTATION 28-29
19 CORRECTION OF ERRORS 29
20 DISQUALIFICATION 29-30
21 PERIOD OF VALIDITY OF BIDS 30
22 MANPOWER DEPLOYMENT 30
23 BIDDER PRESENTATION 30
24 GENERAL CONDITIONS FOR CONTRACT 31-34
25 ARBITRATION 34
26 HEADINGS 34
27 AGREEMENT 34
28 DATES AND EVENTS 35
29 AWARD OF CONTRACT 35-36
30 ANNEXURE I TO XIX 37-57
31 DEFINITIONS 58
32 APPENDIX I –III 59-63
32.1.1 MINIMUM TECHNICAL SPECIFICATIONS MAIN CONTROL ROOM
HARDWARE
64-74
32.1.2 TECHNICAL SPECIFICATIONS CONTROL ROOM SOFTWARE 74-81
32.1.3 MINIMUM HARDWARD FOR ONE FINE COLLECTION CENTER 82-86
4
GOVERNMENT OF TAMIL NADU
OFFICE OF THE TRANSPORT COMMISSIONER,
CHEPAUK, CHENNAI 600 005
NOTICE INVITING TENDER
Sealed bids are invited from eligible bidders for installation of Automatic Number Plate Recognition (ANPR) cameras for Speed Violation
Detection Systems (SVDS) from Chengalpattu to Trichy on National Highways on trial basis and setting up of control room. Under this proposal,
it has been proposed to install Cameras with sensor and infra red flash at 56 locations, covering a stretch of 280 KMs. This project also covers a
control room with specialized software to link up with vahan, version-4 for automatic generation of e-challan for Road Safety violations.
Bid will be conducted through Open Tender under two cover system
confirming to the Tamilnadu Transparency in Tender Act 1998 and Rules 2000.
Name of the Bidding
Department
HOME (TRANSPORT) DEPARTMENT
Chepauk, Chennai 600 005.
Name of the Work The Design, Supply, Integration,
Commissioning of 3D Doppler Radar/Laser based installation of Automatic Number
Plate Recognition (ANPR) cameras for
Speed Violation Detection Systems (SVDS) from Chengalpattu to Trichy on National
Highways on trial basis and setting up of control room in Chennai
Address for obtaining and submission of bid documents
Transport Commissioner Chepauk, Chennai 600 005.
Earnest Money Deposit Rs.10,00,000/-
Cost of bid documents Rs.15,000/- + 1800 (GST) Towards the cost of tender schedule and
12% towards GST rate
Sale of bid documents From 28.08.2019 to 26.09.2019 on all working days from 10.30 AM to 5.00 PM.
(Expect 26.09.2019 till 2.00PM)
Last date and time for
submission of bids
On or before 26.09.2019 – 3.00 PM
Opening of technical bids 26.09.2019, 4.00 PM
Pre Bid meeting date 09.09.2019
Validity of bids 90 days
5
Note:
1. If bid documents are required to be sent by Registered Post, an
additional amount of Rs.250/- is to be paid. The Transport
Department will not be responsible for any delay, or otherwise for non
receipt / non delivery of the bid documents.
2. The bid document can also be downloaded from the following websites
www.tnsta.gov.in and www.tenders.tn.gov.in free of cost. The
eligibility criteria and other terms and conditions as per the bid
documents have to be followed strictly.
The undersigned reserves the rights to reject any of all bid without
assigning any reasons thereof.
The bid document obtained from the department are not transferable.
TRANSPORT COMMISSIONER.
6
1 INTRODUCTION
Tamil Nadu Home (Transport) department mainly looks after the
growth and development of new & emerging technology in the areas of
Safe Transportation and Transparency in its efforts to achieve its stated
mission through best services to the citizens by several initiatives and
programs. By successful formulation and implementation of key policies
in this sector in the State of Tamil Nadu.
As part of its modernization initiatives the Home (Transport)
Department invites Sealed Tenders from competent and experienced
firms for the Design, Supply, Integration, Commissioning of 3D Doppler
Radar/Laser based installation of Automatic Number Plate Recognition
(ANPR) cameras for Speed Violation Detection Systems (SVDS) from
Chengalpattu to Trichy on National Highways on trial basis and setting
up of control room with 3 year onsite comprehensive Warranty support
and continued AMC support for 2 years after successful commissioning,
operate, training the department officers with facility management
service for one year and shall hand over the entire setup including
software solution to the Home (Transport) Department with no cost
basis including source key.
In pursuance of the above objective, the selected bidder is
expected to adopt a well-defined methodology to achieve the above
goal and shall update track and maintain the Hardware, software,
network data and security infrastructure at the site using the system to
resolve user issues and complaints.
If any need arises it shall be scalable by extending the
installation of such cameras in other places and integrate the same in
the existing software in the control care.
The control room will download the images captured from the
Automatic Number Plate Recognition (ANPR) camera for Speed violation
detection system (SVDS) related to Road Traffic offences such as Over
Speeding, Non wearing of seat belt by driver and front seat passenger,
Non wearing of helmet by Two Wheeler, rider and pillion rider, using of
mobile phone while driving, Unauthorized parking of vehicle on
highways, Carrying passengers in Goods vehicle lane discipline and
7
other Motor Vehicles offences. The challan will be generated in Vahan
and Sarathy software database and challan will be dispatched to the
offenders after approval by the Authority for on-line payment of
corresponding fees through e-mail, Post or SMS
This will be helpful for both Transport and Police officers in this
State. The control centre will be in Transport Commissioner Office
Chennai and facilities will be provided to connect the Police Control
Room for sharing the data.
2 INVITATION OF BID
The Transport Commissioner will be Tender Inviting Authority for
Sealed Tenders from interested and competent firms for the Design,
Supply, Integration, Commissioning of 3D Doppler Radar/Laser based
installation of Automatic Number Plate Recognition (ANPR) cameras for
Speed Violation Detection Systems (SVDS) from Chengalpattu to Trichy
on National Highways on trial basis and setting up of control room with
3 year onsite comprehensive Warranty support and continued AMC
support for 2 years after successful commissioning, operate, training the
department officers with facility management service for one year
This document is a ‘Request for Proposals’ from competent and
efficient firms. Parties fulfilling the criteria mentioned in the Public Tender
Notice only need apply. The bid is to be submitted in two separate parts
i.e. Pre-Qualification Bid and Technical Bid in one cover and Price Bid in a
separate cover.
3 ELIGIBILITY CRITERIA
Home (Transport) Department, Tamil Nadu wishes to ensure
that the project is implemented and managed by firms of the highest
competence, integrity and financial standing. It is therefore essential to
establish that the applicant desirous of becoming the Service Provider to
Tamil Nadu Home (Transport) Department has sufficient expertise and
ability to take on the task. The following pre-qualification criteria should be
met by the applicant in order to qualify for submitting the bids. Such bids
which meet this eligibility only will be opened for technical evaluation.
8
Sr No Pre- Criteria Supporting Documents Part of
1. Bidder shall be a Company registered
in India under company act 1956 for
more than 3 years as on 2019.
Copy of the Certificate of
incorporation /Registration issued by
the relevant statutory authority
should be submitted.
Technical
bid
2 Bidder should have valid GST, PAN
registration certificate.
Copy of Registration Certificate. Technical
Bid
3 Bidder should have experience in
implementing minimum 2 traffic
enforcement projects
Order copy / Satisfactory Certificate /
Successful Test report by any
Government
Agency.
Technical
Bid
4 The bidder should have service
/support center / office in Chennai or
give an undertaking that they will setup
service center for the purpose within
one week after getting PO.
Document showing the same Technical
Bid
4 SUBMISSION OF BIDS
The submission of BIDs for the item(s) in accordance with the
documents/attachments as per the following guidelines. The vendor
selection will be on the basis of a competitive bidding.
The Bid should be submitted in two covers system for this tender.
Part 1- Technical Bid along with pre qualification bid, in one cover
Part 2- Price bid in one cover
COPY OF THE TECHNICAL BID OF THE TENDER AND THE PRICE
BID SHOULD BE PLACED IN A SEPARATE SEALED COVER SUPER
SCRIBING THE WORDS “BID for the Design, Supply, Integration,
Commissioning of 3D Doppler Radar/Laser based installation of
Automatic Number Plate Recognition (ANPR) cameras for
Speed Violation Detection Systems (SVDS) from Chengalpattu
to Trichy on National Highways on trial basis and setting up of
control room in Chennai with 3 year onsite comprehensive
Warranty support and continued AMC support for 2 years and
Facility Management Services for 1 year.
BOTH THE BID COVERS SHOULD BE ADDRESSED TO
THE TRANSPORT COMMISSIONER,
9
EZHILAGAM, CHEPAUK, CHENNAI – 600 005.
The submission of bids is just an invitation by the Home (Transport)
Department for response and does not imply an offer; thereby there will be
no contractual obligation until authorized signatories of both Home
(Transport) Department and the selected bidder execute a formal contract.
The Bidder may partner with another ONE firm/organization subject to the
following conditions:
a) The Bidder and consortium partner should be able to satisfy the
technical criteria.
b) The Bidder needs to furnish complete details of the Partners in the
prescribed format while submitting the contract and enclose along with the
tender a copy of the agreement between the Bidder and the consortium
partner.
c) No Bid may be withdrawn in the interval between the deadline for
submission of Bids and the expiry of the period of Bid validity specified by
the Bidder on the Bid Form.
5 ENCLOSURES IN BID
The two PARTS submitted by the bidder should contain the
following documents:
5.1 PART – I TECHNICAL BID Shall contain the following
documents
FEES shall contain the transaction details of Tender fees and EMD.
a. Tender Fees: The Tender documents may be directly purchased from
the Transport Commissioner Office, Chennai-5 and payment of fees as
mentioned in the Tender Schedule / notice. The Tender document
cost may be paid by way of demand draft in favor of the Transport
Commissioner, Chennai-5, payable at Chennai.
b. Alternatively the Tender documents can be downloaded from the
websites mentioned in the Tender Schedule free of cost.
c. Earnest Money Deposit (EMD): Rs.10,00,000 should be paid
(through DD)
Firms or individual seeking exemption from payment of EMD have to
produce valid exemption certificates approved by the Government of
10
Tamil Nadu. However, the decision of the tender accepting authority is
a final one.
(Scanned document to be enclosed) PRE QUALIFICATION
a) Annexure I – VI
b) Certificate of Incorporation and Copy of Memorandum and Articles of
Association.
c) This tender document signed by the bidder (Authorized signatory) on
each page with date and company seal.
d) Audited P &L Account and Balance Sheet for the last 3 years.
e) Certificate from CA.
f) Document showing Up to date Income Tax.
g) Copy of GST/PAN Registration Certificate.
h) The original and the copies of the bid shall be signed by the Bidder or
a person or persons duly authorized to bind the Bidder to the
Contract. Written power-of-attorney accompanying the bid shall
indicate the letter of authorization. The Bid shall contain no
interlineations, erasures or overwriting except as necessary to correct
errors made by the Bidder, in which case, such corrections shall be
initialed by the person or persons signing the Bid in original.
WHILE SUBMITTING THE SIGNED TENDER DOCUMENT, BIDDERS
SHOULD MAINTAIN CAUTION NOT TO FILL UP THE PRICE BID
FORMAT IN THE TENDER DOCUMENT. IT SHOULD BE ENCLOSED IN
THE ENVELOPE FOR FINANCIAL BID.
TECHNICAL BID
a. Annexure VII to XII
b. Appendices A to F
c. If the bidder has additional information to submit that cannot be
encompassed by the current table of contents, additional sections may
be added at the end.
d. Makes and brands should be specified wherever applicable in the
Technical Bid in the format of the appendices attached with the
RFP.(Request for Proposal)
e. Details of employees of the firm including position
f. Contact details of the visiting engineer/technical person to be
employed for the project.
g. Layout of the Control Room.
h. Copy of ISO
11
i. List of consumables for the period of one year with specification and
details.
PART II - PRICE BID
The PART – II shall contain the following document:
a. The Price Bid should be filled and submitted in the format specified in
the Annexure-XV-XVI.
b. The rates quoted should be inclusive of all taxes, all duties etc.
Tenders not complying with this condition will be rejected.
c. The rates quoted should be in Indian Rupees only.( in figures and
words)
d. The successful bidder shall be selected based on the technical and
financial evaluation.
e. Cost of consumables with unit price as mentioned in 6.3 (i)
NON SUBMISSION OF ANY OF THE DOCUMENTS IN THE SPECIFIED FORMAT
WILL ENTAIL REJECTION OF THE TENDER. ALL DOCUMENTS ARE TO BE
SIGNED AND FIXED WITH COMPANY SEAL AND SUBMITTED BY THE BIDDER.
THE NAME OF THE DOCUMENT SHALL BE WRITTEN IN RED INK ON THE TOP OF
THE DOCUMENT.
6.EXPECTED SOLUTION
Undisciplined Speeding, Unauthorized Parking, Non wearing of
helmets, non wearing of seat belts, overloading of goods, overloading of
passengers, non renewal of F.C., nonpayment of tax and other offences on
Highways across the state have resulted in major unwanted accidents
causing serious injuries and loss of life which is a major concern for state
authorities has prompted to look for a disciplined motoring awareness
among the citizens, for which Speed Monitoring and Enforcement is a must
by Speed Violation Detection System to monitor and control the above
irregularities.
This is made possible by the initiative taken by Tamil Nadu Home
(Transport) Department by connecting around 200 sites at present and the
system architectures should be scalable above 1000 sites in future. As part
of this project, the project sub systems are as below,
a. 3D radar/laser based SPOT & Average speed violation enforcement
systems is proposed along with all vehicle Capture & ANPR capability
for crime analysis & detection.
