government of tamil nadu office of the transport ... t… · 7.7 training 20 7.8 network...

86
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

Upload: others

Post on 23-Jun-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 2: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 3: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 4: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 5: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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.

Page 6: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 7: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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.

Page 8: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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,

Page 9: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 10: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 11: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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.

Page 12: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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.

Page 13: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 14: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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.

Page 15: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 16: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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.

Page 17: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 18: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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.

Page 19: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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,

Page 20: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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.

Page 21: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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.

Page 22: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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.

Page 23: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 24: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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.

Page 25: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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.

Page 26: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 27: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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.

Page 28: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 29: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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.

Page 30: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 31: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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.

Page 32: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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.

Page 33: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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.

Page 34: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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.

Page 35: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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.

Page 36: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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.

Page 37: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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)

Page 38: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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 :

Page 39: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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.

Page 40: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

40

30.9 ANNEXURES –IX PARTICULARS OF SIMILAR PROJECTS

Sl.No. Name of

organization

Contact

person,

address,

contact

Telephone,

email

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.

Page 41: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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.

Page 42: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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)

Page 43: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 44: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 45: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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 …………………..

Page 46: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 47: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 48: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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.

Page 49: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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:

…………………………………………………………………………………

Page 50: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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)

Page 51: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 52: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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.

__________________________________________________

_

Page 53: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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.

Page 54: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 55: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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).

Page 56: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 57: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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)

Page 58: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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.

Page 59: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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.

Page 60: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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)

Page 61: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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,

Page 62: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 63: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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.

Page 64: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 65: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 66: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 67: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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)

Page 68: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 69: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 70: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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.

Page 71: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 72: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 73: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 74: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 75: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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.

Page 76: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 77: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 78: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 79: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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,

Page 80: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 81: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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.

Page 82: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 83: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 84: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 85: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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

Page 86: GOVERNMENT OF TAMIL NADU OFFICE OF THE TRANSPORT ... t… · 7.7 training 20 7.8 network administration 20 7.9 system support 20 7.10 ma intenance of software 20 7.11 consumables

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]