standard bidding documents - comesa …promis-mu.comesa.int/.../cpb_11_of_2013_cctv.docx · web...

595
Police Department Open Advertised Bidding (International) (Issued on: 30 th April 2013) for Supply, Installation, Testing and Commissioning of CCTV Street Surveillance System at Beau Bassin, Rose Hill and Extension of Quatre Bornes on a complete system ____________________________ _ _______________________________

Upload: buiphuc

Post on 12-Mar-2018

217 views

Category:

Documents


3 download

TRANSCRIPT

Police Department

Open Advertised Bidding(International)

(Issued on: 30th April 2013)for

Supply, Installation, Testing and Commissioning

ofCCTV Street Surveillance System

at Beau Bassin, Rose Hill and Extension of

Quatre Bornes on a complete system____________________________________________________________

Procurement Reference No: CPB/11/2013

ii

Table of Contents

PART 1 – Bidding Procedures................................................................................................1Section I. Instructions to Bidders..............................................................................................2Section II. Bidding Data Sheet (BDS)....................................................................................27Section III. Evaluation and Qualification Criteria..................................................................33Section IV. Bidding Forms.....................................................................................................38

PART 2 – Supply Requirements..........................................................................................52Section V. Schedule of Requirements....................................................................................53

PART 3 - Contract...............................................................................................................304Section VI. General Conditions of Contract.........................................................................305Section VII. Special Conditions of Contract.........................................................................324Section VIII. Contract Forms................................................................................................332Invitation for Bids (IFB) (for international bidding).............................................................337

1

PART 1 – Bidding Procedures

2

Section I. Instructions to Bidders

Table of Clauses

A. General................................................................................................................................41. Scope of Bid...................................................................................................................42. Source of Funds.............................................................................................................43. Public Entities Related to Bidding Documents and to Challenge and Appeal..............44. Fraud and Corruption.....................................................................................................55. Eligible Bidders.............................................................................................................66. Eligible Goods and Related Services.............................................................................8

B. Contents of Bidding Documents.......................................................................................97. Sections of Bidding Documents.....................................................................................98. Clarification of Bidding Documents..............................................................................99. Amendment of Bidding Documents............................................................................10

C. Preparation of Bids..........................................................................................................1010. Cost of Bidding............................................................................................................1011. Language of Bid...........................................................................................................1012. Documents Comprising the Bid...................................................................................1013. Bid Submission Form and Price Schedules.................................................................1114. Alternative Bids...........................................................................................................1115. Bid Prices and Discounts.............................................................................................1116. Currencies of Bid.........................................................................................................1317. Documents Establishing the Eligibility of the Bidder.................................................1318. Documents Establishing the Eligibility of the Goods and Related Services...............1319. Documents Establishing the Conformity of the Goods and Related Services.............1320. Documents Establishing the Qualifications of the Bidder...........................................1421. Period of Validity of Bids............................................................................................1422. Bid Security.................................................................................................................1523. Format and Signing of Bid...........................................................................................17

D. Submission and Opening of Bids....................................................................................1724. Submission, Sealing and Marking of Bids...................................................................1725. Deadline for Submission of Bids.................................................................................1826. Late Bids......................................................................................................................1827. Withdrawal, Substitution, and Modification of Bids...................................................1828. Bid Opening.................................................................................................................18

E. Evaluation and Comparison of Bids..............................................................................19

Section I Instructions to Bidders

29. Confidentiality.............................................................................................................2030. Clarification of Bids.....................................................................................................2031. Responsiveness of Bids................................................................................................2032. Nonconformities, Errors, and Omissions.....................................................................2133. Preliminary Examination of Bids.................................................................................2134. Examination of Terms and Conditions; Technical Evaluation....................................2235. Conversion to Single Currency....................................................................................2236. Margin of Preference...................................................................................................2237. Evaluation of Bids........................................................................................................2238. Comparison of Bids.....................................................................................................2339. Post-qualification of the Bidder...................................................................................2340. Purchaser’s Right to Accept Any Bid, and to Reject Any or All Bids........................24

F. Award of Contract...........................................................................................................2441. Award Criteria.............................................................................................................2442. Purchaser’s Right to Vary Quantities at Time of Award.............................................2443. Notification of Award..................................................................................................2444. Signing of Contract......................................................................................................2545. Performance Security...................................................................................................2546. Debriefing…………………………………………………………………………….26

3

Section I Instructions to Bidders

Section I. Instructions to BiddersA. General

1. Scope of Bid 1.1 The Purchaser indicated in the Bidding Data Sheet (BDS), issues these Bidding Documents for the supply of Goods and Related Services incidental thereto as specified in Section V, Schedule of Requirements. The name and identification number of this procurement through Open Advertised Bidding (open for local and overseas suppliers) are specified in the BDS. The name, identification, and number of lots are provided in the BDS.

1.2 Throughout these Bidding Documents:

(a) the term “in writing” means communicated in written form (e.g. by mail, e-mail, fax,) with proof of receipt;

(b) if the context so requires, “singular” means “plural” and vice versa; and

(c) “day” means calendar day.

2. Source of Funds 2.1 Unless otherwise stated in the BDS, this procurement shall be financed by the Public Body’s own budgetary allocation.

3. Public Entities Related to Bidding Documents and to Challenge and Appeal

3.1 The public entities related to these bidding documents are the Public Body, acting as procurement entity (Purchaser), the Procurement Policy Office, in charge of issuing standard bidding documents and responsible for any amendment these may require, the Central Procurement Board in charge of vetting Bidding document, receiving and evaluation of bids in respect of major contracts and the Independent Review Panel, set up under the Public Procurement Act 2006 (hereinafter referred to as the Act.)

3.2 Sections 43, 44 and 45 of the Act provide for challenge and review mechanism. Unsatisfied bidders shall follow procedures prescribed in Regulations 48, 49 and 50 of the Public Procurement Regulations 2008 to challenge procurement proceedings and award of procurement contracts or to file application for review at the Independent Review Panel.

3.3 Challenges and Applications for Review shall be forwarded to the addresses indicated in the BDS;

4. Fraud and 4.1 It is the policy of the Government of the Republic of Mauritius to

4

Section I Instructions to Bidders

Corruption require Public Bodies, as well as bidders, suppliers, and contractors and their agents (whether declared or not), personnel, subcontractors, sub-consultants, service providers and suppliers, observe the highest standard of ethics during the procurement and execution of contracts. 1 In pursuance of this policy, the Government of the Republic of Mauritius:

(a)defines, for the purposes of this provision, the terms set forth below as follows:

(i) “corrupt practice” is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party2;

(ii) “fraudulent practice” is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation; 3

(iii) “collusive practice” is an arrangement between two or more parties4 designed to achieve an improper purpose, including to influence improperly the actions of another party;

(iv) “coercive practice” is impairing or harming, or threatening to impair or harm, directly or indirectly, any party5 or the property of the party to influence improperly the actions of a party;

(v) “obstructive practice” is

(aa) deliberately destroying, falCIFying, altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede the Purchaser’s investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any

1 In this context, any action taken by a bidder, supplier, contractor, or any of its personnel, agents, sub-consultants, sub-contractors, service providers, suppliers and/or their employees to influence the procurement process or contract execution for undue advantage is improper.

2 “Another party” refers to a public official acting in relation to the procurement process or contract execution. In this context, “public official” includes Purchaser’s staff and employees of other organizations taking or reviewing procurement decisions.

3 “Party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process or contract execution; and the “act or omission” is intended to influence the procurement process or contract execution.

4 “Parties” refers to participants in the procurement process (including public officials) attempting to establish bid prices at artificial, noncompetitive levels.

5 “Party” refers to a participant in the procurement process or contract execution.

5

Section I Instructions to Bidders

party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation, or

(bb) acts intended to materially impede the exercise of the Purchaser’s inspection and audit rights provided for under sub-clause 4.2 below.

(b) will reject a proposal for award if it determines that the Bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for the contract in question; and

(c) will sanction a firm or an individual, at any time, in accordance with prevailing legislations, including by publicly declaring such firm or individual ineligible, for a stated period of time: (i) to be awarded a public contract; and (ii) to be a nominatedb sub-contractor, consultant, manufacturer or supplier, or service provider of an otherwise eligible firm being awarded a public contract.

4.2 In further pursuance of this policy, Bidders shall permit the Purchaser to inspect any accounts and records and other documents relating to the Bid submission and contract performance, and to have them audited by auditors appointed by the Purchaser.

4.3 Furthermore, bidders shall be aware of the provision in Clauses 3.1 and 35.1 (a) of the General Conditions of Contract.

4.4 Bidders, suppliers and public officials shall also be aware of the provisions stated in sections 51 and 52 of the Public Procurement Act which can be consulted on the website of the Procurement Policy Office (PPO) : http://ppo.gov.mu.

5. Eligible Bidders 5.1 (a) Subject to ITB 5.4, A Bidder, and all parties constituting the Bidder, may have the nationality of any country. A Bidder shall be deemed to have the nationality of a country if the Bidder is a citizen or is constituted, incorporated, or registered and operates in conformity with the provisions of the laws of that country. This criterion shall also apply to the determination of the

bb A nominated sub-contractor, consultant, manufacturer or supplier, or service provider (different names are used depending on the particular bidding document) is one which either has been: (i) included by the bidder in its pre-qualification application or bid because it brings specific and critical experience and know-how that are accounted for in the evaluation of the bidder’s pre-qualification application or the bid; or (ii) appointed by the Purchaser.

6

Section I Instructions to Bidders

nationality of proposed subcontractors or suppliers for any part of the Contract including Related Services.

(b) A Bidder may be a natural person, private entity, government-owned entity (subject to ITB 5.5) or any combination of them with a formal intent to enter into an agreement or under an existing agreement in the form of a Joint Venture (JV). In the case of a JV:

(i) all parties to the JV shall be jointly and severally liable; and

(ii) a JV shall nominate a Representative who shall have the authority to conduct all businesses for and on behalf of any and all the parties of the JV during the bidding process and, in the event the JV is awarded the Contract, during contract execution.

5.2 A Bidder shall not have conflict of interest. All bidders found to have conflict of interest shall be disqualified. A Bidder may be considered to be in a conflict of interest with one or more parties in this bidding process if, including but not limited to:

(a) have controlling shareholders in common; or

(b) receive or have received any direct or indirect subsidy from any of them; or

(c) have the same legal representative for purposes of this Bid; or

(d) have a relationship with each other, directly or through common third parties, that puts them in a position to have access to information about or influence on the Bid of another Bidder, or influence the decisions of the Purchaser regarding this bidding process; or

(e) a Bidder participates in more than one bid in this bidding process. Participation by a Bidder in more than one Bid will result in the disqualification of all Bids in which it is involved. However, this does not limit the inclusion of the same subcontractor, not otherwise participating as a Bidder, in more than one bid; or

(f) a Bidder or any of its affiliates participated as a consultant in the preparation of the design or technical specifications of the goods and services that are the subject of the bid.

5.3 (a) A Bidder that is under a declaration of ineligibility by the

7

Section I Instructions to Bidders

Government of Mauritius in accordance with applicable laws at the date of the deadline for bid submission or thereafter, shall be disqualified.

(b)Bids from suppliers appearing on the ineligibility lists of African Development Bank, Asian Development Bank, European Bank for Reconstruction and Development, Inter-American Development Bank Group and World Bank Group shall be rejected.

Links for checking the ineligibility lists are available on the PPO’s website: http://ppo.gov.mu.

5.4 A firm shall be excluded if by an act of compliance with a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, Mauritius prohibits any import of goods or contracting of Works or services from a country where it is based or any payment to persons or entities in that country.

5.5 Government-owned enterprises in the Republic of Mauritius shall be eligible only if they can establish that they:

(i) are legally and financially autonomous;

(ii) operate under commercial law, and

(iii) are not a dependent agency of the Purchaser.

5.6 Bidders shall provide such evidence of their continued eligibility satisfactory to the Purchaser, as the Purchaser shall reasonably request.

6. Eligible Goods and Related Services

6.1 All the Goods and Related Services to be supplied under the Contract may have their origin in any country subject to ITB 5.3 and 5.4.

6.2 For purposes of this Clause, the term “goods” includes commodities, raw material, machinery, equipment, industrial plants and “related services” which include services such as insurance, installation, training, and initial maintenance.

6.3 The term “origin” means the country where the goods have been mined, grown, cultivated, produced, manufactured or processed; or, through manufacture, processing, or assembly, another commercially recognized article results that differs substantially

8

Section I Instructions to Bidders

in its basic characteristics from its components.

B. Contents of Bidding Documents

7. Sections of Bidding Documents

7.1 The Bidding Documents consist of Parts 1, 2, and 3, which include all the Sections indicated below, and shall be read in conjunction with any Addendum issued in accordance with ITB Clause 9.

PART 1 Bidding Procedures

Section I. Instructions to Bidders (ITB)

Section II. Bidding Data Sheet (BDS)

Section III. Evaluation and Qualification Criteria

Section IV. Bidding Forms

PART 2 Supply Requirements

Section V. Schedule of Requirements

PART 3 Contract

Section VI. General Conditions of Contract (GCC)

Section VII. Special Conditions of Contract (SCC)

Section VIII. Contract Forms

7.2 The Invitation for Bids issued by the Purchaser is not part of the Bidding Documents.

7.3 The Purchaser is not responsible for the completeness of the Bidding Documents and their addendum, if they were not obtained directly from the Purchaser.

7.4 The Bidder is expected to examine all instructions, forms, terms, and specifications in the Bidding Documents. Failure to furnish all information or documentation required by the Bidding Documents may result in the rejection of the bid.

8. Clarification of Bidding Documents

8.1 A prospective Bidder requiring any clarification of the Bidding Documents shall contact the Purchaser in writing at the Purchaser’s address specified in the BDS. The Purchaser will respond in writing to any request for clarification, provided that such request is received no later than the number of days, specified in the BDS, prior to the deadline set for submission of

9

Section I Instructions to Bidders

bids. The Purchaser shall forward copies of its response to all those who have acquired the Bidding Documents directly from it, including a description of the inquiry but without identifying its source. Shall the Purchaser deem it necessary to amend the Bidding Documents as a result of a clarification, it shall do so following the procedure under ITB Clause 9 and ITB Sub-Clause 25.2.

9. Amendment of Bidding Documents

9.1 At any time prior to the deadline for submission of bids, the Purchaser may amend the Bidding Documents by issuing addendum.

9.2 Any addendum issued shall be part of the Bidding Documents and shall be communicated in writing to all who have obtained the Bidding Documents directly from the Purchaser.

9.3 To give prospective Bidders reasonable time in which to take an addendum into account in preparing their bids, the Purchaser may, at its discretion, extend the deadline for the submission of bids, pursuant to ITB Sub-Clause 25.2

C. Preparation of Bids

10. Cost of Bidding 10.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Purchaser shall not be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

11. Language of Bid

11.1 The Bid, as well as all correspondences and documents relating to the bid exchanged by the Bidder and the Purchaser, shall be written in English. Supporting documents and printed literature that are part of the Bid may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Bid, such translation shall govern.

11.2 Notwithstanding the above, documents in French submitted with the bid may be accepted without translation.

12. Documents Comprising the Bid

12.1 The Bid shall comprise the following:

(a) the Bid Submission Form and the applicable Price Schedules, in accordance with ITB Clauses 13, 15, and 16;

(b) the Bid Security or Bid-Securing Declaration, in accordance with ITB Clause 22, if required;

10

Section I Instructions to Bidders

(c) written confirmation authorizing the signatory of the Bid to commit the Bidder, in accordance with ITB Clause 23.2;

(d) documentary evidence in accordance with ITB Clause 17 establishing the Bidder’s eligibility to bid;

(e) documentary evidence in accordance with ITB Clause 18, that the Goods and Related Services to be supplied by the Bidder are of eligible origin;

(f) documentary evidence in accordance with ITB Clauses 19 and 31, that the Goods and Related Services conform to the Bidding Documents;

(g) documentary evidence in accordance with ITB Clause 20 establishing the Bidder’s qualifications to perform the contract if its bid is accepted, and

(h) any other document required in the BDS.

13. Bid Submission Form and Price Schedules

13.1 The Bidder shall submit the Bid Submission Form using the form furnished in Section IV, Bidding Forms. This form must be completed without any alteration to its format, and no substitutes shall be accepted. All blank spaces shall be filled in with the information requested.

13.2 The Bidder shall submit the Price Schedules for Goods and Related Services, according to their origin as appropriate, using the forms furnished in Section IV, Bidding Forms

14. Alternative Bids 14.1 Unless otherwise specified in the BDS, alternative bids shall not be considered.

15. Bid Prices and Discounts

15.1 The prices and discounts quoted by the Bidder in the Bid Submission Form and in the Price Schedules, shall conform to the requirements specified below.

15.2 All lots and items must be listed and priced separately in the Price Schedules.

15.3 The price to be quoted in the Bid Submission Form shall be the total price of the bid, excluding any discount offered.

15.4 The Bidder shall quote any unconditional discount and indicate the method for their application in the Bid Submission Form.

15.5 The terms EXW, CIP, CIF and other similar terms shall be governed by the rules prescribed in the current edition of Incoterms, published by The International Chamber of Commerce, as specified in the BDS.

11

Section I Instructions to Bidders

15.6 Prices shall be quoted as specified in each Price Schedule included in Section IV, Bidding Forms. The disaggregation of price components is required solely for the purpose of facilitating the comparison of Bids by the Purchaser. This shall not in any way limit the Purchaser’s right to contract on any of the terms offered. In quoting prices, the Bidder shall be free to use transportation through the carriers registered in any eligible country. Similarly, the Bidder may obtain insurance services from any eligible country. Prices shall be entered in the following manner:

(a)For Goods offered from within Mauritius :

(i) the price of the goods quoted EXW (ex-works, ex-factory, ex warehouse, ex showroom, or off-the-shelf, as applicable), including all customs duties already paid or payable on the components and raw material used in the manufacture or assembly of goods quoted ex works or ex-factory, or on the previously imported goods of foreign origin quoted ex-warehouse, ex-showroom, or off-the-shelf;

(ii) VAT payable on the Goods if the Contract is awarded to the Bidder; and

(iii) the total price for the item.

(b) For Goods offered from outside Mauritius :

(i) the price of the goods quoted CIF (named port of destination), or CIP (named place of destination), in the Mauritius, as specified in the BDS;

(ii) the price of the goods quoted FOB port of shipment (or FCA, as the case may be), if specified in the BDS;

(iii) the total price for the item.

(c) For Related Services whenever such Related Services are specified in the Schedule of Requirements:

(i) the local currency cost component of each item comprising the Related Services; and

(ii) the foreign currency cost component of each item comprising the Related Services,

inclusive of custom duties and VAT, payable on the Related Services, if the Contract is awarded to the Bidder.

15.7 Prices quoted by the Bidder shall be fixed during the Bidder’s performance of the Contract and not subject to variation on any account in respect of changes in production cost, unless otherwise specified in the BDS. A Bid submitted with an adjustable price quotation in this respect shall be treated as non-responsive and shall be rejected, pursuant to ITB Clause 31. However, if in

12

Section I Instructions to Bidders

accordance with the BDS, prices quoted by the Bidder shall be subject to adjustment during the performance of the Contract, a bid submitted with a fixed price quotation shall not be rejected, but the price adjustment shall be treated as zero.

15.8 If so indicated in ITB Sub-Clause 1.1, bids are being invited for individual contracts (lots) or for any combination of contracts (packages). Unless otherwise indicated in the BDS, prices quoted shall correspond to 100 % of the items specified for each lot and to 100% of the quantities specified for each item of a lot. Bidders wishing to offer any price reduction (discount) for the award of more than one Contract shall specify the applicable price reduction in accordance with ITB Sub-Clause 15.4 provided the bids for all lots are submitted and opened at the same time.

16. Currencies of Bid

16.1 The Bidder shall quote in Mauritian Rupees the portion of the bid price that corresponds to expenditures incurred in Mauritian Rupees, unless otherwise specified in the BDS.

16.2 The Bidder may express the bid price in the currency of any eligible country. If the Bidder wishes to be paid in a combination of amounts in different currencies, it may quote its price accordingly but shall use no more than three currencies in addition to Mauritian Rupees.

16.3 Local Bidders shall quote only in Mauritian Rupees as specified in the BDS.

17. Documents Establishing the Eligibility of the Bidder

17.1 To establish their eligibility in accordance with ITB Clause 5, Bidders shall complete the Bid Submission Form, included in Section IV: Bidding Forms.

18. Documents Establishing the Eligibility of the Goods and Related Services

18.1 To establish the eligibility of the Goods and Related Services in accordance with ITB Clause 6, Bidders shall complete the country of origin declarations in the Price Schedule Forms, included in Section IV, Bidding Forms.

19. Documents Establishing the Conformity of the Goods and Related Services

19.1 To establish the conformity of the Goods and Related Services to the Bidding Documents, the Bidder shall furnish as part of its Bid the documentary evidence that the Goods conform to the technical specifications and standards specified in Section V, Schedule of Requirements.

19.2 The documentary evidence may be in the form of literature, drawings or data, and shall consist of a detailed item by item

13

Section I Instructions to Bidders

description of the essential technical and performance characteristics of the Goods and Related Services, demonstrating substantial responsiveness of the Goods and Related Services to the technical specification, and if applicable, a statement of deviations and exceptions to the provisions of the Schedule of Requirements.

19.3 The Bidder shall also furnish a list giving full particulars, including available sources and current prices of spare parts, special tools, etc., necessary for the proper and continuing functioning of the Goods during the period specified in the BDS following commencement of the use of the goods by the Purchaser.

19.4 Standards for workmanship, process, material, and equipment, as well as references to brand names or catalogue numbers specified by the Purchaser in the Schedule of Requirements, are intended to be descriptive only and not restrictive. The Bidder may offer other standards of quality, brand names, and/or catalogue numbers, provided that it demonstrates, to the Purchaser’s satisfaction, that the substitutions ensure substantial equivalence or are superior to those specified in the Schedule of Requirements.

20. Documents Establishing the Qualifications of the Bidder

20.1 The documentary evidence of the Bidder’s qualifications to perform the contract if its bid is accepted shall establish to the Purchaser’s satisfaction that:

(a) if required in the BDS, a Bidder that does not manufacture or produce the Goods it offers to supply shall submit the Manufacturer’s Authorization using the form included in Section IV, Bidding Forms, to demonstrate that it has been duly authorized by the manufacturer or producer of the Goods to supply these Goods in Mauritius;

(b) if required in the BDS, in case of a Bidder not doing business within Mauritius, the Bidder is or will be (if awarded the contract) represented by an Agent in Mauritius equipped and able to carry out the Supplier’s maintenance, repair and spare parts-stocking obligations prescribed in the Conditions of Contract and/or Technical Specifications; and

(c) the Bidder meets each of the qualification criterion specified in Section III, Evaluation and Qualification Criteria.

21. Period of 21.1 Bids shall remain valid for the period specified in the BDS after

14

Section I Instructions to Bidders

Validity of Bids the bid submission deadline date prescribed by the Purchaser. A bid valid for a shorter period shall be rejected by the Purchaser as non-responsive.

21.2 In exceptional circumstances, prior to the expiration of the bid validity period, the Purchaser may request bidders to extend the period of validity of their bids. The request and the responses shall be made in writing. If a Bid Security is requested in accordance with ITB Clause 22, it shall also be extended for a corresponding period. A Bidder may refuse the request without forfeiting its Bid Security. A Bidder granting the request shall not be required or permitted to modify its bid, except as provided in ITB Sub-Clause 21.3.

21.3 In the case of fixed price contracts, if the award is delayed by a period exceeding fifty-six (56) days beyond the expiry of the initial bid validity, the Contract price shall be adjusted as specified in the request for extension. Bid evaluation shall be based on the Bid Price without taking into consideration the above correction.

22. Bid Security 22.1 The Bidder shall either furnish as part of its bid, a Bid Security or subscribe to a Bid Securing Declaration in the Bid Submission Form as specified in the BDS.

22.2 The Bid Securing Declaration shall be in the form of a signed subscription in the Bid Submission Form.

22.3 The Bid Security shall be in the amount specified in the BDS and denominated in Mauritian Rupees or a freely convertible currency, and shall:

(a) be in the form of a bank guarantee from a reputable overseas bank, or

(b) be issued by a commercial bank operating in Mauritius.

(c) be substantially in accordance with the forms of Bid Security included in Section IV, Bidding Forms, or other form approved by the Purchaser prior to bid submission;

(d) be payable promptly upon written demand by the Purchaser in case the conditions listed in ITB Clause 22.6 are invoked;

(e) be submitted in its original form; copies will not be accepted;

(f) remain valid for a period of 30 days beyond the validity

15

Section I Instructions to Bidders

period of the bids, as extended, if applicable, in accordance with ITB Clause 21.2;

22.4 Any bid not accompanied by an enforceable and substantially compliant Bid Security or not containing a subscription to a Bid Securing Declaration in the Bid Submission Form, if required, in accordance with ITB 22.1, shall be rejected by the Purchaser as nonresponsive.

22.5 The Bid Security of unsuccessful Bidders shall be returned as promptly as possible upon the successful Bidder’s furnishing of the Performance Security pursuant to ITB Clause 45.

22.6 The Bid Security shall be forfeited or the Bid Securing Declaration executed:

(a) if a Bidder withdraws its bid during the period of bid validity specified by the Bidder on the Bid Submission Form, except as provided in ITB Sub-Clause 21.2; or

(b) if a Bidder refuses to accept a correction of an error appearing on the face of the Bid; or

(c) if the successful Bidder fails to: sign the Contract in accordance with ITB 44; or furnish a performance security in accordance with ITB 45;

22.7 The Bid Security or Bid- Securing Declaration of a Joint Venture (JV) must be in the name of the JV that submits the bid. If the JV has not been legally constituted at the time of bidding, the Bid Security or Bid-Securing Declaration shall be in the names of all future partners as named in the letter of intent mentioned in Section IV “Bidding Forms,” Bidder Information Form Item 7.

22.8 If a bid security is not required in the BDS, and

(a) if a Bidder withdraws its bid during the period of bid validity specified by the Bidder on the Letter of Bid Form, except as provided in ITB 20.2;

(b) if a Bidder refuses to accept a correction of an error appearing on the face of the Bid; or

(c) if the successful Bidder fails to: sign the Contract in accordance with ITB 43; or furnish a performance security in accordance with ITB 44.

The bidder may be disqualified by the Government of Mauritius to be awarded a contract by any Public Body for a period of time,

16

Section I Instructions to Bidders

if provided for in the BDS.

23. Format and Signing of Bid

23.1 The Bidder shall prepare one original of the documents comprising the bid as described in ITB Clause 12 and clearly mark it “ORIGINAL.” In addition, the Bidder shall submit copies of the bid, in the number specified in the BDS and clearly mark them “COPY.” In the event of any discrepancy between the original and the copies, the original shall prevail.

23.2 The original and all copies of the bid shall be typed or written in indelible ink and shall be signed by a person duly authorized to sign on behalf of the Bidder.

23.3 Any interlineation, erasure, or overwriting shall be valid only if it is signed or initialed by the person signing the Bid.

D. Submission and Opening of Bids

24. Submission, Sealing and Marking of Bids

24.1 Bidders may always submit their bids by mail or by hand. When so specified in the BDS, bidders shall have the option of submitting their bids electronically.

(a) Bidders submitting bids by mail or by hand, shall enclose the original and each copy of the Bid, including alternative bids, if permitted in accordance with ITB Clause 14, in separate sealed envelopes, duly marking the envelopes as “ORIGINAL” and “COPY.” These envelopes containing the original and the copies shall then be enclosed in one single envelope. The rest of the procedure shall be in accordance with ITB sub-Clauses 24.2 and 24.3.

(b) Bidders submitting bids electronically shall follow the electronic bid submission procedures specified in the BDS.

24.2 The inner and outer envelopes shall:

(a) bear the name and address of the Bidder;

(b) be addressed to the Purchaser in accordance with ITB Sub-Clause 25.1;

(c) bear the specific identification of this bidding process indicated in ITB 1.1 and any additional identification marks as specified in the BDS, and

(d) bear a warning not to open before the time and date for bid opening, in accordance with ITB Sub-Clause 28.1.

24.3 If all envelopes are not sealed and marked as required, the Purchaser will assume no responsibility for the misplacement or

17

Section I Instructions to Bidders

premature opening of the bid.

25. Deadline for Submission of Bids

25.1 Bids must be received by the Purchaser at the address and not later than the date and time specified in the BDS.

25.2 The Purchaser may, at its discretion, extend the deadline for the submission of bids by amending the Bidding Documents in accordance with ITB Clause 9, in which case all rights and obligations of the Purchaser and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.

26. Late Bids 26.1 The Purchaser shall not consider any bid that arrives after the deadline for submission of bids, in accordance with ITB Clause 25. Any bid received by the Purchaser after the deadline for submission of bids shall be declared late, rejected, and returned unopened to the Bidder.

27. Withdrawal, Substitution, and Modification of Bids

27.1 A Bidder may withdraw, substitute, or modify its Bid after it has been submitted by sending a written notice in accordance with ITB Clause 24, duly signed by an authorized representative, and shall include a copy of the authorization (the power of attorney) in accordance with ITB Sub-Clause 23.2, (except that no copies of the withdrawal notice are required). The corresponding substitution or modification of the bid must accompany the respective written notice. All notices must be:

(a) submitted in accordance with ITB Clauses 23 and 24 (except that withdrawal notices do not require copies), and in addition, the respective envelopes shall be clearly marked “WITHDRAWAL,” “SUBSTITUTION,” or “MODIFICATION;” and

(b) received by the Purchaser prior to the deadline prescribed for submission of bids, in accordance with ITB Clause 25.

27.2 Bids requested to be withdrawn in accordance with ITB Sub-Clause 27.1 shall be returned unopened to the Bidders.

27.3 No bid may be withdrawn, substituted, or modified in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder on the Bid Submission Form or any extension thereof.

28. Bid Opening 28.1 The Purchaser shall conduct the bid opening in the presence of the Bidders’ representatives who choose to attend at the address, date and time specified in the BDS. Any specific electronic bid opening procedures required if electronic bidding is permitted in accordance with ITB Sub-Clause 24.1 shall be as specified in

18

Section I Instructions to Bidders

the BDS.

28.2 First, envelopes marked “WITHDRAWAL” shall be opened and read out and the envelope with the corresponding bid shall not be opened, but returned to the Bidder. No bid withdrawal shall be permitted unless the corresponding withdrawal notice contains a valid authorization to request the withdrawal and is read out at bid opening. Next, envelopes marked “SUBSTITUTION” shall be opened and read out and exchanged with the corresponding Bid being substituted, and the substituted Bid shall not be opened, but returned to the Bidder. No Bid substitution shall be permitted unless the corresponding substitution notice contains a valid authorization to request the substitution and is read out at bid opening. Envelopes marked “MODIFICATION” shall be opened and read out with the corresponding Bid. No Bid modification shall be permitted unless the corresponding modification notice contains a valid authorization to request the modification and is read out at Bid opening. Only envelopes that are opened and read out at Bid opening shall be considered further.

28.3 All other envelopes shall be opened one at a time, reading out: the name of the Bidder; the Bid Price(s), including any discounts and alternative bids and indicating whether there is a modification; the presence of a bid security or the subscription with respect to the Bid Securing Declaration in the Bid Submission Form, if required; and any other details as the Purchaser may consider appropriate. Only discounts and alternative offers read out at bid opening shall be considered for evaluation. No bid shall be rejected at bid opening except for late bids, in accordance with ITB 26.1.

28.4 The Purchaser shall prepare a record of the Bid opening that shall include, as a minimum: the name of the Bidder and whether there is a withdrawal, substitution, or modification; the Bid Price, per lot if applicable, including any discounts, and alternative offers if they were permitted; and the presence or absence of a Bid Security, if one was required. The Bidders’ representatives who are present shall be requested to sign the record. The omission of a bidder’s signature on the record shall not invalidate the contents and the effect of the record. A copy of the record shall be distributed, upon request, to all Bidders who submitted bids in time; and posted on line when electronic bidding is permitted.

E. Evaluation and Comparison of Bids

29. Confidentiality 29.1 Information relating to the examination, evaluation, comparison,

19

Section I Instructions to Bidders

and post-qualification of bids, and recommendation of contract award, shall not be disclosed to bidders or any other persons not officially concerned with such process until publication of the Contract Award.

29.2 Any effort by a Bidder to influence the Purchaser in the examination, evaluation, comparison, and post-qualification of the bids or contract award decisions may result in the rejection of its Bid.

29.3 Notwithstanding ITB Sub-Clause 29.2, from the time of bid opening to the time of Contract Award, if any Bidder wishes to contact the Purchaser on any matter related to the bidding process, it shall do so in writing.

30. Clarification of Bids

30.1 To assist in the examination, evaluation, comparison and post-qualification of the bids, the Purchaser may, at its discretion, ask any Bidder for a clarification of its Bid. Any clarification submitted by a Bidder in respect to its Bid and that is not in response to a request by the Purchaser shall not be considered. The Purchaser’s request for clarification and the response shall be in writing. No change in the prices or substance of the Bid shall be sought, offered, or permitted, except to confirm the correction of arithmetic errors discovered by the Purchaser in the Evaluation of the bids, in accordance with ITB Clause 32.

31. Responsiveness of Bids

31.1 The Purchaser’s determination of a bid’s responsiveness is to be based on the contents of the bid itself.

31.2 A substantially responsive Bid is one that conforms to all the terms, conditions, and specifications of the Bidding Documents without material deviation, reservation, or omission. A material deviation, reservation, or omission is one that:

(a) affects in a substantial way the scope, quality, or performance of the Goods and Related Services specified in the Contract; or

(b) limits in a substantial way, inconsistent with the Bidding Documents, the Purchaser’s rights or the Bidder’s obligations under the Contract; or

(c) if rectified, would unfairly affect the competitive position of other bidders presenting substantially responsive bids.

31.3 If a bid is not substantially responsive to the Bidding Documents, it shall be rejected by the Purchaser and may not subsequently be made responsive by the Bidder by correction of the material deviation, reservation, or omission.

20

Section I Instructions to Bidders

32. Nonconformi-ties, Errors, and Omissions

32.1 Provided that a Bid is substantially responsive, the Purchaser may waive any non-conformities or omissions in the Bid that do not constitute a material deviation.

32.2 Provided that a bid is substantially responsive, the Purchaser may request the Bidder to submit the necessary information or documentation, within a reasonable period of time, or to rectify nonmaterial nonconformities or omissions in the bid relating to documentation requirements. Such omission shall not be related to any aspect of the price of the Bid. Failure of the Bidder to comply with the request may result in the rejection of its Bid.

32.3 Provided that the Bid is substantially responsive, the Purchaser shall correct arithmetical errors on the following basis:

(a) if there is a discrepancy between the unit price and the line item total that is obtained by multiplying the unit price by the quantity, the unit price shall prevail and the line item total shall be corrected, unless in the opinion of the Purchaser there is an obvious misplacement of the decimal point in the unit price, in which case the line item total as quoted shall govern and the unit price shall be corrected;

(b) if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and

(c) if there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to (a) and (b) above.

33. Preliminary Examination of Bids

33.1 The Purchaser shall examine the bids to confirm that all documents and technical documentation requested in ITB Clause 12 have been provided, and to determine the completeness of each document submitted.

33.2 The Purchaser shall confirm that the following documents and information have been provided in the Bid. If any of these documents or information is missing, the offer shall be rejected.

(a) Bid Submission Form, in accordance with ITB Sub-Clause 13.1;

(b) Price Schedules, in accordance with ITB Sub-Clause 13.2;

(c) Bid Security or Bid Securing Declaration, in accordance with ITB Clause 22, if applicable.