12
b. Connectivity to all sites will be via 4G/OFC/ADSL.
c. A state of the art command & control centre for Home (Transport )
department to centralize its activities of traffic monitoring and law
enforcement. The proposed centre should be capable of connecting a
minimum of 500 Nos of automated enforcement systems at present
and should be scalable for connecting more systems in future. Central
Control center should have the required hardware: servers, storage
etc. for challan processing, payment management operation etc.
including online payment. The Central control centre shall be linked to
Police control room for sharing data.
d. Backend Software at control room includes challan processing, All
vehicle ANPR, Vehicle analysis, Integration and fetching of data from
(Vahan and Sarathy), Tamil Nadu Transport Department & Police
enforcement database integration, printing, dispatch, Payment
management software. System should support payment of fines by
online transfer, debit / credit cards, bank transfer and also through
cash payment collection centers.
e. Control room with sufficient man power to monitor processing, printing
and dispatching challan
f. Any single point failure should not stop the operation of the control
room. Sufficient redundancy should be incorporate.
i. Full Power redundancy
ii. Full Hardware redundancy
iii. Full Software redundancy
iv. Full connectivity redundancy
This automated speed enforcement systems which will be totally free
from human interference which is an important element in speed control on
Highways and an effective counter measure to reduce crashes and
accidents.
13
7 SCOPE OF WORK
7.1 SITE READINESS
At present only manual capture of over speeding and other violations
are being implemented by the Tamil Nadu Home (Transport) Department
from time to time wherever necessary. By this unmanned automated
solutions which will work both during day and night conditions without
manual intervention will definitely reduce the Road Accidents and improve
the road manners of drivers.
7.2 REQUIRED SOLUTION
The system should detect and record evidence of over speeding, Non
wearing of helmet by rider and pillion rider, Non wearing of seat belt for
front seat driver and passenger, carrying passengers in Goods vehicle,
unauthorized parking on Road side other motor vehicle offences such as non
renewal of FC and nonpayment of tax and other offences to be incorporated
when indicated by this Department from time to time.
Unmanned detection should be provided day and night by using infra red
sensors.
It should consist of a number of ANPR grade cameras installed on the road,
on suitable gantry/Cantilever (Capture Point Units) connected to the Central
control room. It should be possible for a number of such Capture Point Units
to be connected to the same Central control room in the state.
Vehicle speed should be detected by physical Sensor 3D Doppler vehicle
tracking radar. The sensors should detect any violating vehicles and give
capture command to the camera for capturing images of the number plate
of the violating vehicle. Single radar should be able to capture speed of
vehicles on up to 4 lanes.
Provision should be made to display the Speed Limit through LED light
boards indicating the speed of the oncoming vehicles and also the allowable
speed limit at that area.
Warning boards to indicate the drivers that camera system is installed at
NH to be erected
One common camera per road should be used to take wide angled shots of
all the lanes. Two wide angle video shots spaced in time should be taken to
prove that the vehicle was moving on the road, for each violation.
All Lane cameras should also be connected to respective high power Infrared
flash, for night time capture. The system should also be able to capture
clearly both Retro type and Non-retro type number plates. The field system
14
should consist of 3D Doppler Radars/Laser, electronics for speed calculation/
sensor interface, camera control, control room communication system, local
storage of violations, Power back up system, surge protection system, Anti
tamper system, Power system and OBO earthing system etc. Local storage
minimum 256 GB (SSD) should be provided per road, for buffering violation
data. The system should have Remote Health Monitoring features, i.e.,
Monitoring of Temperature, Battery status, Power supply status, camera
status, etc. Protection against lightning, under / over voltage conditions, etc.
should also be provided.
MINIMUM FEATURES FOR ANPR CAMERA SYSTEM
1. Global shutter technology
ANPR cameras deployed should use Global shutter technology. Fast
electronic shutter (low exposure time) should be used to capture even
vehicles moving at speeds >240 KMPH without any image blur.
2. Day and Night Condition
ANPR cameras should work for Day & Night conditions without
depending on any ambient light. Synchronized high power IR flash for
night capture is essential due to fast shutter operation of camera.
3. Normal and Retro-reflective number plate capture
ANPR camera should be able to capture both “Retro reflective” and
“Non-reflective” type of number plates found commonly in India
4. High number plate recognition accuracy
Automatic number plate recognition accuracy should be maintained
both during day and night by using infra red sensors.
5. High quality vehicle image capture
Apart from the number plate capture, high quality vehicle images
should also be captured for the purpose of identifying the vehicle for
post crime analysis purposes.
Front side and Rear side capture
System should be able to capture the front side and rear side of vehicle with
number plate for day and night conditions.
A system should be able to capture the driver’s face so as to have a control
over the erring driver and it will be easy to recognize stolen vehicles in case
of emergency.
15
Method of speed measurement
Both spot speed at point of installation and average speed between two
adjacent spot speed points should be measured, with NTP/GPS synchronized
clocks. This will ensure that vehicles slowing down at check points and again
speeding away are also captured.
All vehicle ANPR capture system
The over speed enforcement systems and the Motor Vehicle offence such
should also be capable of capturing number plate and images of all vehicles
passing through the installed location. All vehicle images and numbers
should be transmitted to control room and kept in data base for real time
alerts or for post search for crime analysis purposes. Vehicle images should
be also captured under all conditions of day and night.
It should be possible to generate Real time alerts for hot listed noted crime
involved vehicles at the control room. Also, the data should be kept in the
control room for minimum 1 month for doing post analysis, when a crime
has occurred.
Such systems are useful for
Crime Investigation, Hit and Run Detection, Vehicle Theft Detection, Anti-
terrorism, Anti-smuggling, Hot listed Vehicles Detection.
7.3 CENTRAL CONTROL ROOM
General Requirements
A state of art command & control room for Home (Transport) department to centralize its activities of traffic monitoring and law
enforcement. As part of this project, Home (Transport) department would like to connect around 500 sites at present to the proposed command and
control centre, in a safe and secured way. The system architecture should be scalable for future expansion (above 1000 systems).
The design of the central command control room should be capable to
accommodate the connectivity and expansion requirements of Home
(Transport) department. As part of this proposal, the design should include one server cluster pair, 32 TB video storage, suitable back up and ANPR
engine, for every 100 sites. Also the design should take care for providing a central firewall to ensure the security and availability aspects. The data
connectivity requirement from field sites to central location will be around 50 Mbps per 100 sites.
Other than video storage (3-month cyclic buffer), the design should
provide storage for 3-year violation data and payment management software. Required Violation processing software Server should have access
16
to all 3 storages as per the deployment architecture diagram shown. ANPR-GIS application software should run on another work station, which will also
have access to database. Data from this system should be linked to a
payment management server.
Interior work for control room(2000sq.ft.) should include total fabrication from available build free space, AC, spare AC, Furniture,
Electrical Wiring, UPS wiring , UPS Networking, interior design, interior work, flooring, false ceiling, lighting and CCTV, access control, fire alarm panels,
Generator etc.
Proposed solution should cover minimum 5 years total support,
covering all aspects including hardware, system admin, support manpower
etc. Required support for configuration of system, software installation etc.
should be provided by the successful bidder. He/they should also provide
full design documents, power wiring drawings, networking diagram, UPS
cabling, etc as part of the project and maintain the whole system for three
years and shall hand over the entire setup including software solution to the
Home (Transport) Department with no cost basis including source key.
Client PCs with Networked Laser printers for Violation memo
processing / printing should also be provided. The control room should use
clustered server pairs for failure over condition. NAS/Tape backup storage
should be provided as backup storage of violation data. Redundant UPS
should be provided for all systems.
To minimize the risk of damage caused by Fire, an environment
Friendly Clean Agent Based Fire Suppression System has been proposed for
the Server Area, Workstation area, UPS Room, Battery Room. Early
detection of smoke would be the key factor in preventing the fire from
developing.
Main Control room components.
Control room is to be secured with bio metric system for entering into
the control room and should be monitored by CCTV.
The central control room hardware requirements are as follows
• Clustered Server for Violation memo processing.
• Clustered Server for payment Management software.
• Storage for servers
• ANPR Processing system and ANPR licenses at control room.
• Backup Storage.
• Client PC’s.
• Heavy duty Printers.
17
• Enterprise grade Network Switches,
• Firewall.
• Redundant UPS for entire CR operation.
• Control room Rack and other accessories,
• Electrification and structured networking with CAT 6.
• Fire alarm and management systems
• Automated generator system
• Entire interior work, etc.
• Air Conditioning
• Suitable Control Room Furniture
Violation memo processing software
Once a traffic violation has occurred, the violation images and data
should be sent to control room from the field hardware on the road.
The Violation memo / processing software should be capable of preparing the charge memo / and printing the same for dispatching to the
vehicle owner.
The Processing of offence Challan could be handled by 1. Operator 2. Approving officer and 3. Dispatch section.
The process flow could be as given below.
The CR Server should periodically download offence data from the field units as programmed / scheduled. Vehicle numbers from the number plates
are extracted automatically by ANPR software. The Operator views them and does any correction if required.
Corresponding to vehicle registration number, vehicle owner data base
is required for offence processing, which could be obtained from Vahan
version-4 database with suitable software interface.
Challans which are ready for approval are moved to the server under proper database category. Those that cannot be processed, can be moved
to a rejected database with reasons for the same.
The Officer authorized to approve the challans (using User Name / Password specific to the officer,) views the challans, approves them, and
marks them for dispatch and fine collection. The data goes to ‘approved’ category database. (These challans cannot be further modified by any other
Operator / person). The Officer can also reject any if required.
The Operator prints and issues the authorized Challans and takes hard copies as required. He also issues same to offender by e mail or post or
18
SMS. All issued Challans are then moved to server database under Category ‘Issued’.
Once challans are issued, the same data is moved to Payment management software / server for payment collection processing.
Offence Details from the violation processing system
Unique ID of offence , Date and time, Number plate image, ( day /
night with flash) , Registration number, address of owner, Court evidence images, Location Name and lane number, Motor Vehicle Act and Rules, Fine
to be paid, last date etc. any other details of violation, etc.
Other required features of processing software suite
Management of multiple Automatic Violation Capture Units, their Configuration etc. should also be managed by the application software. It
should be possible to configure the lane, camera, capture and time settings, etc. also through the application software.
Payment management system should be a web based system that
automates the process of fine collection by the Authorized Department, for offences committed by vehicle owners. Its server computer should be
located at the central control room in Chennai and the data should be sent to Police Department.
Two modes of fine payments are possible,
Fine can also be collected by electronic payment using debit / credit card or bank transfer or other transfer method authorized by the State
Government or Government of India. Make on line payment (or) at designated banks or the e-seva centres.
Online Payment
There should be a provision for online payment through internet from
anywhere using 1. Debit card / credit card payment through a Payment gate way
2. Bank to bank electronic transfer.
3. Designated banks for challan payment 4. Payment at e seva centres.
7.4 SUPPLY AND INSTALLATION OF EQUIPMENTS
The supply and installation of equipments should be made activated
within a time frame of 6 months from the date of issue of order.
19
The successful bidder will have to supply the equipment’s listed in
Appendix and any peripheral equipment’s required for the Design, Supply,
Integration, Commissioning of 3D Doppler Radar/Laser based installation of
Automatic Number Plate Recognition (ANPR) cameras for Speed Violation
Detection Systems (SVDS) from Chengalpattu to Trichy on National
Highways and setting up of control room in Chennai with 3 year onsite
comprehensive Warranty support and continued AMC support for 2 years
and Facility Management Services for 1 year
Quote should include comprehensive warranty for the period of 3
years and 4th to 5th years comprehensive AMC from the date of successful
installation of system.
Bidder shall provide qualified and certified human resources to
manage the control room, field, server room, etc., At control room for
smooth operation of the system, sufficient redundant resources shall be
planned.
7.5 PROVISION OF HARDWARE AND SOFTWARE
The selected firm will be required to procure the equipment’s listed in
Appendix-I, necessary hardware and system software at its own cost as per
the requirements. Hardware shall include 3D Doppler Radar/Laser, Field Unit
hardware, Camera, computer infrastructure, networking equipment,
communication devices, printers, UPS systems etc.
During the period of the contract, in case of technical changes ensuing
from changes in relevant laws and statutes in the fixation of speeds allowed
and components including the hardware and software, the selected firm will
have to provide the necessary up-gradation/changes in the software at its
cost to make the system compliant with revised legal and technical
requirements and any changes in mechanical systems, hardware shall be
charged as per the rates submitted as part of tender.
The selected bidder shall supply original Software with license
document and media. The selected firm shall install the required application
and other software. Software shall mean all necessary software with
licenses. On completion of the term of the contract all rights of the software
and licenses therein shall vest with the Home (Transport) Department, Tamil
Nadu. The absolute right shall be vested in Home (Transport) Department.
7.6 PROVISION OF CIVIL AND ELECTRICAL REQUIREMENT
The proposed solution should ensure if any civil changes required to
install the proposed field systems at the installation of poles, cameras, IR’s,
20
Radars etc., shall be handled by the bidder at no extra cost other than
quoted in the tender.
Bidder shall provide the details of the electrical and network details
required at each site as part of the technical bid. Bid submitted without this
information is liable to be disqualified.
Solar based power generators at the control room.
7.7 TRAINING
Successful bidder shall provide training at his/their expense to the
recommended staff from Home (Transport) Department at suggested
location, required to work on the equipment’s and software. This training
must encompass all aspects of the operation. The training shall be provided
for 50 persons for 1 week on rotation basis as per the instructions received
from the Home (Transport) Department, from time to time.
7.8 NETWORK ADMINISTRATION
Network Administration will include all of the following
• Network Analysis and performance tuning.
• Continuous monitoring and management of the network during working
hours.
• Attending to network failures and snags and making the network
available by 24/7 round the clock.
7.9 SYSTEM SUPPORT
System Support activities, required of the selected firm, comprises of
• Taking regular system backups and data backups as per the prescribed
procedure.