21

Section I Instructions to Bidders

34. Examination of Terms and Conditions; Technical Evaluation

34.1 The Purchaser shall examine the Bid to confirm that all terms and conditions specified in the GCC and the SCC have been accepted by the Bidder without any material deviation or reservation.

34.2 The Purchaser shall evaluate the technical aspects of the Bid submitted in accordance with ITB Clause 19, to confirm that all requirements specified in Section V, Schedule of Requirements of the Bidding Documents have been met without any material deviation or reservation.

34.3 If, after the examination of the terms and conditions and the technical evaluation, the Purchaser determines that the Bid is not substantially responsive in accordance with ITB Clause 31, it shall reject the Bid.

35. Conversion to Single Currency

35.1 For evaluation and comparison purposes, the Purchaser shall convert all bid prices expressed in amounts in various currencies into an amount in a single currency specified in the BDS, using the selling exchange rates established by Central Bank of Mauritius and on the date specified in the BDS.

36. Margin of Preference

36.1 Margin of preference shall not be a factor in bid evaluation, unless otherwise specified in the BDS.

37. Evaluation of Bids

37.1 The Purchaser shall evaluate each bid that has been determined, up to this stage of the evaluation, to be substantially responsive.

37.2 To evaluate a Bid, the Purchaser shall use only the factors, methodologies and criteria defined in ITB Clause 37. No other criteria or methodology shall be permitted.

37.3 To evaluate a Bid, the Purchaser shall consider the following:

(a) evaluation to be done for Items or Lots, as specified in the BDS; and the Bid Price as quoted in accordance with clause 15;

(b) price adjustment for correction of arithmetic errors in accordance with ITB Sub-Clause 32.3;

(c) price adjustment due to discounts offered in accordance with ITB Sub-Clause 15.4;

(d) adjustments due to the application of the evaluation criteria specified in the BDS from amongst those set out in Section III, Evaluation and Qualification Criteria;

(e) adjustments due to the application of a margin of

22

Section I Instructions to Bidders

preference, in accordance with ITB Clause 36 if applicable.

37.4 (a) The Purchaser’s evaluation of a bid will take into account:

(i) in the case of Goods offered from within Mauritius, all taxes but excluding VAT payable on the Goods if the Contract is awarded to the Bidder;

(ii) in the case of Goods offered from outside Mauritius, customs duties applicable in and payable on the Goods if the Contract is awarded to the Bidder; and

(iii) transport and other costs for the goods to reach its final destination.

(b) The Purchaser’s evaluation of a bid will not take into account any allowance for price adjustment during the period of performance of the Contract, if provided in the Bid.

37.5 The Purchaser’s evaluation of a bid may require the consideration of other factors, in addition to the Bid Price quoted in accordance with ITB Clause 15. These factors may be related to the characteristics, performance, and terms and conditions of purchase of the Goods and Related Services. The effect of the factors selected, if any, shall be expressed in monetary terms to facilitate comparison of bids, unless otherwise specified in Section III, Evaluation and Qualification Criteria. The factors, methodologies and criteria to be used shall be as specified in ITB 37.3 (d).

37.6 If so specified in the BDS, these Bidding Documents shall allow Bidders to quote separate prices for one or more lots, and shall allow the Purchaser to award one or multiple lots to more than one Bidder. The methodology of evaluation to determine the lowest-evaluated lot combinations, is specified in Section III, Evaluation and Qualification Criteria.

38. Comparison of Bids

38.1 The Purchaser shall compare all substantially responsive bids to determine the lowest-evaluated bid, in accordance with ITB Clause 37.

39. Post-qualifica-tion of the Bidder

39.1 The Purchaser shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated and substantially responsive bid is qualified to perform the Contract satisfactorily.

39.2 The determination shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to ITB Clause 20.

39.3 An affirmative determination shall be a prerequisite for award of the Contract to the Bidder. A negative determination shall result

23

Section I Instructions to Bidders

in disqualification of the bid, in which event the Purchaser shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily.

39.4 Notwithstanding anything stated above, the Purchaser reserves the right to assess the Bidder’s capabilities and capacity to execute the Contract satisfactorily before deciding on award.

40. Purchaser’s Right to Accept Any Bid, and to Reject Any or All Bids

40.1 The Purchaser reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to contract award, without thereby incurring any liability to Bidders.

F. Award of Contract

41. Award Criteria 41.1 The Purchaser shall award the Contract to the Bidder whose offer has been determined to be the lowest evaluated bid and is substantially responsive to the Bidding Documents, provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily.

42. Purchaser’s Right to Vary Quantities at Time of Award

42.1 At the time the Contract is awarded, the Purchaser reserves the right to increase or decrease the quantity of Goods and Related Services originally specified in Section V, Schedule of Requirements, provided this does not exceed the percentages specified in the BDS, and without any change in the unit prices or other terms and conditions of the bid and the Bidding Documents.

43. Notification of Award

43.1 Prior to the expiration of the period of bid validity, the Purchaser shall, for contract amount above the prescribed threshold, notify the selected bidder of the proposed award and accordingly notify unsuccessful bidders. Subject to Challenge and Appeal the Purchaser shall notify the selected Bidder, in writing, by a Letter of Acceptance for award of contract. The Letter of Acceptance shall specify the sum that the Purchaser will pay the Supplier in consideration of the execution and completion of the Contract (hereinafter and in the Conditions of Contract and Contract Forms called “the Contract Price”). Within seven days from the issue of Letter of Acceptance, the Purchaser shall publish on the Public Procurement Portal (http://publicprocurement.gov.mu) and the Purchaser’s website, the results of the Bidding Process identifying the bid and lot numbers and the following information:

(i) name of the successful Bidder, and the Price it offered, as

24

Section I Instructions to Bidders

well as the duration and summary scope of the contract awarded; and

(ii) an executive summary of the Bid Evaluation Report

43.2 Until a formal Contract is prepared and executed, the letter of Acceptance shall constitute a binding Contract.

44. Signing of Contract

44.1 Promptly after issue of letter of acceptance, the Purchaser shall send the successful Bidder the Agreement and the Special Conditions of Contract.

44.2 Within twenty-eight (28) days of receipt of the Agreement, the successful Bidder shall sign, date, and return it to the Purchaser.

44.3 Notwithstanding ITB 44.2 above, in case signing of the Contract Agreement is prevented by any export restrictions attributable to the Purchaser, to Mauritius, or to the use of the products/goods, systems or services to be supplied, where such export restrictions arise from trade regulations from a country supplying those products/goods, systems or services, the Bidder shall not be bound by its bid, always provided, however, that the Bidder can demonstrate to the satisfaction of the Purchaser that signing of the Contact Agreement has not been prevented by any lack of diligence on the part of the Bidder in completing any formalities, including applying for permits, authorizations and licenses necessary for the export of the products/goods, systems or services under the terms of the Contract.

45. Performance Security

45.1 Within twenty eight (28) days of the receipt of letter of Acceptance from the Purchaser, the successful Bidder, if required, shall furnish the Performance Security in accordance with the GCC, using for that purpose the Performance Security Form included in Section VIII Contract forms, or another Form acceptable to the Purchaser. The Purchaser shall promptly notify the name of the winning Bidder to each unsuccessful Bidder and discharge the Bid Securities of the unsuccessful bidders pursuant to ITB Sub-Clause 22.4.

45.2 Failure of the successful Bidder to submit the above-mentioned Performance Security or sign the Contract shall lead to the annulment of the award and forfeiture of the Bid Security or execution of the Bid-Securing Declaration. In that event the Purchaser may award the Contract to the next lowest evaluated Bidder, whose offer is substantially responsive and is determined by the Purchaser to be qualified to perform the Contract

25

Section I Instructions to Bidders

satisfactorily.

46. Debriefing 46.1 The Purchaser shall promptly attend to all debriefing for the contract made in writing and within 30 days from the date of the publication of the award or date the unsuccessful bidders are informed about the award, whichever is the case by following regulation 9 of the Public Procurement Regulations 2008 as amended.

26

27

Section II. Bidding Data Sheet (BDS)The following specific data for the goods to be procured shall complement, supplement, or amend the provisions in the Instructions to Bidders (ITB). Whenever there is a conflict, the provisions herein shall prevail over those in ITB.

[Instructions for completing the Bid Data Sheet are provided, as needed, in the notes in italics mentioned for the relevant ITB Clauses.]

ITB Clause Reference

A. General

ITB 1.1 The Purchaser is: Mauritius Police Force

ITB 1.1 The name and identification number of the Procurement are:

Supply, Installation, Testing and Commissioning of CCTV Street Surveillance System at Beau Bassin, Rose Hill and Extension of Quatre Bornes on a complete system – CPB/11/2013

The Invitation for Bids has been issued through an Open Advertised Bidding (International) bidding procedure.

ITB 1.1 The name of the Project is: Supply, Installation, Testing and Commissioning of CCTV Street Surveillance System at Beau Bassin, Rose Hill and Extension of Quatre Bornes on a complete system – CPB/11/2013

ITB 3.3 (a) The address to file challenge in respect of this procurement is

The Commissioner of Police, Line Barracks, Port Louis Tel: 208 7020 Fax: 211 9116

(b) The address to file application for review is:

Independent Review Panel,First Floor, Stratton Court, Poudrière Street, Port Louis

Tel : 212 3065 Fax : 212 4404

ITB 5.3 A list of firms debarred from participating in Public Procurement in Mauritius is available at ppo.gov.mu.

A list of firms debarred by World Bank is available at http://www.worldbank.org/debarr.

28 Section II Bid Data Sheet

B. Contents of Bidding Documents

ITB 8.1 For C larification of Bid Purposes Only , the Purchaser’s address is:

Attention: Secretary, Police Tender Committee,

Address: Police Headquarters, Line Barracks,

City: Port Louis

Country: Mauritius

Telephone: (230) 208 7020, 212 8499

Facsimile number: (230) 211 9116

Electronic mail address: [email protected]

ITB 8.1 Request for Clarification shall reach the Purchaser not later than21 (twenty one) days, prior to the closing date for submission of bids.

The purchaser will reply to request for clarification at latest seven (7) days prior to the deadline for submission of bids.

Queries received after the specified date will not be considered.

Pre-bid Meeting:A pre-bid meeting will be held at Police Headquarters Conference Room, Line Barracks, Port Louis on Friday 10 th May 2013 at 10.30 hours .For any queries, please contact the Officer in Charge of Police Tender Unit on

Tel: 208 7020 Fax: 211 9116

Section II Bid Data Sheet

C. Preparation of Bids

ITB 12.1 (c) (a)This authorization shall consist of written confirmation and shall be attached to the bid. It may include a delegation of power by resolution of the Board of a company or from the CEO, himself holding power from the Board or from a Director being a shareholder of a company or through a Power of Attorney.

(b)In the case of Bids submitted by an existing or intended JV an undertaking signed by all parties (i) stating that all parties shall be jointly and severally liable, if so required in accordance with ITB 5.1, and (ii) nominating a Representative who shall have the authority to conduct all business for and on behalf of any and all the parties of the JV during the bidding process and, in the event the JV is awarded the Contract, during contract execution.

Note: The power of Attorney or other written authorization to sign may be for a determined period or limited to a specific purpose.

ITB 12.1 (h) The Bidder shall submit the following additional documents in its bid:

(a) Certified copies of audited accounts for the last three (3) years

(b) Documentary evidence to demonstrate experience of bidder in execution of projects of similar nature. Documents evidencing successful completion of one (1) project involving a minimum of fifty (50) cameras for CCTV Street Surveillance, including copy of contract award and copy of all successful projects to clearly show: name of contractor, name of client, address, contract value and dates.

(c) Technical brochures and catalogues for all items quoted.

(d) Licenses and International Standard compliance certificates(e.g. CE, FCC, SAA,IEC and similar acceptable to MPF) required for the various items to be quoted.

(e) CV of key personnel to be involved in the project.

ITB 15.5 The Incoterms edition is: Incoterms 2010.

ITB 15.6 (b) (i) , (ii)

For Goods offered from outside Mauritius, the Bidder shall quote prices using the following Incoterms: Delivered Duty Paid (DDP) basis. The prices should be inclusive of all duties and taxes.

ITB 16.3 Local bidders shall quote only in Mauritian Rupees on a fixed price basis.

ITB 19.3 Period of time the Goods are expected to be functioning (for the purpose of spare parts): Minimum ten (10) years after successful system commissioning and acceptance.

ITB 20.1 (a) Manufacturer’s authorization is required.

29

30 Section II Bid Data Sheet

ITB 20.1 (b) After sales service is required for support and maintenance with parts, labour and transport of the equipment for minimum ten (10) years after successful system commissioning and acceptance

ITB 21.1 The bid validity period shall be 120 days from the date of submission deadline i.e. up to 17 October 2013.

ITB 22.1 Bid shall include a Bid Security (issued by bank) in the format specified in Section IV Bidding Forms.

ITB 22.3 The bid security must be from a commercial bank operating in Mauritius. The amount of the bid security shall be either MUR 1.5 Millions or USD 50,000 or EURO 37,500 or GBP 30,000 and shall remain valid up to 16 November 2013

ITB 23.1 In addition to the original of the bid, the number of copies is: Two (2) hard copies and one (1) soft copy. Bidders shall provide the original and copy of their bid in separate BINDERS with each set appropriately tabbed and identified with relevant headings.

D. Submission and Opening of Bids

ITB 24.1 Bidders shall not have the option of submitting their bids electronically.

ITB 24.2 (c) The inner and outer envelopes shall apart from the identification of the Bidding Process, bear the following additional identification marks: Not to be opened before 13.30 hours local time on closing date.

ITB 25.1 For bid submission purposes, the Purchaser’s address is:

Attention: The Chairman, Central Procurement Board

Address: Julius Nyerere Avenue, Rose Hill

Floor/ Room number: 1st Floor, Social Security House,

City: Rose Hill

Country: Mauritius

The deadline for the submission of bids is:

Date: Thursday 20 June 2013Time: up to 13:30 hrs (local time) at latest

ITB 28.1 The bid opening shall take place at: The Central Procurement Board

Street Address: Julius Nyerere Avenue, Rose Hill

Floor/ Room number: Conference Room, 1st Floor, Social Security House,

Section II Bid Data Sheet

City: Rose Hill

Country: Mauritius

Date: Thursday 20 June 2013Time: 14:00 hrs local time

E. Evaluation and Comparison of Bids

ITB 35.1 Bid prices expressed in different currencies shall be converted in: Mauritian RupeesThe source of exchange rate shall be: Bank selling telegraphic transfer rate of the Bank of Mauritius.

The date for the exchange rate shall be the closing date for submission of bids.

ITB 37.3(a) Evaluation will be done for the WHOLE system and bidders shall be required to quote for all items and sub items. The cost and maintenance charges for five (5) years after two (2) years warranty will be used to determine the lowest evaluated bidder, which should satisfy the technical specifications and post-qualification requirements of the evaluation criteria.

ITB 37.3(d) The adjustments shall be determined using the following criteria, from amongst those set out in Section III, Evaluation and Qualification Criteria:

(a) deviation in Delivery schedule: No

(b) deviation in payment schedule: No

(c) the cost of major replacement components, mandatory spare parts, and service: No

(d) the availability in Mauritius of spare parts and after-sales services for the equipment offered in the bid: No

(e) the projected operating and maintenance costs during the life of the equipment: No, subject to ITB 37.3(a)

(f) the performance and productivity of the equipment offered: No

(g) Specific Additional Criteria: No

ITB 37.6 Bidders shall quote for the WHOLE system.

F. Award of Contract

ITB 42.1 The maximum percentage by which quantities may be increased or decreased is: 10 %

31

32 Section II Bid Data Sheet

33

Section III. Evaluation and Qualification Criteria

This Section complements the Instructions to Bidders. It contains the criteria that the Purchaser may use to evaluate a bid and determine whether a Bidder has the required qualifications. No other criteria shall be used.

[The Purchaser shall select the criteria deemed appropriate for the procurement process, insert the appropriate wording using the samples referred to in this section or other acceptable wording, and delete the text in italics]

Contents1. Evaluation Criteria (ITB 37.3 (d))

2. Multiple Contracts (ITB 37.6)

3. Post qualification Requirements (ITB 39.2)

34 Section III. Evaluation Criteria

1. Evaluation Criteria (ITB 37.3 (d))

The Purchaser’s evaluation of a bid may take into account, in addition to the Bid Price quoted in accordance with ITB Clause 15.6, one or more of the following factors as specified in ITB Sub-Clause 37.3(d) and in BDS referring to ITB 37.3(d), using the following criteria and methodologies.

(a) Delivery schedule. (as per Incoterms specified in the BDS)

The Goods specified in the List of Goods are required to be delivered within the acceptable time range (after the earliest and before the final date, both dates inclusive) specified in Section VI, Delivery Schedule. No credit will be given to deliveries before the earliest date, and bids offering delivery after the final date shall be treated as non responsive. Within this acceptable period, an adjustment, as specified in BDS Sub-Clause 37.3(d), will be added, for evaluation purposes only, to the bid price of bids offering deliveries later than the “Earliest Delivery Date” specified in Section VI , Delivery Schedule.

(b) Deviation in payment schedule.

Bidders shall state their bid price for the payment schedule outlined in the SCC. Bids shall be evaluated on the basis of this base price. Bidders are, however, permitted to state an alternative payment schedule and indicate the reduction in bid price they wish to offer for such alternative payment schedule. The Purchaser may consider the alternative payment schedule and the reduced bid price offered by the Bidder selected on the basis of the base price for the payment schedule outlined in the SCC.

(c) Cost of major replacement components, mandatory spare parts, and service.

The list of items and quantities of major assemblies, components, and selected spare parts, likely to be required during the initial period of operation specified in the BDS Sub-Clause 19.3, is in the List of Goods. An adjustment equal to the total cost of these items, at the unit prices quoted in each bid, shall be added to the bid price, for evaluation purposes only.

(d) Availability in Mauritius of spare parts and after sales services for equipment offered in the bid.

An adjustment equal to the cost to the Purchaser of establishing the minimum service facilities and parts inventories, as outlined in BDS Sub-Clause 37.3(d), if quoted separately, shall be added to the bid price, for evaluation purposes only.

(e) Projected operating and maintenance costs. REFER TO ITB 37.3 (A)

An adjustment to take into account the operating and maintenance costs of the Goods will be added to the bid price, for evaluation purposes only, if specified in

Section III. Evaluation Criteria 35

BDS Sub-Clause 37.3(d). The adjustment will be evaluated in accordance with the methodology specified in the BDS Sub-Clause 37.3(d).

(f) Performance and productivity of the equipment.(Not Applicable)

(i) An adjustment representing the capitalized cost of additional operating costs over the life of the plant will be added to the bid price for evaluation purposes if specified in the BDS Sub-Clause 37.3(d). The adjustment will be evaluated based on the drop in the guaranteed performance or efficiency offered in the bid below the norm of 100, using the methodology specified in BDS Sub-Clause 37.3(d).

(g) Specific additional criteria

2. Multiple Contracts (ITB 37.6) NOT APPLICABLE

The Purchaser shall award multiple contracts to the Bidder that offers the lowest evaluated combination of bids (one contract per bid) and meets the post-qualification criteria (Section III, Sub-Section ITB 39.2 Post-Qualification Requirements)

The Purchaser shall:

(a) evaluate only lots or contracts that include at least the percentages of items per lot and quantity per item as specified in ITB Sub Clause 15.8

(b) take into account:

(i) the lowest-evaluated bid for each lot and

(ii) the price reduction per lot and the methodology for its application as offered by the Bidder in its bid.

3. Post-qualification Requirements (ITB 39.2)

After determining the lowest-evaluated bid in accordance with ITB Sub-Clause 38.1, the Purchaser shall carry out the post-qualification of the Bidder in accordance with ITB Clause 38, using only the requirements specified. Requirements not included in the text below shall not be used in the evaluation of the Bidder’s qualifications.

(a) Financial Capability

The Bidder shall have an average annual turnover of at least USD 1 Million or equivalent over last three (3) years

(b) Qualification requirements;

35

36 Section III. Evaluation Criteria

(i) The bidder/manufacturer must have at least five years of experience in manufacturing a similar type of good for which the Invitation of Bids is issued.

(ii) Where the bidder is a trader proposing goods duly authorised by the manufacturer and for which there is no requirement for local after sale service, the bidder shall have experience in handling orders of similar value and providing support back-up from manufacturers of the goods.

(iii) Five (5) years’ experience in CCTV Street Surveillance of similar nature and must have successfully completed at least one (1) project involving a minimum of fifty (50) CCTV Street Surveillance Cameras.

(c) Experience and Technical Capacity

The Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirement(s):

i. Team Leader/Project Manager

Graduate in Electronics or Networking or Information and Communication Technologies or any other acceptable qualification.

At least three years previous experience in managing, planning, designing and implementation projects of a similar nature and scale.

ii. Team Members

Diplomas in Electronics or Networking or Information and Communication Technologies or any other acceptable qualification.

At least three years previous experience in managing, planning, designing and implementation projects of a similar nature and scale.

(d) The Bidder shall furnish documentary evidence to demonstrate that the Goods it offers meet the following usage requirement:

Original Catalogue/Brochures for each and every electronic items quoted from Manufacturer.

37

Section IV. Bidding Forms

Table of Forms

Bidder Information Form.....................................................................................................39

Joint Venture Partner Information Form...........................................................................40

Bid Submission Form............................................................................................................41

Price Schedule : Goods Manufactured outside Mauritius to be imported.......................45

Price Schedule: Goods Manufactured outside Mauritius already imported...................46

Price Schedule : Goods Manufactured in Mauritius..........................................................47

Price and Completion Schedule - Related Services............................................................48

Bid Security (Bank Guarantee)............................................................................................49

Manufacturer’s Authorization.............................................................................................50

Cost Structure for Value Added Calculation per Product................................................51

38 Section IV. Bidding Forms

Bidder Information Form[The Bidder shall fill in this Form in accordance with the instructions indicated below. No alterations to its format shall be permitted and no substitutions shall be accepted.]

Date: [insert date (as day, month and year) of Bid Submission] Procurement No.: [insert reference number of bidding process]

Page ________ of_ ______ pages

1. Bidder’s Legal Name [insert Bidder’s legal name]

2. In case of JV, legal name of each party: [insert legal name of each party in JV]

3. Bidder’s actual or intended Country of Registration: [insert actual or intended Country of Registration]

4. Bidder’s Year of Registration: [insert Bidder’s year of registration]

5. Bidder’s Legal Address in Country of Registration: [insert Bidder’s legal address in country of registration]

6. Bidder’s Authorized Representative

Name: [insert Authorized Representative’s name]

Address: [insert Authorized Representative’s Address]

Telephone/Fax numbers: [insert Authorized Representative’s telephone/fax numbers]

Email Address: [insert Authorized Representative’s email address]

7. Attached are copies of original documents of: [check the box(es) of the attached original documents]

Articles of Incorporation or Registration of firm named in 1, above, in accordance with ITB Sub-Clauses 5.1 and 5.2.

In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB Sub-Clause 5.1.

In case of government owned entity from Mauritius, documents establishing legal and financial autonomy and compliance with commercial law, in accordance with ITB Sub-Clause 5.5.

Joint Venture Partner Information Form

Section IV. Bidding Forms 39

[The Bidder shall fill in this Form in accordance with the instructions indicated below].Date: [insert date (as day, month and year) of Bid Submission] Procurement No.: [insert reference number of bidding process]

1. Bidder’s Legal Name: [insert Bidder’s legal name]

2. JV’s Party legal name: [insert JV’s Party legal name]

3. JV’s Party Country of Registration: [insert JV’s Party country of registration]

4. JV’s Party Year of Registration: [insert JV’s Part year of registration]

5. JV’s Party Legal Address in Country of Registration: [insert JV’s Party legal address in country of registration]

6. JV’s Party Authorized Representative

Name: [insert name of JV’s Party authorized representative]

Address: [insert address of JV’s Party authorized representative]

Telephone/Fax numbers: [insert telephone/fax numbers of JV’s Party authorized representative]

Email Address: [insert email address of JV’s Party authorized representative]

7. Attached are copies of original documents of: [check the box(es) of the attached original documents]

Articles of Incorporation or Registration of firm named in 2, above, in accordance with ITB Sub-Clauses 4.1 and 4.2.

In case of government owned entity from Mauritius, documents establishing legal and financial autonomy and compliance with commercial law, in accordance with ITB Sub-Clause 5.5.

Bid Submission Form

39

40 Section IV. Bidding Forms

[The Bidder shall fill in this Form in accordance with the instructions indicated. No alterations to its format shall be permitted and no substitutions shall be accepted.]

Date: [insert date (as day, month and year) of Bid Submission] Procurement Ref. No.: [insert reference number of bidding process]

Alternative No.: [insert identification No if this is a Bid for an alternative]

To: [insert complete name of Purchaser]

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including Addenda No.: ______________[insert the number and issuing date of each Addendum];

(b) We offer to supply in conformity with the Bidding Documents and in accordance with the Delivery Schedules specified in the Schedule of Requirements the following Goods and Related Services _______________________ [insert a brief description of the Goods and Related Services];

(c) The total price of our Bid, excluding any discounts offered in item (d) below, is: ______________________________[insert the total bid price in words and figures, indicating the various amounts and the respective currencies];

(d) The discounts offered and the methodology for their application are:

Discounts. If our bid is accepted, the following discounts shall apply._______ [Specify in detail each discount offered and the specific item of the Schedule of Requirements to which it applies.]

Methodology of Application of the Discounts. The discounts shall be applied using the following method:__________ [Specify in detail the method that shall be used to apply the discounts];

(e) Our bid shall be valid for the period of time specified in ITB Sub-Clause 21.1, from the date fixed for the bid submission deadline in accordance with ITB Sub-Clause 25.1, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;

(f) If our bid is accepted, we undertake to obtain a Performance Security in accordance with ITB Clause 45 and GCC Clause 18 for the due performance of the Contract;

(g) We, including any subcontractors or suppliers for any part of the contract, have nationality from eligible countries________ [insert the nationality of the Bidder, including that of all parties that comprise the Bidder, if the Bidder is a JV, and the nationality each subcontractor and supplier]

Section IV. Bidding Forms 41

(h) We have no conflict of interest in accordance with ITB Sub-Clause 5.2;

(i) Our firm, its affiliates or subsidiaries—including any subcontractor or supplier for any part of the contract—have not been declared ineligible by an international financing agency such as the World Bank, African Development Bank or any other international agency or under the Laws of Mauritius or official regulations in accordance with ITB Sub-Clause 5.3;

(j) The following commissions, gratuities, or fees have been paid or are to be paid with respect to the bidding process or execution of the Contract: [insert complete name of each Recipient, its full address, the reason for which each commission or gratuity was paid is payable and the amount and currency of each such commission or gratuity]

Name of Recipient Address Reason Amount

(If none has been paid or is to be paid, indicate “none.”)

(k) We hereby confirm that we have read and understood the content of the Bid Securing Declaration attached herewith and subscribe fully to the terms and conditions contained therein, if required. We understand that non-compliance to the conditions mentioned may lead to disqualification.

(l) We understand that this bid, together with your written acceptance thereof included in your notification of award, shall constitute a binding contract between us, until a formal contract is prepared and executed.

(m) We understand that you are not bound to accept the lowest evaluated bid or any other bid that you may receive.

Signed:_______________ [insert signature of person whose name and capacity are shown] In the capacity of _______[insert legal capacity of person signing the Bid Submission Form] Name:____________ [insert complete name of person signing the Bid Submission Form]

Duly authorized to sign the bid for and on behalf of:_____ [insert complete name of Bidder]

Dated on ____________ day of __________________, _______ [insert date of signing]

Appendix to Bid Submission Form

41

42 Section IV. Bidding Forms

Bid Securing Declaration

By subscribing to the undertaking in respect of paragraph (k) of the Bid Submission Form:

I/We* accept that I/we* may be disqualified from bidding for any contract with any Public Body for the period of time that may be determined by the Procurement Policy Office under section 35 of the Public Procurement Act, if I am/we are* in breach of any obligation under the bid conditions, because I/we*:

(a) have modified or withdrawn my/our* Bid after the deadline for submission of bids during the period of bid validity specified by the Bidder in the Bid Submission Form; or

(b) have refused to accept a correction of an error appearing on the face of the Bid; or(c) having been notified of the acceptance of our Bid by the (insert name of public

body) during the period of bid validity, (i) have failed or refused to execute the Contract, if required, or (ii) have failed or refused to furnish the Performance Security, in accordance with the Instructions to Bidders.

I/We* understand this Bid Securing Declaration shall cease to be valid (a) in case I/we am/are the successful bidder, upon our receipt of copies of the contract signed by you and the Performance Security issued to you by me/us ; or (b) if I am/we are* not the successful Bidder, upon the earlier of (i) the receipt of your notification of the name of the successful Bidder; or (ii) thirty days after the expiration of the validity of my/our* Bid.

In case of a Joint Venture, all the partners of the Joint Venture shall be jointly and severally liable.

Section IV. Bidding Forms 43

Price Schedule Forms[The Bidder shall fill in these Price Schedule Forms in accordance with the instructions indicated. The list of line items in column 1 of the Price Schedules shall coincide with the List of Goods and Related Services specified by the Purchaser in the Schedule of Requirements.]

43

Section IV Bidding Forms 44

Price Schedule: Goods Manufactured outside Mauritius already imported

Bidder’s name and address: ………………………………………………..…………………………………… Prices to be in Mauritian Rupees

Date:_________________________

Procurement Ref No: ___________________

1 2 3 4 5 6 7 8 9 10Line Item

NDescription of Goodsand related services

Country of Origin

Delivery Quantity and

physical unit

Unit price including Custom Duties and Import Taxes paid,

Price per line item inclusive of Custom

Duties and Import Taxes paid, (col. 5x6)

Price per line item for inland transportation to convey the Goods

to their final destination

VAT payable per line item if Contract is awarded

Total Price per line item(Col. 7+ 8)

(DDP)

[insert number of the item]

[insert name of Goods]

[insert country of origin of the Good]

[insert no. of weeks]

[insert number of units to be supplied and name of the physical unit]

[insert unit price per unit]

[ insert price per line item inclusive of custom duties and import taxes]

[insert price per line item for inland transportation and other services required in the Mauritius]

[insert VAT and other taxes payable per item if Contract is awarded]

[insert total price per line item]

Total Bid Price

Prices are: fixed/adjustable to rate of exchange*.Rate of exchange: (insert base rate) Percentage of price adjustable to exchange rate: ( percentage of col.7)

Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [insert date]

*: delete as appropriate

Section IV Bidding Forms

Price Schedule : Goods Manufactured in Mauritius

45

46 Section IV Bidding Forms

Bidder’s name and address: ………………………………………………..…………………………………………….. Prices to be in Mauritian Rupees

Date:_________________________

Procurement Ref. No: ____________

1 2 3 4 5 6 7 8 9Line ItemN

Description of Goods and related services

Delivery Quantity and physical unit

Unit price EXW Total EXW price per line item

(Col. 45)

Price per line item for inland transportation to convey the Goods

to their final destination

VAT payable per line item if Contract is

awarded

Total Price per line item

(Col. 6+7)

Section IV Bidding Forms

[insert number of the item]

[insert name of Good] [insert no. of weeks] [insert number of units to be supplied and name of the physical unit]

[insert EXW unit price]

[insert total EXW price per line item]

[insert the corresponding price per line item]

[insert VAT payable per line item if Contract is awarded]

[insert total price per item]

Total Bid Price

Prices are: fixed/adjustable to rate of exchange*.Rate of exchange: (insert base rate) Percentage of price adjustable to exchange rate: ( percentage of col. 6)

Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [insert date]

*: delete as appropriate

47

Section IV Bidding Forms 48

Price and Completion Schedule - Related Services

Currencies in accordance with ITB Sub-Clause 15Date:_________________________Procurement Ref. No: ____________Alternative No: ________________Page N ______ of ______

1 2 3 4 5 6 7Service

NDescription of Services (excludes inland transportation and other services required in Mauritius to convey the

goods to their final destination)

Country of Origin

Delivery Date at place of Final destination

Quantity and physical unit Unit price Total Price per Service (Col. 5*6 or estimate)

[insert number of the Service ]

[insert name of Services] [insert country of origin of the Services]

[insert delivery date at place of final destination per Service]

[insert number of units to be supplied and name of the physical unit]

[insert unit price per item]

[insert total price per item]

Total Bid Price

Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [insert date]

Section IV Bidding Forms

PRICE SCHEDULE

Item No Item Country of Origin

Make and

Model

Quantity

Unit Cost in MRU

Including VAT

Total Cost in MRU

including VAT

Maintenance Charges(as per annex A incl. parts, spares, labour and transport) IN

MRU including VATYear 1 & Year 2 - Under Warranty

Yr 1

Yr 2

Yr 3

Yr4

Yr 5

Yr 6

Yr 7

1. PRE-UNIT FHD CAMERA SITEa. Full HD IP Fixed Camera (Outdoor

Type) + housing239

b. Full HD IP PTZ Camera (Outdoor Type) + housing

65

c. Full HD IP Fixed Camera (Indoor Type) 6d. Galvanized aesthetic CCTV Poles 12

e. Bracket and arm for all 310 cameras defined above

Lots

f. On-Site Video Storage Equipment with appropriate HDD for the 310 cameras

Lots

g. Switches for the outdoor equipment Lotsh. UPS for 310 cameras Lotsi. Breakers and Lightening Protection for

the outdoor equipmentLots

j. Outdoor CCTV Cabinets Box for the 310 cameras

Lots

k. Earthing of equipment at all 310 camera Lots

49

50 Section IV Bidding Forms

Item No Item Country of Origin

Make and

Model

Quantity

Unit Cost in MRU

Including VAT

Total Cost in MRU

including VAT

Maintenance Charges(as per annex A incl. parts, spares, labour and transport) IN

MRU including VATYear 1 & Year 2 - Under Warranty

Yr 1

Yr 2

Yr 3

Yr4

Yr 5

Yr 6

Yr 7

sitesl. Cabling and wiring for the 310 cameras Lotsm. Any works/items/equipment deemed

necessary for the completion of the sitesLots

SUB-TOTAL PRE-UNIT FHD CAMERA SITE

2.a. Software for central management

platform for the 310 cameras with all licenses

Lots

b. Software for recording for the 310 cameras with all licenses

Lots

c. GIS software with all related licenses Lotsd. Software Analytics Module ( ALPR and

face recognition) for all 304 camerasLots

e. IPSAN for the whole system Lots

f. Rack mounted Servers with latest window server operating system including licenses for the whole system

Lots

g. Gigabyte Switches for the data center Lotsh. Monitor for servers with KVM switch Lots

Section IV Bidding Forms

Item No Item Country of Origin

Make and

Model

Quantity

Unit Cost in MRU

Including VAT

Total Cost in MRU

including VAT

Maintenance Charges(as per annex A incl. parts, spares, labour and transport) IN

MRU including VATYear 1 & Year 2 - Under Warranty

Yr 1

Yr 2

Yr 3

Yr4

Yr 5

Yr 6

Yr 7

for the data centre i. 42U Rack for Servers and storages Lotsj. Air conditioners 2k. Breakers and Lightening Protection Lotsl. BiometricAccessControlPad 1m. Earthing of all equipment in the data

centreLots

n. Civil/cabling/electrical works and decoration including electrical sockets and lightings

o. Local Cabling (power and UTP cable) and passive components connectors

Lots

p. UPS for the data centre Lotsq. Any works/items/equipment deemed

necessary for the completion of the site

SUB-TOTAL DATA CENTER 3.a. Complete set Workstation with all

appropriate viewing and monitoring software including OS

6

b. FHD Workstation Monitor 22’’ 12

51

52 Section IV Bidding Forms

Item No Item Country of Origin

Make and

Model

Quantity

Unit Cost in MRU

Including VAT

Total Cost in MRU

including VAT

Maintenance Charges(as per annex A incl. parts, spares, labour and transport) IN

MRU including VATYear 1 & Year 2 - Under Warranty

Yr 1

Yr 2

Yr 3

Yr4

Yr 5

Yr 6

Yr 7

c. Software for client for VMS , GIS , ALPR and others for the whole CCTV system

Lots

d. Network 3D Control Keyboard 4e. Gigabytes Switches Lots

f. FHD Virtual Matrix Lotsg. Printer/scanner 2h. Control Room Access Control 2

i. FHD wall ultra slim bezel monitors 65” 2

j. FHD wall ultra slim bezel monitors 46” 8k. Front monitor bay Lotsl. UPS Lotsm. Earthing of all equipment Lotsn. Civil/cabling/electrical works and

decoration including electrical sockets and lightings

Lots

o. Local Cabling (power and UTP cable), Lots

Section IV Bidding Forms

Item No Item Country of Origin

Make and

Model

Quantity

Unit Cost in MRU

Including VAT

Total Cost in MRU

including VAT

Maintenance Charges(as per annex A incl. parts, spares, labour and transport) IN

MRU including VATYear 1 & Year 2 - Under Warranty

Yr 1

Yr 2

Yr 3

Yr4

Yr 5

Yr 6

Yr 7

passive components connectors and others

p. Equipment racks Lotsq. Air conditioners 5r. Operators table Lotss. Executive Chairs 6t. Any works/items/equipment deemed

necessary for the completion of the siteLots

SUB TOTAL MAIN CONTROL ROOM4.a. Complete set Workstation with all

appropriate viewing and monitoring software including OS

2

b. FHD Workstation Monitor 22’’ 4c. Management Software for VMS , GIS ,

ALPR and othersLots

d. UPS Lotse. Gigabytes Switches Lotsf. Printer/scanner 2

53

54 Section IV Bidding Forms

Item No Item Country of Origin

Make and

Model

Quantity

Unit Cost in MRU

Including VAT

Total Cost in MRU

including VAT

Maintenance Charges(as per annex A incl. parts, spares, labour and transport) IN

MRU including VATYear 1 & Year 2 - Under Warranty

Yr 1

Yr 2

Yr 3

Yr4

Yr 5

Yr 6

Yr 7

g. FHD wall ultra slim Bezel monitors 46” 2h. Earthing of all equipment Lotsi. Civil/cabling/electrical works and

decoration including electrical sockets and lightings

j. Local Cabling (power and UTP cable) and passive components connectors. Lots

k. Tables Lots

l. Executive Chair 3

m. Any works/items/equipment deemed necessary for the completion of the site

SUB TOTAL SYSTEM ADMINISTRATOR OFFICE

5.

a. Gigabytes Switch

5

b. Equipment rack 5

Section IV Bidding Forms

Item No Item Country of Origin

Make and

Model

Quantity

Unit Cost in MRU

Including VAT

Total Cost in MRU

including VAT

Maintenance Charges(as per annex A incl. parts, spares, labour and transport) IN

MRU including VATYear 1 & Year 2 - Under Warranty

Yr 1

Yr 2

Yr 3

Yr4

Yr 5

Yr 6

Yr 7

c. UPS 5d. Complete set Workstation with all

appropriate viewing and monitoring software including OS

5

e. FHD Workstation Monitor 22’’ 10f. Software for client for VMS , GIS ,

ALPR , face recognition and others5

g. Earthing of all equipment Lotsh. Civil/cabling/electrical works and

decoration including electrical sockets and lightings

Lots

i. Local Cabling (power and UTP cable) and passive components connectors Lots

j. Operators table 5k. Executive chairs 5l. Any works/items/equipment deemed

necessary for the completion of the five sites

Lots

SUB TOTAL SUB CONTROL CENTERS

6.

55

56 Section IV Bidding Forms

Item No Item Country of Origin

Make and

Model

Quantity

Unit Cost in MRU

Including VAT

Total Cost in MRU

including VAT

Maintenance Charges(as per annex A incl. parts, spares, labour and transport) IN

MRU including VATYear 1 & Year 2 - Under Warranty

Yr 1

Yr 2

Yr 3

Yr4

Yr 5

Yr 6

Yr 7

a. Professional LAN cable testing equipment 3

b. Professional CCTV Laptop3

c. Professional Earth meter1

d. Professional Digital multi meter3

e. Professional Digital clamp multi meter for AC and DC 3

f. Professional Crimping tool for RJ 45 , RJ 11 and RJ 12 4

g. OTDR 1SUB TOTAL TESTING EQUIPMENT

7.a. System Managers & System

Administrators training Free of Charge

Free of Charge

b. Technician trainingFree of Charge

Free of Charge

c. Electrician trainingFree of Free of

Section IV Bidding Forms

Item No Item Country of Origin

Make and

Model

Quantity

Unit Cost in MRU

Including VAT

Total Cost in MRU

including VAT

Maintenance Charges(as per annex A incl. parts, spares, labour and transport) IN

MRU including VATYear 1 & Year 2 - Under Warranty

Yr 1

Yr 2

Yr 3

Yr4

Yr 5

Yr 6

Yr 7

Charge Charged. Operators training

Free of Charge

Free of Charge

e. Factory Acceptance Test Free of Charge

Free of Charge

SUB TOTAL TRAINING AND FATFree of Charge

Free of Charge

8.MAINTENANCE

a. As per MAINTENANCE AGREEMENT annex A

SUB TOTAL MAINTENANCE

Total Amount (incl. VAT) , MUR

57

58 Section IV Bidding Forms

Section IV Bidding Forms 59

Bid Security (Bank Guarantee)

...........................................[Bank’s Name and Address of issuing Branch or Office] ..................................................................

Beneficiary:.................................[Name and Address of Public Body]……….......................................

Date: ........................................................................................................................................

BID GUARANTEE No.: ............................................................................................................

We have been informed that ......................[name of the Bidder]……...... (hereinafter called "the Bidder") has submitted to you its bid dated ....................(hereinafter called "the Bid") for the execution of .............................[name of contract] ......................... under Invitation for Bids No..........................[IFB number] ….................. (“the IFB”).

Furthermore, we understand that, according to your conditions, bids must be supported by a Bid Security.

At the request of the Bidder, we ..................................[name of Bank ]...................... hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of ............................[amount in figures]…........................ .(..............amount in words...................) upon receipt by us of your first demand in writing accompanied by a written statement stating that the Bidder is in breach of its obligation(s) under the bid conditions, because the Bidder:

(a) has modified or withdrawn its Bid after the deadline for submission of its bid during the period of bid validity specified by the Bidder in the Form of Bid; or

(b) has refused to accept a correction of an error appearing on the face of the Bid; or

(c) having been notified of the acceptance of its Bid by the Public Body during the period of bid validity, (i) has failed or refused to sign the contract Form, if required, or (ii) has failed or refused to furnish the Performance Security, in accordance with the Instructions to Bidders.

This guarantee shall expire: (a) if the Bidder is the successful bidder, upon our receipt of copies of the contract signed by the Bidder and the Performance Security issued to you upon the instruction of the Bidder; or (b) if the Bidder is not the successful bidder, upon the earlier of (i) our receipt of a copy of your notification to the Bidder of the name of the successful bidder; or (ii) thirty days after the expiration of the Bidder’s Bid.

Consequently, any demand for payment under this guarantee must be received by us at the office on or before ........................................[Public Body to insert date].................................................

This Guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458. (Applicable to overseas bidders only).

.......................................................[Bank’s seal and authorized signature(s) ].....................................................

60 Section IV Bidding Forms

Section IV Bidding Forms

Manufacturer’s Authorization [The Bidder shall require the Manufacturer to fill in this Form in accordance with the instructions indicated. This letter of authorization shall be on the letterhead of the Manufacturer and shall be signed by a person with the proper authority to sign documents that are binding on the Manufacturer. The Bidder shall include it in its bid, if so indicated in the BDS.]

Date: [insert date (as day, month and year) of Bid Submission]Procurement Ref. No.: [insert number of bidding process]

Alternative No.: [insert identification No if this is a Bid for an alternative]

To: [insert complete name of Purchaser]

WHEREAS

We [insert complete name of Manufacturer], who are official manufacturers of [insert type of goods manufactured], having factories at [insert full address of Manufacturer’s factories], do hereby authorize [insert complete name of Bidder] to submit a bid the purpose of which is to provide the following Goods, manufactured by us [insert name and or brief description of the Goods], and to subsequently negotiate and sign the Contract.

We hereby extend our full guarantee and warranty in accordance with Clause 28 of the General Conditions of Contract, with respect to the Goods offered by the above firm.

Signed: [insert signature(s) of authorized representative(s) of the Manufacturer]

Name: [insert complete name(s) of authorized representative(s) of the Manufacturer]

Title: [insert title]

Duly authorized to sign this Authorization on behalf of: [insert complete name of Bidder]

Dated on ____________ day of __________________, _______ [insert date of signing]

61

Section V. Schedule of Requirements 62

PART 2 – Supply Requirements

Section V. Schedule of Requirements 63

Section V. Schedule of Requirements

Contents

1. List of Goods and Delivery Schedule.................................................................................55

2. List of Related Services and Completion Schedule .........................................................64

3. Technical Specifications....................................................................................................65

4. Drawings..........................................................................................................................300

5. Inspections and Tests.......................................................................................................301

64 Section IV Bidding Forms

Notes for Preparing the Schedule of Requirements

The Schedule of Requirements shall be included in the bidding documents by the Purchaser, and shall cover, at a minimum, a description of the goods and services to be supplied and the delivery schedule.

The objective of the Schedule of Requirements is to provide sufficient information to enable bidders to prepare their bids efficiently and accurately, in particular, the Price Schedule, for which a form is provided in Section IV. In addition, the Schedule of Requirements, together with the Price Schedule, shall serve as a basis in the event of quantity variation at the time of award of contract pursuant to ITB Clause 41.

The date or period for delivery shall be carefully specified, taking into account (a) the implications of delivery terms stipulated in the Instructions to Bidders pursuant to the Incoterms rules (i.e., EXW, or CIF, CIP, FOB, FCA terms—that “delivery” takes place when goods are delivered to the carriers), and (b) the date prescribed herein from which the Purchaser’s delivery obligations start (i.e., notice of award, contract signature, opening or confirmation of the letter of credit).

Section V. Schedule of Requirements 65

1. List of Goods and Delivery Schedule[The Purchaser shall fill in this table, with the exception of the column “Bidder’s offered Delivery date” to be filled by the Bidder]

Line Item No

Description of goods Quantity Physical Unit

Final Destination

(Project Site) as specified in

BDS

Earliest Delivery Date

Delivery (as per Intercoms) DateLate Delivery

DateBidder’s offered Delivery Date

[to be provided by the bidder]

Supply, Installation, Testing and Commissioning of CCTV Street

Surveillance System at Beau Bassin, Rose Hill and Extension

of Quatre Bornes

Beau Bassin, Rose Hill and Quatre Bornes

Within five months as from

the Letter of Acceptance

9. PRE-UNIT FHD CAMERA SITE “ “

n. Full HD IP Fixed Camera (Outdoor Type) + housing

239 Unit “ “

o. Full HD IP PTZ Camera (Outdoor Type) + housing

65 Unit “ “

p. Full HD IP Fixed Camera (Indoor Type)

6 Unit “ “

q. Galvanized aesthetic CCTV Poles 12 Unit “ “

r. Bracket and arm for all 310 cameras Lots “ “

66 Section IV Bidding Forms

Line Item No

Description of goods Quantity Physical Unit

Final Destination

(Project Site) as specified in

BDS

Earliest Delivery Date

Delivery (as per Intercoms) DateLate Delivery

DateBidder’s offered Delivery Date

[to be provided by the bidder]

defined above

s. On-Site Video Storage Equipment with appropriate HDD for the 310 cameras

Lots ““

t. Switches for the outdoor equipment Lots “ “

u. UPS for 310 cameras Lots “ “

v. Breakers and Lightening Protection for the outdoor equipment

Lots “ “

w. Outdoor CCTV Cabinets Box for the 310 cameras

Lots “ “

x. Earthing of equipment at all 310 camera sites

Lots “ “

y. Cabling and wiring for the 310 cameras

Lots “ “

z. Any works/items/equipment deemed necessary for the completion of the sites

“ “

Section IV Bidding Forms

Line Item No

Description of goods Quantity Physical Unit

Final Destination

(Project Site) as specified in

BDS

Earliest Delivery Date

Delivery (as per Intercoms) DateLate Delivery

DateBidder’s offered Delivery Date

[to be provided by the bidder]

10. DATA CENTER Line BarracksPort-Louis

r. Software for central management platform for the 310 cameras with all licenses

Lots “ “

s. Software for recording for the 310 cameras with all licenses

Lots “ “

t. GIS software with all related licenses Lots “ “u. Software Analytics Module ( ALPR,

face recognition and others) for all 304 cameras

Lots

“ “

v. IPSAN for the whole system Lots “ “

w. Rack mounted Servers with latest window server operating system including licenses for the whole

Lots “ “

67

68 Section IV Bidding Forms

Line Item No

Description of goods Quantity Physical Unit

Final Destination

(Project Site) as specified in

BDS

Earliest Delivery Date

Delivery (as per Intercoms) DateLate Delivery

DateBidder’s offered Delivery Date

[to be provided by the bidder]

system

x. Gigabyte Switches for the data center

Lots “ “

y. Monitor for servers with KVM switch for the data centre

Lots “ “

z. 42U Rack for Servers and storages Lots “ “

aa. Air conditioners 2 Unit “ “

bb. Breakers and Lightening Protection Lots “ “

cc. BiometricAccessControlPad 1Unit

“ “

dd. Earthing of all equipment in the data centre

Lots “ “

ee. Civil/cabling/electrical works and decoration including electrical sockets and lightings

ff. Local Cabling (power and UTP cable) and passive components connectors

Lots “ “

Section IV Bidding Forms

Line Item No

Description of goods Quantity Physical Unit

Final Destination

(Project Site) as specified in

BDS

Earliest Delivery Date

Delivery (as per Intercoms) DateLate Delivery

DateBidder’s offered Delivery Date

[to be provided by the bidder]

gg. UPS for the data centre Lots “ “

hh. Any works/items/equipment deemed necessary for the completion of the site

“ “

11. MAIN CONTROL ROOM Rose-Hill Police DHQ

u. Complete set Workstation with all appropriate viewing and monitoring software including OS

6 Unit “ “

v. FHD Workstation Monitor 22’’ 12 Unit “ “

w. Software for client for VMS , GIS , ALPR and others for the whole CCTV system

Lots “ “

x. Network 3D Control Keyboard 4 Unit “ “

y. Gigabytes Switches Lots “ “

z. FHD Virtual Matrix Lots “ “

69

70 Section IV Bidding Forms

Line Item No

Description of goods Quantity Physical Unit

Final Destination

(Project Site) as specified in

BDS

Earliest Delivery Date

Delivery (as per Intercoms) DateLate Delivery

DateBidder’s offered Delivery Date

[to be provided by the bidder]

aa. Printer/scanner 2 Unit “ “bb. Control Room Access Control 2 Unit “ “

cc. FHD wall ultra slim bezel monitors 65”

2 Unit “ “

dd. FHD wall ultra slim bezel monitors 46”

8 Unit “ “

ee. Front monitor bay Lots “ “

ff. UPS Lots “ “

gg. Earthing of all equipment Lots “ “hh. Civil/cabling/electrical works and

decoration including electrical sockets and lightings

“ “

ii. Local Cabling (power and UTP cable) and passive components connectors

Lots“ “

jj. Equipment racks Lots “ “

kk. Air conditioners 5 Unit “ “

Section IV Bidding Forms

Line Item No

Description of goods Quantity Physical Unit

Final Destination

(Project Site) as specified in

BDS

Earliest Delivery Date

Delivery (as per Intercoms) DateLate Delivery

DateBidder’s offered Delivery Date

[to be provided by the bidder]

ll. Operators table Lots “ “

mm. Executive Chairs 6Unit

“ “

nn. Any works/items/equipment deemed necessary for the completion of the site

“ “

12. SYSTEM ADMINISTRATOR OFFICE

Line BarracksPort-Louis

n. Complete set Workstation with all appropriate viewing and monitoring software including OS

2 Unit “ “

o. FHD Workstation Monitor 22’’ 4 Unit “ “

p. Management Software for VMS , GIS , ALPR and others.

Lots “ “

q. UPS Lots “ “

r. Gigabytes Switches Lots “ “

71

72 Section IV Bidding Forms

Line Item No

Description of goods Quantity Physical Unit

Final Destination

(Project Site) as specified in

BDS

Earliest Delivery Date

Delivery (as per Intercoms) DateLate Delivery

DateBidder’s offered Delivery Date

[to be provided by the bidder]

s. Printer/scanner 2 Unit “ “

t. FHD wall ultra slim bezel monitors 46”

2 Unit “ “

u. Earthing of all equipment Lots “ “

v. Civil/cabling/electrical works and decoration including electrical sockets and lightings

w. Local Cabling (power and UTP cable) and passive components connectors

Lots“ “

x. Tables Lots “ “

y. Executive Chair 3Unit

“ “

z. Any works/items/equipment deemed necessary for the completion of the site

“ “

Section IV Bidding Forms

Line Item No

Description of goods Quantity Physical Unit

Final Destination

(Project Site) as specified in

BDS

Earliest Delivery Date

Delivery (as per Intercoms) DateLate Delivery

DateBidder’s offered Delivery Date

[to be provided by the bidder]

13.

Sub control centers

Beau–Bassin, Barkly, Stanley, Quatre Bornes & Sodnac

m. Gigabytes Switch

5

Unit “ “

n. Equipment rack5

Unit

““

o. UPS 5 Unit “ “

p. Complete set Workstation with all appropriate viewing and monitoring software including OS

5

Unit “ “

q. FHD Workstation Monitor 22’’ 10 Unit “ “

r. Software for client for VMS , GIS , ALPR , face recognition and others 5

Unit “ “

s. Earthing of all equipment Lots “ “

73

74 Section IV Bidding Forms

Line Item No

Description of goods Quantity Physical Unit

Final Destination

(Project Site) as specified in

BDS

Earliest Delivery Date

Delivery (as per Intercoms) DateLate Delivery

DateBidder’s offered Delivery Date

[to be provided by the bidder]

t. Civil/cabling/electrical works and decoration including electrical sockets and lightings

“ “

u. Local Cabling (power and UTP cable) and passive components connectors

Lots“ “

v. Operators table 5 Unit “ “

w. Executive chairs 5 Unit “ “

x. Any works/items/equipment deemed necessary for the completion of the five sites

14. Testing equipment “ “

h. Professional LAN cable testing equipment 3 Unit

“ “

i. Professional CCTV Laptop3 Unit

“ “

j. Professional Earth meter1 Unit

“ “

k. Professional Digital multi meter3 Unit

“ “

Section IV Bidding Forms

Line Item No

Description of goods Quantity Physical Unit

Final Destination

(Project Site) as specified in

BDS

Earliest Delivery Date

Delivery (as per Intercoms) DateLate Delivery

DateBidder’s offered Delivery Date

[to be provided by the bidder]

l. Professional Digital clamp multi meter for AC and DC 3 Unit

“ “

m. Professional Crimping tool for RJ 45 , RJ 11 , RJ 12 etc… 4 Unit

“ “

n. OTDR1 Unit

75

Section V. Schedule of Requirements 76

2. List of Related Services and Completion Schedule [ This table shall be filled in by the Purchaser. The Required Completion Dates shall be realistic, and consistent with the required Goods Delivery Dates (as per Incoterms)]

Service Description of Service Quantity1 Physical Unit

Place where Services shall be performed

Final Completion Date(s) of Services

1. If applicable

Section V. Technical Requirements 77

3. Technical SpecificationsThe purpose of the Technical Specifications (TS), is to define the technical characteristics of the Goods and Related Services required by the Purchaser. The Purchaser shall prepare the detailed TS take into account that:

the TS constitute the benchmarks against which the Purchaser will verify the technical responsiveness of bids and subsequently evaluate the bids. Therefore, well-defined TS will facilitate preparation of responsive bids by bidders, as well as examination, evaluation, and comparison of the bids by the Purchaser;

the TS shall require that all goods and materials to be incorporated in the goods be new, unused, and of the most recent or current models, and that they incorporate all recent improvements in design and materials, unless provided for otherwise in the contract;

the TS shall make use of best practices. Samples of specifications from successful similar procurements in Mauritius or sector may provide a sound basis for drafting the TS;

the Purchaser encourages the use of metric units;

standardizing technical specifications may be advantageous, depending on the complexity of the goods and the repetitiveness of the type of procurement. Technical Specifications shall be broad enough to avoid restrictions on workmanship, materials, and equipment commonly used in manufacturing similar kinds of goods;

standards for equipment, materials, and workmanship specified in the Bidding Documents shall not be restrictive. Recognized international standards shall be specified as much as possible. Reference to brand names, catalogue numbers, or other details that limit any materials or items to a specific manufacturer shall be avoided as far as possible. Where unavoidable, such item description shall always be followed by the words “or substantially equivalent.” When other particular standards or codes of practice are referred to in the TS, whether from Mauritius or from other eligible countries, a statement shall follow other authoritative standards that ensure at least a substantially equal quality, then the standards mentioned in the TS will also be acceptable;

reference to brand names and catalogue numbers shall be avoided as far as possible; where unavoidable, the words “or at least equivalent” shall always follow such references;

technical Specifications shall be fully descriptive of the requirements in respect of, but not limited to, the following:

(a) standards of materials and workmanship required for the production and manufacturing of the Goods;

(b) detailed tests required (type and number);.

78 Section V. Technical Requirements

(c) other additional work and/or related services required to achieve full delivery/completion;

(d) detailed activities to be performed by the Supplier, and participation of the Purchaser thereon;

(e) list of detailed functional guarantees covered by the Warranty and the specification of the liquidated damages to be applied in the event that such guarantees are not met, and

the TS shall specify all essential technical and performance characteristics and requirements, including guaranteed or acceptable maximum or minimum values, as appropriate. Whenever necessary, the Purchaser shall include an additional ad-hoc bidding form (to be an Attachment to the Bid Submission Sheet) where the Bidder shall provide detailed information on such technical performance characteristics in respect to the corresponding acceptable or guaranteed values.

When the Purchaser requests that the Bidder provides in its bid a part of or all the Technical Specifications, technical schedules, or other technical information, the Purchaser shall specify in detail the nature and extent of the required information and the manner in which it has to be presented by the Bidder in its bid.

[If a summary of the Technical Specifications (TS) has to be provided, the Purchaser shall insert information in the table below. The Bidder shall prepare a similar table to justify compliance with the requirements]

“Summary of Technical Specifications. The Goods and Related Services shall comply with following Technical Specifications and Standards:

Item No Name of Goods or Related Service

Technical Specifications and Standards

[insert item No] [insert name] [insert TS and Standards]

Detailed Technical Specifications and Standards [whenever necessary].

[Insert detailed description of TS] __________________________________________________________________________________________________________________________________________________________________________________________________________”_]

2.0

Section V. Technical Requirements 79

1.

2.

3.

3.1BACKGROUND

A. THE MAURITIUS POLICE FORCEThe Mauritius Police Force (MPF) is the main law enforcement agency of Mauritius and is also responsible for state security. The duties of the MPF are prescribed under Section 9 of the Police Act and include, inter alia, preserving public peace, preventing and detecting offences, and apprehending persons who have committed or who are reasonably suspected of having committed offences in Mauritius, Rodrigues, the Outer Islands and within the maritime zones of Mauritius.The mission of the MPF is to faithfully execute and perform all duties related to the preservation of peace and the prevention and detection of offences and other duties as required by law without any favour, affection or ill-will.The MPF is committed to being compassionate, courteous and patient in the execution of its duties with due respect to the fundamental rights and freedom of the citizens of the State as enshrined in the Constitution of Mauritius.The vision of the MPF is to make the organisation strong, credible and capable of delivering an efficient and effective policing service to the Community thereby meeting public needs and expectations.

B. Business Objectives of the PurchaserWith the implementation of this project, the Mauritius Police Force will enhance its reactive capability and curb down crime rates through the CCTV Street Surveillance System. This will relieve police resources and enable a redeployment of such resources to areas where hitherto police visibility is meagre.

3.2 SCOPE

3.2.1 Scope of Work

The minimum specified scope of work to be undertaken by the bidder is to be performed as per the specifications and conditions mentioned in the different parts of this document. Any further amendments issued in this regard shall be executed during the contract period.

80 Section V. Technical Requirements

i. The scope of work shall include the execution of an IP FHD CCTV network based Street surveillance system and shall provide a mini turn-key solution for the entire sites and include any missing item(s) notwithstanding the detailed given in tender document for the successful end to end implementation.

ii. The System shall facilitate viewing of live and recorded images and controlling of all cameras by the authorized users. System shall provide inter-operability of hardware, Operating System, software, networking, printing, database connectivity, reporting, and communication protocols.

iii. The broad system architecture includes IP network connectivity to backbone of the network, IP CCTV surveillance equipment, Back-end equipment and field equipment.

iv. The system shall consist of the Supply, installation and commissioning of requisite hardware and software for the CCTV System

v. The Street surveillance system shall connect the CCTV Control centre, sub control centres and data centre with locations of respective areas mentioned in this tender document

vi. Bidder shall provide poles and fixtures required for location where poles are not available. All the fitting shall be under ground where ever possible.

vii. Earthing, Digging, Filling and ensuring to make the site to its original condition will be the responsibility of the bidder.

viii. Wherever there is a requirement for the trenching of the national highways or any roads for laying the cables, the permission of the concerned authority shall be obtained by the successful bidder. However, the MPF may provide all the support in getting the same from the concerned authorities.

ix. All the Cameras installed under this project shall be sending uninterrupted live Full HD video stream to the respective control room of the particular area. The system shall be capable of having a storage capacity of 40 days X 24 hours recording of at least 25fps at FHD at Data centre and on site level as specified in the tender document. The archiving policy shall be finalized by MPF with the successful bidder.

x. For the current phase, IP FHD PTZ Cameras, Fixed full high definition IP Cameras including the automatic licence Plate Reader (ALPR) function are required to be installed at locations (as per the drawings/locations) along with all the necessary components (Servers/Storage/Client workstations/VMS/cables/connectors etc.) to make a complete functional IP street surveillance CCTV system.

xi. This system shall allow for expansion of the FHD IP CCTV system in subsequent phases without requisite licenses.

Section V. Technical Requirements 81

xii. The bidder shall certify that the video so captured through the proposed system shall be accepted by the court of law as evidence. A certificate in this regard shall be submitted by the bidder.

xiii. The proposed system shall provide seamless integration and interoperability with other system already installed or proposed to be installed by the MPF.

xiv. The requirement mentioned in this tender document calls for a complete working system and not components thereof. Bids must be complete with all equipment and required accessories along with necessary power systems including standard Uninterrupted Power Supply for the entire equipment, video connectors, patch connectors, patch leads, mounting and fitting hardware, plugs, sockets and any hardware/software, etc. as required for complete installation of the System under this contract.

xv. The successful bidder is required to conduct a detail site survey and shall submit the project plan that shall include the following:

a. Site survey report, connectivity diagrams for all the sites. b. Document giving the details of methodology using the best practices of the industry

for the connectivity and optimized configuration for network devices to be installed and configured under this project as well as details about methodology to be used for Project Management, and Service Level Management.

xvi. The successful bidder is required to maintain the system throughout seven (7) years with two (2) years warranty. The maintenance shall include the parts, spares, labour and transport.

3.2.2 Scope of Supply

i. The bidder shall supply all hardware which includes connectivity equipment, IP CCTV system, ANPR hardware, servers, storage, control room equipment, work stations, projector etc and requisite software as per specifications & configurations.

ii. Further, the bidder must not bid/supply any equipment that is likely to be declared end of sale within two years from the date of supply. The successful bidder would be required to replace all such equipment with latest and at least of equivalent configuration. The successful bidder shall submit an undertaking from OEM in this regard to the tenderer.

iii. All the passive components need to be of the same make across the entire site to be connected under this RFP to ensure standardization and Certification from the manufacturers.

iv. The bidder shall be responsible for end-to-end implementation of connectivity of all the locations under this tender document and shall quote and provide/ supply any item(s) of latest make and model not included in the List of Goods, but required for successful implementation and commissioning of the system as well as its

82 Section V. Technical Requirements

management. For such item(s), which have not been quoted by the successful bidder in the bid, but are required for successful completion of the project, the tenderer shall not pay for the same.

v. The supply of all the installation material/accessories/ consumables necessary for the installation of the systems.

vi. The successful bidder shall provide patches and updates of OS free of cost for seven (7) years for the items quoted under this project.

3.2.3 Scope of installation, commissioning & system integration

i. The scope of installation, commissioning & system integration shall mean to install, configure and integrate the following (but not limited to), adhering to essential security measures. a) Carry out installation of all the equipment and accessories supplied as per

standards for successful integration and implementation of the systems at each location in the respective area under this tender document.

b) Configuring and fine-tuning of subsystems to achieve overall optimal CCTV network performance and highest security.

c) The components to be installed and configured shall include but not limited to:

Network components connectivity Erection of mast/poles Video Surveillance Systems PTZ cameras, Fixed cameras Network Video Management Hardware (Server) Storage hardware Computer hardware Software Automatic License Plate Recognition software Power Backup High Resolution screen to all the workstations in the respective control rooms. Power backup

d) All patches and updates shall be provided by the successful bidder during the warranty and maintenance period.

ii. Carrying out all general tests such as Power on test on delivery, installation and cabling checks to ensure correct connections, completeness of system documentation etc.

Section V. Technical Requirements 83

iii. The successful bidder shall not cause any damage to Government buildings/other premises/property, if any damage occurs, the successful bidder will perform restoration. Trenches, path/, etc. will be back-filled and restored to the original condition immediately after laying of the conduit/cable/erection of pole etc. The successful bidder if required shall also plug conduits and entrance holes with suitable sealing material, where the cable has been laid.

iv. The system shall be subjected to inspection at various stages. The successful bidder shall follow all Safety Regulations and Practices.

v. Bidders shall spell out various tests that are being proposed to be carried out for demonstrating the functionality of the solution.

3.2.4 Civil works:

A. Camera sites

i. The site for erecting new CCTV poles shall be provided by MPF ii. The bidder shall have to undertake the cabling, fixing/erection of poles etc. as per the

requirement. iii. Civil works including digging etc., if any, required for providing end to end

connectivity will be the responsibility of the successful bidder. iv. The bidder shall be responsible for restoring the areas to its original shape wherever,

the digging if any has been undertaken by him for end to end implementation of the system.

v. The bidder shall give the drawings of the proposed civil works in AutoCAD.

B. Data center and main control center

i. Site Preparation:

The Data Center and main control center area should be built as per the design layout with non-combustible material in equipment area as per the given specification and should provide an aesthetic, lasting and technically superior infrastructure.

ii. The scope of work shall include but not limited to the following:

Dismantling of existing partitions, other fixtures and allied items. Removing of existing electrical fixtures and allied items.

84 Section V. Technical Requirements

Related Civil / Masonry works for filling cable trenches, Flooring, wall opening / closing, door fixing and repairs if any to prepare the site for renovating.

Thermal Insulation of the server room floor. Raised flooring with suitable pedestal assembly. Metal perforated false ceiling with suitable assembly. Server room Partitioning, doors, visual glass windows Doors, Windows, Storage and Furniture as per the design Structured Cable Tray arrangement in all areas Fire rated Paint work inside the server room Other miscellaneous civil work, hardware as per site requirement

iii. Technical Description for Interior Works:

Dismantling: Removing of existing wall paneling, partitions, false ceiling, electrical

fixtures, any other unwanted items and carting away all debris from site and cleaning of site.

Removing existing selected Door frames with shutters from walls, including holdfasts and all other hardware and fittings and carting away all debris from site as directed.

Removing of old Window frames with shutters from walls, including holdfasts and all other hardware and fittings and carting away all debris from site as directed.

Removing of all existing Electrical Fittings including the cabling, wiring, panels, distribution boards and carting away all debris form site to the identified location.

Any other unwanted old materials / fixtures in the first floor area.

iv. Server Room:

Server room infrastructure should be of international standard for the proposed works mentioned in this tender. All infrastructure materials used for server room site preparation and entire electrical / data cable works of the data center should be Non-combustible or Fire Retardant quality. In addition the server room partitioning walls from floor to ceiling and perimeter wall should be with the smooth surface finishing.

vi. Electrical works:

a) Electrical cabling up to the equipment rack shall be the responsibility of the bidder.

Section V. Technical Requirements 85

b)The bidder shall carry out installation and configuration of all the electrical components as per the standards.

viii. Project Management

a. The successful bidder will undertake to completely manage and maintain the said equipment/infrastructure installed and commissioned at these sites as mentioned in this tender document for a minimum period of seven (7) years after the commission date.

b. During the said period, the successful bidder will be responsible for the smooth working of the total system installed at the locations under this project and to ensure a minimum of 99.9% uptime.

3.2.5 Scope of Training

Training on how to operate the CCTV system shall be dispensed to personnel at each control centre and sub-control centres by the successful Bidder. At the end of the training period, the successful bidder will assess the trainee operators and issue a certificate to all trainees who have successfully completed the programme.

Training on how to manage the system shall also be dispensed to MPF personnel.

The bidder shall impart hand-outs on training with detailed course material on the installed equipment covering at least the following:-

a. Configuration and the operation of Networking Equipment, Cameras, ALPR software and other equipment etc. supplied under the project.

b. Introduction, configuration and operations of computers, servers, storage devices etc. c. Network video management software etc.d. Trouble shooting and preventive maintenancee. Report generation using VMS & video analyticalf. Archiving and analysis of the reports

The training shall be carried out for a period of at least one month as mentioned above for which the detailed training schedule along with the content of the training shall be submitted by the bidder. All the expenses towards training including related to travel, boarding, lodging of the trainees so deputed by the MPF shall be borne by the bidder.

86 Section V. Technical Requirements

3.2.6 Scope of Acceptance Testing

i. The acceptance tests for the sites shall be carried out in accordance to the methodology described in the tender document.

ii. The above said acceptance test shall be conducted at each location by a committee comprising of officers from MPF and any person and duly authorized by the tenderer.

iii. The MPF will prepare detailed Acceptance Testing Plan (ATP) including test parameters, commitments etc. which shall be acceptable to the successful bidder for each of the site components. The test parameters, commitments etc. as decided & approved by the MPF shall be final and binding on the successful bidder.

iv. The successful bidder shall ensure that the cabling and crimping/termination is done in accordance with the industry standards and supported by the Original Equipment Manufacturer (OEM) fully tested and certified for operations for a minimum period of 20 years.

v. All the functionality, features and configuration relevant to his project shall be documented and demonstrated by the successful bidder to the tenderer.

3.2.7 General

The technical specifications specified in this section are the minimum suggestive specifications.

i. The bidder can indicate missing components if any, that may be considered necessary in his bid to implement and operate the facility to meet the required objectives of the project as has been laid down in this document.

ii. The bidder will offer equipment that will best accommodate and meet the present and future requirements of the MPF.

iii. The equipment supplied shall tolerate Mauritian power and weather conditions. Furthermore, all equipment shall comply with the applicable power and safety rules.

iv. One set of service and operation/instruction manual is required to be supplied with each of the equipment.

v. The Bidder shall provide patches, updates and upgrades of all the supplied software free of cost for seven (7) years.

vi. All the equipment shall be new and of the prevailing/current standard production of the manufacturer at the time of the proposal and shall not bid/ supply any equipment that is likely to be declared end of sale with one year of the date of the supply of the said equipment.

vii. The bidder is required to supply the latest version of software, providing all the features enumerated in this specifications, at the time of award of contract. Equipment must be compatible with other Network vendor equipment (ONVIF).