• Regular testing of back up data.
• Daily maintenance of equipment’s, hardware, system software,
application software.
• Guarding the systems against virus infections using latest anti-virus
toolkits.
7.10 MAINTENANCE OF SOFTWARE
The selected firm will be also required to maintain and upgrade the
system software as per the department requirements with three years
onsite comprehensive warranty and AMC support for two years
7.11 CONSUMABLES
The Bidder shall provide all the required consumables, the cost to be
included in the total cost of the bid for three years.
21
8. HUMAN RESOURCES
The selected firm shall provide the required manpower with technically
certified resources to support the following activities at the control room.
a) Database management b) Server management
c) Network monitoring and management d) Violation Challan Printing and dispatch
e) Ensuring smooth functioning of the overall solution f) Cost of man power for three years to be included in the bid price.
9. PAYMENT MECHANISM
Payment will be made after receiving the following documents
1. Performance Bank guarantee/ Indemnity bond (in the case of Government firms) in the prescribed format
2. Contract agreement on Rs. 200 stamp paper 3. Material inspection report from the concerned RTO/Zonal officers of
the respective location 4. Installation report counter signed by the officer in charge
5. Successful trial run report counter signed by the officer in charge
9.1 Capital Expenditure Payment terms
1. 20% against supply of materials
2. 40% :after Installation
3. 35% :After installation & commissioning.
4. Remaining 5% payment will be paid on satisfactory completion of
warranty period or against Indemnity bond for the period of
three years.
5. Home (Transport) Department shall deduct all statutory taxes
applicable, as per the contemporary rules covering the same,
before making any payment to the successful bidder.
9.2 Operational Expenditure Payment terms
1. Quarterly payment in advance after 1 year operations( (First year
opex included in bid)
2. Challan processing service charges will be against actual quantities
only.
22
10. TIME SCHEDULES
The period 3 years onsite comprehensive warranty support and
continued AMC support for 2 years from the date of acceptance of the
Enforcement Command Control Room after successful trial run.
Project implementation period
Activity End date Description
Place order for
equipment’s
T1 Along with required
permissions from
department
Site Preparation T1 + 1 months
Installation and Trial
Run
T1 + 5 months
Training T1 + 6months
If the contractor fails to complete the project within the said stipulated
time, and if the authority feels the reason stated by the contractor is not
acceptable the authority has the right to deduct 3% of the total project cost
for the extended period of every month till the completion of the project.
The said amount so calculated will be detected before settling the final bill
amount.
11. EARNEST MONEY DEPOSIT (EMD)
The Bidder shall furnish as part of its Bid, Earnest Money Deposit of
Rs.10,00,000/-.
The Earnest Money Deposit (EMD) is required to protect the
department against the risk of Bidder’s conduct which would warrant
forfeiture of the Earnest Money Deposit.
The Earnest Money Deposit shall be denominated in Indian Rupees
and shall be in the form of crossed demand drafts issued by any
Nationalized Bank in favor of the ‘ Transport Commissioner, Chennai 600
005’ payable at Chennai.
Any Bid submitted without the EMD will be rejected by the Department
as non responsive.
Unsuccessful Bidder’s Earnest Money Deposit will be
discharged/returned as promptly as possible but not later than 30 days
after the declaration of award of the contract.
23
The successful Bidder’s Earnest Money Deposit will be discharged upon
the Bidder executing the agreement and furnishing the performance
guarantee.
No interest will be payable by the Department on the amount of
Earnest Money Deposit.
The Earnest Money Deposit may be forfeited
a) If a bidder withdraws his Bid during the period of Bid validity
specified by the Bidder in the Bid documents.
b) In the case of the successful Bidder, if the bidder fails
i. To sign the Contract
OR
ii. To furnish performance security
OR
iii. If the Bidder indulges in corrupt or fraudulent practices to
secure the award of contract in his/their favor.
12. Procedure for submission of bids
I. It is proposed to adopt two covers system for the tender.
a. Technical bid includes pre-qualification bid
b. Price bid
The cover of the technical bid should superscribing the words
The Design, Supply, Integration, Commissioning of 3D Doppler
Radar/Laser based installation of Automatic Number Plate
Recognition (ANPR) cameras for Speed Violation Detection
Systems (SVDS) from Chengalpattu to Trichy on National
Highways and setting up of control room in Chennai
The cover of the Price bid should superscribing the words
The Design, Supply, Integration, Commissioning of 3D Doppler
Radar/Laser based installation of Automatic Number Plate
Recognition (ANPR) cameras for Speed Violation Detection
Systems (SVDS) from Chengalpattu to Trichy on National
Highways and setting up of control room in Chennai
These two covers should be placed in an envelop superscribing the words
24
The Design, Supply, Integration, Commissioning of 3D Doppler
Radar/Laser based installation of Automatic Number Plate
Recognition (ANPR) cameras for Speed Violation Detection
Systems (SVDS) from Chengalpattu to Trichy on National
Highways and setting up of control room in Chennai
All these covers should be sealed and secured
II. Telex, Cable or facsimile bids will be rejected, if the outer cover of the
bid is sealed or marked in, the Department will assume no
responsibility for the bids misplacement or pre mature opening.
III. Last date for receipt of bids. All bids must be received by the
department at the address specified not later than the date and time
specified in notice inviting tender in the event of that specified date for
receipt of bids declare the holiday, the bids will be received upto the
appointed time on the next working day.
The department may at its discretion extend the last days for a receipt
of bid amending the tender document, in which case all rights and
obligations of the client and bidders previously subject to the last date
will thereafter be subject to the last date extended.
IV. Late bids
Any bids received by the department after the specified date and time
for closing will be rejected and returned unopened to the bidder.
V. Modification and withdrawals of bids
The bidder may modify or withdraw his bid after submission of bid
provided that written notice of the modification or withdrawal is
received by the department prior to the last date and time prescribed
in the notice inviting tender for the receipt of bids.
The Modification of withdrawal notice from bidder shall be prepared
sealed marked and dispatched in accordance with the provision,
prescribed. A withdrawal notice may also be sent by fax or cable but
should be followed by a signed confirmation copy, post marked not
later than the last date and time for receipt of bids.
No bid may be modified subsequent to the last date and time for
receipt of bids.
No bid may be withdrawn in the interval between the last date for
receipt of bids and the expiry of the bid validity period specified by the
bidder in the bid. Withdrawal of a bid during this interval may result
in forfeiture of the bidder’s bid security deposit.
VI. Address for correspondence
The bidder shall designate their official mailing address and
place to which all correspondence shall be sent by the department.
25
VII. Bid opening and evaluation
The Department will open the technical bid of the bidder in the
presence of their authorized representatives who choose to attend at
the time prescribed in the Notice Inviting Tender at the following
location.
Office of the Transport Commissioner, Ezhilagam, Chepauk,
Chennai-5
The bidder’s representatives who are present shall sign a
register evidencing their attendance. In the event of the specified
date of the bid opening being declared a holiday for the department,
the bids will be opened at the appointed time and location on the next
working day.
In the absence of the bidder;s names, modification, Bid
withdrawals and the presence or absence of the requisite Bid Security
and such other documents, the Department, at its discretion, may
consider appropriate steps which will be announced at the opening of
Technical Bid.
The “Price Bid”(Cover B) will be opened after evaluation of
‘”Technical Bid”(Cover A), in the presence of the representative of
the technically qualified Bidder, authorized in writing.
VIII. Preliminary Examination
The Tender Inviting Authority will cause an initial examination of
the tenders submitted, to determine their substantial responsiveness.
The initial examination will cover the following among other factors,
namely:-
a. Whether the Bidder meets the eligibility criteria as laid down in
para 13 in the tender documents
b. Whether all the crucial documents have been duly signed
c. Whether the requisite earnest money deposit has been furnished
as prescribed in Para 11.
d. Whether the tender is sufficiently responsive to the Technical
Specifications, Price Conditions set out in the Bid documents,
including the testing of samples where required.
e. Tenders which on initial examination are found not to be
adequately responsive under any of the clauses, will be rejected by
the Tender Accepting Authority
IX. Evaluation and Comparison of Bids
The Department shall constitute a Technical Evaluation Committee
and a Price Evaluation committee, especially for this Tender.
26
The Technical Committee will evaluate the Technical Bids,
previously determined to be substantially responsive, to find out the
eligibility, technical suitability and competence of a Bidder to perform
the contract.
The important parameters for Technical evaluation and Price
evaluation of the Bidders include
a. The Bidder meets all the eligibility criteria laid down in the
conditions of Tender Document
b. The EMD is submitted along with the tender
c. All Proforma and Annexures attached to the Tender document are
duly complied with/fitted in
d. Financial capability certificate signed by a registered Chartered
Accountant or a Nationalized Bank, to ascertain compliance with
the eligibility criteria.
e. The technical evaluation committee may inspect the technical
capability of bidder and monitor units, if requires.
After Technical Bids are opened and evaluated, a chart of short
listed Bidders will be prepared by the evaluation committee constituted
for the purpose. The decision of the committee shall be final and
binding on the bidders.
X. Clarification
The Tender Inviting Authority or the Tender Accepting Authority
may seek bonafide clarifications from Bidders relating to the Bid submitted by them, during the evaluation of tenders. The Department,
may, if it desires, ask the Bidders to give presentations for the purpose,
as also for the preparation of documents and other meetings, the cost of which shall be borne by the Bidders.
XI Contacting the Department
No Bidder shall contact the Department on any matter relating to its
Bid, from the time of the Bid opening to the time of award of the Contract. Any effort by a Bidder to influence the Department’s Bid
evaluation, Bid comparison or Contract award decisions may result in the rejection of the Bid and forfeiture of EMD amount.
XII Determination of the lowest evaluated price
In determining the lowest evaluated price, the following factors shall
be considered, namely a. The quoted price shall be corrected for arithmetical errors
b. In cases of discrepancy between the prices quoted in words and in figures, lower of the two shall be considered
c. The evaluation shall include all central duties such as customs duty, central excise duty, sales tax and/or service tax, as a part of the
prices
27
d. In a tender where all the Bidders are from within the State of Tamilnadu or where all the bidders are from outside the State of
Tamilnadu, the sales tax shall be included for evaluation of the price
XIII Firm Prices
Prices quoted must be firm and final and shall remain constant
throughout the period of contract.
13. BID EVALUATION
a. Technical Bid evaluation
The evaluation shall consist of checking if all the documents called for
by the Department have been uploaded in the specified cover itself and
checking its authenticity. Bidders who have not submitted the relevant
documents as specified shall be rejected. Documents to be submitted with
the Technical Bid have been given separately in para 5.1.
The evaluation would involve assessment of the financial status of the
bidder and the technical evaluation of the equipment as per the
specifications called for by the Department and verifying the documents
called for and uploaded by the bidder. Bidders who have not submitted
the relevant documents and have not qualified as the technical
requirement shall be rejected. The documents to be enclosed for the
technical bid have been given separately in para 5.1. The bidder may have
to demonstrate the technical solution before technical committee and/or
show the videos from their existing sites where the requested solution is
implemented.
Minimum eligibility criteria (Bidder should qualify all the below 4
points)
S.No Criteria Eligibility Pass/Fail
1. The bidder must have a minimum average Annual turnover
Crores over the preceding 3 years.
More than 36
crores
2 The vendor should have ISO 9001 -2015
3 Experience in implementing sensor (loop / radar / Lidar) based Fully Automatic speed Enforcement System (SVDS) within last 7 years in India
More than
150 systems
4 Experience in implementation of state wide loop/radar/lidar
speed Enforcement Control Room with Facility Management
Service including challan processing and online payment
management service with minimum of 100 system in India
More than
5 years
THE DECISION OF THE HOME (TRANSPORT) DEPARTMENT WITH REGARD TO THE BID
EVALUATION SHALL BE FINAL AND BINDING ON ALL BIDDERS, AND SHALL NOT BE
QUESTIONED BEFORE ANY FORUM OR COURT OF LAW.
28
14. PERFORMANCE BANK GUARANTEE
The bidder shall furnish performance bank guarantee to the Home
(Transport) Department for an amount of 10% of contract value in the form
of indemnity bond. In the case of a Government body in the prescribed
format from any Nationalized Bank within 30 days of receipt of the Work
Order. The Performance Bank Guarantee will be for a minimum period of 3
years. The Bank Guarantee should be as per ANNEXURE –XIX. The Bank
Guarantee should also include the amount paid as EMD to the Department
during the submission of the tender. In that case, the EMD amount shall be
returned to the successful bidder on receipt of the performance Bank
Guarantee.
15. Clarification on SUBMISSION OF BIDS
Home (Transport) Department will respond by website
http://www.tnsta.gov.in to any request for clarification of the Submission
of Bids. Home (Transport) Department will not provide any responses for
request for clarifications received after the last date specified above.
16. AMENDMENT OF SUBMISSION OF BIDS
At any time prior to the deadline for submission of bids, Home
(Transport) Department, for any reason, may modify the Submission of
Bids by amendment notified in the tender notice published in the website
http://www.tnsta.gov.in. Home (Transport) Department at its discretion
may extend the deadline for the submission of bids.
17. SITE VISIT AND FAMILIARIZATION
The Bidder may visit and examine the proposed site at any time
agreed upon with the Home(Transport) Department and obtain for himself
on his own responsibility all information that may be necessary for preparing
the Bid document.
18. FINANCIAL QUOTATION
The Bidder should quote a fixed amount for the duration of 5 years of
the project including 1 year opex amount. The Bidder shall provide an unit
wise and part-wise break-up of the costs as mentioned in the format. The
bidder should quote the entire bill of materials. No part tender is permitted.
Home (Transport) Department, Tamil Nadu reserves the right to
procure the components/services listed in this Submission of Bids in whole
or in part. No adjustment of the contract price shall be made on account of
29
variation of costs of labour and materials or any other cost component
affecting the total cost in fulfilling the obligations under the contract.
The quote would be inclusive of all taxes, duties, charges and levies
as applicable. The amount, once quoted, must remain firm and must not be
subject to escalation for any reason what so ever within the period of
contract. A bid submitted with an adjustable price quotation or conditional
proposal is liable to be rejected as non responsive.
19. CORRECTION OF ERRORS
Bidders are advised to exercise greatest care in entering the pricing
figure. No excuse that mistakes have been made or requests for prices to be
corrected will be entertained after the bids are opened. All corrections, if
any, should be initiated by the persons signing the bid form before
submission, failing which the figures for such items may not be considered.
In case of any over writings / corrections / ambiguity in rates quoted in
figures, the rates quoted in words holds good and is valid and will be
considered.
20. DISQUALIFICATION
The bid is liable to be disqualified in the following cases.
The Bid is not submitted in accordance with the provisions specified in this document.
If the bidder provides options for the equipment’s, hardware
components or any other infrastructure in the proposals.
During validity of the bid, or its extended period, if any, the Bidder
increases his quoted prices.
The Bidder qualifies the bid with his own conditions. Bid is received in
incomplete form.
Bid is received after due date and time
Bid is not accompanied by all requisite documents.
Information submitted in Technical Bid is found to be misrepresented,
incorrect or false, accidentally, unwittingly or otherwise, at any time during
processing of the contract (no matter at what stage) or during the tenure of
the contract including the extension period if any.
30
In case any one party submits multiple bids or if common interests are
found in two or more Bidders, such Bidders are likely to be disqualified.
Bidder fails to deposit the Performance Bank Guarantee or fails to enter
into a contract within 15 working days of the date of notice of award or
before signing the contract, whichever is earlier, or within such extended
period, as may be specified by Home Transport Department, Tamil Nadu.
Similarly in case of equipment’s being offered have deviations from the
specification laid down in this Submission of Bids , the Bidder shall describe
in what respect and to what extent the equipment, Hardware and System
Software and the networking solution being offered differ / deviate from the
specifications, even though the deviations may not be very material. Bidder
must state categorically whether or not his offer conforms to specifications
and indicate deviations, if any.
The bidder if not substantially responsive or banned by any
entity or speculative in tender submission
21. PERIOD OF VALIDITY OF BID
The bids shall be valid for a period of 90 days, from the last date of
submission of the bid for any unforeseen delay in evaluation and award of
contract to the successful Bidder, A Bid valid for a shorter period may be
rejected as non-responsive. On completion of the validity period, unless the
bidder withdraws his bid in writing, it will be deemed to be valid till such
time that the Bidder formally (in writing) withdraws his bid.
In exceptional circumstances, at its discretion, Home (Transport)
Department, Tamil Nadu may solicit the Bidder’s consent to an extension of
the period of validity. The request and the responses if any shall be made in
writing (or by fax or email).
22. MANPOWER DEPLOYMENT
Bidder must submit Resumes covering with qualification, experience
and Certificate of the personnel who would be employed for this project. Any
change in the personnel on the project will require prior intimation to Home
(Transport) Department, Tamil Nadu
23. BIDDER PRESENTATION
Short listed Bidders shall be asked to do a presentation of the
products/solution set that is being put forward as a solution to the
requirements of Tamil Nadu Home (Transport) Department. The
presentation date would be subsequently intimated to the short-listed
31
bidders. Tamil Nadu Home (Transport) Department is neither liable nor
responsible for any costs incurred by Bidders in the preparation, submission
or presentation of their proposals. All proposals will become the property of
Home (Transport) Department, Tamil Nadu.
24. GENERAL CONDITIONS FOR CONTRACT
24.1 Application
These general conditions shall apply to the extent that they are not
superseded by provisions in other parts of the contract.
24.2 Standards
The Goods supplied under this contract shall confirm to the standards
mentioned in the technical specifications and when no applicable standards
are mentioned to authoritative standards appropriate goods close to ISO
standards
24.3 Confidentiality
The bidder shall not either during the term or after expiration of the
contract disclose any propriety or confidential information relating to the
services without the written consent of the department.
24.4 Patent rights
The bidder shall indemnify the department against all third party claims
of infridgement of patent trade mark/copy write or industrial design rise
arising from the use of services or any part thereof.
The source codes of the application, software are also to be handed
over to the department, the Intellectual property rights shall belong to the
department.
The department reserves the right to deploy the solution.
24.5 Acceptance tests
The acceptance tests, which shall involve testing of the entire set up to
the expectation of the department including hardware, software, printing of
challans, with in the time limit prescribed by the department with live and
test data shall be conducted by the Bidder in the presence of core group of
expert officer nominated by the department. The acceptance test must be
completed by the bidder to the satisfaction of the core group with in the
time frame specified by the department by commencement of the work.
The department reserves the right to evolve a procedure of quality
quantity checking to ensure that the system is working as per the expected
specification.
32
24.6 Warranty and access control
i. The bidder shall warrant that the system is specially designed
and developed for the department and based on the most latest
technique and comply with the specification and expectation. He
shall also warrant that the hardware especially writers comply
with this specification.
ii. The department shall promptly notify the bidder of any claims
arising under this warrant.
iii. Upon receipt of such notice, the bidder shall with the reasonable
time remove the defects and if necessary replace the hardware
free of cost without prejudice to any other rights which the
department may have against the bidder under the contract
iv. If the bidder having been notified fails to rectify the defects
within the reasonable time in any case, not more than 3 days,
the department may proceed to take such remedial action as
may be necessary at the bidder’s risk and at its expenses.
v. The front end software shall be provided with controls so that the
departmental data base are not
tampered/altered/modified/deleted by the bidder except updating
the records as part of the processing an application. Periodic
checks shall be conducted by the departmental officials to ensure
reliability and security of the system.
vi. The employees of the bidder shall be assigned user IDs and
password to fix up accountability for processing an application.
vii. The arrangement shall be made to prevent any unauthorized
access to servers, hardware and network equipments. 24.7 Contract amendment
No variation in or modification of the terms of the contract shall be
made except by written amendment signed by both parties ie.,
department and the bidder. 24.8 Assignment
The bidder shall not assign in whole or in part its obligations to any
individual or a firm or a company to perform under the contract except with
the prior written permission from the department. 24.9 Delays in the bidder’s performance
The performance under the contract by the bidder shall be in
accordance with the time schedule specified by the department in serial
number 10 of the tender documents.
A delay by the bidder in the performance of their contract obligations
shall render the bidder liable to any or all of the following sanctions
a. Forfeiture of their performance guarantee
b. Imposition of liquidated damages,
c. Termination of the contract.
33
If at any time during performance of the contract, the bidder should
encounter condition affecting timely completion of the services under the
contract and performances of the services, the contract of the bidder shall
promptly notify the department the fact of delay, it is upto the department
to accept or reject the delay.
24.10 Force Majeure
The Bidder shall not be liable for forfeiture of his performance
guarantee, liquidated damages or termination for default, if and to the
extent that, its delay in performance or other failure to perform its
obligations under the Contract is the result of an event of Force Majeure.
For purpose of this Clause, “Force Majeure” means even beyond the
control of the Bidder and not involving THE Contractor’s fault or negligence
and not foreseeable. Such events may include, but are not restricted to,
acts the Department either in its sovereign or contractual capacity, wars or
revolutions, fires, floods, epidemics, quarantine restrictions and freight
embargoes.
If a Force Majeure situation arises, the Contractor shall promptly notify
the Department in writing of such conditions and the cause thereof. Unless
otherwise directed by the Department in writing, the Contractor shall
continue to perform his obligations under the contracts as far as is
reasonably practical and shall seek all reasonable alternative means for
performance not prevented by the Force Majeure event. The Department
may terminate this Contract, by giving a written notice of minimum 30 days
to the Contractor if as a result of Force Majeure the Contractor is unable to
perform a material portion of the services for a period of more than 60 days.
24.11 TERMINATION FOR INSOLVENCY
The Department may at any time terminate the Contract by giving
written notice to the selected firm, if the same becomes bankrupt or
otherwise insolvent, provided that such termination will not prejudice or
affect any right of action or remedy which has accrued or will accrue
thereafter to the Department.
24.12 JURISDICTION
All court cases arising out of disputes shall be heard in any court of
appropriate jurisdiction at Chennai, Tamil Nadu only.
24.13 LANGUAGE OF PROPOSALS
The Proposal and all correspondence and documents shall be in
English. All Proposals and accompanying documentation will become the
property of the Tamil Nadu Home Transport Department and will not be
returned.
34
24.14Transfer of Property
The ownership of the front end software, hardware, equipment and
unutilized consumables shall be transferred to the department in good
condition at the end of the contract period or in the case of termination of
the contract in good condition without any compensation.
25. Arbitration
The department and the bidder shall make every effort to resolve
amicably by direct informal negotiation any disagreement or disputes arising
between them under or in connection with the contract. In after 30 days
from the commencement of such informal negotiations the department and
the bidder have been unable to resolve amicably a contract dispute, either
party may require that the dispute be referred for resolution to the formal
mechanism. In such case, the dispute or differences shall be referred to the
award of two arbitrators, one on the department side and another on the
bidder side. If the arbitrator are not agreeing then the award of the umpire
to be appointed by the arbitration council of India/Institution of Engineers,
India. The award of the arbitrators in the event of not agreeing of the
umpire appointed by them or by the council.
The arbitration and conciliation act 1996, the rules thereunder any
statutory modification or re enactment thereof shall apply to the arbitration
proceedings.
The venue of the arbitration will be in Chennai.
The department may terminate this contract by giving a written notice
of termination of minimum 30 days to the bidder if he fails to comply with
the any decision reached consequent upon arbitration proceedings.
26 .Headings
The headings of conditions hereto shall not affect the construction
thereof.
27 Agreement
The written agreement governing the contract, to be entered into
between the Department, and the selected bidder shall, in all respect
deemed to be and shall construe and operate as an Indian contract in
conformity with the Indian Laws. The terms & conditions specified in this
tender shall also be a part of the Agreement. The department reserves the
right to add any additional conditions in the Agreement other than that
specified in this tender document.
35
28 DATES & EVENTS
Sl.
No Activity
Date & Time
(dd/mm/yy) Venue
1 Last date for sale of Bid
2 Last Date of Receipt of Bid
3 Opening of Technical bid
4 Presentation of Technical solutions to technical evaluation committee
5 Proof of Concept demonstration
6 Opening of Price bid
Contact Details:
Department : Transport Department
Address : Ezhilagam, Chepauk, Chennai-5.
Phone : 044 28520682
Email : [email protected]
29 AWARD OF CONTRACT
a. Award Criteria
The Department will award the Contract to the successful Bidder whose Bid has been determined to be adequately responsive and has
been determined as the lowest evaluated Price Bid.
b. Department’s right to reject any or all Bids The Department reserves the right to annual Tender process and
reject any or all Bids at any time prior to the award of Contact, without thereon incurring any liability to the affected Bidder or Bidders or any
obligation to inform the affected Bidder or Bidders of the grounds for the Department’s action.
36
c. Notification of Award Prior to the expiration of the period of Bid validity, the Department
will notify the successful Bidder in writing by registered letter or telex or
fax or e-mail to be confirmed in writing by registered letter that its Bid has been accepted.
Upon the successful Bidder’s furnishing of performance guarantee, the Department will discharge its Earnest Money Deposit.
d. Signing of the Contract
At the same time as the Department notifies the successful Bidder that its Bid has been accepted, the Department will send the Bidder the
forms of agreement incorporating all agreements between the parties. The successful Bidder shall sign the agreement upon furnishing the
performance guarantee and return it to the Department within 15 days of receipt of the form of agreement.
e. Performance Guarantee
The successful Bidder shall furnish the performance guarantee in
the form of demand draft or bank guarantee of 5% of quoted capital value within 15 days of the receipt of notification of the award from the
Department Failure of the successful Bidder to comply with the requirements
specified in the Tender document shall constitute sufficient grounds for the annulment of the award and forfeiture of the Earnest Money
Deposit, in which event the Department may grant the award to the next lowest evaluated Bidder or call for new Bids at its discretion.
Note:
All documents and credentials submitted by the bidder should be
attested by the Notary Public.
37
30 ANNEXURES
30.1 ANNEXURES –I
LETTER OF AUTHORITY
(To be enclosed in the Technical Bid – on the letter head of the bidder)
To
THE TRANSPORT COMMISSIONER,
State Transport Authority,
Ezhilagam, Chennai-5,
Tamil Nadu.
Date:
Subject: - Tender towards Design, Supply, Integration, Commissioning of
3D Doppler Radar/Laser based Fully Automatic Traffic Enforcement
System (SVDS) and Central Control Command Centre
Being duly authorized to represent and act on behalf of this company
(herein after referred to as “the Bidder”), and having reviewed and fully
understood all of the terms and conditions for submission of the tender,
the undersigned hereby submits the tender for the work under the
subject. We confirm that the tender submitted will be valid for a period of
90 days from the bid deadline.
I am authorizing Mr/Ms……………………………………… (Name & Designation) as
representative of this company to attend the bid opening. His/hers sample
signature is given below:
……………………………………………………………………… (Signature of the
representative)
We submit the following documents in the bid:-
1)
2)…
The Department and its authorized representatives are hereby specifically
authorized to conduct or to make any enquiry or investigations to verify
the statements, documents and information submitted with this tender
and/or in connection therewith and to seek clarification from our bankers,
financial institutions and clients regarding the same.
Place: Yours faithfully,
Date:
(Signature of the bidder)
(Company seal)
38
30.2 ANNEXURES –II
GENERAL INFORMATION OF THE BIDDER
Name of the bidder (company/firm) :
Address :
Telephone No’s :
FAX :
e-mail :
Web-site :
Legal Status :
Description of the company and its :
products/services
Date of establishment :
Total number of Branches in India :
Quality Certifications
a)Quality Certifying authority :
b)Quality Certification Grade :
c)Period of Validity of Certificate :
30.3 ANNEXURES –III
GENERAL INFORMATION OF THE ASSOCIATE
Note: Details of bidder’s Associates. Separate form for each associate.