Section V. Technical Requirements 87

The principal vendor of products/equipment supplied under this project shall have relevant quality certifications such as ISO 9001 and all the products shall be certified by the original manufacturers.

viii. Local cabling - Every connection to the local network shall be through Category 6 Unshielded Twisted Pair (UTP–CAT-6) (or better) and 100/1000 Mbps (or faster), but compatible with overall infrastructure. All cables shall be laid down within the conduit pipes (of 1.5 inch diameter or more as required) and the same shall be tightly clamped on the wall.

3.2.8 ARCHITECTURE

i. The bidder is required to offer the solution for surveillance based on GPON network which will be provided by an authorized service provider.

ii. IP FHD CCTV Surveillance equipment including High end Analytics, Edge devices, Control Room equipment shall be provided etc.

iii. Automatic Licence Plate Recognition System (ALPR) on FHD PTZ and FHD Fixed Cameras including state of the art software with OCR technology and multiple alert options shall be provided.

3.3 Function and Performance Requirements

3.3.1 Requirements to Be Met by the System

The bidder shall provide a high reliability, efficient, cost-effective CCTV street surveillance system and with full latest analytic features including Automatic License Plate Recognition (ALPR). This CCTV system shall be capable to evolve into future requirement and shall comprise for the provision of a fully functional integrated CCTV Surveillance system in accordance with the requirements of the Contract. Also, the system shall comprise of an aiding visual surveillance for:

Law and order Special event e.g. public gatherings, processions etc. Crime Control Traffic Control Incident management Disaster Response

The Bidder shall be responsible for co-ordination of the turn-key project, provision of cameras and accessories, detailed design of the system, commissioning, testing, and training of the MPF personnel for the system prior to implementation, routine and non-routine maintenance during the two years warranty period. The Optical Fibre transmission, GPON, shall be provided by an authorize service provider.

88 Section V. Technical Requirements

The Bidder shall be responsible for resolving all technical issues in order to deliver a fully compliant system to the satisfaction of the Mauritius Police Force (MPF). The MPF shall be provided with a quality system whose individual equipment components are integrated to deliver quality high performance (Full HD 25Fps@1080P) images both day and night on a 24 x 7 x 365 days basis. The Bidder shall pay full attention to the quality of each of the system components to deliver a reliable integrated solution which meets the performances required.

In order that the MPF may satisfy himself that images shall be of the appropriate quality, the Bidder shall, following submission of the Functional Specification for approval, provide a demonstration (FAT) of the performance of the CCTV systems in house followed by a live demonstration prior to start of works as per the conditions of contract.

The Bidder shall invest adequate time in undertaking his duties particularly in respect of testing and commissioning. Day and night tests shall be undertaken for each camera. The Bidder shall make all necessary adjustments to all components to ensure that the system meets the requirements of the MPF.

3.3.2 Functional Performance Requirements of the System The purpose of the system is that all individual components, items, materials and equipment specified by the MPF installed by the Bidder and forming part of the system provides continuous 24 hour semi-overt surveillance of the Beau-Bassin, R/Hill and Quatre-Bornes areas. The cameras are tasked to capture in accordance with the requirements, transmit in real time and record these on digital media and be available for selection by the operators at each user interface. All the video data shall be Full HD [email protected], the optical fibre backbone transmission system used in this particular CCTV project shall be provided by an authorize service provider. The authorize service provider shall offer a transmission network bandwidth of at least 6-10 Mbps per camera to meet the requirement of FHD camera.

3.3.3 Information Technology Issues and InitiativesThe Mauritius Police Force would be using a GPON for its backbone at the defined regions. As such, the proposed system shall be able to integrate with the GPON backbone network.

3.4 Technical Specifications

3.4.1 GENERAL TECHNICAL REQUIREMENTSA. SITE CONDITIONS

Section V. Technical Requirements 89

All equipment mounted outside together with its installation shall be designed to operate at the following conditions: architecture

Ambient Temperature : 100 C – 400 C Relative Humidity : 90 % Max. Cyclonic Winds : 200 km/h maximum gusts Environment : Maritime environment. Equipment to be

protected against salt air corrosion Direct sun Temperature : 300C – 700C

Bidders shall also check, on their own, the prevailing site environment and conditions during the site visits.

B. CAMERA LOCATIONS

The locations of the cameras have been defined in DRAWING section together with the address and spot marking. Most of the cameras shall be installed on pinpointed CEB or Municipal Council electric lighting poles. In places where these poles are not available, the bidder shall erect new poles as per DRAWING section.

The choice of camera locations has been determined in relation to high crime hot spots and risky areas. The camera shall be fixed in such a way to avoid any potential obstructions. If, for any reasons the location already determined is not suitable according to the Bidder, the latter shall propose other places which shall be agreed with the MPF during the presentation. In such case, the Bidder shall explain his disagreement prior to his proposal.

Cameras and subsidiary equipment mounted on poles shall be at heights mentioned below unless otherwise indicated. The Bidder shall be able to remotely configure the camera set up. All equipment including any device necessary to address the camera shall be provided.

It is strongly advisable for the Bidder to conduct a number of site visits before the crucial design stage.

Height of camera : 5.5 – 6.5 mHeight of Subsidiary camera equipment : 5 – 6 m

If, for any reasons the height range already determined is not suitable according to the Bidder, the latter shall propose other heights which shall be agreed with the MPF during the presentation. In such case, the Bidder shall explain his disagreement prior to his proposal.

C. CAMERASITE POWER SUPPLY

90 Section V. Technical Requirements

The Central Electricity Board shall be required to provide power supplies to all equipment including cameras from the nearest source available. Installation shall be in ducts or above ground depending on site conditions. Bidders shall be required to liaise with CEB prior to work on CEB poles. They shall abide to all power protection (RCD and isolator switch) as per CEB and Mauritian standards inside each camera cabinets prior to CEB power connection.

Contact Person CEB: Same will be communicated to you on pre-bid meeting.

D. ELECTRICITY DISTRIBUTION SOLUTIONThe Bidder shall be responsible for designing all electricity distribution of all IT and other equipment in (but not limited to) control room, Data Center, Sub control room etc. The Bidder shall submit the electricity distribution draft and circuit diagram for the approval by the Mauritius Police Force (MPF) prior to starting the work.

E. AESTHETIC CONSIDERATION

The Bidder shall provide a camera mounting and housing which is compact and as unobtrusive as possible within the constraints of the specifications. The Bidder shall keep all external wiring and interface enclosures to a minimum and as compact as possible. The laying of the Optical Fibre cable shall also be carried out as neatly as possible by using the appropriate clamps, brackets etc.

F. TRANSMISSION

The CCTV transmission Backbone shall be based on Gigabyte Passive Optical Network (GPON) technology. The GPON network shall be provided by an authorized service provider. The service provider shall offer a transmission network bandwidth of at least 8-10 Mbps per camera to meet the requirement of FHD camera.

Section V. Technical Requirements 91

3.4.2 CCTV SYSTEM ARCHITECTUREAccording to the deployment requirement and the real system requirement, the CCTV system provided by the Bidder shall be the architecture as following:

Figure 1 CCTV System Architecture

92 Section V. Technical Requirements

Figure 2: CCTV System Architecture for Port-Louis Data center and office

Figure 3: network topology of the CCTV System

Section V. Technical Requirements 93

Figure 4: Sub control centers

The CCTV System consists of the following subsystems (but not limited to):

A. Pre-Unit FHD camera site

The Pre-Unit FHD camera site collect the real time video, audio, alarm and other necessary information, and upload these information to the CCTV system platform. The Pre-Unit FHD camera site consists of the following equipment (but not limited to):

i) FHD IP Cameraii) On-site Video Storage Equipmentiii) Uninterruptible Power Supply (UPS)iv) GPON Optical Network Unit (ONU)v) Lightning Protection Equipmentvi) Polevii) Outdoor Cabinetviii)Camera Accessories(Housing, Bracket, Conduit)ix) Groundingx) Control centers

94 Section V. Technical Requirements

B. CCTV Central Management Platform

CCTV Central management platform shall be responsible for controlling and managing the whole CCTV system. Central Management Platform shall provide the following functions (but not limited to):

i) Central management of all function of the CCTV systemii) Provide the interface to integrate the necessary subsystem (e.g. GIS,

Intelligent Analysis System, etc,.) All the cameras shall be mimic on a detailed GIS(GIS mapping) and shall be clearly and carefully designed for ease of operation. The GIS shall have the following features:

Interactive and user friendly interface Place name searching map browsing layer controlling distance and area measuring crime editing crime querying crime thematic mapping location of cameras viewing the live images of the specific cameras on the top of the

map view historical videos Trace criminal’s acting tracks or area support GPS mapping Visualization of Police-related data in-order to help investigators to

identify trends and the variations of crimes, or evaluate the performance of different police stations via percentage, charts, heat maps(display crime intensity), etc…

iii) Manage, control and configure the Pre-Unit Camera Site equipment. iv) Manage control and configure the CCTV Management Platform equipmentv) Manage control and configure the Control Room equipmentvi) Network topology status monitoring and view managementvii) Alarm management (alarm information reporting, processing, query, and

statistics)viii)Performance data collection, analysis and reportix) Authority and security managementx) Logging Management

C. Video Distribution Processing SystemThe Video Distribution Processing System shall be under control of the CCTV Central Management Platform. The Video Distribution Processing System shall be responsible for receiving the real time data (such as video, audio, alarm, etc.) and then store these data at the Video Storage System. When the control room operator want to real time monitor the data, the Video Distribution Processing System shall forward the real time data to the control room equipment or retrieve the data which has already been stored at the Video Storage System to the control room equipment.

Section V. Technical Requirements 95

D. Video Storage SystemVideo Storage System shall provide a high reliability and performance storage capacity to store the real time video, audio, alarm and any other necessary data. The Video Storage System shall be an IPSAN system.

E. CCTV Control RoomThe CCTV Control Room shall be responsible for monitoring the real time video, audio and alarm information. The operator at the control room shall monitor the video image, go through the stored the video image, control and operate the whole system.

The CCTV Central Management Platform, Video Distribution Processing System and Video Storage System shall be designed by a Distribution Cloud Computing Architecture, and shall be installed at Port Louis Main Data Center. Also, the bidder shall provide the following functionality in the solution.

i. The video surveillance system shall provide a perfect remote disaster tolerance solution in the CCTV Central Management Platform layer. The active and standby platform synchronize data with each other in real-time, When an exception occurs on the active platform, the standby platform promptly takes over all services of the active platform. In this manner, the operation, administration, and maintenance of all service equipment, video client systems, and terminals are not interrupted upon the exception, which preventing the loss of data.

ii. The video surveillance system shall support mutual-backup among video distribution processing server in Video Distribution Processing System and Video Storage System layer. So, when a server or storage is down, the system shall ensure continuity on the application layer.

And there are one main control room with TV wall and workstation set at Rose Hill, sub control rooms with workstations set only at Quatre-Bornes, Sodnac, Barkly, Stanley and Beau-Bassin Police station , one monitor point for system administration at Line Barracks CCTV Office with workstation only.

The GPON network and Optical Fiber Network shall be provided by an authorized service provider. The service provider shall provide appropriate network bandwidth for the transmission of CCTV system.

4.

3.4.3 PRE-UNIT FHD CAMERA SITEA. CCTV full HD Network Cameras

96 Section V. Technical Requirements

The Bidder shall provide high performance, high end professional and mega pixel (FHD) colour cameras capable of delivering high picture quality. The cameras shall have high resolution, high sensitivity and be particularly suited to providing quality pictures in high contrast situations and in artificial lighting at night and low light conditions associated with the outdoor environment. Cameras shall also be capable of being addressed remotely to be able to set up and configure the camera. Cameras shall be of the same type throughout the whole scheme.

B. Performance of Network Cameras

The network cameras shall be Full High Definition (FHD) camera based on an open IP standard with megapixel features. They shall have an in-built compression chip adopting H.264 technology and include advanced video analytic features, such as motion detection and tampering alarm detecting if the camera has been moved, obscured, covered or spray painted.

Cameras shall meet the specification and in particular shall have sufficient power lens to deliver the size of objects required as indicated in figure 2. Varifocal lenses and auto iris shall be provided for fixed cameras for optimal performances.

Figure 2: PSDB

Section V. Technical Requirements 97

PTZ network cameras shall have a robust pan, tilt and zoom mechanism together with the technology defined above.

The Bidder shall be wholly responsible for delivering the quality and size of images required. Shall the system fail to deliver these requirements the Bidder shall rectify the matter at his own expense.

The Bidder shall ensure that all cameras and associated equipment are protected against lightning by adding protectors to end equipment.

3.4.3.1 Full HD 1080p IP CCTV SURVEILLANCE SYSTEM :

IP Video System Overview:

• Transmit and Receive H.264 Video and bi-directional Audio.

• Video and alarm management software under one single front end and shall be on open platform and shall be ONVIF compliance

• Support for multi user and multi user group environment in addition to user hierarchy

• System shall allow to be used as a distributed or central architecture with support to any number of cameras and any number of clients that may be added in future.

• System Guarantees Bandwidth & Frame rate control.

• Provides Activity Controlled Frame rate, which in turn reduces the Bandwidth and the Storage requirements.

• Provides Broadcast quality Video across IP network via Fiber and or FTP

• Provides multiple failover and network resilience.

• Provides real time recording at 25fps or more with no frame loss.

• Provides PTZ Camera Controls & Binary INPUT/OUTPUT controls.

• Supports Multiple IP Video Streams.

• Secured recording for evidence purposes and user authentication to protect data integrity.

• Video Stream bit rate selectable from 32 to 8192kbps or better

98 Section V. Technical Requirements

• All the IP cameras shall have SD/Hard disk card slot for recording in SD card when network is down/fail

3.4.3.2 Full HDIP Fixed Camera (Outdoor Type)

The outdoor CCTV full HD IP Fixed Camera shall consist of the following specifications, but not limited, to as follows:

Image sensor to be 1/3” progressive scan CMOS or better Horizontal angle view to be 40° or better Minimum Sensitivity of Day: 0.5 Lux; Day/Night: 0.5 lux in color / 0.05 lux

mono or better Gain Control Automatic White Balance Mode: Auto; Manual; Sunny; Cloudy; Night; Outdoor Shutter Speeds 1/50 to 1/10000 (PAL) or Auto or better Operating voltage: Power over Ethernet (802.3AF); 12V/24V DC/AC The hardware architecture shall incorporate multiple processors to ensure best

video quality and other functions even at maximum processor load. The IP Camera system shall offer H.264 video compression standards The camera shall have multi-level passwords IP filtering, HTTPS encryption

IEEE 802.1x Shall support and allow configuration of the following video resolutions or

better.- 1920 X 1080(1080P)- 1280 X 720(720P)- 704 X 576 (4 CIF)- 704 X 288 (2 CIF)- 352 X 288 (CIF)

When running on H.264 compression, the video codec shall support at least 2 simultaneous streams at resolutions between1080P and CIF. 

Each of these streams shall be independently configurable to view and record at different frame rate and resolutions simultaneously.

Each Video stream shall in turn allow for TCP connections, UDP connections and an unlimited number of Multicast connections.

Each stream shall allow independent configuration of bit rate, frame rate, I frame interval, rate control mode and motion data.

All streams shall guarantee full frame (25fps) rate under high motion. The IP Camera shall support Control Bit Rate (CBR) control, to enable users to

keep bandwidth utilization under a certain value without compromise on image quality irrespective of the level of motion in the scene.

Support network protocol 802.3 and IETF Standards10/100 Base-T Ethernet, RTP/RTCP, TCP, UDP, ICMP, SNMP, HTTP, FTP, TELNET, MULTICAST, ARP and IGMP

Each stream Bit-rate shall be user configurable from 32 to 8192 Kbps or better

Section V. Technical Requirements 99

The IP Camera shall have a built in web server, making it accessible for configuration using a standard Internet browser.

Remote focusing and zooming via the propose Video Management Software The IP Camera shall be compatible to support advanced analytics software which

shall be able to perform the following:- Intelligent Motion Detection- Virtual trip wire- Unattended Object detection- Intrusion detection- Lingering Detection- Left item detection- Counter flow detection

- Automatic Licence Plate Recognition ( ALPR) Shall have minimum one (1) alarm inputs and one (1)alarm output or better The IP Camera shall support redundant recording by streaming to multiple

recorders at the same time. Shall be able to detect motion based on localized area, object size & direction It shall be possible to reset a unit back to Factory Default configuration Video Output PAL Serial Data Port supporting RS232 or RS422 or RS485 Password protected Web interface for administration Shall have onboard diagnostics facility for serial, Video & Network interface.

System logging shall be possible to a remote IP address, the console port or the unit itself.

Shall support a standard operating temperature range 10 to +60 C The system SHALL allow for Telnet/FTP access into the units and

also this access SHALL be configurable, wherein when active access is allowed and when deactivated access SHALL not be allowed.

Shall support SD card for auxiliary recording.

Please note that a certification from the manufacturer is required to prove the above mentioned technical specifications capability through brochures/catalogues.

3.4.3.3 Full HDIP PTZ Camera (Outdoor Type)The outdoor CCTV full HD IP PTZ Camera shall consist of the following specifications, but not limited, to as follows:

Image sensor to be 1/3" progressive scan CMOS or better lens to be 5-90 mm/F1.6 or better , auto iris and autofocus with minimum 20x

optical zoom and 12x digital zoom Horizontal angle of view to be 54° or better for 1080P Minimum Sensitivity of color 1.7 Lux and mono 0.26 Lux and 0 Lux with IR Signal/noise ratio >50 dB Support Wide Dynamic Range Inbuilt Image stabilization

100 Section V. Technical Requirements

Shall provide at least 100 Presets Learned patrols 4 mimic tours - up to 10mins duration each Variable tilt speed 0.1° - 120 ° /sec, absolute positioning Variable pan speed/coverage 0.1° - 160° /sec, 360Deg continuous rotation,

absolute positioning Tilt coverage -10° to 90° and PAN of 360° endless Gain Control Automatic or fixed manual. White Balance Mode: Auto; Manual; Tracking White Balance (ATW); Indoor;

Outdoor; Sodium Lamp Shutter Speeds 1/50 to 1/10000 (PAL) or Auto or better Operating voltage:12 V/24V DC/AC The hardware architecture shall incorporate multiple processors to ensure best

video quality and other functions even at maximum processor load The IP Camera shall offer H.264 video compression standards The camera shall have multi-level passwords IP filtering, HTTPS encryption

IEEE 802.1x Shall support and allow configuration of the following video resolutions or

better.- 1920 X 1080(1080P)- 1280 X 720(720P)- 704 X 576 (4 CIF)- 704 X 288 (2 CIF)- 352 X 288 (CIF)

When running on H.264 compression, the video codec shall support at least 2 simultaneous streams at resolutions between1080P and CIF.

Each Video stream shall in turn allow for TCP connections, UDP connections and an unlimited number of Multicast connections.

Each stream shall allow independent configuration of bit rate, frame rate, I frame interval, rate control mode and motion data.

All streams shall guarantee full frame (25fps) rate under high motion and all conditions.

The IP Camera shall support Control Bit Rate (CBR) control, to enable users to keep bandwidth utilization under a certain value without compromise on image quality irrespective of the level of motion in the scene.

Support network protocol 802.3 and IETF Standards10/100 Base-T Ethernet, RTP/RTCP, TCP, UDP, ICMP, SNMP, HTTP, FTP, TELNET, MULTICAST, ARP and IGMP

Each stream Bit-rate shall be user configurable from 32 to 8192 Kbps or better The IP Camera shall have a built in web server, making it accessible for

configuration using a standard Internet browser. The IP Camera shall be compatible to support advanced analytics software which

shall be able to perform the following:- Intelligent Motion Detection-Virtual trip wire- Unattended Object detection- Intrusion detection

Section V. Technical Requirements 101

- Lingering Detection- Left item detection- Counter flow detection- Automatic Licence Plate Recognition ( ALPR)

Shall have minimum 2 alarm inputs and 2 alarm outputs The IP Camera shall support redundant recording by streaming to multiple

recorders at the same time. Shall be able to detect motion based on localized area, object size & direction It shall be possible to reset a unit back to Factory Default configuration Video Output PAL/NTSC Serial Data Port supporting RS232 or RS422 or RS485 Password protected Web interface for administration Shall have onboard diagnostics facility for serial, Video & Network interface.

System logging shall be possible to a remote IP address, the console port or the unit itself.

Shall support a standard operating temperature range 0 to +60 The system SHALL allow for Telnet/FTP access into the units and also this

access SHALL be configurable, wherein when active access is allowed and when deactivated access SHALL not be allowed.

Shall support SD card for auxiliary recording. Please note that a certification from the manufacturer is required to prove the above mentioned technical specifications capability through catalogues/brochures.

3.4.3.4 Full HD IP Fixed Camera (Indoor Type)The indoor CCTV full HD IP Fixed Camera shall consist of the following specifications, but not limited, to as follows:

Image sensor to be 1/3” progressive scan CMOS Lens to be varifocal 2.7-9 mm/F1.2 or better Horizontal angle view to be 80° or better Minimum Sensitivity of 0.5Lux @(F1.2,AGC ON),0.1Lux @(F1.2,AGC ON) Gain Control Automatic White Balance Mode: Auto; Fluorescent; Indoor; Outdoor Shutter Speeds 1/50 to 1/10000 (PAL) or Auto or better Operating voltage: Power over Ethernet (802.3AF); 12V/24V DC/AC The hardware architecture shall incorporate multiple processors to ensure best

video quality and other functions even at maximum processor load. The IP Camera system shall offer H.264 video compression standards The camera shall have multi-level passwords IP filtering, HTTPS encryption

IEEE 802.1x Shall support and allow configuration of the following video resolutions or

better.- 1920 X 1080(1080P)- 1280 X 720(720P)

102 Section V. Technical Requirements

- 704 X 576 (4 CIF)- 704 X 288 (2 CIF)- 352 X 288 (CIF)

When running on H.264 compression, the video codec shall support at least 2 simultaneous streams at resolutions between1080P and CIF. 

Each of these streams shall be independently configurable to view and record at different frame rate and resolutions simultaneously.

Each Video stream shall in turn allow for TCP connections, UDP connections and an unlimited number of Multicast connections.

Each stream shall allow independent configuration of bit rate, frame rate, I frame interval, rate control mode and motion data.

All streams shall guarantee full frame (25fps) rate under high motion, The IP Camera shall support Control Bit Rate (CBR) control, to enable users to

keep bandwidth utilization under a certain value without compromise on image quality irrespective of the level of motion in the scene.

Support network protocol 802.3 and IETF Standards10/100 Base-T Ethernet, RTP/RTCP, TCP, UDP, ICMP, SNMP, HTTP, FTP, TELNET, MULTICAST, ARP and IGMP

Each stream Bit-rate shall be user configurable from 32 to 8192 Kbps or better The IP Camera shall have a built in web server, making it accessible for

configuration using a standard Internet browser. The IP Camera shall be compatible to support advanced analytics software which

shall be able to perform the following but not limited to :- Intelligent Motion Detection- Virtual trip wire- Unattended Object detection- Intrusion detection- Lingering Detection- Left item detection- Counter flow detection

Shall have minimum 1 alarm input and 1 alarm output The IP Camera shall support redundant recording by streaming to multiple

recorders at the same time. Shall be able to detect motion based on localized area, object size & direction It shall be possible to reset a unit back to Factory Default configuration Video Output PAL Serial Data Port supporting RS232 or RS422 or RS485 Password protected Web interface for administration Shall have onboard diagnostics facility for serial, Video & Network interface.

System logging shall be possible to a remote IP address, the console port or the unit itself.

Shall support a standard operating temperature range 10 to +60 C The  system  SHALL  allow  for  Telnet/FTP  access  into  the  units and also 

this  access  SHALL  be configurable,  wherein when active  access is allowed and when deactivated access shall  not  be  allowed.

Shall support SD card for auxiliary recording.

Section V. Technical Requirements 103

Please note that a certification from the manufacturer is required to prove the above mentioned technical specifications capability through catalogues/brochures.

3.4.4 ON-SITE VIDEO STORAGE EQUIPMENTThe Bidder shall provide the on-site video storage equipment in every camera site. The on-site video storage equipment shall have the following but not limited to specifications as enumerated below:

i) H.264 video standard.ii) 1080P/1080i/720p/D1/4CIF/DCIF/2CIF/CIF/QCIF video format.iii) Shall be able to record Full HD video image for at least five(5) days in

25Fps@1080P, 6M (at least) code rate mode.iv) video record playback.v) record files query by time duration.vi) record files download.vii) image capture.viii)built-in web server.ix) 1XSATA HDD connection with up to 4TB for local x) one 10/100M network interface xi) outdoor cabinet installation.

3.4.5 UPS FOR CAMERA SITEThe Bidder shall provide the Uninterruptible Power Supply (UPS) for all equipment at camera site to protect these equipment from all forms of power problems such as blackouts, brownouts, surges, sags, etc. The equipment protected by UPS shall include, but not limit, cameras, ONU. The Bidder shall provide a matched 12V GEL battery with an appropriate capacity. The UPS shall provide at least forty-five (45) minute power supply protection for all equipment. The UPS shall provide but not limited to the following:

i) Intelligent MCU (Microcontroller)TechnologyThe intelligent MCU shall automatically monitor the input voltage surge, sags, break, abnormal frequency, output loads and battery status providing the equipment with well protections.

ii) High ReliabilityThe UPS shall be high of reliability and shall provide well protections for input over-voltage/under-voltage, surge, output over-voltage, overloading, short circuit, over-charged battery and battery low.

iii) DC Start and Re-Startup The UPS shall support to startup from the battery without the commercial power source or re-startup and charge the battery automatically when the commercial power recovers.

104 Section V. Technical Requirements

3.4.6 SYNTHETICAL LIGHTENING PROTECTIONThe Bidder shall provide an appropriate synthetical Lightning Protection equipment to protect the equipment in the camera site. The Bidder shall adopt the reasonable grounding method for lightening protection. The earth resistance shall be less than 7 ohms.

3.4.7 POLESThe Bidder shall provide poles where CEB and Municipal lighting poles are not available. The location of new poles shall be shown on site visit and soft copy of location map will be provided on pre bid meeting. Poles shall be designed specifically for the mounting of CCTV cameras. Poles shall be constructed of tubular steel and incorporate a base housing in which to terminate cables and mount equipment. The housing shall be of sufficient size to accommodate a separate enclosure for the CCTV electronics, transmission electronics and power supplies. The base housing shall be to NEMA Type 4X / IP66 rated. Each access door shall be fitted with 2 no. recessed tamper proof cam locks configured to securely locate the door in place. The Bidder shall provide three (3) no. keys.

Poles shall be of sufficient rigidity to prevent vibration of camera during operation and windy conditions.

Wind loading calculations shall be undertaken and submitted to the MPF for approval. The Bidder shall provide a pole, which is commensurate, for the wind load recommended for the region.

Poles shall be properly grounded below 7 ohms

Poles shall be hot dip galvanized to BS729:1986

3.4.8 OUTDOOR CABINETS BOX

The Bidder shall furnish and install Pole Mounted Cabinets at each and every camera locations. These cabinets shall house CCTV accessories, Optical Fibre Transmission equipment, UPS, Lightening Protection equipment (Earth resistance shall be less than 7 ohms) and so on.

The Bidder shall ensure that all the cabinets furnished shall be new, corrosion resistant and professionally shaped and of Carbon-fiber-reinforced polymer (CFRP) material or Hot Dipped Galvanized Anti-Rusting Sheet.

Each pole mounted cabinet shall, as a minimum, have the following requirements:

The cabinets and doors shall be rigid to provide vibration free and proper operation of the CCTV equipment when installed. The cabinets shall be dust and

Section V. Technical Requirements 105

rain tight (IP66 rated) and capable of maintaining a dry internal condition when subjected to rain and wind gusts. All parts of the cabinet shall be cleaned, smoothed, and free from flaws, cracks, dents, and other imperfections.

If the cabinet material is Hot Dipped Galvanized Anti-Rusting Sheet, the cabinet shall meet the following feature but not limited to: The material shall be protected by both Zinc-Rich Primer paint and high-

grade outdoor paint at least. The thickness of sheet shall be more than 1.2mm, average thickness of Zinc-

Rich Primer paint shall be more than 30μm and the total thickness of protection paint layer shall be more than 90μm.

The cabinet shall endure at least 50kg/cm2 Impact Resistance, without cracks, wrinkles and peeling.

The cabinet shall pass at least 96hous 5% NaCl Salt Spray Testing

The cabinet shall be provided with ventilation shots to provide air cooling and circulation within it.

All power and telecommunication cable shall be fixed below the cabinet. The cabling inside the cabinet shall be routed such that when the door is opened or closed, it does not press against the cables or force the cables against the various components inside the cabinets.

All conductors and live terminals or parts which could be hazardous to maintenance personnel shall be covered with suitable insulating materials.

The cabinet shall consist of a protection mechanism when opened during windy conditions.

The cabinet shall consist of a suitable locking device for tight closing.

The outdoor cabinet and wiring diagram including layout of equipment inside the cabinet shall be approved by the MPF prior to installation.

Please note that this cabinet shall be equipped with a tampering alarm if opened or tampered with.

3.4.9 OTHER ACCESSORY OF CAMERA SITE A. Camera Housing

Heavy duty vandal resistant housings shall be provided. Housings shall be specifically suitable for operating in a high humidity environment and offer adequate protection to the camera

106 Section V. Technical Requirements

I. FIXED CAMERA HOUSING

i) Sealed and protected to NEMA Type 4X (IP66 sealing)ii) IK10 Die cast Aluminum with epoxy polyester powder painting or similar

qualityiii) Integrated fan for ventilationiv) Temperature sensor for triggering of fan at high temperature including power

supplyv) Sunshieldvi) Lockable, utilizing stainless steel/iron tamperproof screws/boltsvii) Incorporate Tamper Alarmviii)Complete with camera brackets of same material as the camera.

II. PTZ CAMERA HOUSING

i) Sealed and protected to NEMA Type 4X (IP66 sealing)ii) IK10 Die cast Aluminum with epoxy polyester powder painting or similar

qualityiii) Toughened glassiv) Ventilation fanv) Lockable, utilizing stainless steel tamperproof screws/boltsvi) Sunshield outer cover with room for air movementvii) Extended sunshield beyond front glassviii)Incorporate Tamper Alarmix) Complete with camera brackets of same material as the camera.

B. Brackets

The Bidder shall install heavy-duty brackets suitable to the load they shall be supporting and commensurate with the structure and surface to which they are to be fixed. Brackets shall be manufactured of corrosion free stainless steel grade 316 or hot dip galvanized. Bolts, nuts, washers, screws, clamps and fasteners used shall be of stainless steel (INOX) grade A4 / 316.

The bidder shall provide appropriate bracket/support/extension arm for all locations irrespective of dimensions to meet the MPF requirement and objectives.

All bracket clamps and screws shall be sufficient to withstand cyclonic wind conditions.

Brackets for fixed cameras shall be in accordance with bracket for PTZ units and be suitable for the camera housing offered. Swivel joints shall be provided to allow vertical and horizontal adjustment of the camera housing and shall be lockable to prevent further movement of the camera.

Section V. Technical Requirements 107

The Bidder shall submit designs for each type of bracket and clamp details for all locations for the approval of the MPF. Where brackets are fixed to cast iron structures a clamping system shall be utilized.

The Bidder shall forward details of all brackets to be used for the Works for the MPF approval.

C. ConduitLiquid-tight flexible conduit shall be provided to contain all cables from the camera housing / PTZ unit to adjacent fixed conduit or enclosures. Similarly, appropriate conduit shall be used for the indoor installation of the OFC.

3.4.10 CCTV CENTRAL MANAGEMENT PLATFORM

CCTV Central Management Platform shall be the core signaling management of the entire system and be responsible to for controlling and managing the whole CCTV system. The managed equipment include but not limited to Central Management platform Server, Video Distribution Processing System Server, Video Storage System, Pre-set camera, Video Client System, Industrial Grade Switch/Router, and other TR069-compliant video surveillance terminal equipment and clients. The system configuration data shall have a backup (imaging/cloning) for robust reliability.

The Bidder shall be customized in accordance with the needs of the MPF. Any management software developed shall be compatible with any module of the CCTV system. E.g. plate recognition. In this case, the software shall be compatible to the existing modules in the Mauritius Police Force.

A. The Central Management Platform shall provide but not limited to the followings:

i. Shall be an overall system management platform and a customer-oriented, cross-platform, integrated network management system designed in a bottom-to-top manner.

ii. Shall be designed by the Distribution Cloud Computing Architecture. The Central Management Platform shall be independent of the Video Distribution Processing System to achieve the separation management from service processing. The Distribution Cloud Computing Architecture adopted by the Central Management Platform shall have but not limited to the following features: Load Balancing: Shall support balancing the management load to each

central management platform servers. High Reliability: Shall support N+M back-up, so that, any server failure

shall not affect the central management service.

108 Section V. Technical Requirements

Smooth Expansion: As the number of camera increase, the only thing shall be done is adding the management server. It shall not need to change the existing system architecture.

Disaster Tolerant: Shall support remote disaster-tolerant. No Interruption Upgrading: Shall support upgrading system without

interruption the existing system service provision. iii. Shall operate on an open architecture for integration with street surveillance

features.iv. Shall be based on advanced mature network architecture, provide a whole set of

Java-based development kits, modules, and APIs, and be conveniently integrated with multiple third-party systems.

v. Shall be capable to display and manage the entire surveillance system. It shall be capable of supporting variety of devices such as cameras, PTZ controller (Joystick), IPSAN/Raid backup device etc. It shall support automatic existing equipment discovery, configuration management, version management, performance monitoring, status reporting, fault management, log uploading, remote updating, remote analysis, remote alerting, remote restarting, batch processing, and other functions.

vi. Shall display and manage the pre-set cameras inner & outer IP address.vii. The system shall provide User Activity log (audit trail) with user ID, time stamp,

and action performed, etc. viii. The administrator shall be able to add, edit & delete users with rights. It shall be

possible to view ability / rights of each user or the cameras which can be viewed & controlled as per the permission assigned by the administrator.

ix. Support role-and domain-based management and flexibly supports hierarchical management of users. It can implement customer self-management inside groups, overall operations of surveillance services. It can also divide the video resource among different users. Support multiple service statistical analysis functions to help operators conduct service analysis in time

x. Shall support alarm record triggering and snapshot taking, and transferring the alarm information to the Video Client System for alarming.

xi. The settings shall be individually configurable for each alarm and each camera pre-record duration. This shall allow the camera to capture video prior to the alarm/event. It shall be selectable from a list of values ranging between 0 seconds and 5 minutes.

xii. Artificial Intelligence supporting: It shall have image tracking facility on selected cameras. The system shall have vehicle plate detection and human face recognition features, etc.

xiii. Shall support IPv4/IPv6xiv. Shall support NAT firewallsxv. Shall support System/Event/Rule/Alert logging

xvi. The software license shall be non-renewable.