Name of the Associating company/firm
Address :
Telephone No’s :
FAX :
e-mail :
Web-site :
Legal Status :
Description of the company and its :
products/services
Date of establishment :
Total number of Branches in India :
Quality Certifications
a)Quality Certifying authority :
b)Quality Certification Grade :
c)Period of Validity of Certificate :
39
30.4 ANNEXURES – IV
FINANCIALS OF THE BIDDER
1.Annual report
2.Balance Sheet (of 2016-17, 2017-18, 2018-2019)
3.Income Tax certificates of the bidder
4.Audited P & L a/c
30.5 ANNEXURES – V
FINANCIALS OF THE BIDDER’S ASSOCIATE
1.Annual report
2.Balance Sheet (of 2016-17, 2017-18, 2018-2019)
3.Income Tax certificates of the bidder
4.Audited P & L a/c
30.6 ANNEXURES – VI TURN OVER PARTICULARS
Particulars of turnover in the preceding 3 years:
(As per audited accounts in Rupees and lakhs)
Item of
turnover
Turnover in 2016-17 Turnover in 2017-18 Turnover in 2018-19
Bidder
Associate
30.7 ANNEXURES –VII
END USER CERTIFICATES/ EXPERIENCE CERTIFICATES
a. End user certificates of similar projects implemented / managed by the
bidder
b. Copies of Work Order of similar projects.
c. Satisfactory Certificate from the End User of similar project.
d. Experience Certificates of similar project.
30.8 ANNEXURES –VIII
MISCELLANEOUS CONCERNS
Any other relevant matter of concerns of miscellaneous nature.
40
30.9 ANNEXURES –IX PARTICULARS OF SIMILAR PROJECTS
Sl.No. Name of
organization
Contact
person,
address,
contact
Telephone,
Year of
implementation End
user/Test
certificate
Y/N
AMC
Details
Enclose Executive Summary of the abovementioned projects Signature
of the Bidder
[Seal of the bidder]
30.10 ANNEXURES –X
DETAILED TECHNICAL PROPOSAL
Detailed Technical Proposal meeting the bid requirements covering
detailed specifications of Networking components, hardware components,
site preparation details, infrastructure, facility configuration, system
integration, management, resource deployment and services being
offered. Technical proposal should be in accordance with the expected
solution.
Detailed Description of Technical specifications
Relevant test certificates/performance certificate/End-user acceptance
certificate in similar environments
Resource Plan
Risk mitigation plans
30.11 ANNEXURES –XI
PROJECT SCHEDULE & PROJECT MANAGEMENT PLAN
Detailed Project Schedule and Project management Plan shall be included
in the bid.
41
30.12 ANNEXURES –XII
WARRANTY CERTIFICATE
Copies of warranty certification from the principals (OEM) in case of third
party components.
Also a letter of warranty and management services support from the
bidder for 5 years.
30.13 ANNEXURES –XIII
MANUFACTURER’S AUTHORIZATION CERTIFICATE
This certificate is to be provided individually from manufacturers/OEMs of
all the hardware items as per the format below:
MANUFACTURERS’ AUTHORIZATION FORM
No. __________________ dated ______________
To,
THE TRANSPORT COMMISSIONER,
State Transport Authority,
Ezhilagam, Chennai-5,
Tamil Nadu.
Ref: Tender No. ________________
Dear Sir,
I/We______________________________ who are established and
reputed manufacturers of
_________________________________having factories
at_______________________________________________ (address of
factory) do hereby authorize M/s.______________________________
____________________________________ (Name and address of
Agent) to submit a bid for implementation of the project involving supply
installation and maintenance of equipment’s manufactured by us, and sign
the contract with you .
I/We hereby extend our full guarantee and warranty as per General
Conditions of Contract and Special Conditions of Contract for the goods
and services offered by the above firm against this tender.
42
Yours faithfully,
(Name)
(Name of manufacturers)
Note: This letter of authority should be on the letterhead of the
manufacturer and should be signed by a person competent and having the
power of attorney to bind the manufacturers. It should be included by the
Bidder in its bid. It should be submitted in original.
30.14 ANNEXURES –XIV
PRICE BID
(To be enclosed with the Price Bid)
TOTAL COST
Item
Quantity .
As per BOM Taxes
Total Rate
(inclusive of
all taxes) in
Rs.
1 2 3 4
Capital Expenditure with 3 year
on site comprehensive warranty
and continued AMC support for 2
years
Operational Expenditure
(1 years)
GRAND TOTAL
(In words)
43
30.15 ANNEXURES –XV
EQUIPMENT PRICE BID PART 1,2 &3
(To be enclosed with the Price Bid)
Schedule of Equipment
BID FORMAT
PART 1 – Capital Expenditure WITH 3 YEAR ONSITE
COMPREHENSIVE WARRANTY
Sl.
No.
SPECIFICATION QTY UNIT
PRICE
GST TOTAL
1 3D Doppler Radar/Laser based
Automated speed enforcement system
for one direction 2 lane SYSTEM
( Field Installation)
56
2 Power Connection (TNEB), Broad
Band/4G connectivity, FHU
installation, Power wiring, Data
Cabling and gantry/cantilever
installation(Field Installation)
56
3 48/52 port 10G BASE-T /
SFP+/Converged Modular Switch- Full
Layer 3 functionality managed switch
having minimum 4 QSFP, 10G SFP+
Single mode transceivers, 16Gb
/10GbE 100m SFP+ Transceiver,
Vendor should quote switch fan trays,
power supplies, mounting kit etc.
2
4 Firewall 8/8 GE RJ45/GE SFP next
generation advanced threat protection
security gateway appliance or
equivalent
2
5 24/28 port GbE Web managed L2
access switch having 4 SFP ports/POE
2
1
7 AMD RPYC or Intel XEON processor
with - Interconnect - Only 10G
Ethernet and SAS/ SAN needed. Max
memory per server - 2TB ECC
- dual socket servers capable of
taking at least 16 cores per socket
- OS drive should be dual redundant
8
44
(can be SATA, SAS or NVme)
processor requirement, RAM, etc to be
specified by Vender. Windows or Linux
8 Storage The storage array should
support industry-leading Operating
System platforms including: The
Storage Array shall be offered with
32TB X 2 and 16TB X 2 usable
Capacity using 30 drives with RAID 6,
1
set
9 Storage switch 2 10 Tape Library 1
set
11 Desktop Computer, i5, Monitor, HDD,
8GB RAM
27
12 Desktop Computer i7, Monitor HDD,
16GB RAM, including ANPR PC with
1050 TI GPU using deep learning
technology
8
13 Design and documentation,
Installation of Server , Storage,
Firewall, Router , Desktops, Core
switch, Implementation, Data centre
build , Civil and electrical work and
related documentation, Training ,
handholding and Knowledge transfer,
Warranty & Support for 5 years with
necessary Manpower support
1
14 Interior Design/ POP, false ceiling ,
flooring, entire modular furniture,
Manager Cabins , officers cabins,
Server room integration, Power
wiring, UPS wiring, Generator wiring ,
OBO or equivalent earthling,
Networking for entire equipment’s,
Fire and Smoke detector, IP camera,
NVR, Biometric access control and
Attendance / Hr management system,
Passive cabling , Backbone
connectivity with 10G solution, Rack
to Rack connectivity with 10G solution
,MPO cassets , comfort AC with
1
45
automatic change over
system,100MBPS Dual lease line
connectivity from different ISPs
15 45 U RACK- APW/
RITTAL/VALRACK or equivalent-
with high density cable manager,
Power distribution Unit and all other
accessories
3
16 20 KVA UPS with 30min back up with
MCBs and Accessories
2
17 Generator 160 kVA with auto ON and
OFF with AMF panel and other
Accessories
1
18 Heavy duty printer, Duplex,
1200X1200 Print Resolution, 1.2 Ghz
Processor, 10X100X1000 Ethernet,
320GB HDD, duty cycle up to 300000
pages monthly
3
19 Hardware for fine collection Centre as
per section…..Appendix 32.1.3
4
20 Software for central control room as
per section ….. Appendix 32.1.2
1
TOTAL Capital Expenditure EXPENSES FOR 5 YEARS INCLUDING
ALL TAXES = Rs …………………..
46
PART 2 - OPERATIONAL EXPENSES (OPEX) FOR 1 YEAR
A. MAN POWER DEPLOYMENT AT CONTROL ROOM FOR 1 YEAR
Sl.No DESCRIPTION Nos Salary/Mo
nth
GST Total/Year
1 Control Room Manager
(B. tech / MBA)
1
2 System Administrator
( Btech with Network
certification, )
1
3 Control Room Supervisor
( Btech / diploma))
2
4 Control Room Operator
Control room & fine
collection center
( ITI/Degree)
15
A. TOTAL INCLUDING TAXES FOR 1 YEAR
B. CONTROL ROOM CONSUMABLES- CHALLAN EXPENSES FOR 1
YEAR
Sl. No. DESCRIPTION QTY Unit Price GST Total/Year
6 Cost for One Challan 150,000
Includes
a. Paper
b. Pre printed stationary
c. Pre printed envelope
d. Postage e. Toner cost
f. Maintenance kit for printer
g. Pre mailing expense
h. Labor
B. TOTAL INCLUDING TAXES FOR 1 YEAR
47
C. CONTROL ROOM RECURRING EXPENSES FOR 1 YEAR
Sl.
No.
DESCRIPTION Nos Expense/Month GST Total/
Year
1 Field 4G connectivity
chccharges
30
2 High- Speed internet
connection for control
room (lease Line 150
MBPS)
1
3 TNEB power charge for
field system
30
4 TNEB power charges
for Control Room
1
5 Diesel for generator
(litre)
3000
6 Other expenses (Lum)
C TOTAL INCLUDING TAXES FOR 1 YEAR
TOTAL OPERATIONAL EXPENSES FOR 1 YEAR INCLUDING
ALL TAXES = Rs …………………..
PART 3–AMC CHARGES
3 AMC charges for 4th year 1
4 AMC charges for 5th year 1
48
30.16 ANNEXURES –XVI
BIDDER’S PRICE PROPOSAL FORM
PRICE BID
To
THE TRANSPORT COMMISSIONER,
State Transport Authority,
Ezhilagam, Chennai-5,
Tamil Nadu.
Dear Sir,
Ref: Bid – Proposed Application / Price Bid
Having examined the Bid Document, the receipt of which is hereby duly
acknowledged, we, the undersigned, offer to provide the proposed
solution for Home (Transport) Department of the Government of Tamil
Nadu and to meet such requirements and provide such services as are set
out in the Bid Document for a Total Solution Bid Price of:
1. Capital Expenditure with 3 years on site comprehensive
warranty : India Rupees in figures: ………………………………………. and in
words: ……………………
2. Two years AMC charges in Indian Rupee
…………………
……………………………………..………………………………………………………………………………
3. Operational Expenditure (1 years) in Indian Rupees in
figures…………………………………………….and in words…………………………
………………………
This price is inclusive of all tariffs, taxes, duties, etc. Any changes in
tax/duty structure will be applicable at time of billing.
No additional charges shall be added to the above-mentioned price.
We declare that this Commercial Bid and the previously submitted
Technical bid are in absolute conformity with each other and the prices
used for the development of the price bid correspond to the items
described in the Technical Bid.
We also declare that we have studied the necessary locations and systems
necessary for the development of this Technical and Price bid.
49
We attach here to the Bid commercial Response as required by the Bid
document, which constitutes our bid.
We undertake, if our Bid is accepted, to adhere to the implementation
plan (key Events/Activities and dated of the project) put forward in the
sections of the Bid or such adjusted plan as may subsequently be
mutually agreed between us and Home Transport Department, Tamil Nadu
or its appointed representatives. If our Bid is accepted, we will obtain a
Performance Bank Guarantee in the draft format given in the Bid
Document issued by a nationalized or public sector bank in India,
acceptable to Home Transport Department, Tamil Nadu for a sum
equivalent to 5% of total contract price i.e., Rs……………. Only (Rupees
…………. Only) for the due performance of the contract.
We agree for unconditional acceptance of all the terms and conditions in
the Bid document and also agree to abide by this Bid Response for a
period of days from the date fixed for Bid opening and it shall remain
binding upon us, until within this period a formal contract is prepared and
executed, this Bid Response, together with our written acceptance there
of in your notification of award, shall constitute a binding contract
between us and will initiate the formation of a separate contract in respect
of maintenance and support services after expiry of the warranty period.
We agree that you are not bound to accept the lowest or any Bid
Response you may receive. We also agree that you reserve the right in
absolute sense to reject all or any of the products/ Services specified in
the Bid Response without assigning any reason whatsoever. It is herby
confirmed that I/We are entitled to act on behalf of our
corporation/company/firm/organization and empowered to sign this
document as well as such other documents which may required in this
connection.
Dated this …………………… Day of …………………2019
……………………..
(Signature) ………………………..
(In the capacity of)
Dully authorized to sign the Bid Response for and on behalf of:
…………………………………………………………………………………
50
…………………………………………………………………………………
(Name and address of Bidding Company)
Seal/Stamp of Bidder
Witness signature: …………………………………
Witness name …………………………………
Witness address: …………………………………
…………………………………
Attachments: Board resolution delegating signing powers to authorized
signatures Bid Technical Response
CERTIFICATE AS TO AUTHORISED SIGNATORIES
I, certify that I am Secretary of the …………………………(Name of bidding
company) And that
………………………………………..
……………………………………….
(Name of above company signatory (s) )
Who signed the above Bid is authorized to bind the company by authority
of its governing body.
…………………………………….
(Seal)
(Secretary)
51
30.17 ANNEXURES –XVII
AGREEMENT
(On stamp paper worth Rs.100.00)
Articles of agreement executed on this the________________ day of
________________ Two thousand and Nineteen BETWEEN the
Government of Tamil Nadu (hereinafter referred to as “the Government”)
of the one part AND
……………………………………………….........................................
................................... (Here enter the name and address of the bidder)
(Hereinafter referred to as“the bounden”) of the other part.
WHEREAS in response to the Tender Notification No XXXXXX, Dated
……………….., the bounden
has submitted to the Government a tender to provide for the project to
the Transport Commissioner, State Transport Authority, Tamil Nadu State,
specified therein subject to the terms and conditions contained in the said
tender;
WHEREAS the bounden has also deposited with the Government a sum of
Rs. 10 Lakhs as Earnest Money Deposit for execution of an agreement
undertaking the due fulfillment of the contract in case his tender is
accepted by the Government.
Now THESE PRESENTS WITNESS and it is hereby mutually agreed as
follows:
a. In case the tender submitted by the bounden is accepted by
the Government and the supply order is issued to the bounden, the
bounden shall with in_______days of acceptance of his tender execute an
agreement with the Government incorporating all the terms and
conditions under which the Government accepts his tender.
b. In case the bounden fails to execute the agreement as
aforesaid incorporating the terms and conditions governing the contract,
the Government shall have power and authority to recover from the
bounden any loss or damage caused to the Government by such reach as
may be determined by the Government by appropriating the Earnest
52
Money Deposited by the bounden and if the earnest money is found to be
inadequate the deficit amount may be recovered from the bounden Bank
guarantee.
In witness whereof Shri. , the Transport Commissioner, Tamil Nadu (here
enter the name and designation) for and on behalf of the Governor of
Tamil Nadu and Shri _______________________________ the bounden
have hereunto set their hands the day and year shown against their
respective signatures.
Signed by Shri.
Transport Commissioner, Tamil Nadu
Date:
In the presence of witnesses:
1. _________________
_________________
Home (Transport )Department, Tamil Nadu.
2. ___________________
___________________
Home (Transport ) Department, Tamil Nadu. Date:
Signed by Shri ______________________________
Date:
In the presence of witnesses:
1.
__________________________________________________
_
2.
__________________________________________________
_
53
INDEMNITY BOND FOR PERFORMANCE BANK GUARANTEE
This deed of Indemnity made on this the day of 2019 between the Government of Tamilnadu (hereinafter called the “Purchaser” )
acting through Transport commissioner ( Chennai) of the first part and ………………………………(Bidder) of the second part.
WHEREAS the Purchaser has placed an Order ……… on the
Contractor for the supply of speed enforcement systems as per tender
………………………………………. at total price of ……………… on the terms and
conditions mentioned in the said order.
AND WHEREAS under the terms and conditions of the Order
aforesaid, an amount of ……………………………… representing the 5% of
capital value of Order aforesaid, ………………….. towards satisfactory
performance of the equipment during the warranty period.
NOW this Deed witnesses that in pursuance of the Order aforesaid,
the Contractor hereby agrees to indemnify the Purchaser and at all times to
hold himself liable for any loss or damage caused to or suffered by the
Purchaser by reason of unsatisfactory performance of the equipment during
the warranty period aforementioned.
It is in terms of the Order aforesaid and this Deed of Indemnity
that if the equipment supplied by the Contractor in fulfillment of the Order
aforesaid performs unsatisfactorily, it is hereby agreed that the Contractor
shall be liable for the payment of an amount of
……………………. to the Purchaser without any demur to the Transport
commissioner ( Chennai), on receipt of a demand for the same in writing.
It is agreed by the Contractor, in terms of this Indemnity Bond, that
the decision of the Transport commissioner , Chennai in case of any dispute,
will be binding on the Contractor.
This Bond and the trust hereby created shall remain valid and binding on the Contractor for a period valid till completion of all warranty
obligations..
It has been mutually agreed that the stamp duty on this Deed of
Indemnity shall be borne by the Contractor.
54
In witness whereof the parties hereunto have set their hands to this
Deed on the day and year herein above mentioned.
For and on behalf of ( Bidder)
……………………….
……………………….
Witness No. 1
Witness No. 2
For and on behalf of the PURCHASER
Witness No. 1
Witness No. 2
ACCEPTED
55
30.18 ANNEXURES –XVIII
DRAFT PERFORMANCE BANK GUARANTEE
To
THE TRANSPORT COMMISSIONER,
State Transport Authority,
Ezhilagam, Chennai-5,
Tamil Nadu.
Whereas ……………….. (Hereinafter called “the Selected Bidder”) has
submitted his Bid dated
………………….. (date of submission of Bid) for the supply / delivery of
services/ system /
and has been selected for providing the services as mentioned in the
aforesaid Bid vide Letter of Intent No …………….
Whereas as per Clause ________ of the letter of Intent, the Elected
Bidder is required to furnish a performance bank guarantee as security
from a scheduled commercial bank (Performance Bank Guarantee) for Rs.
……………….. (Rupees ………………. Only)
In consideration of the fact that the Selected Bidder is our valued
customer and the fact that he has submitted the Bid, we, (name and
address of the bank ), (hereinafter called “the Guarantor Bank”), have
agreed to bind ourselves, our successors, and assignees to irrevocable
issue this Bank Guarantee and guarantee as under
NOW THIS GUARANTEE WITNESSETH:-
a. If the Bidder
a) Fails to provide to the satisfaction to the Home Transport
Department any/all of the services as required in the Bid and accepted in
the contract.
b) Fails to complete the services required and defaults in service
delivery at any time during the duration of the contract.
The Guarantor Bank shall immediately on demand pay the Transport
Commissioner without any demur and without the Transport
Commissioner, Home (Transport) Department, Tamil Nadu, having
substantiate such demand a sum of Rs……………………. Only (Guaranteed
Amount).
56
b. The Guarantor Bank will make the payment of the Guaranteed
Amount forthwith on the demand made by the Transport Commissioner,
Home (Transport) Department, Tamil Nadu, not withstanding any
objection or dispute that may exist or arise between the Transport
Commissioner and the Selected Bidder or any other person
c. The demand of the Transport Commissioner, Home (Transport)
Department, on the Guarantor Bank for the payment of the Guaranteed
Amount, shall be deemed as the final proof of fulfillment of the conditions
stipulated in (1) above.
d. This Guarantee shall be irrevocable and shall not be discharged
except by payment of the above amount by us to the Transport
Commissioner, Home (Transport )Department and our liability under this
Guarantee shall be restricted to the Guaranteed Amount being Rs
………........../-(Rupees ……………………Only )
e. If it is necessary to extend this Guarantee on account of any
reason whatsoever, we undertake to extend the period of this Guarantee
on the request of the Bidder under intimation to the Transport
Commissioner, Home (Transport) Department,
To give full effect to the Guarantee contained herein, the Transport
Commissioner shall been titled to act as if the Guarantor Bank is the
principal debtor in respect of claims against the Selected Bidder and the
Guarantor Bank hereby expressly waives all its rights of surety-ship and
other rights, if any, which are in any way inconsistent with any of the
provisions of this Guarantee.
Any notice by way of demand or otherwise may be sent by special courier,
telex, fax, registered post or other electronic media to our address as
afore-said and if sent by post, shall be deemed to have been given to us
after expiry of 48 hours when the same has been posted.
Our liability under this Guarantee will continue to exist until a demand is
made by the Transport Commissioner in writing or up to an including sixty
(60) days after the period of the completion of the period of the contract,
and any demand in respect thereof should reach the Bank not later than
the above date.
The Bank will not require any proof or judgment, document, decree or any
direction from any Court/Arbitrator or otherwise to substantiate the claims
57
of the Home (Transport) Department against the Successful Bidder. The
right of the Home (Transport) Department under this Guarantee will not
be affected by reason of any pending proceeding before any court or
Arbitrator.
We further agree that this Guarantee shall not be affected by any change
in the Constitution of the Bank or the Successful Bidder.
Dated …………………………… this ……………………. Day …………. 2019
Yours faithfully,
For and on behalf of the ………….. Guarantor Bank,
(Signature)
Designation
(Address and Common Seal of the bank)
30.19 ANNEXURES XIX – TERMS & CONDITIONS
1. Warranty should be 3 year onsite comprehensive with 2 years
AMC
2. Insurance should be included
3. Installation will be on select stretches in Tamilnadu
4. Taxes should be actuals at the time of billing
5. The Control Room Deployment should be capable of connecting
200 systems at present and should be scalable to 1000 plus
systems in future.
6. Control Room architecture should be with full redundancy
including Hardware, Software, Power, Firewall and connectivity.
7. Control room space of 2000 square feet will be provided by
department
8. Required permissions to install systems, payment gateway,
Vehicle database access etc. will be provided by department
9. Operational expenses for each quarter will be paid in advance by
the department .( first quarter Operational Expenditure charges
should be included in the BID value)
58
31 DEFINITIONS
In the Bid, the following terms shall be interpreted as indicated:
“Acceptance of Tenders” means the letter/telex/telegram/fax or any
memorandum communicating to the vendor the acceptance of its tender
and includes as advance acceptance of its tender.
The “Contract” means the agreement entered into between the Home
(Transport) department and the SPTD as recorded in the contract Form
signed by the Department and the SPTD including all attachments and
Annexure there to and all documents incorporated by reference therein.
The “Contract Price” means the price approved by the department and
payable to the applicant over the period of the contract, in accordance
with the terms of this contract.
The “Department” means the Tamil Nadu Home (Transport) Department.
“TC” means the Transport Commissioner or any other representative
authorized by the transport commissioner.
“SPTD” (Service Provider to Transport Department), shall mean the
successful Bidder with whom the Tamil Nadu Home
(Transport)Department enters into construct for providing services to the
Department for Building, Operating, Maintaining and Transfer of the
mentioned hardware and software assets and for provisioning of the
additional services required as per the contract.
“SVDS” Speed Violation Detection System.
59
32 APPENDIX
a. APPENDIX –I
Minimum Technical specifications for SVDS
3D DOPPLER RADAR/LASER BASED SPEED VIOLATION DETECTION
SYSTEM (SVDS) WITH ALL VEHICLE ANPR
Objective:
Advanced Doppler radar/laser to detect over speeding vehicles and
captures images and license number of such vehicles. System should work
fully automatically during day and night, and also captures court evidence
images. Should be Mega pixel Global shutter cameras with high power IR
flash illumination (for night time).
1.0 ……FIELD HARDWARE COMPONENTS
Sl.
No.
Category Specification
1 Speed Sensor
( 1 per road)
Advanced Tracking Doppler Radar/Laser sensor,
Detects and measures speed of vehicles. > 240
Km/hour. Refresh Time – 50msec, Multi lane
operation. Speed Accuracy better than 97%.
Heavy vehicle classification (trucks / Bus etc.)
should be possible by Radar/laser.
2 ANPR Camera
for License Plate
Capture
( 1 per lane)
ANPR Camera should be Mega pixel type IP
cameras, minimum HD Mega pixel, True day &
night camera
Colour images for day, monochrome images for
night
CMOS Global shutter sensor
Exposure time maximum 1millisecond , with
motorized zoom lens.
3 Camera for
evidence capture
( 1 per road)
Evidence Camera ( wide angle road view)
should be Mega pixel type IP cameras, min HD
Mega pixel,, True day & night camera
Colour images for day, monochrome images for
night
CMOS Global shutter sensor , with Lens.
60
4 Infrared Flash
for Illumination (
1 per lane)
Triggered Infrared flash for image capture at
night
Synchronized flash with global shutter of
camera
Wavelength: 850 nm,
Flash power sufficient to capture vehicle images
also at night.
Capability to capture retro reflective and non-
reflective number plates.
5 Violation
images.
For each speed violation one lane – ANPR image
of vehicle with clear number plate image and 2
evidence images should be captured. Front side
capture for select sections should be possible.
Image quality should be such that, it should be
possible to see clearly, vehicle type & markings
on it, helmetless driving etc.
6 Vehicle image
Capture
Along with number plate, high quality image of
vehicle, also to be captured at Day and Night
conditions for all vehicles. Evidence camera
should capture wide angle shot of full road and
surroundings with minimum two images of
vehicle moving on the road.
7 Speed
Enforcement
Method
System should support & enforce both
Spot speed and Average speed,
ANPR camera captures vehicle image / License
plate number, based on trigger from Radar
sensor with time stamp and speed information.
Accurate time stamp synchronized with GPS or
NTP servers required for Average speed
enforcement.
8 All vehicle -
ANPR capture
Mode
Captures all vehicles passing through the
installed location. All vehicle images and
numbers are kept in data base for real time
alerts / search for crime analysis. Vehicle
images should be captured even if the number
plate is not automatically detected ( example:
damaged / unreadable license plates or even
absence of number plates)
61
9 ANPR accuracy High ANPR accuracy > 92% all around
capability for standard or near standard
number plates with maximum 1 character error.
10 Vehicle detection
rate
(percentage of
vehicles
captured)
High vehicle detection rate: greater than 95%
of all vehicles captured under all conditions,
irrespective of number plate quality, in free flow
traffic conditions. Violated vehicle should be
marked with a rectangular box, so that there is
no confusion even if multiple vehicles move
together.
11 Front / rear side
capture
Should support either of the two, one at a time.
12 Classification Should be possible to classify heavy vehicles
like trucks from other vehicles.
13 Vehicle speed
accuracy,
Speed measurement accuracy better than 97%,
Speed > 240 KMPH.
14 Road side
processing
hardware and
software,
storage, network
switch
Road side Embedded hardware, network switch
etc. Local storage with 256GB or more storage
at site. All industrial grade hardware should be
provided.
Operating temp up to 55 deg C, and all PCB
conformably coated. Enclosure IP54 with FAN.