Section V. Technical Requirements 109

B. CENTRAL MANAGEMENT PLATFORM SERVER SPECIFICAION

Each Central Management Platform Server shall provide the following but not limited to feature:

- Processor: Quad core Xeon 3.2 GHz or better- Internal Memory: at least 16 GB DDR3 RAM- Operating System: Latest windows server- User Interface: Remote operation via work and view stations

- Interface: SATA or SAS, hot-swappable - RAID Level 5 OR Level 6- USB 2.0: One high-speed USB 2.0 ports - Hard Drive bays 1 - Serial connector- at least 12 DIMM slots: DDR3

Network Specification- Interface: at least Four Gigabit Ethernet RJ-45 ports (4 x 1GbE)- Security: Two modes: secure mode (device authentication) and unsecured mode

Front Panel Indicator/Function Specifications- Power- CPU Activity- Network Activity - Network Status - Unit Status - Individual Drive Status - Power Button

Power Specifications - Power Input: 100-240 VAC, 50/60 Hz, auto-ranging -Power Supply: Internal, dual-redundant, and hot-swappable -Uninterruptible Power Supply (UPS): Compatible with APC Smart UPS, managed through the system product architecture accepting shutdown commands from UPS management software in case of depletion of UPS back up capacity below preset level.

3.4.11 VIDEO DISTRIBUTION PROCESSING SYSTEMThe Video Distribution Processing System is under control of the CCTV Central Management Platform. The Video Distribution Processing System is responsible for receiving the real time data (such as video, audio, alarm, etc.) and then store these data to the Video Storage System. When the control room operator want to real time monitor the data, the Video Distribution Processing System shall forward the real time data to the control room equipment or retrieve the data which has already stored at the Video Storage System to the control room equipment.

110 Section V. Technical Requirements

A. The Bidder shall provide but not limited to the following functions:

i. Video distribution processing system shall support video & audio distribution and storage simultaneously.

ii. The video distribution processing server shall be the high performance and reliability server. And the video distribution processing server shall support high concurrent stream, the server/servers shall support more than 1000-channels video concurrent recorded with 1080P (at least 6Mbps code rate) format.

iii. Video distribution processing system shall be designed by the Distribution Cloud Computing Architecture. The Video Distribution processing System shall be independent of the Central Management Platform and Video Storage System to achieve the separation service processing from management and storage. The Distribution Cloud Computing Architecture adopted by the Video Distribution processing System shall have but not limited to the following features: Load Balancing: Shall support balancing the service processing load to each

Video Distribution Processing servers. High Reliability: Shall support N+M back-up, so that, any server failure

shall not affect the video processing service. Smooth Expansion: As the number of camera increase, the only thing shall

be done is adding the video processing server. It shall not need to change the existing system architecture.

Disaster Tolerant: Shall support remote disaster-tolerant. No Interruption Upgrading: Shall support upgrading system without

interruption the existing system service provision. iv. The video distribution processing server shall implement SAN (Storage Area

Network) storage technology. And the video distribution processing servers shall support for sharing the storage space mutually to ensure the system and storage reliability. As any video distribution processing server failure in video media server group shall not stop the record file reading and writing functionality, e.g., when one video distribution processing server power off, the record video files recorded by the fault server shall still be playback.

v. The video distribution processing system shall be based on manager/agent architecture. Once any server breaks down, it shall be taken over by another server immediately.

vi. Backup: Online backup shall be maintained to protect against server and storage failure.

vii. It shall have recording modes viz. continuous, manual, or programmed modes on date, time and camera-wise. All modes shall be disabled and enabled using scheduled configuration. It shall also be possible to search and replay the recorded images on date, time and camera-wise. It shall provide onscreen controls for remote operation of PTZ cameras. It shall have the facility for scheduled recording. Different recording speeds (fps) and resolution for each recording mode for each camera shall be possible.

viii. The video distribution processing system can increase video distribution processing server’s quantity within one site to enhance the stream processing capability.

Section V. Technical Requirements 111

ix. The video distribution processing server shall support storage space configuration flexibly and expanding smoothly according to requirement.

B. VIDEO DISTRIBUTION PROCESSING SERVER SPECIFICATION

Each Video Distribution Processing Server shall provide the following but not limited to feature:

- Processor: Quad core Xeon 3.2 GHz or better- Internal Memory: at least 16 GB DDR3 RAM- Operating System: Latest windows server- User Interface: Remote operation via work and view stations

- Interface: SATA or SAS, hot-swappable - RAID Level 5 OR Level 6 - USB 2.0: One high-speed USB 2.0 ports - Hard Drive bays 1 - Serial connector- at least 12 DIMM slots: DDR3 Video Specifications:- Video Standards: PAL- Video Compression: H.264- Video Resolution: PAL - Full HD (25Fps@1080P)- Scanning System supported: Both Interlaced and Progressive Network Specifications:- Interface: Four Gigabit Ethernet RJ-45 ports (4 x 1GbE)- Security: Two modes: secure mode (device authentication) and unsecured mode

Front Panel Indicator/Function Specifications:- Power- CPU Activity- Network Activity - Network Status - Unit Status - Individual Drive Status - Power Button

Power Specifications :- Power Input: 100-240 VAC, 50/60 Hz, auto-ranging -Power Supply: Internal, dual-redundant, and hot-swappable -Uninterruptible Power Supply (UPS): Compatible with APC Smart UPS, managed through the system product architecture accepting shutdown commands from UPS management software in case of depletion of UPS back up capacity below preset level. 3.4.12 VIDEO STORAGE SYSTEMGENERAL

112 Section V. Technical Requirements

The CCTV Surveillance System requires storage that can: Scale to larger storage capabilities Record higher frame rates without dropping frames Handle higher resolution video from full HD cameras proposed Store and manage video centrally from a distributed implementation Scale to accommodate future growth

All the video stream date stored in the storage system shall be 25Fps@1080P,6M (at least) code rate. The storage system, in addition to a storage server shall be an IP SAN; Hard Disk/SSD storage system shall provide reliability, retention and resolution. It shall feature high reliability, excellent performance, easy use, convenient management, and dynamic extensibility, satisfying storage requirements in street surveillance applications. To provide better redundancy a RAID 5 or 6 arrays shall be used for SAN installations.The Bidder shall make sure that Hard Disk/SSD, the network switch/router and the IP SAN scalable storage array be optimally configured for making the best use of the system.

It shall be noted that the Bidder shall provide a full-featured IP video surveillance management solution to give independent flexibility in setting the recording devices and other applications.

All recordings shall have the system time and date stamp embedded in each frame together with the camera number and shall imperatively consist of anti-modification digital watermark or equivalent feature.

The Recording shall be done at two different locations with their respecting storage capacity:

i. Police Communication Branch, Line Barracks Port Louis storing for minimum forty (40) days (25fps@1080P) using IPSAN

ii. Each camera site storing for minimum five (5) days (25fps@1080P) using appropriate on-site video storage equipment.

VIDEO STORAGE SYSTEM FEATURE

A network storage system shall be installed at Line Barracks/Rose Hill DHQ and shall record Full HD video streams from IP cameras. The server functions and storage elements shall be integrated into a purpose-built chassis. The network Storage Manager shall be an enterprise server class computer installed with enterprise class SAS or SATA storage disks.

The network storage manager shall provide performance enhancement and fault tolerance by employing RAID 5 parity up to appropriate number of storage drives to

Section V. Technical Requirements 113

protect recorded data against a hard disk drive failure. In addition, it shall feature a hot drive swap that automatically configures the drives when installed.

The network storage manager’s chassis shall be designed for video surveillance recording applications and encompass redundancy at all vital points:

Redundant, hot swappable power supply modules Redundant, hot swappable mid-plane fans Hot swappable O/S drive Hot swappable rear exhaust fan

The network storage manager’s chassis shall be designed for online service (intranet) and maintenance and cannot be removed from the rack when needing to replace hard disk drives, fans, power supplies, or operating system drives.

The network storage manager shall use the SAS protocol to support direct attached storage expansion boxes. The direct attached storage boxes shall support a mechanism to daisy-chain storage boxes together through an SAS or SATA cable.

The network storage manager shall allow up to appropriate number storage expansion boxes that can be connected to a network storage manager to increase retention durations. It shall also maximize storage efficiency using a mechanism of automatic IPS reduction technology, a time- and priority-based system that identifies data to be removed when storage time expires.

The network storage manager shall use distributed load balancing across other network storage managers that may be configured in storage pool and provide automatic network failover from any box to any box. Based on the configuration, it shall be possible to create an N + N failover scheme within the storage pool. The duration of time shall not exceed 90 seconds between the time a unit fails and when its associated cameras become equally distributed onto remaining storage managers.

The network storage manager shall support a guaranteed recording throughput of 250 Mbps per storage device with a minimum of 64 Mbps of read throughput. This throughput shall be guaranteed under normal and error (RAID rebuild) conditions.

The network storage manager shall support Full HD (25Fps@1080P) resolutions and it shall supply up to unlimited number simultaneous playback streams and up to unlimited number of simultaneous queries.

The network storage manager shall support the recording of H.264 baseline, H.264 main profile, and H.264 high profile streams from standard resolution and Full HD cameras. The network storage manager shall support continuous, scheduled, alarm/event (including analytics alarms), motion, and manual recording. Pre- and post-alarm periods shall be programmable up to the total capacity of the system.

114 Section V. Technical Requirements

The network storage manager shall support bookmarking and locking/unlocking of video content on the drives.

The network storage manager shall support privacy tools that allow administrators to establish maximum retention durations for normal, alarm, and locked video.

The network storage manager shall support an intelligent video grooming protocol that can reduce the frame rate of recorded video as the video ages. Administrators shall have the flexibility to determine whether to groom alarm video or leave it at its real-time level.

The network storage manager shall offer both unsecured and secured modes, using a proprietary key system in the secured mode to prevent communication from unauthorized devices.

The network storage manager shall have the ability to reports all diagnostic events, including software status diagnostics to a centralized user interface. In addition, SNMP traps shall be available for monitoring using a third-party SNMP management console.

The network storage manager shall be fully manageable from a remote workstation over-the-network, including the ability to configure settings and update firmware and software.

The network storage manager shall have the ability for queries regarding Vehicle plate and human face recognition.

The network storage manager shall meet or exceed the following design and performance specifications.

STORAGE SERVER

- Processor: Quad core Xeon 3.2 GHz or better- Internal Memory: at least 16 GB DDR3 RAM- Operating System: Latest windows server- User Interface: Remote operation via work and view stations - Video Storage: 40 days for Line barracks

- Interface: SATA or SAS, hot-swappable - RAID Level 5 OR Level 6 - USB 2.0: One high-speed USB 2.0 ports - Hard Drive bays 1 - Serial connector

Storage Video Specifications

- Video Standards: PAL

Section V. Technical Requirements 115

- Video Compression: H.264- Video Resolution: PAL - Full HD (25Fps@1080P)- Scanning System supported: Both Interlaced and Progressive

Network Specification

- Interface: Four Gigabit Ethernet RJ-45 ports (4 x 1GbE)- Security: Two modes: secure mode (device authentication) and unsecured mode

Front Panel Indicator/Function Specifications

- Power- CPU Activity- Network Activity - Network Status - Unit Status - Individual Drive Status - Power Button

Power Specifications

- Power Input: 100-240 VAC, 50/60 Hz, auto-ranging -Power Supply: Internal, dual-redundant, and hot-swappable -Uninterruptible Power Supply (UPS): Compatible with APC Smart UPS, managed through the system product architecture accepting shutdown commands from UPS management software in case of depletion of UPS back up capacity below preset level.

3.4.13 INTERNAL CABINETS FOR ALL SERVERS

All internal cabinets shall be suitable for containing active telecommunications, servers, storage and electrical equipment.

Cabinets shall be sized in accordance with the equipment requirements and intended location. The cabinets shall have the following features:

i) Metal made material

ii) The cabinet shall conform to BSI Specification 5954

iii) The cabinet shall be fitted with a smoked glazed door to the front, a metal vented door to the back and metal side doors.

iv) All doors shall be lockable and easily removed when required.

116 Section V. Technical Requirements

v) The base of the cabinet shall be fixed to the solid floor. The cabinet shall incorporate a method of leveling to account for uneven flooring.

vi) The cabinet shall contain an earth busbar

vii) Air ventilation through proper ventilation shots

viii)Rack assembly to be removable

3.4.14 DATA CENTER AND CONTROL ROOM

Monitoring control of the CCTV system shall be undertaken from the main monitoring room at Rose Hill Divisional Headquarters. Troubleshooting and maintenance shall be done at Port-Louis main Data Center where all the main equipment like servers; video storage etc. shall be housed.

The Bidder shall propose a professional control system that can effectively manages video for live monitoring and recording. The control system shall retain extensive functionality allowing a high degree of flexibility in day to day control of the system and ability to expand the system in the future for new cameras.

A. The control system shall typically comprise but not be limited to the following:

CCTV Central Management platform CCTV Central Management platform Server Video Distribution Processing System Video Distribution Processing System Server Video Storage System Video Storage System Server Intelligent Analysis System Geography Information System(GIS) IPSAN Industrial Grade Switch HD Video Decoder Multi-picture Slicing Processor Video Client System Workstation 3D Control Keyboard Monitors Mini Dome full HD camera Any other component deemed necessary to deliver a whole control system

Section V. Technical Requirements 117

Any such system that is proposed shall meet, as a minimum, all the functionality as detailed within this Bidding document.

B. USER FUNCTIONALITY OF CONTROL ROOM

Camera ControlEach legal operator shall via a professional CCTV Joystick be able to control the following operations:

Pan and tilt of camera Zoom in and out Focus image Open / Close iris (if necessary)

The pan control shall be variable speed achieved through manipulation of the keyboard joystick.

The camera Pan movement shall be high speed. The pan operation shall be smooth with small incremental control to prevent jerky movement even at full zoom. The unit shall be able to rotate through 360 degrees.

The tilt control shall enable the camera to be tilted downwards to enable an image of events beneath the camera to be captured.

The system shall provide control over the lens zoom facility to enable the lens to capture the image size described.

The lens focus control shall be such as to enable fine adjustment of focus in the event the lens is not providing adequate focus at either near or far extents.

Each operator shall have the ability to select a particular camera and operate the features described without affecting other cameras incorporated into the system.

Hierarchy of Authority Control

The control system shall be controlled by a system that has user access rights linked with passwords and user ID’s.

The system shall be capable of restricting set up functions to particular users through access rights achieved in software.

The system shall have the capability to assign a hierarchy to particular users/keyboards to enable defined users/keyboards to take or restrict control of cameras from other concurrent users or predefined users/locations. There shall be at least 3 levels of user access.

118 Section V. Technical Requirements

The system shall have capability to restrict access to defined cameras defined by user ID or keyboard and those cameras to predefined monitors.

The system shall support role-and domain-based management and flexibly supports hierarchical management of users. It can implement customer self-management inside groups, overall operations of surveillance services. It can also divide the video resource among different users. Also, it shall support multiple service statistical analysis functions to help operators conduct service analysis in time

Preset Scenarios and Guard Tours / Auto Patrol

The system shall have the ability to program in software pre-set shots which form a defined scenario and undertake guard tours.

The user shall have the ability to develop a pre-set scenario from the keyboard and save the program for future initiation. The name and number of the scenario shall be displayed on the keyboard LCD display.

The pre-set scenario shall enable any number of cameras on the system to be selected and displayed on any, all or pre-defined monitors as desired by the user. The scenario shall be instantly initiated and displayed on keying in the appropriate code to the keyboard.

Scenarios shall be able to be initiated by any operator from any keyboard with the appropriate access rights. Scenarios shall have the ability to be activated in software by time of day and day of week.

The system shall have the capability to perform automated guard tours. The user shall have the ability to develop up to 20 different numbers of guard tours. Preset scenario and guard tours shall be de-activated on command.

Flexibility

The Bidder’s proposed control system shall demonstrate a high degree of flexibility to enable each user to be able to select any camera and place the image on any monitor as required within any constraints placed on that user in software through access rights. A single camera image shall be able to be called up on several monitors simultaneously.

Each monitor shall be able to have a pre-defined program to be assigned such that a particular monitor sequences through pre-defined cameras at a dwell time specified by the operator.The control system shall have the ability to expand to control additional new cameras, add keyboards and monitors on a modular card by card basis.

System Input and Output

Section V. Technical Requirements 119

The Bidder shall provide a system that can initially control up to 1000 number cameras i.e. more than the system can cater for. Equipment racks provided shall be populated with the appropriate number of cards in addition to the number of cameras that may be added to the system.

The system shall have the capability to expand to 1000 more camera inputs although equipment to enable this is not required at this stage.

The system shall have the relevant number of monitor outputs by taking into consideration future expansion.The system shall have the capability to provide sufficient monitor outputs although equipment to enable this shall not be required at this stage.

The system shall be so designed to provide necessary amount of keyboards each capable of controlling the system within the constraints specified. The system shall have capability to expand the number of keyboards.

Text Generator

The system shall have the capability to assign a number to each camera and text of up to 20 characters to describe the location of the camera.

The number and location of the camera shall be displayed on the monitor. Text generation shall be configurable from the keyboard.

Time and Data

The system shall generate a unified time (hh-mm-ss) and date (dd/mm/yyyy) stamp. The time and date shall co-ordinate all items of equipment including the digital recording facility and multiplexers to allow traceability of events. The system time and date shall be displayed on the keyboard.

3D Control Keyboard

The control keyboard shall be compact and ergonomically designed to allow easy control of the system.

All keyboards shall be attached to the system via a plug and socket arrangement in the desk to allow removal of the keyboard.

Control of the pan and tilt shall be via a joystick that allows full variable speed response.

120 Section V. Technical Requirements

The keyboard shall have an LCD display screen which provides information regarding the status of the system, the camera under control, the scenario or patrol number as applicable. The LCD shall also indicate details of operators’ keystrokes.

The keyboard shall support for setting up a fast invocation channel list of the keyboard and implementing fast choosing and fast switching of continuous presence positions of cameras and Monitors & Full HD TV walls.

The keyboard shall simultaneously control the Video Client System and TV walls to implement unified control of mixed networking.

3D control (position, zoom, and focus) over cameras can be implemented and the speed of control response can be increased.The preset position can be set and adjusted with the keyboard.

3.4.15 Video software System

The Video software System shall have the following functions (but not limited to):

The software shall have user access authority configurable on per device or per device group basis. The user shall have the facility to request the access of any camera and can control the camera for a reservation period. Control of camera is released after the reservation period.

The users shall be on a hierarchical basis as assigned by the administrator. The higher priority person can take control of cameras, which are already being controlled by a lower priority user. There shall be minimum 3 hierarchical levels of security for providing user level log in.

The system shall support the MP4, 3GP, 3G2 file formats, support H.264 encoding format, support RTSP, RTP/RTCP, SDP stream transfer protocols

The system shall be able to control all cameras i.e. PTZ control, Iris control, auto/manual focus, and color balance of camera, selection of presets, preset patrolling, and video tour selection etc.

The software for clients shall also be working on a browser based system for remote users. This shall allow any authorized user to display the video of any desired camera on the monitor with full PTZ and associated controls.

The system is required to have mobile monitoring by mobile phone. The system shall have flexible 1/2/4/16 or more Windows Split screen display

mode or scroll mode on the PC monitor or on preview monitor as per site requirements.

The system is required to generate reports of stored device configuration. The control software is required to provide alarm and alarm log. The log shall be able to be achieved, printed and displayed using a device filter, a device group filter and/or a time window.

Retrieval: The CCTV application shall allow retrieval of data instantaneously or any date / time interval chosen through search functionality of the application

Section V. Technical Requirements 121

software. In case data is older than 40 days and available, the retrieval shall be possible. The system shall also allow for backup of specific data on any drives like CD/DVD/Blue ray/USB drive Recorders or any other device in a format which can be replayed through standard PC based software. Log of any such activity shall be maintained by the system which can be audited at a later date.

Shall have camera management including camera group management, camera online and offline setting, camera online and offline notification, camera status displaying, etc.

Shall have network parameter configuration management and encoding and decoding functions.

Shall have I/O and event control Input events Motion detection events Event-based device configuration Event-based notification Event-based output control Event-based device start/stop Event-based matrix control Hardware configurable events (such as tampering, temperature, video loss)

Shall have alarm management Trigger alarms on all internal and external events Alarm description and work instructions Number of alarm priority level Ability to assign initial owner of an alarm Time profiles for alarms View triggered alarms Manage alarms (reassign, change status, comment) Maximum number of cameras associated to one alarm Alarm logging

Shall have bookmark function Manual bookmarking Quick bookmarking Ruled-based bookmarking

3.4.16 SOFTWARE MANAGEMENT FOR VIDEO SYSTEM

The Bidder shall set up the programming for the system in accordance with the needs of the MPF. Any software developed for the system which controls any module of the system including the user interface shall be provided to the MPF as part of the documentation. The system administrator shall be able to access the software platform and modify it in collaboration with the software provider. The Bidder shall provide the CCTV system complying with the all function requirement and features representing in this document. The CCTV software shall provide as a minimum the following:

122 Section V. Technical Requirements

All the defined features and analytics shall be provided at no additional cost. i.e. the bidder shall ensure that all the necessary licenses are included in the bidding price.

The software shall operate on open architecture for integration with perimeter safety, access control, PA, ALPR and fire / safety systems based on open standards.

Digital video surveillance control software shall be capable to display and manage the entire surveillance system. It shall be capable of supporting variety of devices such as cameras, video encoders, video decoders, PTZ controller, IPSAN/Raid backup device etc.

The software shall have in-built facility to store configuration of encoders / decoders and cameras.

The software shall have flexible 1/2/4/16 or more Windows Split screen display mode or scroll mode on the PC and all wall monitors or on preview monitor as per site requirement.

The software shall be able to control all cameras i.e. PTZ control, Iris control, auto/manual focus, and color balance of camera, Selection of presets, Video tour selection etc.

The software shall require generating reports of stored device configuration. The control software is required to provide alarm and alarm log. The log shall be able to be achieved, printed and displayed using a device filter, a device group filter and/or a time window.

The software shall have user access authority configurable on per device or per device group basis. The user shall have the facility to request the access of any camera and can control the camera for a reservation period. Control of camera is released after the reservation period.

The system shall provide User activity log (audit trail) with user ID, time stamp, and action performed, etc…

The administrator shall be able to add, edit & delete users with rights. It shall be possible to view ability / rights of each user or the cameras which can be viewed & controlled as per the permission assigned by the administrator.

The users shall be on a hierarchical basis as assigned by the administrator. The higher priority person can take control of cameras, which are already being controlled by a lower priority user. There shall be minimum 3 hierarchical levels of security for providing user level log in.

It shall have recording modes viz. continuous, manual, or programmed modes on date, time and camera-wise. All modes shall be disabled and enabled using scheduled configuration. It shall also be possible to search and replay the recorded images on date, time and camera-wise. It shall provide onscreen controls for remote operation of PTZ cameras. It shall have the facility for scheduled recording. Different recording speeds (fps) and resolution for each recording mode for each camera shall be possible.

It shall provide programmable motion detection and recording, to be defined area-wise. System shall be able to support video motion detection algorithms to detect and track objects, learn the scene, Adapt to a changing outdoor

Section V. Technical Requirements 123

environment, ignore environmental changes including rain, hail, wind, swaying trees and gradual light changes.

The settings shall be individually configurable for each alarm and each camera pre-record duration. This shall allow the Camera Server to capture video prior to the alarm/event, as well as after the alarm/event. The time duration shall be selectable from a list of values ranging between 0 seconds and 5 minutes.

The software for clients shall also be working on a browser based system for remote users. This shall allow any authorized user to display the video of any desired camera on the monitor with full PTZ and associated controls.

Retrieval: The CCTV application shall allow retrieval of data instantaneously or any date / time interval chosen through search functionality of the application software. In case data is older than 40 days and available, the retrieval shall be possible. The system shall also allow for backup of specific data on any drives like CD/DVD/Blue ray/USB drive Recorders or any other device in a format which can be replayed through standard PC based software. Log of any such activity shall be maintained by the system which can be audited at a later date.

Backup: Online backup shall be maintained to protect against storage failure. Storage: Data storage shall be at a central location at Line Barracks Pot- Louis.

The capacity of the storage for HD 1080P resolution shall be equal to 40 days of recording at 25 Fps of all cameras and seven (7) days backup on camera site at 25 fps @ FHD. The system shall follow FIFO on recording.

Artificial Intelligence: It shall have image tracking facility. If any object is found to be stationary, the system shall track the event and alert the operator. This facility shall be provided on selected cameras. The system shall have professional vehicle detection and human face recognition features.

ALPR: Automatic License Plate Recognition The system shall automatically detect a vehicle approaching the camera.

On detection of vehicle approach, the system shall activate the license plate video capture software.

The System shall automatically detect the license plate in the captured video feed in real-time and playback.

The system shall perform OCR (optical character recognition) of the license plate characters (English alpha-numeric characters in standard fonts).

The System shall store JPEG image of vehicle and license plate and enter the license plate number into a database along with date timestamp and camera location details.

The system processing should be real time i.e. the recognition of license number plates will happen instantaneously (within less than a second delay).

The system should be able to process and read number plates of vehicles with speed even up to 110km/hr.

124 Section V. Technical Requirements

The system shall be robust to variation in License Plates in terms of font, size, contrast and color and should work with good accuracy.

The system should store video clip of the vehicle approaching and leaving the location.

The system shall enable easy and quick retrieval of snapshots, video and other data for post incident analysis and investigations.

The system should be able to generate suitable MIS reports that will provide meaningful data and facilitate optimum utilization of resources, such as:

i. Total Vehicles registered. ii. Total Vehicles not registered.

The system shall have search option to tune the reports based on license plate number, date and time, site location as per the need.

The system shall have option to save customized reports for subsequent use.

The system should provide advanced and smart searching facility of License Plates from the database. There should be an option of searching number plates almost matching with the specific number entered (up to 1 and 2 character distance).

The system should have option to input certain license plates according to

category like “Wanted”, “Suspicious”, “Stolen”, “Expired”, etc by authorized personnel.

The system should have option to add new category by authorized personnel.

The system should have option to update vehicle status in specific category by authorized personnel i.e. on retrieval of stolen vehicle; system entry should be changed from “Stolen” to “Retrieved”.

System should have option to specify maximum time to retain vehicle records in specific categories.

System should provide an option for advanced users to tune the system parameters according to the requirement (lighting conditions, minimum License Plate size , etc…)

System should have option to configure site locations and data management settings.

The Central Management Module shall run on the ALPR Central Server in Data centers

System should have ability to perform remote management from control center, including

Section V. Technical Requirements 125

i. Vehicle Category Editorii. Vehicle Log Module

iii. Password Management

The system should work in both day and night conditions with good accuracy.

The system should have a minimum 70% plus vehicle plate detection accuracy.

I. SOFTWARE FEATURE OVERVIEW

Live view 25+ @ FHD1080P frame per second Device control (pan-tilt-zoom) Recording and playback Archiving schedules Multi-stage video storage management I/O and event control PTZ patrolling and scanning/transition speed Audio recording Client access (maximum clients) Video export formats AVI or alternative with watermark Microsoft active directory support Web Client (Remote Client) Display views as floating window and on multiple monitors Map function Alarm manager Privacy masking Camera navigator Virtual matrix Failover recording server Edge Storage support Multi-cast support Multiple stream (multi-stream) per camera Multi-CPU support IPv4 support IPv6 support Product upgrade Product Maintenance Agreement (PMA) Analytics with license for all cameras

II. Video Motion/Non-motion Detection Area masking Intelligent Masking Auto Masking Object Counting Object Tracking

126 Section V. Technical Requirements

Tracking multiple objects Detecting the Direction of Movement Wrong Direction Detection Unattended Object Illegal parking Removed Object Detection Crowd Detection Human Tailgating Vehicle Tailgating Loitering Grouping ALPR

III. MODULES

Local management console (management application) Recording server manager Remote management console (management client) Event server Local playback/export client Web Client (Remote Client) Recording server Management server Management failover server

IV. SYSTEM MPEG and JPEG support H.264 support Support for ONVIF compliant devices Generic device support via universal driver

V. DEVICE INTEGRATION Number of dedicated IP Device Models supported via dedicated device

integration Supported DVRs Browse DVR recordings Multi-streaming for differentiated live and recording streams Multiple stream per camera Multicast Client video stream down sampling (resolution and FPS) option Failover recording server Edge Storage support Maximum number of recording servers per system Maximum number of cameras per recording server Send camera pre-alarm images to recording server Video recording speed up

Section V. Technical Requirements 127

Built-in Video Motion Detection (VMD) VMD exclusion zones Video motion detections per server Video retention time Recording capacity per device/day (using archiving) Over 1 TB (using archiving)

VI. AUDIO One-way audio support Two-way audio support One-way audio recording Two-way audio recording Supported audio channels

VII. PTZ Preset Positions per camera Unlimited Go-to preset on event Preset Patrolling Combine patrolling and go-to preset on event Scanning/transition speed Number of PTZ priority levels for prioritized PTZ control

VIII. I/O AND EVENTS Input events Motion detection events Event-based device configuration Event-based notification Event-based output control Event-based device start/stop Event-based matrix control Hardware configurable events (such as tampering, temperature, video loss)

IX. BOOKMARK FUNCTION Manual bookmarking Quick bookmarking Ruled-based bookmarking

X. ALARM MANAGER Trigger alarms on all internal and external events Alarm description and work instructions Number of alarm priority level Ability to assign initial owner of an alarm Time profiles for alarms View triggered alarms Manage alarms (reassign, change status, comment)

128 Section V. Technical Requirements

Maximum number of cameras associated to one alarm Alarm logging

XI. ARCHIVING Archiving of recordings Keep online access to archives Parallel archiving and recording Archiving schedules Multi-stage video storage Retention time per device Storage definition per device Archiving to network drives Storage overview (used vs. available space) of available storage drives Dynamic archiving (disk spanning) Video data encryption

XII. INTEGRATION Video content analysis support Recording server API/SDK Client plug-in support User defined events via TCP/IP Generic events via TCP/IP

XIII. MANAGEMENTS Configuration wizards Automatic device scanning Device replacement wizard Centralized device management Device group support Centralized recording server management Centralized user management Time schedule controlled user access to devices and functions On-the-fly configuration changes Run servers as windows services System configuration restore points Export and import of configuration data Automatic device MAC address registration Online activation Offline activation

XIV. VIEWING CLIENTS Maximum number of clients Customizable access port Support NAT firewalls Multicast support Local proprietary account database support (basic users)

Section V. Technical Requirements 129

Microsoft active directory support Single step installer

XV. ALARMS AND NOTIFICATION Alarm at camera communication failure Alarm at disk full Email notification SMS notification Multiple notification profiles SNMP notification

XVI. LOGGING System logging Event logging Audit logging Rule logging Alert logging

XVII. LANGUAGES English

3.4.17 CCTV CONTROL ROOM TECHNICAL SPECIFICATIONThe Bidder shall refurbish the rooms to be selected during the pre-bid meeting for the installation of the CCTV monitoring suite. This is currently envisaged to be located at Rose Hill District Headquarters, Beau-Bassin, Quatre-Bornes, Sodnac, Stanley, Barkly Police Stations and Line Barracks CCTV Office.

The Bidder shall be responsible for the design, manufacture, supply, delivery, off-loading on site, installation, testing and commissioning of the main and sub-monitoring rooms suite and associated fittings and fixtures within the monitoring room to complete the different monitoring desks fit out. A drawing of the different CCTV monitoring rooms design can be found in the drawing section. The monitoring rooms shall be as far as possible of similar set up.

The location of the main monitoring room shall be shown to the Bidder for the size and convenience. The site plan of the building can be found in the drawing section.

The Bidder shall provide a detailed design including wiring diagram and layout of the sub and main monitoring suites for approval by the MPF. The monitoring suites shall be ergonomically designed to recognized standards to provide comfort to the operators and allow the operators to manage the system in a safe and efficient manner.

The Bidder shall undertake a full survey of the room chosen to ascertain the exact requirements prior to making his proposal and advise accommodation works.

130 Section V. Technical Requirements

The Bidder shall take due cognizance of the dimensions of the room to enable the operator to see the detail from his position and to ascertain whether he shall call the image up on the spot monitor. The desk shall be designed to fit the MPF requirements. Also, there shall be FHD TV walls for real monitoring and controlling.

CCTV Main Monitoring Room Rose Hill

The CCTV main monitoring room shall be at the Divisional HQ and thus shall function primarily as master monitoring room. The operators thereat shall be able to view all images in Rose Hill areas as well as the whole Division. The operators shall use the monitor wall screens to make general observations from any selected cameras on any monitor. In the event further scrutiny of the image is required the operator shall be able to call up the image onto one of the spot monitors located in the console. The operator shall be able to select an image from adjacent cameras and place these on adjacent spot monitors. Shall an operator take control of a camera during a preset scenario sequence or patrol; the program shall be terminated automatically.The main CCTV Central Management platform Server, Video Distribution Processing System Server, IPSAN and other necessary equipment shall be located at the main Data Center at Line Barracks Port Louis. The drawing of the main Data Center shall be shown in the drawing section.

The network topology of main monitor room at Rose Hill shall be designed as follows but not limited to:

Network Topology of Main Monitor Room Rose Hill

Section V. Technical Requirements 131

As depicted, the main control center shall consist the following main equipment:

i. FHD Video decoder/virtual matrix specially used for network video surveillance.

ii. FHD LCD /Edge LED TV wall of ultra slim bezeliii. Video Client System, which shall execute TV wall display,

flexibly controls theiv. images and eventually display on the monitoring screens.v. 3D Control Keyboard, via which the operator can do the

monitor controlvi. Complete set Workstationsvii.Biometric Access control.viii. Switches

ix. Mini IP dome FHD camera

x. Equipment racks

xi. Operator tables

xii.Operator chairs

xiii. UPS

xiv. Monitor bay furniture

132 Section V. Technical Requirements

CCTV Sub Monitoring Rooms

iii. There shall be five (5) sub monitoring rooms namely Sodnac, Stanley, Beau-Bassin, Barkly and Quatre-Bornes. They shall be viewing centres with necessary software to view video on demand. Normally, each sub monitoring room shall view images in their respective station areas as assigned by the CCTV system administrator. However, if need be, they shall be able to view all cameras in the system.

The sub control centers shall consist of the following main equipment but not limited to:

i. Complete set Workstationii. Operator tableiii. Operator chairiv. Switchv. Equipment racks

CCTV Administration Room at Line Barracks CCTV Office

There shall be one administration room at Line Barracks CCTV Office. It shall be a viewing center with all necessary software to view video on demand and for managing all the server based at Communication Branch Line Barracks .This monitoring rooms shall monitor all video of whole CCTV system, including the monitoring video of the Beau-Bassin , Barkkly , Stanley , Sodnac , Quatre-Bornes sub monitoring rooms and Rose-Hill main control center.

The administration room shall consist of the following main equipment but not limited to:

i. Complete set Workstationsii. FHD LCD /Edge LED TV wall of ultra slim bezeliii. Operator tablesiv. Operator chairsv. Switchesvi. Equipment racks

3.4.18 FHD Video Decoder/Virtual matrix

The system shall be capable of using a virtual matrix/decoder that provides flexible maneuverability for easy single, dual and multiple handed operations. The virtual matrix display shall be a high performance, multiple stream decoding units. The virtual matrix display shall convert up at least sixteen (16) 4CIF, thirty (25) IPS H.264 streams; twelve (12) 4CIF, thirty (30) IPS H.264 baseline profile streams; or two (2) 1080p H.264 baseline profile streams into video signal to be viewed on each and every PC monitors and wall monitors independently.

Section V. Technical Requirements 133

Every output option shall display a single image, four images (2x2), nine images (3x3), or sixteen images (4x4). When multiple images are displayed, the viewing software/hardware technology shall automatically provide the best video display frame rate for the selected cameras.The virtual matrix display shall decode and display up to 16 H.264 4CIF, 25 IPS streams; or 12 H.264 4CIF/30 IPS baseline profile streams; or 2 1080p H.264 baseline profile streams simultaneously.The virtual matrix display shall drive all PC FHD monitors and wall FHD TV monitors connected through HDMI connectors.The virtual matrix display system shall accommodate growth by adding additional video virtual matrix, keyboards, network decoders, and monitors to decode additional video inputs and drive monitor walls.The video console display shall provide a user interface to the video management system and shall be a fully integrated system. The video console display shall also provide IPSAN functionality allowing users to record, play back, and export video.The virtual matrix display shall provide full access to operations, through user-friendly, highly intuitive, and semi-transparent on-screen menus. An on-screen graphical overlay shall allow users to turn on and off the overlay with a single button push of the 3D keyboard. The video console display shall have on-screen PTZ, device playback, property controls, and alarm interface display.The virtual matrix shall be capable of streaming of at least sixteen (16) images of different CIF and at least two (2) Full HD images without affecting the quality of the live images per operator.

HD Video Decoder/ virtual matrix works with the Video Client System to implement the spot &TV wall display functionality of the Video Client System.

1. Support decoder playing by directly connecting with the encoder: The decoder can directly get code streams to be played from the encoder through the enterprise Intranet. In this way, the requirement for the enterprise outer network egress is greatly reduced and better playing effects and shorter image delay are brought due to the higher quality of the Intranet compared with the outer network.

2. Support alarm-triggered alarm-video playing on the TV wall. The service platform shall support playing alarm videos on the TV wall after receiving alarm information and setting multiple TVs to be alarm video playing windows. If there are multiple concurrent alarms, videos of multiple channels can be simultaneously played on different TVs.

3. Support TV wall plan polling: Support configuring multiple groups of playing plans for the TV wall, group invocation, and polling playing among multiple groups of plans.

Technical Specification of HD Video Decoder/virtual matrix

1. Support H.264 video decoding and audio decoding as well as multi-channel

134 Section V. Technical Requirements

decoding output. 2. Support polling decoding operation. 3. Support caption superimposition. 4. Support separate opening and closing of an audio channel. 5. Support multiple access modes, such as through DHCP and fixed IP addresses. 6. Support remote management and remote upgrade.7. The carrier-class equipment can operate in a 7X24 manner.8. Support the same number of channels of decoded video-accompanying sound

outputs as the number of video channels. Decoded audio outputs can be opened and closed.

9. Support remotely configuring decoder parameters through the Video Client System including the decoder name, audio output switch, packet loss rate alarm threshold, video output standard, server address, and NTP server address.

10. Support standards: HTML, TCP/IP, HTTP, RTSP, RTP, RTCP, DHCP and PPPoE

11. Support the TR069 and realize zero configuration12. Upgrade: The system is remotely, automatically upgraded, and factory settings

can be recovered

The video console display of the virtual matrix shall meet or exceed the following design and performance specifications:

Video Standards: NTSC/PAL NTSC/PAL Video Resolutions supported: NTSC /PAL

- 1920 X 1080(1080P)- 1280 X 720(720P)- 704 X 576 (4 CIF)- 704 X 288 (2 CIF)- 352 X 288 (CIF)

Video Display Speed: at least 25 images per second. Video Display Mode: Single image, 2x2, 3x3, and 4x4 Video Outputs: One HDMI per video output card Audio Specifications

Audio Decoding: G.711 speech codec or equivalent Audio Bit Rate: 128 kbps or better quality

Audio Inputs: at least one Audio Outputs: at least one Network Interface: Gigabit Ethernet RJ-45 port (1000BaseT) USB Ports: A t least one USB 2.0 ports Front Panel Buttons: Power, configuration/reset Front Panel Indicators: Power, Network Activity, Network

Status, Unit Status Power Input: 220-240 VAC, 50/60 Hz,

Cable Type: European standard 220 VAC.

Section V. Technical Requirements 135

3.4.19 FHD TV WallThe FHD TV Walls in main Surveillance Center shall be equipped with eight (8) 46 “FHD Edge LED and two 65 “FHD Edge LED monitors.The surveillance Center is connected to the video surveillance network through FE/GE lines to obtain digital video signals of the surveillance platform. Meanwhile, the FHD video decoder decodes the video data stream into digital signal. After this, the decoder transfers HD digital signal to the monitor walls.

All FHD TV monitors shall be integrated in appearance neatly embedded.

The Bidder shall provide a series of cabinets below TV wall screens and be aesthetical designed for such purpose.

The Bidder shall allow adequate ventilation to the TV walls and other equipment contained within the unit. The construction of the TV Walls’ frame shall allow the free movement of air both vertically and horizontally throughout.

The requirement of equipment in Central Monitor Room is as below.

A. Technical Specification for two 65 inches Full HD LCD with LED Edge Screen of ultra slim bezel with DLNA technology.

1. Display: Aspect ratio : Wide screen LCD with LED Edge Full HD Panel resolution : 1920×1080 or higher Motion Flow : 100Hz or higher Viewing angle at least 178◦

2. Terminals: At least 4 HDMI inputs At least 1 USB 2.0 HD15 PC input+ Audio Audio out At least 2 Composite input Video + Audio L/R Composite output Video + Audio L/R At least one Ethernet port Analogue audio inputs: 3 (2 side, 1 rear) Digital audio output: 1 optical

3. Power : Mains power : 220-240v, 50 -60 Hz Ambient temperature : 5◦ c to 40◦c

4. Accessories :

136 Section V. Technical Requirements

Full option remote control. Wall mount bracket with all bolts and nuts

5. Playback : USB Application(s) : Photo Viewer (jpeg), Photo Viewer (RAW), Music Player

(mp3), Video Player (AVCHD), Video Player (AVC), Video Player (MPEG4) , H.264

B. Technical Specification of 46” FHD LCD with LED Edge Screen with DLNA technology

1. Display: Aspect ratio : Wide screen LCD with LED Edge Full HD Panel resolution : 1920×1080 or higher Motion Flow : 100Hz or higher Viewing angle at least 178◦

2. Terminals: At least 4 HDMI inputs At least 1 USB 2.0 HD15 PC input+ Audio Audio out At least 2 Composite input Video + Audio L/R Composite output Video + Audio L/R At least one Ethernet port Analogue audio inputs: 3 (2 side, 1 rear) Digital audio output: 1 optical

3. Power : Mains power : 220-240v, 50 -60 Hz Ambient temperature : 5◦ c to 40◦c

4. Accessories : Full option remote control. Wall mount bracket with all bolts and nuts

5. Playback : USB Application(s) : Photo Viewer (jpeg), Photo Viewer (RAW), Music Player

(mp3), Video Player (AVCHD), Video Player (AVC), Video Player (MPEG4), H.264

3.4.20 FHD IP Fixed Camera Inside Control RoomFixed cameras shall be installed inside all sub control rooms and main Rose Hill control room. The camera shall be of sufficient number to cover the whole of the

Section V. Technical Requirements 137

monitoring room. These cameras shall be directly linked to the Line Barracks CCTV Office control room.

3.4.21 Video Client System Workstation for all sites

The workstation of Video Client System shall provide the following but not limited features:

Processor : Intel® Core® i7 2600 Memory : 4GB DDR3 1333MHz or better Storage : At least1TB SATA 7200rpm Graphics Card : PCI express graphic card of at least 0ne gigabyte

dedicated memory with HDMI output Network Interface : Gigabit Ethernet support Monitor : 22” LCD Full HD monitor or better Operation System :Microsoft Window 7 professional with license or better Shall be branded

3.4.22 Operator Desk at main control center The operator desk at the main monitoring center shall be designed to accommodate three operators’ position and all necessary equipment. The console and the monitor bay shall be ergonomically designed for such purpose. The console desk shall accommodate for at least nine monitors but however, only six monitors (six spot monitors and three workstations) shall be used and equipment interfaces. The console desk shall consist of sockets for USB keyboards and telephone. The telephone sets shall be connected to the telephone switchboard. Also, space shall be provided for radio and other useful equipment.Ventilation shall be catered for in the bottom and top of the console desk to allow free movement of air.All the data cabling and electrical wiring shall be aesthetical and neatly routed with separate ducting.Panels at the rear of the console desk shall be removable to allow easy access. The design for the console desk shall be approved by the MPF prior to construction and installation.

3.4.23 Operator Desk at sub control centers The operator desk at the sub monitoring center shall be designed to accommodate one operator position and all necessary equipment. The console desk shall accommodate for at least two monitors, one workstation and equipment interfaces. The console desk shall consist of sockets for USB keyboards and telephone. The telephone sets shall be connected to the telephone switchboard. Also, space shall be provided for radio and other useful equipment.Ventilation shall be catered for in the bottom and top of the console desk to allow free movement of air.All the data cabling and electrical wiring shall be aesthetical and neatly routed with separate ducting.

138 Section V. Technical Requirements

Panels at the rear of the console desk shall be removable to allow easy access. The design for the console desk shall be approved by the MPF prior to construction and installation.

3.4.24 Desk for Administration office at Line BarracksThe operator desk at the monitoring center shall be designed to accommodate two operator position and all necessary equipment. The console desk shall accommodate for at least four monitors, two workstation and equipment interfaces. The console desk shall consist of sockets for USB keyboards and telephone. The telephone sets shall be connected to the telephone switchboard. Also, space shall be provided for radio and other useful equipment.Ventilation shall be catered for in the bottom and top of the console desk to allow free movement of air.All the data cabling and electrical wiring shall be aesthetical and neatly routed with separate ducting.Panels at the rear of the console desk shall be removable to allow easy access. The design for the console desk shall be approved by the MPF prior to construction and installation.

3.4.25 Floor and room decoration at main control center The Floor the Rose Hill Main Control Room shall be Raise Floor. All the wiring shall be distributed under the raise floor with appropriate security isolation.The Raise Floor shall be aesthetically and neatly laid downThe design of the false raise floor shall be approved by the MPF prior to installation.

3.4.26 Power and Power DistributionAll power distribution circuit diagrams shall be certified by a registered electrical engineer and all electrical fittings used and work done shall meet the Mauritian standards.

The Bidder shall provide an appropriate power supply to the monitor bay and the console. The power supply to the console and monitor bay shall be directed from CEB distribution board. The latter shall be shown to bidders during site visit.

Where found necessary, additional ways shall be acquired through provision of a further distribution board.The monitor bay and console shall have a means of total electrical isolation within the CCTV monitoring room.

Each piece of the control room equipment (e.g. Monitor, keyboard, etc…) shall be fed from a separate fused socket. These sockets shall all be fed from the same circuit on a distribution board.

All cabling within the unit shall be installed in a neat and orderly fashion.

Section V. Technical Requirements 139

Power cabling shall be kept separate. All cables shall be neat or otherwise fixed.

3.4.27 Main control room and Data center UPS and GroundingAll equipment in the main control room and Data Center shall be connected to the Uninterruptible Power Supply (UPS). UPS for the CCTV monitoring room and Data Center room shall be true online type. The UPS shall provide power for at least ONE (1) hours to all equipment excluding air conditioners.

The Bidder shall consider the lightning and grounding protection of equipment and the earth resistance at the main control center shall be less than 5 ohms.

i. Earthing:

Separate earthing should be installed to earth all IT equipment, server racks, UPS etc. by making dedicated earth pits. Earthing should be separate from building earth system mainly used for other Non-IT equipment, lighting etc. The under structure system in the raised floor of the data center and the main control center also shall be properly connected to the building earth. Earthing stations should contain relevant grade of charcoal and salt packed around the earth plate / earth pipe. The minimum distance between the two earth stations shall be 3 meters. An earth ring with relevant earth test terminal boxes shall to be provided at regular intervals. Adequate number of earth strips with proper sized holes shall be provided for extending earthing / looping earth connections at various floors and executed as per the requirement.The bidder has to provide heavy duty Cover of size 450 x 450 x 8 mm thick to the Earthing Chamber. The cover is to be sand blasted and then Powder coated using Matt Jet Black Colour. The Cover is to be fabricated using 8 mm thick Chequered Plate. Other specifications are

Earthing pits with 600 x 600 x 6mm Copper Plate earth up to 10 feet deep with all accessories (Dedicated for UPS)

6 sq mm braided copper tape for grid earthing 8 swg bare cu wire At least 25 x 3 copper Strip for Earthing of panel 1c x 50 sq mm cu flexible (Green Colour) Dedicated Earthing Box Tinned copper strip with 6mm holes 150x150x3mm Danger Notice Board & Enameled Danger Board Shock Treatment chart with Frame In Local & English Language

ii. Uninterrupted Power Supply (UPS) System

i. General Description:

Install and test of true online, double conversion, high efficiency, high power factor Uninterruptible Power Systems (UPS ) with independent battery backup support for one hour on full load. The backup batteries should be supplied with the necessary external open racks/cubicles. All UPS systems should be with inbuilt tuned galvanic isolation transformer.

140 Section V. Technical Requirements

ii. Scope: The scope shall include design, supply, installation, testing and

commissioning of the complete UPS system and related accessories including: All Server racks will get power feed from the UPS systems to ensure

redundancy. Supply of complete set UPS systems, Load and Battery sharing panels /

Battery circuit breakers, sealed maintenance free Batteries with racks for minimum one hour Backup as per specifications.

All systems should be tested in factory as per the manufacturer’s recommended procedure for all operating parameters and the test results should be provided during the installation.

Delivery at site, unloading, handling, installation of complete system including interconnection from the UPS system to batteries and to input / output panels switches. All interconnections shall be done using multi-strand Flexible Copper conductor cables of appropriate sizes.

Outgoing neutral cables shall be of double capacity. UPS should be placed on a raised concrete /metal foundation of minimum 15”

height from the floor level of the proposed ground floor area. Scope includes battery bank connections using Nyvin cables and providing

safety barriers for all bus-bars and cable connection leads on battery racks. UPS control parameters setting and complete testing of system on load. Service backup by engineer till system is fully operational and subsequently

training is to be provided to the concerned persons of the MPF. Any upgrade of the system hardware and associated other software during the

warranty and maintenance period should be supplied free of charge.

Acceptance tests will be carried out after installation and the systems will be taken over only after successful completion of the acceptance tests.

Operation and service manuals of the systems containing technical / Electronic drawings / circuit diagrams complete in all respects should be supplied.

iii. Quality Tests:

Entire system shall be completely checked & tested for Full load, Transient Analysis, Over voltage, Over Load, Power failure, Efficiency at 50% should be at least 93% and 94% at 75% load 95% at 100% loads and all other functions.

iv. Specification / features of the Each UPS system are as follows:

Widest input range. Double conversion and IGBT technology.

Section V. Technical Requirements 141

Full IGBT Rectifier / Battery charger with power factor correction up to unity..

IGBT based Inverter Inbuilt Tuned Galvanic Isolation Transformer at output. Batteries to support 30 minutes full load backup. Static Bypass switch Maintenance bypass switch Power distribution panels Lightning and Surge Protection Programmable Front Panel Interface and Front-access servicing Dual feed input Remote Emergency Power off N+X parallel redundancy to increase the reliability and flexibility. High input power factor (pf >0.99) and low harmonic distortion

(iTHD: <3%) Overall high efficiency >94%, saving the operating cost. Parallel redundancy without extra hardware needed. Easy to expand in a cost effective way Built-in manual and static bypass switch for maintenance. Built-in SRAM, to record up to 500 real-time event logs or more. Redundant auxiliary power and control circuit. Scheduled battery test and battery replacement warning. Local and remote emergency power off function (LEPO and REPO). Compatible with generator installation. User-friendly LCD display and LED indicators. External battery pack available to extend the backup time. Load Bus Synchronization.

3.4.28 Air Conditioner

The Bidder shall evaluate the ventilation requirements and do the work accordingly. As such, the Bidder shall be required to provide the appropriate BTU Air Conditioners for the following places:

At least TWO Air Conditioners for Rose Hill equipment room. At least TWO Air Conditioners for Rose Hill Control Room At least TWO Air Conditioners for Port Louis Data Center At least one Air conditioner at administration office at Line Barracks.

The Air Conditioners shall be able to switch from one to another on a regular basis.

Air Conditioner Characteristics Specification

Power Supply: 230v, 50Hz Indoor Unit

I. Wall mounted type

142 Section V. Technical Requirements

II. Horizontal/ Vertical air flow

III. Low noise level at high speed (<50 dbA at 1m from indoor unit)

IV. Automatic air deflection

V. Variable fan speed and temperature control

VI. Wireless remote control with LCD temperature display and holder

VII. Units shall have an E.E.R of at least 8.5

VIII. Designed for operation with OZONE friendly refrigerant ( R22 refrigerant is not allow)

IX. Slim, compact and of elegant design

Outdoor Unit

I. Shall be suitable for tropical climates

II. Shall be weatherproof, cyclone proof and have anti-corrosion treatment of condenser.

III. Rotary type compressor

General Notes:I. All air conditioners shall be equipped with wireless

remote control by means of which the air conditioner maybe switched on and off , the temperature and fan speed may be controlled and from which one may reach the room /office temperature via an LCD display.

II. Any Supports, mounting brackets, etc. (to be hot dipped galvanized) shall be supplied and installed by the successful tenderer

III. The air conditioners shall be provided with a suitable drain pipe with sufficient slope for perfect drain. The drain pipe shall be leak-proof and shall securely fixed as and where necessary up to 50mm to soil level.

IV. Electrical supply for the air conditioners shall be provided from the existing DP switch. The electrical installation from the switches to the air conditioner shall have to be partly enclosed in white trunking of sufficient size. The

Section V. Technical Requirements 143

cable from indoor unit to outdoors units shall pass through conduits of appropriate size. The cable shall be of black PVC. Prospective tenders shall also have to provide for these items in their tenders.

3.4.29 Lighting

The Bidder shall provide suitable and sufficient lighting for the main ,sub monitoring rooms and Data center. When extensive arrays of displays are used together, monitoring room lighting shall be sufficient and suitable for all visual tasks.

A lighting design, based on indirect ambient lighting, where the ceiling is used to reflect light down into the monitoring room, is an effective solution. In designing a lighting scheme, attention shall be given to the range of operational tasks. Low-level lighting may be fine for image monitoring but it poses a problem for paper-based tasks.

Evenly distributed lighting of 400 - 500 LUX illumination is proposed for the data center. It is necessary to align the distribution of lights as per cabinet / rack / equipment layouts to avoid shadow.Required wattage of Mirror Optics low glare light fittings should be provided to achieve desired illumination level. Energy efficient lighting with Electronic ballast is proposed and electronic chokes are recommended for light.The rates for lighting fixtures shall include all accessories and supply of all materials that may be required to make the fixture complete in all respects such as :-

All the fixtures shall be suitable for single phase, 50 cycles, 230 Volts, AC supply

system. All fixtures shall be factory wired with copper conductor wires. All fixtures shall be supplied with fluorescent lamps or any other special type

bulbs All the fixtures shall be quoted of approved make only. All wiring should be carried out only in PVC conduits.

3.4.30 Flexibility

The monitor bay and console shall allow flexibility for future growth and changing needs of the system. The system shall therefore be on a modular basis and where appropriate racks shall be provided.

3.4.31 ChairsThe Bidder shall provide high backed executive chairs fully adjustable with moulded arm rests and 5 star bases for the subs and main monitoring room and administration offices.

144 Section V. Technical Requirements

3.4.32 Equipment at Data Center

Equipment which does not require day to day management or operation shall be located in a separate equipment room equipped with Air Conditioners at Rose Hill DHQ and Line Barracks, Port-Louis. The Bidder shall advise on the exact equipment location the MPF.

In case, separate room shall not be used to accommodate some of the equipment, provision shall be made for rapid intervention without disturbing the operators’ routine work.

Equipment to be located at Line Barracks, Port-Louis shall comprise but not be limited to the following:

CCTV Central Management platform Server Distribution Processing System Server Video Storage System IPSAN FHD IP Mini dome camera Switch/Router Equipment rack

All cable from the transmission interface to the equipment rack in the room and the CCTV monitor centers shall be attached to raceways provided and installed by the Bidder.

The Bidder shall house all equipment in rack cabinets in accordance with the equipment specification.

Adequate spare capacity shall be provided to allow for the expansion of each category of equipment. Cabinets shall be populated to allow adequate ventilation between items of equipment

Server Racks for Data center

The server racks shall be of size 19" 42U, 600 x 1000mm, perforation up to 83% on front and rear doors. Installation of chassis rails and 19” shelves shall be possible. Front and back Doors shall be perforated with swing handles and locks. Opening angle shall be 180 degrees and should be Left Right veritable, Frame shall be all Aluminium with Die Cast Corner Pieces. Rack frame shall be extruded aluminium and polished. Front and Rear door shall be perforated for maximum air circulation. Cut-outs shall be provided for optional exhaust fan and cabling. Numbers of non-surge, vertical power strips with of single phase 3 Pin 5/15Amps sockets are to be supplied and fixed in each racks. The current capacity of each power strip shall not be less than 32 amps and the input cable should be fire resistant grade and fixed with

Section V. Technical Requirements 145

suitable 32A DP+E. Vertical cable manager / loops, fans, castors, levellers, bolts, nuts and 2U Horizontal cable manager should be provided. The followings shall be provided but not limited to:

i. Racks size 42U, 600 x 1000 mm for Servers. ii. The supplied Rack shall allow free air movement through the rack. Perforation

up to 83% on front doors shall be provided for this purpose.iii. Racks shall have fixed 19” installation on the front & rear side for

components. Installation of chassis rails and 19” shelves possible. Racks to have min space of 85.5 mm in the front. Four Post, Depth-Adjustable Rack Rails with Square Holes

iv. Racks shall be EMC shielded & thermal management to design modelv. Racks shall have minimum static loading of 1000 Kg.

vi. Racks shall have a protective rating of IP 40vii. Racks shall conform to DIN standard 41494 for electronic enclosures.

viii. Racks shall RAL 9011black shade, Heavy Duty Casters And Levelling Feetix. Racks shall have multifunctional struts and 19” bracket extrusions, sheet steel

zinc passivated.x. Opening Angle shall be 180 degrees and should be Left Right Convertible.

xi. Rack frame shall be extruded aluminium and polished with Die Cast Corner Pieces

xii. Each rack will have at least 2 nos. power strips mounted vertically along both sides of the rack, each capable of connecting 15 servers for supplying single phase power supply to the servers. The current capacity of each power strip shall not be less than 32 amps

xiii. Power for all racksshall be obtained from a dedicated way and be supported by UPS.

3.4.33 Equipment at the Main control and data CenterEquipment to be located in the monitoring centers shall comprise but not be limited to the following:

Monitors Video Client System Workstation FHD IP Mini dome camera 3D Control Keyboard Switch/Router Server IPSAN

All cable from the transmission interface to the equipment rack in the room and the CCTV monitoring centre shall be attached to raceways provided and installed by the Bidder.

146 Section V. Technical Requirements

Adequate spare capacity shall be provided to allow for the expansion of each category of equipment. Cabinets shall be populated to allow adequate ventilation between items of equipment.Power for all cabinets shall be obtained from a dedicated way and be supported by UPS.

3.4.34 Access Control for the CCTV Monitor Rooms

The Bidder shall supply and install access control systems for the subs and main monitoring centers together with the equipment room including all hardware, software and provide necessary supporting equipment and sundry items.

The system prime function shall be to control access to the monitor rooms through control of doors based on configurable access rights of individuals and based on time of day.

Each access controlled door shall be equipped with Biometry pad controller Access Control or alternative technology and other equipment necessary to meet the requirements. Magnetic transom locks shall be used to lock each door. Magnetic locks shall be of sufficient strength to prevent forced entry.

It is intended that the system shall be used to monitor the day and time of any person entering or leaving the control rooms. The Bidder shall propose an access control system that integrates the CCTV Surveillance system and log to it. The system shall be capable of producing a report that sets out all the ingress and egress activities of the MPF employees.

The Bidder shall make sure that the doors of the monitor rooms shall be robust and appropriate to accommodate the system. If ever the doors are found inappropriate, the Bidder shall quote for the doors also.

3.4.35 Alarm System for Data centre at Line Barracks and Equipment Room at Rose-Hill

The Bidder shall supply, deliver, install and configure an environment monitoring system for servers’ rooms at the Data centre and Equipment Room, including all hardware, software with appropriate licenses and provide necessary supporting equipment and sundry items.

The propose system should be a Cabinet environment monitoring solution for server centres with SNMP based, fits into a 42U cabinet. The bidder shall propose a complete solution for rack mount environment monitoring in server centres .Supports up to 18 probes (temperature and humidity, AC current, smoke, water leak, water flood, air flow, vibrations detector, light) with the following criteria but not limited to :

Section V. Technical Requirements 147

• Built-in web server, SNMP support• Alarm alerts by e-mail, SMS (Ring), relay• SMS alarms (local/remote GSM modem)• With at least 6 Digital Inputs (dry contacts)• With at least 2 Digital Outputs (24VDC relays)• With at least 12 external sensors (1-Wire UNI) up to 60m• With SMS GW function (can transmit SMS for other HW group devices)• With Free monitoring software HWg-PDMS included (latest Windows based)

Basic features

Built-in WWW interface for configuring the unit and monitoring the sensors. Fits into a 19" or 10" cabinet (rack). With GSM modem for sending alerts by SMS, independently of the network. With SMS GW for other devices With Thermostat function: Relay output can signal when sensor value is out of

the range. With Security ensured through a password, IP

Shall Support the following sensors:

Dry Contact Temperature Humidity Water leak detection (Spot / Rope detection) Smoke detector Voltage sensor (220 to240V) Airflow detector Contactless AC current sensor (110/230 VAC) General voltage / current sensor

The bidder shall advised and quote appropriate quantities of the following sensors so as the meet the MPF requirement.

Temperature Humidity Water leak detection Smoke detector Voltage sensor (220 to240V) Airflow detector for air conditioner units Contactless AC current sensor General voltage / current sensor

3.4.36 Printer

148 Section V. Technical Requirements

The Bidder shall supply and install color laser network printer with scan function for the main control center at Rose Hill and the administration office at Port -Louis .

The purpose of the printer shall be to print snapshots of targeted image (s) and access control reports. The printer shall deliver high quality print out as same shall be used for identification.

3.5MAINTENANCE

WARRANTY & INSURANCE

The Bidder shall be responsible for both routine and non-routine maintenance in addition to his obligations under Defects Liability for the warranty period of TWO year at no additional costs.

The Bidder shall be responsible to insure all the providing equipment during the warranty period irrespective any of Gods or rioting.

The Bidder shall provide all necessary equipment, materials, plant etc… to undertake the maintenance of the system in accordance to the contract requirements as per annex.

MAINTENANCE PERIOD

The project shall consist of a seven years maintenance contract with parts, transport and labour for the whole system inclusive of the warranty period. The Bidder shall make sure that spare parts are available for at least seven years in event of any breakdown.

3.6PROTECTION OF EXISTING EQUIPMENT

The Bidder shall note that the works shall be undertaken in areas where sensitive equipment may be located.

The Bidder shall take reasonable steps to protect delicate equipment from dust in particular during any drilling in any computer, telecoms / radio rooms. Polythene wall barriers shall be installed prior to any drilling.

All debris and dust shall be removed with vacuum cleaners before removal of any dust barriers.

The Bidder shall determine for each building any particular requirements for protection before work commences and leaves premises in a clean, tidy and orderly condition.

Section V. Technical Requirements 149

Testing Equipment

The bidder shall provide the following testing equipment :

i. Three (3) Professional LAN cable testing equipment with the following specification:

To check Coax , type CAT5, 5e , 6 and 7 twisted cord network and trouble.

To check cable sequence . Should use TDR (time domain reflect meter), Measure length and

distance, find the trouble location. To find the determined open circuit, short circuit, jumper, cross or

split pairs. Service line test and no external adaptor is required. Simple and easy use 144 x 64 Dots FSTN LCM Big screen to display

test result clear. Be able Determine continuity and wiring pattern. Low Battery indication At least three year warranty

ii. Three (3) Professional CCTV Laptop with the following specification

Intel Core i7-3537U (2.00GHz / 3.10GHz) Processor Windows 8 64-bit Operating system 15.5" Full HD touch display, LED Backlight Technology 4MB Processor Cache memory 8 GB RAM memory 256 GB SSD HDD for operating system 500 GB HDD Blu-ray Disc player Full HD Graphics of at least 1G memory with resolution output of at

least 1920x1080 HDMI output USB 3.0 port Bluetooth Standard (4.0 + HS) 1000BASE-T/100BASE-TX/10BASE-T Ethernet Protocol (802.11b/g/n) WiFi Adapter At least three years warranty . Ultra-thin, metal design Should be branded Professional Leather carrying case

iii. One (1)Professional Earth meter with the following specification :

150 Section V. Technical Requirements

IP54 rated 2 and 3 point testing Selectable 25 V or 50 V output LCD Display Complete with lead and stake kit Simple one button operation Hardwearing carry case Should delivered with calibration certificate

iv. Three (3) Professional Digital multi meter with the following specification :

Range selection Polarity selection low battery indication DC Voltage tester AC Voltage tester Resistance tester Capacitance tester Frequency tester Duty cycle tester DC current tester AC Current tester Checking continuity Testing diode At least three years warranty Should delivered with calibration certificate

v. Three (3) Professional Digital clamp multi meter for AC and DC

AC current range : 0-1000A DC current range : 0-1000A AC response : True RMS Should delivered with calibration certificate At least three years warranty

vi. Four (4) Professional Crimping tool with the following specification :

RJ45 Ethernet connector crimp socket RJ11 connector crimp socket RJ12 connector crimp socket Wire stripper Easy grip handle

vii. One full features OTDR (hardware) with the following specification but not limited to :

All optional kits for fibre optics measurements

Section V. Technical Requirements 151

Determine Continuity to Fiber End Locate Break in fibre Cable Identify Fiber to be spliced Determine Continuity Through Splice Measure Splice Loss Measure Fiber Loss (End-To-End Attenuation) Measure Fiber Quality (dB/Km) Measure Reflectance of Splice & Connector Overall Return Loss (ORL) Document Results (Print or Record to Disk)

3.7DOCUMENTATION

3.7.1 GENERAL

The Bidder shall note the importance of the provision of quality documentation. The Bidder shall provide THREE copies of a comprehensive operating manual and three copies of a comprehensive maintenance manual. Manuals shall be bound in hard back binders to the approval of the MPF.

The operating and maintenance manuals including drawings and design shall also be provided in magnetic media format, with TWO copies of each manual on separate CDs, all copies in Microsoft Word or Adobe PDF format.

The draft operating manual and draft maintenance manual shall be provided for the approval of the MPF before publication.

3.7.2 OPERATING MANUALSThe operating manual shall describe the system and be tailored to the needs of the user.

The operating manual shall not comprise a compendium of operating instructions and manuals of each of the items of equipment. This information shall be contained in the maintenance manual.

The operating manual shall be developed to meet the needs of the operator on a day to day basis and shall be written for this specific system. The manual shall describe the key features of the system and how to operate the system on a daily basis. High level fault diagnosis shall also be included for the CCTV Camera system. The exact content of the operating manual shall be agreed with the MPF four weeks prior to the substantial Completion.

The following shall be included as a minimum:

i) System description

152 Section V. Technical Requirements

ii) List of camera names locations including mapiii) Description of how to undertake key functions e.g. camera/monitor

selection, camera operations etc…iv) Instructions on setting up patrols and preset scenariosv) How to interrogate the recording media and download images from the

IPSAN to an appropriate format. i.e. CD/DVD/Blu Ray etc.vi) List of the most common faults and problems and how to resolve themvii) Description of when to call out maintenance Contractor.viii) Where necessary, contract drawings shall be made available from the

Bidder in AutoCAD format.

3.7.3 MAINTENANCE MANUAL

The document shall include all specific site related information. The maintenance manual shall comprise all necessary information to enable the MPF to determine all components, equipment, system design, operation and fault diagnosis for the CCTV systems.

The Bidder shall provide detailed schematics and lists of equipment and describe location of equipment for each outstation site. The content shall describe from where power has been obtained to enable future isolation.

The Bidder shall develop comprehensive drawings of all installation equipment. The general schematic of the system shall be supported by details of equipment connectivity and layout in the equipment racks, monitor wall, console and other equipment forming part of the system.

Manuals associated with each item of equipment shall be included.

The manual shall provide results of all Acceptance Tests.

Contract drawings in AutoCAD shall be made available.

The Bidder shall provide THREE disks each with a copy of the system software.

Where bespoke modules have been incorporated, parts and name of manufacturer shall be included together with circuit diagrams.

The maintenance documentation shall enable the MPF to identify, diagnose and rectify faults to module level on the installed operational system and to card/component level.

3.8ROUTINE MAINTENANCE SCHEDULES

Section V. Technical Requirements 153

Detailed schedules for routine maintenance procedures shall be provided as part of the maintenance manual. They shall include the following:

i) Frequency and details of tests, measurements and tolerancesii) Test of failure or standby modesiii) Transmission level testsiv) System testsv) Equipment or module testsvi) Test of operational facilitiesvii) Operation of self-testsviii)Safety checks and inspections.

Tests and measurements shall be to the same standard as those used for equipment acceptance purposes and shall be so devised that wherever practicable the complete operational system shall be tested rather than modules in isolation.The documentation shall include pro-formats for annual system and equipment performance status reports.

3.9Testing and Quality Assurance Requirements

3.9.1 FACTORY ACCEPTANCE TESTING (Free of Charge)

A. GeneralThe Factory Acceptance Testing (FAT) is a major project milestone in a CCTV Street Surveillance System project where the equipment and/or system integrator demonstrates that the system design and manufacturing meets the contract specifications created by the project manager and project team.

B. FATThe FAT procedures shall be prepared well in advance by the vendor/system integrator. This procedure shall be reviewed and approved by the project manager and project team. It shall include testing of as much functionality as is practical in the factory, and check all interfaces among equipment and systems. Where possible the procedure shall show pass/fail criteria or desired results for each item.

The bidder/vendor shall also provide a schedule for the FAT showingall timing and sequence of testing.

The bidder/vendor shall prepare a test facility that can be effectivelyused to conduct the FAT testing, including calibrated test equipment and any special test equipment.

The bidder/vendor shall compile a document set that can support thetesting and serve as a reference for the test results, including:

i. Contract specifications and copies of all references called out in the specification.

ii. All drawings for the project, including drawings received from

154 Section V. Technical Requirements

other vendors that describe interfaces. The bidder/vendor shall pre-test the system before FAT to reduce wasted time

of the project manager/project team.

3.9.2 POST TESTING ACTIVITIES

A. Check of documentation

Review draft manuals and note any deficiencies. Confirm that the bidder/vendor has and shall deliver records of hardware

and software sourcing and traceability. Confirm bidder/vendor’s schedule for completing all documentation.

B. Punch Lists All discrepancies and non-conformities of the system shall be compiled into a Non

Conformities List by the project manager/project team, including a “time to complete” column, for example, before shipment. Items incomplete, or not available for inspection or FAT are to be included on the Non-Conformities List.

The project manager/project team shall issue to the bidder/vendor a Non-Conformities List at the end of FAT for discussion to confirm agreement with the “time to complete” in-order to prioritize and focus work to complete the system with minimum impact on the project critical path. It needs to be followed up with the bidder/vendor periodically to ensure continued attention.

Substantial non-conformities can influence the bidder/vendor’s eligibility to receive the full FAT progress payment.

3.9.3 FAT Contract

All FAT costs including laboratory test, equipment test, calibration, functionality testing, regulatory testing, any adhoc testing and transport, lodging and all expenses for the whole duration stay shall be borne by the bidder/vendor.

3.10 TRAINING (Free of Charge)

A. General

The Bidder shall provide during the Contract Period training facilities (both Theory & Practical) and training courses as detailed herein to ensure, but not limited to, that staff associated with the project may acquire knowledge and appreciation of all major aspects of the system design, day to day operation, breakdown and routine maintenance procedures and methods for fault diagnosis of the system.

The Bidder shall nominate qualified instructors for each of the training courses if necessary from nominated sub-Contractors to cover all aspects of the complete system. At least two weeks before the commencement of each training course, the Bidder shall submit details of the instructor(s), including name(s), qualifications, experience and involvement in the project for approval of the MPF.