15 SVDS
Configuration
2 lanes per road
16 Power supply Mains power with 2 hour back up with lightning,
under/over voltage protection etc.
17 Health
Monitoring and
control. ( from
control room),
Temperature, battery status, Power supply
working status, vibration sensor (Anti tamper
with siren) status, Camera status. Remote
control of system. ( cloud based monitoring)
18 Field Enclosure Pole mounted outdoor type, with rugged, with
Rain canopy etc. All connectors, cables etc.
19 Camera
mounting
Suitable Cantilever should be provided,
62
b. APPENDIX –II
SVDS BOM and requirements
To make the system functional the selected agency/firm will provide the
following below hardware/software required as given in the BOM below.
SVDS road side BOM
No. of 2 lane roads 56 Systems
Connectivity to control room 56 Connections
Installation of field systems 56 Systems
SVDS BOM split up
Sl.
No.
Category QTY
1 Speed sensing Radar / laser sensor( one per
road in one direction)
56
2 Camera for License Plate Capture ( for all
lanes, one camera for each lane)
112
3 Camera for evidence capture ( for all roads) 56
4 Infrared Flash for Illumination ( for all lane.
one flash for each lane)
112
5 Road side processing hardware and software
( as required)
56
6 Camera mounting gantry / cantilever As per the
requirement
7 Any other Accessories like Electricity
connection, Broadband connectivity for
Installation
As per the
requirement
63
C. APPENDIX –III
Minimum Technical specifications for Control Room Hardware &
Software
SYSTEM ARCHITECTURE
All products delivered should have 3-year comprehensive warranty with
onsite support of engineers. The Control Room Deployment should be
capable of connecting 200 systems at present and should be scalable to 400
plus systems in future.
64
32.1.1. MINIMUM TECHNICAL SPECIFICATIONS….MAIN CONTROL
ROOM HARDWARE
RACK servers Qty – 8 nos
AMD RPYC or Intel XEON processor with - Interconnect - 10G Ethernet and SAS/ SAN
needed. Max memory per server - 2TB ECC
- dual socket servers capable of taking at least 16 cores.per.socket,- OS drive should be
dual redundant (can be SATA, SAS or NVme), SAN port
processor requirement, RAM,etc to be specified by Vender. OS: Windows 10 or Linux
( preferred)
STORAGE-
Functionality QTY – 32TBx2 nos and 16TB x2 Nos
CAPACITY & SCALABILITY
1. The Storage Array shall be offered with 2x 16TB and 2x 32TB usable Capacity using 30 drives with RAID
2. For effective power saving, Storage subsystem shall be supplied with 2.5" Small form factor NVME drives
3. Storage shall be scalable to minimum of 96number of drives or greater.
FRONT-END PORTS
Dual 10/25 G Ethernet ports appropriate for storage
system chosen.
Data base MySQL or Postgres 10
ARCHITECTURE
The storage array should support dual, redundant, hot-
pluggable, active-active array controllers for high performance and reliability
NO SINGLE POINT
OF FAILURE
Offered Storage Array shall be configurable in a No Single Point of configuration including Array Controller card,
Cache memory, FAN, Power supply etc.
DISK DRIVE SUPPORT
Expandable to 64 TB
RAID SUPPORT Offered Storage Subsystem shall support support Raid 0, 1 , 1+0 , 3, 5, 5+0 and Raid 6 with Dual Parity Protection
65
Storage – server switch With 100% redundancy
12 server x 4 storage data switch
matrix
Ethernet storage class switch with RCoE
support,
18 x 10/25 G ports and 4 x 40/100G ports
Aggregate bandwidth 192 Gbps: 24 ports
Maximum fabric latency 10uS with no contention, cut-through
routing at 8 Gbps
TAPE DRIVE AND BACKUP SOFTWARE-
HPE/ DELL/IBM/NETAPP or equivalent
Description of Requirement - QTY –
1 nos
Drive Tape Library
Drive Upgrade Kit
16GB 2Rx4 PC4-
600GB SAS 10K drives
Should support tape cartridge of
1.5TB or above
DESKTOP- HP/LENOVO/IBM/DELL
or equivalent
Description of Requirement -
QTY – 27 nos
PROCESSOR - Core i35/ Ryzen(AMD)
RAM - RAM – 8GB, DDR4, 2400MHz
HARD DRIVE - Min. 320 GB 5400 RPM hard
drive
OPERATING SYSTEM - Windows 8/10
GRAPHICS CARD - Any with Display Port/HDMI or
DVI support
MONITOR - 23” widescreen LCD with Display Port/HDMI or DVI support
WARRANTY - 5 year warranty
66
CORE SWITCH -
HPE/CISCO/JUNIPER/DELL or
equivalent
DESCRIPTION OF REQUIREMENT
- QTY – 2 NOS
- The above Switch should be
scalable to provide 100G SFP+
uplink.
- Switch should support
combination of converged ports
and SFP+/10GBASE-T.
- Switch should have 1 RJ-45
out-of-band management port. - Shall have USB support to copy
switch files to/from an USB flash drive
- Switch must have 19” 1U form
factor.
- The switch shall be based on
Programmable-ASIC - Should support both IPv4 and
IPv6 IP addressing and protocol.
- RIPv1 and RIPv2 routing - OSPF (IPv4) and OSPFv3
(IPv6) - Border Gateway Protocol (BGP)
and Policy-based routing - Shall include Equal-cost
Multipath (ECMP) capability
- Multicast routing - PIM Sparse and PIM Dense modes
- Switch need to have non-
blocking architecture.
- Dual flash images. - Multiple configuration files to
allow multiple configuration files to be stored to a flash
image
- Hitless patch upgrade.
- Should have Reversible airflow.
- Should support of stacking of
switches.
- Jumbo Frames Support With
frame sizes of up to 10,000
bytes
67
- Quality of service with
advanced traffic management capabilities.
- Source-port filtering or equivalent feature to allow only
specified ports to communicate with each other
- Traffic prioritization based on IP address, IP Type of Service
(ToS), Layer 3 protocol, TCP/UDP port number, source
port, DiffServetc - IEEE 802.1x to provide port-
based user authentication with
multiple 802.1x authentication sessions per port
- Media access control (MAC) authentication to provide
simple authentication based on a user's MAC address
- Web-based authentication to provide a browser-based
environment to authenticate clients that do not support the
IEEE 802.1X supplicant - Dynamic ARP protection
blocking ARP broadcasts from unauthorized hosts
- Should have redundant power
supply and fan slots.
- Switch should have packet
buffer size of 16 MB.
- Support 280K MAC addresses
and 4094 VLANs.
- Should support Mac based
VLAN.
- Throughput of 1000 Mpps or
better.
- Routing and Switching capacity
of 1400 Gbps or better. - Shall provide Gigabit (1000
Mb) Latency of < 4 µs and 10 Gbps Latency of < 3 µs
- Operating temperature 32°F to
113°F (0°C to 45°C)
68
- Operating relative humidity
10% to 90%, noncondensing - Shall support IEEE 802.3az
Energy-efficient Ethernet (EEE) to reduce power consumption
- Safety and Emission standards including EN 60950; IEC
60950; VCCI Class A; FCC part 15 Class Should support
OpenFlow for investment protection and SDN
environments. - RADIUS/TACACS+ for switch
security access administration
- Ultrafast protocol convergence (<50 ms) with BFD or
equivalent. - 3Years warranty with advance
replacement and next-business-day delivery
- Software upgrades/updates shall be included as part of the
warranty - 10G SFP+ Single mode
transceivers = 15 No’s
- 8/16Gb/10GbE 100m SFP+
Transceiver=16 No’s
- Vendor should quote switch fan
trays, power supplies, mounting
kit etc.
- Should quote necessary HBA
cards required for Server/ storage
69
24/28 port GbE ,L2 PoE+ access
switch having 4 SFP ports
QTY – 2 nos
- Switch must have front end
console cable.
- Switch must have 1U form
factor.
- Switch should have packet
buffer size of 51
- 2 KB.
- Support 32K MAC addresses
and 4094 VLANs.
- Should support Authentication
Flexibility Like:
IEEE 802.1X
Web based authentication
Mac based authentication
- Should support Dynamic ARP
protection, DHCP protection
and Secure FTP.
- Policy based routing support.
- Throughput of 40 Mpps or
better.
- Switching capacity of 55 Gbps
or better.
- Shall provide Gigabit (100 Mb)
Latency of < 5 µs and 1Gbps Latency of < 5 µs
- Operating temperature 32°F to
104°F (0°C to 40°C)
- Operating relative humidity
10% to 90%, noncondensing
- Warranty 3years
70
FIREWALL: 8/8 GE RJ45/GE SFP
next generation advanced threat
protection security gateway
appliance
2 NOS ( any equivalent
capability product can be quoted)
Above appliance should have
network card expansion slot.
- Firewall throughput 16 Gbps or
better.
- IPS throughput of 3.6 Gbps or
better.
- NGFW throughput of 2.5 Gbps or
better.
- Threat protection throughput of
1.8 Gbps or better.
- Concurrent connection of 5
Million or better.
- 150 K Connection per second.
- Memory 8 Gb and should be
expendable upto 18 Gb.
- Local storage of 120 Gb or
better.
- High availability configuration
Active/Active, Active/Standby or
clustering.
- Identity awareness supported.
- Antivirus, Anti-bot, Anti-spam,
and Email Security.
- IPSec VPN and SSL VPN
supported.
71
- Application Control.
- Network policy management.
- Fail-Open/Bypass Network
Options
- 5 year 24X7 support with
advance replacement to be
considered
-OSPFv2 and v3, BGP, RIP
-Static routes, Multicast routes
-Policy-based routing
-PIM-SM, PIM-SSM, PIM-DM, IGMP
v2, and v3
OR equivalent
UPS 20KVA-
EMERSON/HYKON/ or equivalent
QTY – 2 nos
CAPACITY 20 KVA
TYPE
True Online Double Conversion DSP
Based UPS System connected in
Parallel Redundant Load Sharing
Configuration
PARALLELING
Each UPS unit should have inbuilt
Parallel Kit. UPS should be capable of
connected in Stand alone
Configuration also whenever required
GALVANIC ISOLATION Inbuilt Isolation Transformer
OVERALL EFFICIENCY > 94%
INPUT VOLTAGE 400 VAC , 3 phase
INPUT VOLTAGE RANGE Half Load 208-466 V /Full Load 312-
466V
72
RECTIFIER & INVERTER IGBT Rectifier & IGBT Inverter
INPUT CURRENT HARMONICS (THDI) < 3% at full load (without use of any
additional filters)
INPUT POWER FACTOR 0.99 or better at full load
INPUT FREQUENCY 45 Hz to 65 Hz
OUTPUT VOLTAGE 400V, 3phase 50Hz. Settable for
380V / 400 V / 415 V AC
OUTPUT VOLTAGE REGULATION +/- 1% for 100% unbalanced loads
RATED POWER FACTOR 0.9 or better
RECOVERY TIME </= 20ms (within one cycle) for
100% load change
WAVE FORM Pure sine wave
OUTPUT DISTORTION </= 2% for linear load, < 5% for
non linear load
OVERLOAD CAPACITY 115% for 10 minutes, 130% for 1
minute
BYPASS Automatic & Manual Bypass switch
facility to be provided
SWITCHGEARS Inbuilt Input, Output & Battery
Isolators
COMMUNICATION SOFTWARE &
CONNECTIVITY SNMP Network monitoring
BATTERY TYPE Sealed Maintenance Free for 30
Minutes for each UPS
BATTERY MAKE Amaron/Panasonic /Exide
BATTERY VAH REQUIRED 54000 per UPS
STANDARDS EN/IEC 62040-1, EN/IEC 62040-2,
EN/IEC 62040-3, IP 20 Enclosure
73
GENERATOR- KIRLOSKAR/
CUMMINS /MAHINDRA/
Description of Requirement -
QTY – 1 no
Generator KVA rating 130 KVA Minimum
Frequency 50 Hz
Power factor 0.8
Voltage 415V
Noise level <75 dBA
Fuel tank capacity Minimum 300 Ltr
Engine rated output 147 kW / 200 HP
No. of cylinders 6
Rated speed 15000 RPM
Lube oil change period 500 Hrs
Insulation class Class H
Ingression protection IP 23
Alternator efficiency @ 100% load 93
Short circuit withstand time 3 times rated current for < 3 sec
Over load withstand capacity 10% overload for one hour once in 12
hrs& for 150% for 30 sec
Operating Temperature Ambient temperature between 0 Deg
C to 50 Deg C with relative humidity
upto 95% condition.
PRINTER-
KONICA MINOLTA/XEROX/CANNON/HP QTY – 3 NO
PRINT/COPY SPEED - MONO 55 +/- 5 PPM
SIZE A3, SRA3, 12X18, 12X47
Duty Cycle 300000 or above per month
TRAYS 500 SHEETS X 2 TRAY OR BETTER
74
BYPASS TRAY 120 SHEETS OR BETTER
MULTIPLE COPY 999 SHEETS
RESOLUTION 1200X1200DPI
SUPPORTED OS WINDOWS, LINUX,MAC
INTERFACE USB, NETWORK, MOBILE PRINT
PDL PCL5E, PCL5C, PCL6 , PS3, XPS
DUPLEX YES
DOCUMENT FEEDER YES
DOCUMENT FEEDER CAPACITY 250 SHEETS OR BETTER
SCAN SPEED 240 SPM OR BETTER
COLOR SCAN YES
SCAN TO USB & PRINT FROM USB YES
32.1.2. Technical Specifications Control Room SOFTWARE
TRAFFIC ENFORCEMENT CONTROL ROOM SOFTWARE - BOQ
Sl. No.
Item Description Unit Qty
1 Violation download server software Pack For 200
sites
2 Payment management server software Pack
Expandable
to 400 sites
3 ANPR software Pack For 200
sites
4 Fine collection center client software Pack 4
5 Charge memo preparation software(server &
Client) Pack As required
6 Database suite Pack As required
7 All Vehicle ANPR Management Software Pack 1
8 HR Management Software Pack 1
9 MVD & Police Enforcement data merging Software
Pack 1
10 Enforcement data pooling Software Pack 1
75
FUNCTIONAL REQUIREMENTS: CHALLAN PROCESSING SOFTWARE
Sl. No. Category Specification
1 Violation
memo
Format
Over speed violation detection system:
There should be a minimum of Three images per
Violation memo - one with Vehicle rear side/front
with License plate visible clearly and Two images
of vehicle moving on the Road. Also should have
information like date, time of offence, location
ID, Violation ID, speed, allowed speed , Motor
vehicle applicable Law/ Act, fine amount, due
dates, etc.
2 Violation
processing
Software
Automatic download of captured violations by
server software from multiple locations should be
possible. There should be Automatic Number
Plate recognition by System Software while
downloading
Configure the capture stations – It should be
possible to perform Machine ID Settings / Sensor
/ Flash / Camera Parameters / Date & Time /
Connection Parameters / Access Settings, etc.
through system software running on the server
User should be able to use any standard web-
browser to access violations downloaded by the
server software
Options for penalizing and dispatching violations
should be available. Also, it should be possible for
the Megapixel image to be zoomed/ processed by
user for creating Challan
It should be possible for the Challan format to be
modified according to the project/ system
requirements
User Management – It should be possible to
create Multiple user ID for using the Challan
Processing Software and set the privileges.
76
It should be possible to get vehicle/owner
information from State Motor Vehicle database
and embed it into the Challan
Challan data information should be customizable.
Settings should be provided for changing Fine
Amount, Header, Footer, Logo, Challan Printing
Office etc., for Administrator privilege
Various reports like Search Vehicle, User’s
Report, Violation Analysis Report, Dispatch
Report, System Events Report etc., should be
available
FUNCTIONAL REQUIREMENTS OF PAYMENT MANAGEMENT
SOFTWARE (PMS)
Sl.
No.
Category Specification
1 Payment Management
Software
Web based software application,
should include Online Payment
modes
2 General Requirement: Should be a highly secured multi-
level Authorization and
Authentication system
Should have Data security through
Encryption
Should use Secured Socket Layer
for financial data transfer through
internet
3 Cash collection management
software:
It should be possible for the
Administrator to create username
and password users with different
privileges, and assign type of
privileges as required
It should be possible for the users
to manage the system from their
terminals using their username
77
and password, according to the
powers assigned to them
It should be possible for the
Administrator to back up the data
at a particular interval
It should be possible for the
Administrator to get report on cash
collected on daily basis for any
cash collection location or for all
locations
Data received from challan
processing software should
include, (XML File).
1. Unique Chelan Id.
2. Vehicle registration number. 3. Name of the registered
owner. 4. Address of the registered
owner. 5. Location of Offense.
6. Offense Type and its nature.
7. Date and time of detection. 8. MVD Rules.
9. Fine Amount. 10. Details regarding
violation.
It should be possible for the
Administrator to get reports
regarding
treasury remittance
It should be possible for the
Administrator to get the Statutory
reports
which are to be submitted to the
government.(Details after further
study)
It should be possible for the
Administrator to get MIS Reports
for periodic reviews and for
78
statistical purposes.
(Details after further study)
It should be possible for the
Administrator to generate reports
of total charge memos received,
paid / non – paid cases and send
reminders for payment non –
collected cases.
This software should also print
receipt for each collection with
details as below, Unique Chelan Id,
Name of the registered user, Fine
Amount, Date of Payment, Mode of
Payment, Collecting Officer Id, RT
Office Id, Counter No, etc.
The software should have a facility
send reminders (with increased
fine) if the payment is not received
by the due date
If the payments are not received
after response time mentioned in
the final reminder, the offense
cases should be forwarded to the
court for legal procedures by the
authorized person
On closing the counter, at the end
of the day a consolidated list
should be generated. The list
should contain:
1. Fine Amount (Daily
Summary) 2. Date and time.
3. Counter number. 4. Officer Id.
5. RT Office Id
It should be possible for the
consolidated list to be verified by a
higher officer or the authorized
79
person—from his/her terminal
The cash (Consolidated amount for
a day) collected should be remitted
in the bank / treasury and the
corresponding “Chelan Id”
provided by the treasury should be
entered into the PSM by an
authorized person thereby closing
the account
Online Payment Mode A user (offender) should be able to
access the page of online
payment by simply clicking link in
a web Page of the govt.
department or browsing with web
address of the online payment
system
After entering the Vehicle
Registration No. and then clicking
on a submit button the user should
get a list of all Charge memos
pending for payment
He/she should be able to verify the
details of all charge memos – Date
& Location of violation, fine
amount, compound fee(if any),
Total, etc.
He / She can make payment of all
or select charge memos
After selecting the Charge memos
which he/she wishes to pay for
and clicking the submit button
he/she should get the details of
each Charge memos which
includes –
i. Date& Time,
ii. Location of violation, iii. Fine amount,
iv. Compound fee(if any), v. Total,
80
vi. Grand total of all select
charge memos etc.
On clicking the proceed to
payment button another screen
should display where he/she would
be able to make payment using
any one of the following mode of
online payments
i. Credit card ii. Debit card
iii. Net banking
The online payment should be
done through a third party
Payment Gateway (PG). The PG
would necessary underground
work to fulfill the online payment
PG would return notifications –
whether a transaction had been a
success or failure. The DB of PMS
should store this notification
Online payment should be done as
per the stipulated guidelines of RBI
Money should reach the bank
account of govt. department within
T+ 3 days
In the case of failed transactions
money should be returned to the
offender (customer) account within
4 days
The system should use highly
secured data transfer through
internet- with SSL technology
Payment could involve the
participation of almost all
nationalized and scheduled banks
(more than 60 nos)
It should be possible for the
Administrator to generate reports
of cash collection of Online
81
payment between 2 given dates
It should be possible for the
Administrator to generate reports
of refunded cases (failed) and
settled cases (succeeded)
4 Bank Reconciliation
At the end of each day the
concerned officer in the bank
generates a statement of
transactions of the account in
which Online payment and Cash
Counter payment are remitted
He/she sends this statement as
email attachment to a specified
email id of the department
PMS should periodically check this
mail id and on finding the mail it
should open it, read contents and
store it in its Database
PMS should make a comparison of
records already available in the
Database regarding each
remittance and should notify
discrepancy, if any
Integration with other systems
Challan payment management
software can be integrated with
other systems provided suitable
APIs provided by the vender.
82
32.1.3. Minimum Hardware for one Fine collection center
Sl.
No.
Product Qty per
fine
collecti
on
center
1 Desktop PC - Core i/Raizen. 4gb RAM, 1 TB HDD,
Keyboard & mouse monitor, appropriate OS WINDOWS 10
/ linux)
2
2 Firewall min specs 100 MBs 2
3 UPS 1 KVA with minimum 3 hr backup 2
4 Internet connectivity – minimum 4 Mbps 2
5 Medium duty laser printer: 30000 per month 2
6 Attendance system, IP connected CCTV camera 1
d.APPENDIX –IV
Total BOM Quantity for the project
ENFORCEMENT SYSTEM H/W
Sl. No Product Qty
1 3D DOPPLER RADAR/LASER BASED AUTOMATED SPEED
ENFORCEMENT SYSTEM FOR ONE DIRECTION 2 LANE SYSTEM 56
2 POWER CONNECTION, BROAD BAND/4G CONNECTIVITY,
FHU AND GUANTRY/CANTILEVER 56
NETWORKING
3 48/52 port 10G BASE-T / SFP+/Converged Modular Switch- Full Layer 3 functionality managed switch having
minimum 4 QSFP, 10G SFP+ Single mode transceivers, 100m SFP+ Transceiver, Vendor should quote switch fan
trays, power supplies, mounting kit etc. 2
4 Firewall 8/8 GE RJ45/GE SFP next generation advanced
threat protection security gateway appliance or equivalent
2
5
24/28 port GbE Web managed L2 access switch having 4
SFP ports/POE
2
SERVER
83
6
AMD RPYC or Intel XEON processor with - Interconnect - Only 10G Ethernet and SAS/ SAN needed. Max memory
per server - 2TB ECC
- dual socket servers capable of taking at least 16 cores per socket
- OS drive should be dual redundant (can be SATA, SAS or NVme)
processor requirement, RAM, etc to be specified by Vender. Windows or Linux 8
STORAGE
7 The storage array should support industry-leading
Operating System platforms including: The Storage Array shall be offered with 32TB X 2 and 16TB X 2usable
Capacity using 30 drives with RAID 6 1 set
8 SAN Switch 2
TAPE DRIVE , BACKUP SERVER AND SOFTWARE
9 Drive Tape Library 1
10 Drive Upgrade Kit 1
11 16GB 2Rx4 PC4- 4
12 600GB SAS 10K drives 4
13 Desktop Computer, i5, Monitor, HDD, 8GB RAM 27
14 Desktop Computer i7, Monitor HDD, 16GB RAM, including
ANPR PC with 1050 TI GPU using deep learning technology 8
15 Design and documentation, Installation of Server ,
Storage, Firewall, Router , Desktops, Core switch, Implementation, Data centre build , Civil and electrical
work and related documentation, Training , handholding
and Knowledge transfer, Warranty & Support for 5 years with necessary Manpower support 1
CONTROL ROOM BUILD UP & INTERIOR keep
16 Interior Design/ POP, false ceiling , flooring, entire
modular furniture, Manager Cabins , officers cabins, Server room integration, Power wiring, UPS wiring,
Generator wiring , OBO or equivalent earthling, Networking for entire equipment’s, Fire and Smoke
detector, IP camera, NVR, Biometric access control and Attendance / Hr management system, Passive cabling ,
Backbone connectivity with 10G solution, Rack to Rack connectivity with 10G solution ,MPO cassettes , comfort
AC with automatic change over system,100MBPS Dual lease line connectivity from different ISPs 1
17 45 U RACK- APW/ RITTAL/VALRACK with high density
cable manager, Power distribution Unit etc. 3
84
UPS
18 20 KVA UPS with 30min back up with MCBs and
Accessories 2
GENERATOR SET
19 160 kVA with auto ON and OFF with AMF panel and other
Accessories 1
HEAVY DUTY PRINTER
20 Heavy duty printer, Duplex, 1200X1200 Print Resolution, 1.2 Ghz Processor, 10X100X1000 Ethernet, 320GB HDD,
duty cycle up to 300000 pages monthly
2
21 Software for central control room , as per section
32.1.2 1 set
22 Hardware for fine collection centres, as per section
32.1.3 4 sets
e. APPENDIX –V STATEMENT OF DEVIATION
Statement of Deviation from Tender Terms and Conditions if any
Sr
No
Reference to
terms and
conditions
Deviation in
the offer Brief
reasons
Alternative
Suggestion
Date: Seal and Signature of the Bidder
85
f. APPENDIX –VI FORMAT OF TECHNICAL BID
Covering Letter of Technical Bid
Date: [Insert: date of bid]
To:
THE TRANSPORT COMMISSIONER,
State Transport Authority, Ezhilagam, Chennai-5,
Tamil Nadu.
Dear Sir,
Having examined the proposal number XXXX dated ………….. , the receipt
of which
is hereby acknowledged, we, the undersigned, offer to provide turnkey
solution (meaning as realized in Bid) and put into operation the project, in
full conformity with the said Bid for the sum hereinafter called “the Total
solution Bid Price” as mentioned in the Technical Bid document, or such
other sums as may be determined in accordance with the terms and
conditions of the Contract. The Total solution Bid Price is in accordance
with the Price Schedules herewith made part of this bid.
We undertake, if our bid is accepted, to commence work on the project
and to achieve Installation and Operational Acceptance within the
respective times stated in the Bid.
Implementation of the Contract
We declare that we have studied the bid and are making this proposal for
the Delivery, Installation, Commissioning, Integration, documentation,
training, management, maintenance, support services, Infrastructure
system and associated goods including all other services specified in the
bid. We also declare that we have studied the necessary locations and
systems necessary for the development of this Technical and Price bid.
We have read the provisions of Bid and confirm that these are acceptable
to us. All necessary clarifications, if any, have been sought for by us and
duly clarified in writing, by Transport Department. We understand that
86
any other ambiguous clauses in the Bid, if any, are subject to
interpretation of Transport Department.
*Bids with Commercial Values for solution entered in the Technical
proposal shall be summarily rejected.
We undertake, if our bid is accepted, to commence the work on the
project immediately upon your Notification of Award to us, and to achieve
Completion within the time stated in the Bidding Documents.
If our bid is accepted, we undertake to provide a performance guarantee
in the form and amounts and within the times specified in the Bid.
We undertake that, in competing for (and, if the award is made to us, in
executing) the above contract, we will strictly observe the laws against
fraud and corruption in force in India namely “Prevention Of Corruption
Act”.
We agree to abide by this bid, consisting of this letter, the Price
Schedules, EMD, the duly notarized written power of attorney, and all the
appendices to this Bid Form, for a period of bid validity from the date fixed
for submission of bids as stipulated in the RFP, and it shall remain binding
upon us and may be accepted by you at any time before the expiration of
that period.
We agree to abide by all the software, hardware, site preparation,
electrification training and other specifications prescribed in this bid
document for the duration of the contract, if awarded to us.
Until the formal order is placed and final Contract is prepared and
executed between us, this bid, together with your written acceptance of
the bid and your notification of award, shall constitute a binding contract
between us.
Dated this [insert: number] day of [insert: month], [insert: year] Signed:
………..
In the Capacity of [insert : title of position]
Duly authorized to sign this bid for and on behalf of [insert: name of the
Bidder]