Section V. Technical Requirements 155

The Bidder shall submit an outline syllabus for each of the training courses in the Functional Specification for approval by the MPF. The details shall be finalized two weeks prior to the course.

The training courses (not exhaustive) to be provided are summarized below:

COURSE No. of personnel to be trained

CONTENT TRAINING DURATION

LOCATION

System Manager

Three (3) Manage the whole CCTV system

Min 2 – 4 weeksTheory & Practical

Lab Training by manufacturer (software and hardware)

System Administrator

Three (3) Manage the whole CCTV system

Min 2 – 4 weeksTheory & Practical

Lab Training by manufacturer (software and hardware)

Technician Ten (10) CCTV technicians Min 1 week On-site training

Electrician Ten (10) Electrical Network and distribution mainly in data centers and control centers.

Min 1 week On-site training

Operators Twenty (20) Daily operation in the control room

Min 2 weeks full dayTheory & Practical

Control centers

The Bidder shall provide copies of supplementary documentation for all courses which shall be submitted to the MPF for approval at least three weeks before the commencement of each course. The Bidder shall provide as part of the Training Program all materials that shall be required to conduct the training courses.Please note that the Training medium shall be in English.

B. System Managers & System AdministratorsTraining of the system managers and administrators shall be structured to provide the attendees with sufficient knowledge and understanding of all installed equipment and the functions of the system as a whole to enable an efficient and effective maintenance response to all faults and re-configuration of the system software. The training shall cover such subjects but not limited to:

i) System design and control philosophy to module levelii) Fault recognition, tracing and diagnosis of systemiii) Software configuration as the needs change.

156 Section V. Technical Requirements

C. TechnicianThe bidder shall provide training to the technician respecting but not limited to:

i. CCTV fault detectionii. CCTV Software Management

iii. CCTV Cabling network etc…

D. ElectricianThe bidder shall provide training to the electrician respecting but not limited to:

i. Electrical network and distributionii. CCTV Cabinet electrical distribution

iii. Distribution boards

E. OperatorsTraining shall be arranged to provide staff with knowledge of all aspects of the operation of the CCTV monitoring system.

3.11 PROJECT STAFF

A. TEAM COMPOSITION

The Bidder shall appoint suitable qualified and experienced technical and other staffs as necessary to ensure that the site visit is carried out efficiently.

The Team being responsible for the CCTV site visit shall consist of the following: Project Coordinator/Engineer Technicians

B. PROJECT COORDINATOR / ENGINEER

The project coordinator shall be well conversant with CCTV projects for the proper management and coordination of the project. He shall be an Electronics /Communication/Network/IT Engineer with at least 5 years of experience in the field of CCTV and fiber optics backbone transmission networking and shall have undertaken at least one project of similar nature.

C. TECHNICIANS

The requirement is for at least TWO (2) technicians who shall possess at least a Diploma in Electronics/Communication/Network/IT or equivalent having at least 3 years’ experience in the field of CCTV and Fiber Optics Backbone Transmission.

The above are minimum requirements in respect key personnel to be deployed on the project. Bidder may propose a range of experts. However for evaluation purposes only the best FOUR (4) key personnel shall be considered.

Section V. Technical Requirements 157

The Project Manager shall summarized the CCTV Street Surveillance project and answer to any queries. The date of a site visit shall also be scheduled.

3.12 SITE INVESTIGATION

The Bidder shall make all necessary additional investigations and satisfy himself regarding the site, ground conditions, CCTV locations, the data center, the main , and sub control monitor room location, cabling and the Optical Fibre backbone transmission system routes. The MPF shall not be held responsible for any claims arising and/ or costs incurred by the Bidder resulting from his failure to do so.

3.13. Technical Responsiveness Checklist

158 Section V. Technical Requirements

Note on Preparation of the Checklist for Purchasers: The following is a sample format that is designed to help Bidders quickly understand:

(a) the Technical Specification given in the Technical Requirements;

(b) whether each Requirement is mandatory or only “preferred”; and

(c) to ensure that each Bidder includes along with a specific response to the Purchaser, a cross reference to the supporting information provided elsewhere in its Technical Bid.

It is important that the tables be prepared carefully and completely, with accurate references to the relevant section and paragraph numbers in the Technical Requirements so that Bidders will be more likely to submit complete information, particularly regarding the mandatory and scored Requirements. In preparing each Checklist entry, Purchasers shall start with an abbreviated text of each Requirement so that Bidders can quickly confirm that they are responding to the right Requirement. Inconsistencies between the Checklist and the referenced section in the Technical Requirements shall be avoided. Giving Bidders a revisable, “electronic” version of the Checklist as part of the Bidding Document will enhance the completeness of bids.

Technical Responsiveness Checklist

Note to Bidders: The following Checklist is provided to help the Bidder organize and consistently present its Technical Bid. For each of the following Technical Requirements, the Bidder must describe how its Technical Bid responds to each Requirement. In addition, the Bidder must provide cross references to the relevant supporting information, if any, included in the bid. The cross reference shall identify the relevant document(s), page number(s), and paragraph(s). The Technical Responsiveness Checklist does not supersede the rest of the Technical Requirements (or any other part of the Bidding Documents). If a requirement is not mentioned in the Checklist, that does not relieve the Bidder from the responsibility of including supporting evidence of compliance with that other requirement in its Technical Bid. One- or two-word responses (e.g. “Yes,” “No,” “Will comply,” etc.) are normally not sufficient to confirm technical responsiveness with Technical Requirements.

Section V. Technical Requirements 159

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

A. Scope

1. Scope of WorkI.

The minimum specified scope of work to be undertaken by the bidder should be performed as per the specifications and conditions mentioned in the different parts of this document. Any further amendments issued in this regard should be executed during the contract period.

II.The scope of work should include the execution of an IP FHD CCTV network based Street surveillance system and should provide a mini turn-key solution for the entire sites and include any missing item(s) notwithstanding the detailed given in tender document for the successful end to end implementation.

160 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

III. The System should facilitate viewing of live and recorded images and controlling of all cameras by the authorized users. System should provide inter-operability of hardware, Operating System, software, networking, printing, database connectivity, reporting, and communication protocols.

IV. The broad system architecture should include IP network connectivity to backbone of the network, IP CCTV surveillance equipment, Back-end equipment and field equipment.

V. The system should consist of the Supply, installation and commissioning of requisite hardware and software for the CCTV System

VI. The Street surveillance system should connect the CCTV Control centre, sub control centres and data centre with locations of respective areas mentioned in this tender document

VII. Bidder should provide poles and fixtures required for location where poles are not available. All the fitting should be under ground where ever possible.

VIII. Earthing, Digging, Filling and ensuring to make the site to its original condition will be the responsibility of the bidder.

Section V. Technical Requirements 161

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

IX. Wherever there is a requirement for the trenching of the national highways or any roads for laying the cables, the permission of the concerned authority should be obtained by the successful bidder. However, the MPF may provide all the support in getting the same from the concerned authorities.

X. All the Cameras installed under this project should be sending uninterrupted live Full HD video stream to the respective control room of the particular area. The system should be capable of having a storage capacity of 40 days X 24 hours recording of at least 25fps at FHD at Data centre and on site level as specified in the tender document. The archiving policy should be finalized by MPF with the successful bidder.

XI. For the current phase, IP FHD PTZ Cameras, Fixed full high definition IP Cameras including the automatic licence Plate Reader (ALPR) function are required to be installed at locations (as per the drawings/locations) along with all the necessary components (Servers/Storage/Client workstations/VMS/cables/connectors etc.) to make a complete functional IP street surveillance CCTV system.

XII. This system should allow for expansion of the FHD IP CCTV system in subsequent phases without requisite licenses.

162 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

XIII. The bidder should certify that the video so captured through the proposed system should be accepted by the court of law as evidence. A certificate in this regard should be submitted by the bidder.

XIV. The proposed system should provide seamless integration and interoperability with other system already installed or proposed to be installed by the MPF. Pls note that at the pre-bid meeting the MPF will provide information about the system already installed and proposed to be installed.

XV. The requirement mentioned in this tender document calls for a complete working system and not components thereof. Bids should be completed with all equipment and required accessories along with necessary power systems including standard Uninterrupted Power Supply for the entire equipment, video connectors, patch connectors, patch leads, mounting and fitting hardware, plugs, sockets and any hardware/software, etc. as required for complete installation of the System under this contract.

XVI. The successful bidder is required to conduct a detail site survey and should submit the project plan that should include the following:

Section V. Technical Requirements 163

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

a) Site survey report, connectivity diagrams for all the sites.

b) Document giving the details of methodology using the best practices of the industry for the connectivity and optimized configuration for network devices to be installed and configured under this project as well as details about methodology to be used for Project Management, and Service Level Management.

iii.

XVII. The successful bidder is required to maintain the system throughout seven (7) years including two (2) years warranty. The maintenance shall include the parts, spares, labour and transport.

2. Scope of Supply

I. The bidder should supply all hardware which includes connectivity equipment, IP CCTV system, ANPR hardware, servers, storage, control room equipment, work stations, projector and requisite software as per specifications & configurations.

164 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

II. Further, the bidder must not bid/supply any equipment that is known to be end of sale within two years from the date of supply. The successful bidder would be required to replace all such equipment with latest and at least of equivalent configuration. The successful bidder should submit an undertaking from OEM in this regard to the tenderer.

III. All the passive components should be of the same make across the entire site to be connected under this RFP to ensure standardization and Certification from the manufacturers.

IV. The bidder should be responsible for end-to-end implementation of connectivity of all the locations under this tender document and should quote and provide/ supply any item(s) of latest make and model not included in the List of Goods, but required for successful implementation and commissioning of the system as well as its management. For such item(s), which have not been quoted by the successful bidder in the bid, but are required for successful completion of the project, the tenderer should not pay for the same.

V. The supply of all the installation material/accessories/ consumables necessary for the installation of the systems.

Section V. Technical Requirements 165

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

VI. The successful bidder should provide patches and updates of OS free of cost for seven (7) years including warranty of two (2) years for the items quoted under this project.

3. Scope of installation, commissioning & system integration

I Carry out installation of all the equipment and accessories supplied as per standards for successful integration and implementation of the systems at each location in the respective area under this tender document.

II Configuring and fine-tuning of subsystems to achieve overall optimal CCTV network performance and highest security.

III The components to be installed and configured should include but not limited to:

a) Network components

b) connectivity

c) Erection of mast/poles

d) Video Surveillance Systems

e) PTZ cameras, Fixed cameras

f) Network Video Management Hardware (Server)

g) Storage hardware

166 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

h) Computer hardware

i) Software

j) Automatic License Plate Recognition software

k) Power Backup

l) High Resolution screen to all the workstations in the respective control rooms.

m) Power backup

IV All patches and updates should be provided by the successful bidder during the warranty and maintenance period.

II. Carrying out all general tests such as Power on test on delivery, installation and cabling checks to ensure correct connections, completeness of system documentation etc.

III. The successful bidder should not cause any damage to Government buildings/other premises/property, if any damage occurs, the successful bidder will perform restoration. Trenches, path/, etc. will be back-filled and restored to the original condition immediately after laying of the conduit/cable/erection of pole etc. The successful bidder

Section V. Technical Requirements 167

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

if required should also plug conduits and entrance holes with suitable sealing material, where the cable has been laid.

IV. The system should be subjected to inspection at various stages. The successful bidder should follow all Safety Regulations and Practices.

V. Bidders should spell out various tests that are being proposed to be carried out for demonstrating the functionality of the solution.

4. Civil works:

I. Camera sites

a) The site for erecting new CCTV poles would be provided by MPF

b) The successful bidder should have to undertake the cabling, fixing/erection of poles etc. as per the requirement.

c) Civil works including digging etc., if any, required for providing end to end connectivity should be the

168 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

responsibility of the successful bidder.

d) The successful bidder should be responsible for restoring the areas to its original shape wherever, the digging if any has been undertaken by him for end to end implementation of the system.

e) The successful bidder should give the drawings of the proposed civil works in AutoCAD or alternatives.

II. Data center and main control center

(a)The Data Center and main control center area should be built as per the design layout with non-combustible material in equipment area as per the given specification and should provide an aesthetic, lasting and technically superior infrastructure.

(b)The scope of work should include but not limited to the following:

a) Dismantling of existing partitions, other fixtures and allied items.

b) Removing of existing electrical fixtures and allied

Section V. Technical Requirements 169

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

items.

c) Related Civil / Masonry works for filling cable trenches, Flooring, wall opening / closing, door fixing and repairs if any to prepare the site for renovating

d) Thermal Insulation of the server room floor.

e) Raised flooring with suitable pedestal assembly.

f) Metal perforated false ceiling with suitable assembly.

g) Server room Partitioning, doors, visual glass windows

h) Doors, Windows, Storage and Furniture as per the design

i) Structured Cable Tray arrangement in all areas

j) Fire rated Paint work inside the server room

k) Other miscellaneous civil work, hardware as per site requirement

III. Technical Description for Interior Works:

Dismantling:

(a) Removing of existing wall panelling, partitions, false ceiling, electrical fixtures, any other unwanted items and carting away all debris from site and cleaning of

170 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

site.

(b) Removing existing selected Door frames with shutters from walls, including holdfasts and all other hardware and fittings and carting away all debris from site as directed.

(c) Removing of old Window frames with shutters from walls, including holdfasts and all other hardware and fittings and carting away all debris from site as directed.

(d) Removing of all existing Electrical Fittings including the cabling, wiring, panels, distribution boards and carting away all debris from site to the identified location.

(e) Any other unwanted old materials / fixtures in the first floor area.

IV. Server Room:

(a) Server room infrastructure should be Tier-III compatible level as per TIA 942 specifications for the proposed works mentioned in this tender.

(b) All infrastructure materials used for server room site

Section V. Technical Requirements 171

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

preparation and entire electrical / data cable works of the data center should be Non-combustible or Fire Retardant quality

(c) In addition the server room partitioning walls from floor to ceiling and perimeter wall should be with the smooth surface finishing

V. Electrical works:

a) Electrical cabling up to the equipment and rack etc. as the case may be should be the responsibility of the successful bidder.

b) The successful bidder should carry out installation and configuration of the electrical components as per the standards.

5. Project Management

a) The successful bidder should undertake to completely manage and maintain the said equipment/infrastructure installed and commissioned at these sites as mentioned in this tender document for a minimum period of seven (7) years after the

172 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

commission date.

b) During the said period, the successful bidder should be responsible for the smooth working of the total system installed at the locations under this project and to ensure a minimum of 99.9% uptime.

6. Scope of Training

I. Training on how to operate the CCTV system should be dispensed to personnel at each control centre and sub-control centres by the successful Bidder.

II. At the end of the training period, the successful bidder should assess the trainee operators and issue a certificate to all trainees who have successfully completed the programme.

III. Training on how to manage the system should also be dispensed to MPF personnel.

IV. The bidder should impart hand-outs on training with detailed course material on the installed equipment covering at least the following:-

a) Configuration and the operation of Networking Equipment, Cameras, ALPR software and other equipment etc. supplied under the project.

Section V. Technical Requirements 173

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

b) Introduction, configuration and operations of computers, servers, storage devices etc.

c) Network video management software etc.

d) Trouble shooting and preventive maintenance

e) Report generation using VMS & video analytical

f) Archiving and analysis of the reports

V. i. The training should be carried out for a period of at least one month as mentioned above for which the detailed training schedule along with the content of the training should be submitted by the bidder. All the expenses towards training including related to travel, boarding, lodging of the trainees so deputed by the MPF should be borne by the bidder.

7. Scope of Acceptance Testing

I. The acceptance tests for the sites should be carried out in accordance to the methodology described in the tender document.

II. The above said acceptance test should be conducted at each location by a committee comprising of officers from MPF and any person and duly authorized by the tenderer.

174 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

III. The MPF will prepare detailed Acceptance Testing Plan (ATP) including test parameters, commitments etc. which should be acceptable to the successful bidder for each of the site components. The test parameters, commitments etc. as decided & approved by the MPF should be final and binding on the successful bidder.

IV. The successful bidder should ensure that the cabling and crimping/termination is done in accordance with the industry standards and supported by the Original Equipment Manufacturer (OEM) fully tested and certified for operations for a minimum period of 20 years.

V. All the functionality, features and configuration relevant to his project should be documented and demonstrated by the successful bidder to the tenderer.

8. General

I. The bidder should indicate missing components if any, that may be considered necessary in his bid to implement and operate the facility to meet the required objectives of the project as has been laid down in this document.

II. The bidder should offer equipment that will best accommodate and meet the present and future

Section V. Technical Requirements 175

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

requirements of the MPF.

III. The equipment supplied should tolerate Mauritian power and weather conditions. Furthermore, all equipment should comply with the applicable power and safety rules.

IV. One set of service and operation/instruction manual is required to be supplied with each of the equipment.

V. The Bidder should provide patches, updates and upgrades of all the supplied software free of cost for five (5) years after warranty period of two (2) years .

VI. All the equipment should be new and of the prevailing/current standard production of the manufacturer at the time of the proposal and should not bid/ supply any equipment that is known to be end of sale with one year of the date of the supply of the said equipment.

VII. The bidder should supply the latest version of software, providing all the features enumerated in this specifications, at the time of award of contract. Equipment should be compatible with other Network vendor equipment (ONVIF). The principal vendor of products/equipment supplied under this project should have relevant quality certifications such as ISO 9001 and all the products should be certified by the

176 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

original manufacturers.

VIII. Local cabling - Every connection to the local network should be through Category 6 Unshielded Twisted Pair (UTP–CAT-6) (or better) and 100/1000 Mbps (or faster), but compatible with overall infrastructure. All cables should be laid down within the conduit pipes (of 1.5 inch diameter or more as required) and the same should be tightly clamped on the wall.

9. ARCHITECTURE

I. The bidder should offer the solution for surveillance based on GPON network which will be provided by an authorized service provider.

II. IP FHD CCTV Surveillance equipment including High end Analytics, Edge devices, Control Room equipment should be provided etc.

III. Automatic Licence Plate Recognition System (ALPR) on FHD PTZ and FHD Fixed Cameras including state of the art software with OCR technology and multiple alert options should be provided.

B. Function and Performance Requirements

Section V. Technical Requirements 177

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

1. Requirements to be met by the System

I. The bidder shall provide a high reliability, efficient, cost-effective CCTV street surveillance system and with full latest analytic features including Automatic License Plate Recognition (ALPR).

II. This CCTV system shall be capable to evolve into future requirement and shall comprise for the provision of a fully functional integrated CCTV Surveillance system in accordance with the requirements of the Contract. Please note that at the pre-bid meeting the MPF would provide information about how the MPF wants the CCTV system to evolve into the future.

III. Also, the system shall comprise of an aiding visual surveillance for:

a) Law and orderb) Special event e.g. public gatherings,

processions etc.c) Crime Controld) Traffic Controle) Incident managementf) Disaster Response

IV. The Bidder should be responsible for co-ordination of the turn-key project, provision of cameras and

178 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

accessories, detailed design of the system, commissioning, testing, and training of the MPF personnel for the system prior to implementation, routine and non-routine maintenance during the two years warranty period.

V. The Optical Fiber transmission, GPON, should be provided by an authorize service provider.

VI. The Bidder should be responsible for resolving all technical issues in order to deliver a fully compliant system to the satisfaction of the Mauritius Police Force (MPF).

VII. The MPF should be provided with a quality system whose individual equipment components are integrated to deliver quality high performance (Full HD 25Fps@1080P) images both day and night on a 24 x 7 x 365 days basis.

VIII. The Bidder should pay full attention to the quality of each of the system components to deliver a reliable integrated solution which meets the performances required.

IX. In order that the MPF may satisfy himself that images

Section V. Technical Requirements 179

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

should be of the appropriate quality, the Bidder should, comply with the Functional Specification and provide a demonstration (FAT) of the performance of the CCTV systems in house followed by a live demonstration with all features prior to start of works as per the tender requirements.

X. The Bidder should invest adequate time in undertaking his duties particularly in respect of testing and commissioning

XI. Day and night tests should be undertaken for each camera.

XII. The Bidder should make all necessary adjustments to all components to ensure that the system meets the requirements of the MPF.

2. Functional Performance Requirements of the System

I. The purpose of the system is that all individual components, items, materials and equipment specified by the MPF installed by the Bidder and forming part of the system provides continuous 24 hour semi-overt surveillance of the Beau-Bassin, R/Hill and Quatre-Bornes areas.

II. The cameras are tasked to capture in accordance with

180 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

the requirements, transmit in real time and record these on digital media and be available for selection by the operators at each user interface.

III. All the video data should be Full HD 25Fps@1080P.

IV. However, the optical fiber backbone transmission system used in this particular CCTV project should be provided by an authorize service provider.

V.I.

The authorize service provider should offer a transmission network bandwidth of at least 6-10 Mbps per camera to meet the requirement of FHD camera.

3. Information Technology Issues and InitiativesI. The Mauritius Police Force would be using a GPON

for its backbone at the defined regions.II. As such, the proposed system should be able to

integrate with the GPON backbone network.C. Technical Specifications

1. SITE CONDITIONS

I. All equipment mounted outside together with its installation should be designed to operate at the following conditions: architecture

a) Ambient Temperature : 100 C – 400 Cb) Relative Humidity : 90 % Max.

Section V. Technical Requirements 181

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

c) Cyclonic Winds : 200 km/h maximum gusts

d) Environment : Maritime environment. Equipment to be protected against salt air corrosion

e) Direct sun Temperature : 300C – 700CII. Bidders should also check, on their own, the

prevailing site environment and conditions during the site visits.

2. CAMERA LOCATIONS

I. The locations of the cameras have been defined in DRAWING section together with the address and spot marking. At

II. Most of the cameras should be installed on pinpointed CEB or Municipal Council electric lighting poles.

III. In places where these poles are not available, the bidder should erect new poles as per DRAWING section.

IV. The choice of camera locations has been determined in relation to high crime hot spots and risky areas.

V. The camera should be fixed in such a way to avoid any potential obstructions.

VI. If, for any reasons the location already determined is not suitable according to the Bidder, the latter should

182 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

propose other places which should be agreed with the MPF during the presentation.

VII. In such case, the Bidder should explain his disagreement prior to his proposal.

VIII. Cameras and subsidiary equipment mounted on poles should be at heights mentioned below unless otherwise indicated.

IX. The Bidder should be able to remotely configure the camera set up.

X. All equipment including any device necessary to address the camera should be provided.

XI. It is strongly advisable for the Bidder should conduct a number of site visits before the crucial design stage.

XII. Height of camera : 5.5 – 6.5 mHeight of Subsidiary camera equipment : 5 – 6 m

XIII. If, for any reasons the height range already determined is not suitable according to the Bidder, the latter should propose other heights which should be agreed with the MPF during the presentation. In such case, the Bidder should explain his disagreement prior to his proposal.

3. CAMERASITE POWER SUPPLY

Section V. Technical Requirements 183

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

I. The Central Electricity Board should be required to provide power supplies to all equipment including cameras from the nearest source available.

II. Installation should be in ducts or above ground depending on site conditions.

III. Bidders should be required to liaise with CEB prior to work on CEB poles.

IV. They should abide to all power protection (RCD and isolator switch) as per CEB and Mauritian standards inside each camera cabinets prior to CEB power connection.

V. Contact Person CEB: Same would be communicated to you on pre-bid meeting.

4. ELECTRICITY DISTRIBUTION SOLUTION

I. The Bidder should be responsible for designing all electricity distribution of all IT and other equipment in (but not limited to) control room, Data Center, Sub control room etc.

II. The Bidder should submit the electricity distribution draft and circuit diagram for the approval by the Mauritius Police Force (MPF) prior to starting the work.

184 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

5. AESTHETIC CONSIDERATION

I. The Bidder should provide a camera mounting and housing which is compact and as unobtrusive as possible within the constraints of the specifications.

II. The Bidder should keep all external wiring and interface enclosures to a minimum and as compact as possible.

III. The laying of the Optical Fiber cable should also be carried out as neatly as possible by using the appropriate clamps, brackets etc.

6. CCTV SYSTEM ARCHITECTURE

I. According to the deployment requirement and the real system requirement, the CCTV system provided by the Bidder should be the architecture as described in figure 1.

D. Pre-Unit FHD camera site

1. General 1. The Pre-Unit FHD camera site should collect the real

time video, audio, alarm and other necessary information, and upload this information to the CCTV system platform.

Section V. Technical Requirements 185

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

2. The Pre-Unit FHD camera site should consists of the following equipment (but not limited to):

a) FHD IP Camerab) On-site Video Storage Equipmentc) Uninterruptible Power Supply (UPS)d) GPON Optical Network Unit (ONU)e) Lightning Protection Equipmentf) Poleg) Outdoor Cabineth) Camera Accessories(Housing, Bracket,

Conduit)i) Grounding

2. CCTV Central Management Platformi. CCTV Central management platform should be

responsible for controlling and managing the whole CCTV system.

ii. Central Management Platform should provide the following functions (but not limited to):

a) Central management of all function of the CCTV system

b) Provide the interface to integrate the necessary subsystem (e.g. GIS, Intelligent Analysis System, etc.,.)

c) All the cameras should be mimic on a detailed GIS(GIS mapping) and should be clearly and

186 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

carefully designed for ease of operation.d) The GIS should have the following features:(i) Interactive and user friendly interface(ii) Place name searching(iii) map browsing(iv) layer controlling(v) distance and area measuring(vi)crime editing(vii) crime querying(viii) crime thematic mapping(ix) location of cameras(x) viewing the live images of the specific cameras

on the top of the map(xi) view historical videos(xii) Trace criminal’s acting tracks or area(xiii) support GPS mapping(xiv) Visualization of Police-related data in-

order to help investigators to identify trends and the variations of crimes, or evaluate the performance of different police stations via percentage, charts, heat maps(display crime intensity), etc…

(e) Manage, control and configure the Pre-Unit Camera Site equipment.

(f) Manage control and configure the CCTV

Section V. Technical Requirements 187

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

Management Platform equipment(g) Manage control and configure the Control

Room equipment(h) Network topology status monitoring and view

management(i) Alarm management (alarm information

reporting, processing, query, and statistics)(j) Performance data collection, analysis and

report(k) Authority and security management

3. Video Distribution Processing System

I. The Video Distribution Processing System should be under control of the CCTV Central Management Platform.

II. The Video Distribution Processing System should be responsible for receiving the real time data (such as video, audio, alarm, etc.) and then store these data at the Video Storage System.

III. When the control room operator want to real time monitor the data, the Video Distribution Processing System should forward the real time data to the control room equipment or retrieve the data which has already been stored at the Video Storage System to the control room equipment.

188 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

4. Video Storage System

i. Video Storage System should provide a high reliability and performance storage capacity to store the real time video, audio, alarm and any other necessary data.

ii. The Video Storage System should be an IPSAN system.

5. CCTV Control Room

I. The CCTV Control Room should be responsible for monitoring the real time video, audio and alarm information.

II. The operator at the control room should monitor the video image, go through the stored the video image, control and operate the whole system.

III. The CCTV Central Management Platform, Video Distribution Processing System and Video Storage System should be designed by a Distributed Cloud Computing Architecture, and should be installed at Port Louis Main Data Center.

IV. The bidder should provide the following functionality in the solution.

V. The video surveillance system should provide a perfect remote disaster tolerance solution in the CCTV

Section V. Technical Requirements 189

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

Central Management Platform layer.

VI. The active and standby platform should synchronize data with each other in real-time.

VII. When an exception occurs on the active platform, the standby platform should promptly takes over all services of the active platform.

VIII. In this manner, the operation, administration, and maintenance of all service equipment, video client systems, and terminals should not be interrupted upon the exception, which preventing the loss of data.

IX. The video surveillance system should support mutual-backup among video distribution processing server in Video Distribution Processing System and Video Storage System layer.

X. So, when a server or storage is down, the system should ensure continuity on the application layer.

XI. And there should be one main control room with TV wall and workstation set at Rose Hill, sub control

190 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

rooms with workstations set only at Quatre-Bornes, Sodnac, Barkly, Stanley and Beau-Bassin Police station , one monitor point for system administration at Line Barracks CCTV Office with workstation only.

XII. The GPON network and Optical Fiber Network should be provided by an authorized service provider.

XIII. The service provider should provide appropriate network bandwidth for the transmission of CCTV system.

6. CCTV FULL HD NETWORK CAMERAS

i. The Bidder should provide high performance, high end professional and mega pixel (FHD) colour cameras capable of delivering high picture quality.

ii. The cameras should have high resolution, high sensitivity and be particularly suited to providing quality pictures in high contrast situations and in artificial lighting at night and low light conditions associated with the outdoor environment.

iii. Cameras should also be capable of being addressed remotely to be able to set up and configure the camera.

iv. Cameras should be of the same type throughout the whole scheme.

Section V. Technical Requirements 191

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

7. Performance of Network Cameras

i. The network cameras should be Full High Definition (FHD) camera based on an open IP standard with megapixel features.

ii. They should have an in-built compression chip adopting H.264 technology and include advanced video analytic features, such as motion detection and tampering alarm detecting if the camera has been moved, obscured, covered or spray painted.

iii. Cameras should meet the specification and in particular should have sufficient power lens to deliver the size of objects required by Varifocal lenses and auto iris should be provided for fixed cameras for optimal performances.

iv. PTZ network cameras should have a robust pan, tilt and zoom mechanism together with the technology defined above.

v. The Bidder should be wholly responsible for delivering the quality and size of images required.

vi. Should the system fail to deliver these requirements the Bidder should rectify the matter at his own expense.

vii. The Bidder should ensure that all cameras and associated equipment are protected against lightning

192 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

by adding protectors to end equipment.

8. IP Video System Overview:

I. Transmit and Receive H.264 Video and bi-directional Audio.

II. Video and alarm management software under one single front end and should be on open platform and should be ONVIF compliance

III. Support for multi user and multi user group environment in addition to user hierarchy

IV. System should allow to be used as a distributed or central architecture with support to any number of cameras and any number of clients that may be added in future.

V. System Guarantees Bandwidth & Frame rate control.

VI. Provides Activity Controlled Frame rate, which in turn reduces the Bandwidth and the Storage requirements.

VII. Provides Broadcast quality Video across IP network via Fiber and or FTP

VIII. Provides multiple failover and network resilience.

IX. Provides real time recording at 25fps or more with no frame loss.

X. Provides PTZ Camera Controls & Binary INPUT/OUTPUT controls.

Section V. Technical Requirements 193

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

XI. Supports Multiple IP Video Streams.

XII. Secured recording for evidence purposes and user authentication to protect data integrity.

XIII. Video Stream bit rate selectable from 32 to 8192kbps or better

XIV. All the IP cameras should have SD/Hard disk card slot for recording in SD card when network is down/fail

9. Full HDIP Fixed Camera (Outdoor Type)

I. Image sensor to be 1/3” progressive scan CMOS or better

II. Horizontal angle view to be 40° or better

III. Minimum Sensitivity of Day: 0.5 Lux; Day/Night: 0.5 Lux in color / 0.05 Lux mono or better

IV. Gain Control Automatic

V. White Balance Mode: Auto; Manual; Sunny; Cloudy; Night; Outdoor

VI. Shutter Speeds 1/50 to 1/10000 (PAL) or Auto or better

VII. Operating voltage: Power over Ethernet (802.3AF); 12V/24V DC/AC

194 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

VIII. The hardware architecture should incorporate multiple processors to ensure best video quality and other functions even at maximum processor load.

IX. The IP Camera system should offer H.264 video compression standards

X. The camera should have multi-level passwords IP filtering, HTTPS encryption IEEE 802.1x

XI. Should support and allow configuration of the following video resolutions or better.

a) - 1920 X 1080(1080P)b) - 1280 X 720(720P)c) - 704 X 576 (4 CIF)d) - 704 X 288 (2 CIF)e) - 352 X 288 (CIF)

XII. When running on H.264 compression, the video codec should support at least 2 simultaneous streams at resolutions between1080P and CIF. 

XIII. Each of these streams should be independently configurable to view and record at different frame rate and resolutions simultaneously.

XIV. Each Video stream should in turn allow for TCP connections, UDP connections and an unlimited number of Multicast connections.

XV. Each stream should allow independent configuration of bit rate, frame rate, I frame interval, rate control

Section V. Technical Requirements 195

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

mode and motion data.XVI. All streams should guarantee full frame (25fps) rate

under high motion.XVII. The IP Camera should support Control Bit Rate (CBR)

control, to enable users to keep bandwidth utilization under a certain value without compromise on image quality irrespective of the level of motion in the scene.

XVIII. Should support network protocol 802.3 and IETF Standards10/100 Base-T Ethernet, RTP/RTCP, TCP, UDP, ICMP, SNMP, HTTP, FTP, TELNET, MULTICAST, ARP and IGMP

XIX. Each stream Bit-rate should be user configurable from 32 to 8192 Kbps or better

XX. The IP Camera should have a built in web server, making it accessible for configuration using a standard Internet browser.

XXI. The IP Camera should be compatible to support advanced analytics software which should be able to perform the following:

a) Intelligent Motion Detectionb) Virtual trip wirec) Unattended Object detectiond) Intrusion detectione) Lingering Detectionf) Left item detection

196 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

g) Counter flow detectionh) Automatic Licence Plate Recognition ( ALPR)

XXII. Remote focusing and zooming via the proposed Video Management Software

XXIII. Should have minimum one (1) alarm inputs and one (1)alarm output or better

XXIV. The IP Camera should support redundant recording by streaming to multiple recorders at the same time.

XXV. Should be able to detect motion based on localized area, object size & direction

XXVI. It should be possible to reset a unit back to Factory Default configuration

XXVII. Video Output PAL

XXVIII. Serial Data Port supporting RS232 or RS422 or RS485

XXIX. Password protected Web interface for administration

XXX. Should have onboard diagnostics facility for serial, Video & Network interface. System logging should be possible to a remote IP address, the console port or the unit itself.

XXXI. Should support a standard operating temperature range 10 to +60 C

XXXII. The system SHOULD allow for Telnet/FTP access

Section V. Technical Requirements 197

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

into the units and also this access SHOULD be configurable, wherein when active access is allowed and when deactivated access SHOULD not be allowed.

XXXIII. Should support SD card for auxiliary recording.

10.Full HDIP PTZ Camera (Outdoor Type)

I. Image sensor to be 1/3" progressive scan CMOS or better

II. lens to be 5-90 mm/F1.6 or better , auto iris and autofocus with minimum 20x optical zoom and 12x digital zoom

III. Horizontal angle of view to be 54° or better for 1080P

IV. Minimum Sensitivity of color 1.7 Lux and mono 0.26 Lux and 0 Lux with IR

V. Signal/noise ratio >50 dB

VI. Support Wide Dynamic Range

VII. Inbuilt Image stabilization

VIII. Should provide at least 100 Presets

IX. Learned patrols 4 mimic tours - up to 10mins duration

198 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

eachX. Variable tilt speed 0.1° - 120 ° /sec, absolute

positioningXI. Variable pan speed/coverage 0.1° - 160° /sec,

360Deg continuous rotation, absolute positioningXII. Tilt coverage -10° to 90° and PAN of 360° endless

XIII. Gain Control Automatic or fixed manual.

XIV. White Balance Mode: Auto; Manual; Tracking White Balance (ATW); Indoor; Outdoor; Sodium Lamp

XV. Shutter Speeds 1/50 to 1/10000 (PAL) or Auto or better

XVI. Operating voltage:12 V/24V DC/AC

XVII. The hardware architecture should incorporate multiple processors to ensure best video quality and other functions even at maximum processor load

XVIII. The IP Camera should offer H.264 video compression standards

XIX. The camera should have multi-level passwords IP filtering, HTTPS encryption IEEE 802.1x

XX. Should support and allow configuration of the following video resolutions or better.

- 1920 X 1080(1080P)

Section V. Technical Requirements 199

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

- 1280 X 720(720P)- 704 X 576 (4 CIF)- 704 X 288 (2 CIF)- 352 X 288 (CIF)

XXI. When running on H.264 compression, the video codec should support at least 2 simultaneous streams at resolutions between1080P and CIF.

XXII. Each Video stream should in turn allow for TCP connections, UDP connections and an unlimited number of Multicast connections.

XXIII. Each stream should allow independent configuration of bit rate, frame rate, I frame interval, rate control mode and motion data.

XXIV. All streams should guarantee full frame (25fps) rate under high motion and all conditions.

XXV. The IP Camera should support Control Bit Rate (CBR) control, to enable users to keep bandwidth utilization under a certain value without compromise on image quality irrespective of the level of motion in the scene.

XXVI. Should support network protocol 802.3 and IETF Standards10/100 Base-T Ethernet, RTP/RTCP, TCP, UDP, ICMP, SNMP, HTTP, FTP, TELNET,

200 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

MULTICAST, ARP and IGMPXXVII. Each stream Bit-rate should be user configurable from

32 to 8192 Kbps or betterXXVIII. The IP Camera should have a built in web server,

making it accessible for configuration using a standard Internet browser.

XXIX. The IP Camera should be compatible to support advanced analytics software which should be able to perform the following:

(a) Intelligent Motion Detection(b) Virtual trip wire(c) Unattended Object detection(d) Intrusion detection(e) Lingering Detection(f) Left item detection(g) Counter flow detection(f) Automatic Licence Plate Recognition ( ALPR)

XXX. Should have minimum 2 alarm inputs and 2 alarm outputs

XXXI. The IP Camera should support redundant recording by streaming to multiple recorders at the same time.

XXXII. Should be able to detect motion based on localized area, object size & direction

XXXIII. It should be possible to reset a unit back to Factory Default configuration

Section V. Technical Requirements 201

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

XXXIV. Video Output PAL/NTSC

XXXV. Serial Data Port supporting RS232 or RS422 or RS485

XXXVI. Password protected Web interface for administration

XXXVII. Should have onboard diagnostics facility for serial, Video & Network interface. System logging should be possible to a remote IP address, the console port or the unit itself.

XXXVIII. Should support a standard operating temperature range 0 to +60 C

XXXIX. The system SHOULD allow for Telnet/FTP access into the units and also this access SHOULD be configurable, wherein when active access is allowed and when deactivated access SHOULD not be allowed.

XL. Should support SD card for auxiliary recording.

11. Full HD IP Fixed Camera (Indoor Type)

I. Image sensor to be 1/3” progressive scan CMOS

II. Lens to be varifocal 2.7-9 mm/F1.2 or better

III. Horizontal angle view to be 80° or better

202 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

IV. Minimum Sensitivity of 0.5Lux @(F1.2,AGC ON),0.1Lux @(F1.2,AGC ON)

V. Gain Control Automatic

VI. White Balance Mode: Auto; Fluorescent; Indoor; Outdoor

VII. Shutter Speeds 1/50 to 1/10000 (PAL) or Auto or better

VIII. Operating voltage: Power over Ethernet (802.3AF); 12V/24V DC/AC

IX. The hardware architecture should incorporate multiple processors to ensure best video quality and other functions even at maximum processor load.

X. The IP Camera system should offer H.264 video compression standards

XI. The camera should have multi-level passwords IP filtering, HTTPS encryption IEEE 802.1x

XII. Should support and allow configuration of the following video resolutions or better.

f) - 1920 X 1080(1080P)g) - 1280 X 720(720P)h) - 704 X 576 (4 CIF)i) - 704 X 288 (2 CIF)j) - 352 X 288 (CIF)

XIII. When running on H.264 compression, the video codec should support at least 2 simultaneous streams at

Section V. Technical Requirements 203

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

resolutions between1080P and CIF. 

XIV. Each of these streams should be independently configurable to view and record at different frame rate and resolutions simultaneously.

XV. Each Video stream should in turn allow for TCP connections, UDP connections and an unlimited number of Multicast connections.

XVI. Each stream should allow independent configuration of bit rate, frame rate, I frame interval, rate control mode and motion data.

XVII. All streams should guarantee full frame (25fps) rate under high motion

XVIII. The IP Camera should support Control Bit Rate (CBR) control, to enable users to keep bandwidth utilization under a certain value without compromise on image quality irrespective of the level of motion in the scene.

XIX. Should support network protocol 802.3 and IETF Standards10/100 Base-T Ethernet, RTP/RTCP, TCP, UDP, ICMP, SNMP, HTTP, FTP, TELNET, MULTICAST, ARP and IGMP

XX. Each stream Bit-rate should be user configurable from 32 to 8192 Kbps or better

XXI. The IP Camera should have a built in web server, making it accessible for configuration using a standard

204 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

Internet browser.

XXII. The IP Camera should be compatible to support advanced analytics software which should be able to perform the following but not limited to :

a) Intelligent Motion Detectionb) Virtual trip wirec) Unattended Object detectiond) Intrusion detectione) Lingering Detectionf) Left item detectiong) Counter flow detection

XXIII. Should have minimum 1 alarm input and 1 alarm output

XXIV. The IP Camera should support redundant recording by streaming to multiple recorders at the same time.

XXV. Should be able to detect motion based on localized area, object size & direction

XXVI. It should be possible to reset a unit back to Factory Default configuration

XXVII. Video Output PAL

XXVIII. Serial Data Port supporting RS232 or RS422 or RS485

Section V. Technical Requirements 205

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

XXIX. Password protected Web interface for administration

XXX. Should have onboard diagnostics facility for serial, Video & Network interface. System logging should be possible to a remote IP address, the console port or the unit itself.

XXXI. Should support a standard operating temperature range 10 to +60 C

XXXII. The system should allow for Telnet/FTP access into the units and also this access should be configurable, wherein when active access is allowed and when deactivated access should not be allowed.

XXXIII. Should support SD card for auxiliary recording.

12.ON-SITE VIDEO STORAGE EQUIPMENT

1. H.264 video standard.

2. 1080P/1080i/720p/D1/4CIF/DCIF/2CIF/CIF/QCIF video format.

3. Should be able to record Full HD video image for at least five(5) days in 25Fps@1080P, 6M (at least) code rate mode.

206 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

4. video record playback.

5. record files query by time duration.

6. record files download.

7. image capture.

8. built-in web server.

9. 1XSATA HDD connection with up to 4TB for local

10. one 10/100M network interface

11. outdoor cabinet installation.

13.UPS FOR CAMERA SITE

I. The Bidder should provide the Uninterruptible Power Supply (UPS) for all equipment at camera site to protect these equipment from all forms of power problems such as blackouts, brownouts, surges, sags, etc.

II. The equipment protected by UPS should include, but not limit, cameras, ONU. The Bidder should provide a matched 12V GEL battery with an appropriate capacity.

III. The UPS should provide at least forty-five (45) minute power supply protection for all equipment. The UPS

Section V. Technical Requirements 207

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

should provide but not limited to the following:a) Intelligent MCU

(Microcontroller)TechnologyThe intelligent MCU should automatically monitor the input voltage surge, sags, break, abnormal frequency, output loads and battery status providing the equipment with well protections.

b) High ReliabilityThe UPS should be high of reliability and should provide well protections for input over-voltage/under-voltage, surge, output over-voltage, overloading, short circuit, over-charged battery and battery low.

c) DC Start and Re-Startup The UPS should support to startup from the battery without the commercial power source or re-startup and charge the battery automatically when the commercial power recovers.

14.SYNTHETICAL LIGHTENING PROTECTION

I. The Bidder should provide an appropriate synthetical

208 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

Lightning Protection equipment to protect the equipment in the camera site.

II. The Bidder should adopt the reasonable grounding method for lightening protection.

III. The earth resistance should be less than 7 ohms.

15.POLES

I. The Bidder should provide poles where CEB and Municipal lighting poles are not available.

II. The location of new poles should be shown on site visit and soft copy of location map will be provided on pre bid meeting.

III. Poles should be designed specifically for the mounting of CCTV cameras.

IV. Poles should be constructed of tubular steel and incorporate a base housing in which to terminate cables and mount equipment.

V. The housing should be of sufficient size to accommodate a separate enclosure for the CCTV electronics, transmission electronics and power supplies.

VI. The base housing should be to NEMA Type 4X / IP66

Section V. Technical Requirements 209

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

rated. Each access door should be fitted with 2 no. recessed tamper proof cam locks configured to securely locate the door in place.

VII. The Bidder should provide three (3) no. keys.

VIII. Poles should be of sufficient rigidity to prevent vibration of camera during operation and windy conditions.

IX. Wind loading calculations should be undertaken and submitted to the MPF for approval.

X. The Bidder should provide a pole, which is commensurate, for the wind load recommended for the region.

XI. Poles should be properly grounded below 7 ohms

XII. Poles should be hot dip galvanized to BS729:1986

16.OUTDOOR CABINETS BOX

i. The Bidder should furnish and install Pole Mounted Cabinets at each and every camera locations.

ii. These cabinets should house CCTV accessories, Optical Fiber Transmission equipment, UPS, Lightening Protection equipment (Earth resistance should be less than 7 ohms) and so on.

210 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

iii. The Bidder should ensure that all the cabinets furnished should be new, corrosion resistant and professionally shaped and of Carbon-fiber-reinforced polymer (CFRP) material or Hot Dipped Galvanized Anti-Rusting Sheet.

iv. The cabinets and doors should be rigid to provide vibration free and proper operation of the CCTV equipment when installed.

v. The cabinets should be dust and rain tight (IP66 rated) and capable of maintaining a dry internal condition when subjected to rain and wind gusts.

vi. All parts of the cabinet should be cleaned, smoothed, and free from flaws, cracks, dents, and other imperfections.

vii. If the cabinet material is Hot Dipped Galvanized Anti-Rusting Sheet, the cabinet should meet the following feature but not limited to:

a) The material should be protected by both Zinc-Rich Primer paint and high-grade outdoor paint at least.

b) The thickness of sheet should be more than 1.2mm, average thickness of Zinc-Rich Primer paint should be more than 30μm and the total thickness of protection paint layer should be more than 90μm.

Section V. Technical Requirements 211

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

c) The cabinet should endure at least 50kg/cm2 Impact Resistance, without cracks, wrinkles and peeling.

d) The cabinet should pass at least 96hous 5% NaCl Salt Spray Testing

viii. The cabinet should be provided with ventilation shots to provide air cooling and circulation within it.

ix. All power and telecommunication cable should be fixed below the cabinet. The cabling inside the cabinet should be routed such that when the door is opened or closed, it does not press against the cables or force the cables against the various components inside the cabinets.

x. All conductors and live terminals or parts which could be hazardous to maintenance personnel should be covered with suitable insulating materials.

xi. The cabinet should consist of a protection mechanism when opened during windy conditions.

xii. The cabinet should consist of a suitable locking device for tight closing.

xiii. The outdoor cabinet and wiring diagram including layout of equipment inside the cabinet should be approved by the MPF prior to installation.

xiv. This cabinet should be equipped with a tampering alarm if opened or tampered with.

212 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

17.OTHER ACCESSORY OF CAMERA SITE

A. Fixed Camera Housing

I. Heavy duty vandal resistant housings should be provided.

II. Housings should be specifically suitable for operating in a high humidity environment and offer adequate protection to the camera

III. Sealed and protected to NEMA Type 4X (IP66 sealing)

IV. IK10 Die cast Aluminum with epoxy polyester powder painting or similar quality

V. Integrated fan for ventilation

VI. Temperature sensor for triggering of fan at high temperature including power supply

VII. Sunshield

VIII. Lockable, utilizing stainless steel/iron tamperproof screws/bolts

IX. Incorporate Tamper Alarm

X. Complete with camera brackets of same material as the camera.

B. PTZ CAMERA HOUSING

Section V. Technical Requirements 213

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

I. Heavy duty vandal resistant housings should be provided.

II. Housings should be specifically suitable for operating in a high humidity environment and offer adequate protection to the camera

III. Sealed and protected to NEMA Type 4X (IP66 sealing)

IV. IK10 Die cast Aluminium with epoxy polyester powder painting or similar quality

V. Toughened glass

VI. Ventilation fan

VII. Lockable, utilizing stainless steel tamperproof screws/bolts

VIII. Sunshield outer cover with room for air movement

IX. Extended sunshield beyond front glass

X. Incorporate Tamper Alarm

XI. Complete with camera brackets of same material as the camera.

C. Brackets

214 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

I. The Bidder should install heavy-duty brackets suitable to the load they should be supporting and commensurate with the structure and surface to which they are to be fixed.

II. Brackets should be manufactured of corrosion free stainless steel grade 316 or hot dip galvanized. Bolts, nuts, washers, screws, clamps and fasteners used should be of stainless steel (INOX) grade A4 / 316.

III. The bidder should provide appropriate bracket/support/extension arm for all locations irrespective of dimensions to meet the MPF requirement and objectives.

IV. All bracket clamps and screws should be sufficient to withstand cyclonic wind conditions.

V. Brackets for fixed cameras should be in accordance with bracket for PTZ units and be suitable for the camera housing offered.

VI. Swivel joints should be provided to allow vertical and horizontal adjustment of the camera housing and should be lockable to prevent further movement of the camera.

VII. The Bidder should submit designs for each type of bracket and clamp details for all locations for the

Section V. Technical Requirements 215

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

approval of the MPF. VIII. Where brackets are fixed to cast iron structures a

clamping system should be utilized.IX. The Bidder should forward details of all brackets to be

used for the Works for the MPF approval.

D. Conduit

I. Liquid-tight flexible conduit should be provided to contain all cables from the camera housing / PTZ unit to adjacent fixed conduit or enclosures.

II. Similarly, appropriate conduit should be used for the indoor installation of the OFC.

18.CCTV CENTRAL MANAGEMENT PLATFORM

I. CCTV Central Management Platform should be the core signaling management of the entire system and be responsible to for controlling and managing the whole CCTV system.

II. The managed equipment include but not limited to Central Management platform Server, Video Distribution Processing System Server, Video Storage System, Pre-set camera, Video Client System, Industrial Grade Switch/Router, and other TR069-

216 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

compliant video surveillance terminal equipment and clients.

III. The system configuration data should have a backup (imaging/cloning) for robust reliability.

IV. The Bidder shall customize the system in accordance with the needs of the MPF.

V. Any management software developed should be compatible with any module of the CCTV system. E.g. plate recognition. In this case, the software should be compatible to the existing modules in the Mauritius Police Force. Same shall be provided at the pre-bid meeting.

VI. The Central Management Platform should provide but not limited to the followings:

VII. Should be an overall system management platform and a customer-oriented, cross-platform, integrated network management system designed in a bottom-to-top manner.

VIII. Should be designed by the Distribution Cloud Computing Architecture. The Central Management Platform should be independent of the Video Distribution Processing System to achieve the

Section V. Technical Requirements 217

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

separation management from service processing. The Distribution Cloud Computing Architecture adopted by the Central Management Platform should have but not limited to the following features:

a) Load Balancing: Should support balancing the management load to each central management platform servers.

b) High Reliability: Should support N+M back-up, so that, any server failure should not affect the central management service.

c) Smooth Expansion: As the number of camera increase, the only thing should be done is adding the management server. It should not need to change the existing system architecture.

d) Disaster Tolerant: Should support remote disaster-tolerant.

e) No Interruption Upgrading: Should support upgrading system without interruption the existing system service provision.

IX. Should operate on an open architecture for integration with street surveillance features.

X. Should be based on advanced mature network

218 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

architecture, provide a whole set of Java-based development kits, modules, and APIs, and be conveniently integrated with multiple third-party systems.

XI. Should be capable to display and manage the entire surveillance system. It should be capable of supporting variety of devices such as cameras, PTZ controller (Joystick), IPSAN/Raid backup device etc. It should support automatic existing equipment discovery, configuration management, version management, performance monitoring, status reporting, fault management, log uploading, remote updating, remote analysis, remote alerting, remote restarting, batch processing, and other functions.

XII. Should display and manage the pre-set cameras inner & outer IP address.

XIII. The system should provide User Activity log (audit trail) with user ID, time stamp, and action performed, etc.

XIV. The administrator should be able to add, edit & delete users with rights. It should be possible to view ability / rights of each user or the cameras which can be viewed & controlled as per the permission assigned by the administrator.

XV. Should support role-and domain-based management

Section V. Technical Requirements 219

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

and flexibly supports hierarchical management of users. It can implement customer self-management inside groups, overall operations of surveillance services. It can also divide the video resource among different users. Support multiple service statistical analysis functions to help operators conduct service analysis in time

XVI. Should support alarm record triggering and snapshot taking, and transferring the alarm information to the Video Client System for alarming.

XVII. The settings should be individually configurable for each alarm and each camera pre-record duration. This should allow the camera to capture video prior to the alarm/event. It should be selectable from a list of values ranging between 0 seconds and 5 minutes.

XVIII. Artificial Intelligence supporting: It should have image tracking facility on selected cameras. The system should have vehicle plate detection and human face recognition features, etc.

XIX. Should support IPv4/IPv6

XX. Should support NAT firewalls

XXI. Should support System/Event/Rule/Alert logging

XXII. The software license for the CCTV Central

220 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

Management Platform should be non-renewable.

19.CENTRAL MANAGEMENT PLATFORM SERVER SPECIFICAION

I. Processor: Quad core Xeon 3.2 GHz or better

II. Internal Memory: at least 16 GB DDR3 RAM

III. Operating System: Latest windows server

IV. User Interface: Remote operation via work and view stations

V. Interface: SATA or SAS, hot-swappable

VI. RAID Level 5 OR Level 6

VII. USB 2.0: One high-speed USB 2.0 ports

VIII. Hard Drive bays 1

IX. Serial connector

X. at least 12 DIMM slots: DDR3

B. Network Specification

I. Interface: at least Four Gigabit Ethernet RJ-45 ports (4 x 1GbE)

Section V. Technical Requirements 221

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

II. Security: Two modes: secure mode (device authentication) and unsecured mode

C. Front Panel Indicator/Function Specifications

I. Power

II. CPU Activity

III. Network Activity

IV. Network Status

V. Unit Status

VI. Individual Drive Status

VII. Power Button

D. Power Specifications

I. Power Input: 100-240 VAC, 50/60 Hz, auto-ranging

II. Power Supply: Internal, dual-redundant, and hot-swappable

III. Uninterruptible Power Supply (UPS): Compatible with APC Smart UPS, managed through the system product architecture accepting shutdown commands

222 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

from UPS management software in case of depletion of UPS back up capacity below preset level.

20.VIDEO DISTRIBUTION PROCESSING SYSTEM

I. The Video Distribution Processing System should be under control of the CCTV Central Management Platform.

II. The Video Distribution Processing System should be responsible for receiving the real time data (such as video, audio, alarm, etc.) and then store these data to the Video Storage System.

III. When the control room operator want to real time monitor the data, the Video Distribution Processing System should forward the real time data to the control room equipment or retrieve the data which has already stored at the Video Storage System to the control room equipment.

IV. Video distribution processing system should support video & audio distribution and storage simultaneously.

V. The video distribution processing server should be the

Section V. Technical Requirements 223

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

high performance and reliability server. And the video distribution processing server should support high concurrent stream, the server/servers should support more than 1000-channels video concurrent recorded with 1080P (at least 6Mbps code rate) format.

VI. (i) Video distribution processing system should be designed by the Distributed Cloud Computing Architecture.

(ii) The Video Distribution processing System should be independent of the Central Management Platform and Video Storage System to achieve the separation service processing from management and storage.

(iii) The Distributed Cloud Computing Architecture adopted by the Video Distribution processing System should have but not limited to the following features:

a) Load Balancing: Should support balancing the service processing load to each Video Distribution Processing servers.

b) High Reliability: Should support N+M back-up, so that, any server failure should not affect the video processing service.

224 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

c) Smooth Expansion: As the number of camera increase, the only thing should be done is adding the video processing server. It should not need to change the existing system architecture.

d) Disaster Tolerant: Should support remote disaster-tolerant.

e) No Interruption Upgrading: Should support upgrading system without interruption the existing system service provision.

IX. (i) The video distribution processing server should implement SAN (Storage Area Network) storage technology.

(ii) And the video distribution processing servers should support for sharing the storage space mutually to ensure the system and storage reliability.

(iii) As any video distribution processing server failure in video media server group should not stop the record file reading and writing functionality, e.g., when one video distribution processing server power off, the record video files recorded by the fault server should still be playback.

X. The video distribution processing system should be

Section V. Technical Requirements 225

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

based on manager/agent architecture. Once any server breaks down, it should be taken over by another server immediately.

XI. Backup: Online backup should be maintained to protect against server and storage failure.

XII. (i) It should have recording modes viz. continuous, manual, or programmed modes on date, time and camera-wise.

(ii) All modes should be disabled and enabled using scheduled configuration.

(iii) It should also be possible to search and replay the recorded images on date, time and camera-wise.

(iv) It should provide onscreen controls for remote operation of PTZ cameras.

(v) It should have the facility for scheduled recording.

(vi)Different recording speeds (fps) and resolution for each recording mode for each camera should be possible.

XIII. The video distribution processing system should be able to increase video distribution processing server’s quantity within one site to enhance the stream processing capability.

226 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

XIV. The video distribution processing server should support storage space configuration flexibly and expanding smoothly according to requirement.

21.VIDEO DISTRIBUTION PROCESSING SERVER SPECIFICATION

I. Processor: Quad core Xeon 3.2 GHz or better

II. Internal Memory: at least 16 GB DDR3 RAM

III. Operating System: Latest windows server

IV. User Interface: Remote operation via work and view stations

V. Interface: SATA or SAS, hot-swappable

VI. RAID Level 5 OR Level 6

VII. USB 2.0: One high-speed USB 2.0 ports

VIII. Hard Drive bays 1

IX. Serial connector

X. at least 12 DIMM slots: DDR3

B. Video Specifications

I. Video Standards: PAL

II. Video Compression: H.264

Section V. Technical Requirements 227

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

III. Video Resolution: PAL

IV. Full HD (25Fps@1080P)

V. Scanning System supported: Both Interlaced and Progressive

C. Network Specification

I. Interface: Four Gigabit Ethernet RJ-45 ports (4 x 1GbE)

II. Security: Two modes: secure mode (device authentication) and unsecured mode

D. Front Panel Indicator/Function Specifications

I. Power

II. CPU Activity

III. Network Activity

IV. Network Status

V. Unit Status

VI. Individual Drive Status

VII. Power Button

E. Power Specifications

228 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

I. Power Input: 100-240 VAC, 50/60 Hz, auto-ranging

II. Power Supply: Internal, dual-redundant, and hot-swappable

III. Uninterruptible Power Supply (UPS): Compatible with APC Smart UPS, managed through the system product architecture accepting shutdown commands from UPS management software in case of depletion of UPS back up capacity below preset level.

22.VIDEO STORAGE SYSTEM

GENERAL

I. The CCTV Surveillance System requires storage that should:

a) Scale to larger storage capabilitiesb) Record higher frame rates without dropping

framesc) Handle higher resolution video from full HD

cameras proposedd) Store and manage video centrally from a

distributed implementatione) Scale to accommodate future growth

II. All the video stream date stored in the storage system

Section V. Technical Requirements 229

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

should be 25Fps@1080P,6M (at least) code rate.III. The storage system, in addition to a storage server

should be an IP SAN; Hard Disk/SSD storage system should provide reliability, retention and resolution.

IV. It should feature high reliability, excellent performance, easy use, convenient management, and dynamic extensibility, satisfying storage requirements in street surveillance applications.

V. To provide better redundancy a RAID 5 or 6 arrays should be used for SAN installations.

VI. The Bidder should make sure that Hard Disk/SSD, the network switch/router and the IP SAN scalable storage array be optimally configured for making the best use of the system.

VII. It should be noted that the Bidder should provide a full-featured IP video surveillance management solution to give independent flexibility in setting the recording devices and other applications.

VIII. All recordings should have the system time and date stamp embedded in each frame together with the camera number and should imperatively consist of anti-modification digital watermark or equivalent

230 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

feature.IX. The Recording should be done at two different

locations with their respecting storage capacity:

a) Police Communication Branch, Line Barracks Port Louis storing for minimum forty (40) days (25fps@1080P) using IPSAN

b) Each camera site storing for minimum five (5) days (25fps@1080P) using appropriate on-site video storage equipment

23. VIDEO STORAGE SYSTEM FEATURE

I. A network storage system should be installed at Line Barracks/Rose Hill DHQ and should record Full HD video streams from IP cameras.

II. The server functions and storage elements should be integrated into a purpose-built chassis.

III. The network Storage Manager should be an enterprise server class computer installed with enterprise class SAS or SATA storage disks.

IV. The network storage manager should provide performance enhancement and fault tolerance by employing RAID 5 parity up to appropriate number of

Section V. Technical Requirements 231

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

storage drives to protect recorded data against a hard disk drive failure.

V. In addition, it should feature a hot drive swap that automatically configures the drives when installed.

VI. The network storage manager’s chassis should be designed for video surveillance recording applications and encompass redundancy at all vital points:

a) Redundant, hot swappable power supply modules

b) Redundant, hot swappable mid-plane fans

c) Hot swappable O/S drive

d) Hot swappable rear exhaust fan

VII. The network storage manager’s chassis should be designed for online service (intranet) and maintenance and cannot be removed from the rack when needing to replace hard disk drives, fans, power supplies, or operating system drives.

VIII. The network storage manager should use the SAS protocol to support direct attached storage expansion boxes.

232 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

IX. The direct attached storage boxes should support a mechanism to daisy-chain storage boxes together through an SAS or SATA cable.

X. The network storage manager should allow up to appropriate number storage expansion boxes that can be connected to a network storage manager to increase retention durations.

XI. It should also maximize storage efficiency using a mechanism of automatic IPS reduction technology, a time- and priority-based system that identifies data to be removed when storage time expires.

XII. The network storage manager should use distributed load balancing across other network storage managers that may be configured in storage pool and provide automatic network failover from any box to any box

XIII. Based on the configuration, it should be possible to create an N + N failover scheme within the storage pool.

XIV. The duration of time should not exceed 90 seconds between the time a unit fails and when its associated cameras become equally distributed onto remaining storage managers.

Section V. Technical Requirements 233

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

XV. The network storage manager should support a guaranteed recording throughput of 250 Mbps per storage device with a minimum of 64 Mbps of read throughput.

XVI. This throughput should be guaranteed under normal and error (RAID rebuild) conditions.

XVII. The network storage manager should support Full HD (25Fps@1080P) resolutions and it should supply up to unlimited number simultaneous playback streams and up to unlimited number of simultaneous queries.

XVIII. The network storage manager should support the recording of H.264 baseline, H.264 main profile, and H.264 high profile streams from standard resolution and Full HD cameras.

XIX. The network storage manager should support continuous, scheduled, alarm/event (including analytics alarms), motion, and manual recording. Pre- and post-alarm periods should be programmable up to the total capacity of the system.

XX. The network storage manager should support bookmarking and locking/unlocking of video content on the drives.

234 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

XXI. The network storage manager should support privacy tools that allow administrators to establish maximum retention durations for normal, alarm, and locked video.

XXII. The network storage manager should support an intelligent video grooming protocol that can reduce the frame rate of recorded video as the video ages. Administrators should have the flexibility to determine whether to groom alarm video or leave it at its real-time level.

XXIII. The network storage manager should offer both unsecured and secured modes, using a proprietary key system in the secured mode to prevent communication from unauthorized devices.

XXIV. The network storage manager should have the ability to reports all diagnostic events, including software status diagnostics to a centralized user interface. In addition, SNMP traps should be available for monitoring using a third-party SNMP management console.

XXV. The network storage manager should be fully manageable from a remote workstation over-the-network, including the ability to configure settings and

Section V. Technical Requirements 235

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

update firmware and software. XXVI. The network storage manager should have the ability

for queries regarding Vehicle plate and human face recognition.

XXVII. The network storage manager should meet or exceed the following design and performance specifications.

24. Storage Server

I. Processor: Quad core Xeon 3.2 GHz or better

II. Internal Memory: at least 16 GB DDR3 RAM

III. Operating System: Latest windows server

IV. User Interface: Remote operation via work and view stations

V. Video Storage: 40 days for Line barracks

VI. Interface: SATA or SAS, hot-swappable

VII. RAID Level 5 OR Level 6

VIII. USB 2.0: One high-speed USB 2.0 ports

IX. Hard Drive bays 1

X. Serial connector

236 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

B. Storage Video Specifications

I. Video Standards: PAL

II. Video Compression: H.264

III. Video Resolution: PAL

IV. Full HD (25Fps@1080P)

V. Scanning System supported: Both Interlaced and Progressive

C. Network Specification

I. Interface: Four Gigabit Ethernet RJ-45 ports (4 x 1GbE)

II. Security: Two modes: secure mode (device authentication) and unsecured mode

D. Front Panel Indicator/Function Specifications

I. Power

II. CPU Activity

III. Network Activity

IV. Network Status

Section V. Technical Requirements 237

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

V. Unit Status

VI. Individual Drive Status

VII. Power Button

E. Power Specifications

I. Power Input: 100-240 VAC, 50/60 Hz, auto-ranging

II. Power Supply: Internal, dual-redundant, and hot-swappable

III. Uninterruptible Power Supply (UPS): Compatible with APC Smart UPS, managed through the system product architecture accepting shutdown commands from UPS management software in case of depletion of UPS back up capacity below preset level.

F. Internal Cabinets

1. All internal cabinets should be suitable for containing active telecommunications, servers, storage and electrical equipment.

2. Cabinets should be sized in accordance with the equipment requirements and intended location. The cabinets should have the following features:

238 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

I. Metal made material

II. The cabinet should conform to BSI Specification 5954

III. The cabinet should be fitted with a smoked glazed door to the front, a metal vented door to the back and metal side doors.

IV. All doors should be lockable and easily removed when required.

V. The base of the cabinet should be fixed to the solid floor. The cabinet should incorporate a method of leveling to account for uneven flooring.

VI. The cabinet should contain an earth busbar

VII. Air ventilation through proper ventilation shots

VIII. Rack assembly to be removable

25.CONTROL ROOM

I. Monitoring control of the CCTV system should be undertaken from the main monitoring room at Rose Hill Divisional Headquarters.

II. Troubleshooting and maintenance should be done at Port-Louis main Data Center where all the main equipment like servers; video storage etc. should be housed.

Section V. Technical Requirements 239

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

III. The Bidder should propose a professional control system that can effectively manages video for live monitoring and recording.

IV. The control system should retain extensive functionality allowing a high degree of flexibility in day to day control of the system and ability to expand the system in the future for new cameras.

V. The control system should typically comprise but not be limited to the following:

a) CCTV Central Management platformb) CCTV Central Management platform Serverc) Video Distribution Processing Systemd) Video Distribution Processing System Servere) Video Storage Systemf) Video Storage System Serverg) Intelligent Analysis Systemh) Geography Information System(GIS) i) IPSANj) Industrial Grade Switchk) HD Video Decoderl) Multi-picture Slicing Processorm) Video Client Systemn) Workstationo) 3D Control Keyboardp) Monitors

240 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

q) Mini Dome full HD camerar) Any other component deemed necessary to

deliver a whole control systemVI. Any such system that is proposed should meet, as a

minimum, all the functionality as detailed within this Bidding document.

26.USER FUNCTIONALITY OF CONTROL ROOM

A. Camera Control

I. Each legal operator should via a professional CCTV Joystick be able to control the following operations:

a) Pan and tilt of camera b) Zoom in and outc) Focus imaged) Open / Close iris (if necessary)

II. The pan control should be variable speed achieved through manipulation of the keyboard joystick.

III. The camera Pan movement should be high speed. The pan operation should be smooth with small incremental control to prevent jerky movement even at full zoom. The unit should be able to rotate through 360 degrees.

IV. The tilt control should enable the camera to be tilted

Section V. Technical Requirements 241

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

downwards to enable an image of events beneath the camera to be captured.

V. The system should provide control over the lens zoom facility to enable the lens to capture the image size described.

VI. The lens focus control should be such as to enable fine adjustment of focus in the event the lens is not providing adequate focus at either near or far extents.

VII. Each operator should have the ability to select a particular camera and operate the features described without affecting other cameras incorporated into the system.

B. Hierarchy of Authority Control

I. The control system should be controlled by a system that has user access rights linked with passwords and user ID’s.

II. The system should be capable of restricting set up functions to particular users through access rights achieved in software.

III. The system should have the capability to assign a hierarchy to particular users/keyboards to enable defined users/keyboards to take or restrict control of

242 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

cameras from other concurrent users or predefined users/locations. There should be at least 3 levels of user access.

IV. The system should have capability to restrict access to defined cameras defined by user ID or keyboard and those cameras to predefined monitors.

V. The system should support role-and domain-based management and flexibly supports hierarchical management of users. It should be able to implement customer self-management inside groups, overall operations of surveillance services. It should also be able to divide the video resource among different users. Also, it should support multiple service statistical analysis functions to help operators conduct service analysis in time

C. Preset Scenarios and Guard Tours / Auto Patrol

I. The system should have the ability to program in software pre-set shots which form a defined scenario and undertake guard tours.

II. The user should have the ability to develop a pre-set scenario from the keyboard and save the program for future initiation. The name and number of the scenario should be displayed on the keyboard LCD display.

Section V. Technical Requirements 243

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

III. The pre-set scenario should enable any number of cameras on the system to be selected and displayed on any, all or pre-defined monitors as desired by the user. The scenario should be instantly initiated and displayed on keying in the appropriate code to the keyboard.

IV. Scenarios should be able to be initiated by any operator from any keyboard with the appropriate access rights. Scenarios should have the ability to be activated in software by time of day and day of week.

V. The system should have the capability to perform automated guard tours. The user should have the ability to develop up to 20 different numbers of guard tours. Preset scenario and guard tours should be de-activated on command.

D. Flexibility

I. The Bidder’s proposed control system should demonstrate a high degree of flexibility to enable each user to be able to select any camera and place the image on any monitor as required within any constraints placed on that user in software through access rights.

II. A single camera image should be able to be called up on several monitors simultaneously.

244 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

III. Each monitor should be able to have a pre-defined program to be assigned such that a particular monitor sequences through pre-defined cameras at a dwell time specified by the operator.

IV. The control system should have the ability to expand to control additional new cameras, add keyboards and monitors on a modular card by card basis.

E. System Input and Output

I. The Bidder should provide a system that can initially control up to 1000 number cameras i.e. more than the system can cater for. Equipment racks provided should be populated with the appropriate number of cards in addition to the number of cameras that may be added to the system.

II. The system should have the capability to expand to 1000 more camera inputs although equipment to enable this is not required at this stage.

III. The system should have the relevant number of monitor outputs by taking into consideration future expansion.

IV. The system should have the capability to provide sufficient monitor outputs although equipment to enable this should not be required at this stage.

Section V. Technical Requirements 245

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

V. The system should be so designed to provide necessary amount of keyboards each capable of controlling the system within the constraints specified. The system should have capability to expand the number of keyboards.

F. Text Generator

I. The system should have the capability to assign a number to each camera and text of up to 20 characters to describe the location of the camera.

II. The number and location of the camera should be displayed on the monitor. Text generation should be configurable from the keyboard.

G. Time and Data

I. The system should generate a unified time (hh-mm-ss) and date (dd/mm/yyyy) stamp.

II. The time and date should co-ordinate all items of equipment including the digital recording facility and multiplexers to allow traceability of events.

III. The system time and date should be displayed on the keyboard.

246 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

H. 3D Control Keyboard

I. The control keyboard should be compact and ergonomically designed to allow easy control of the system.

II. All keyboards should be attached to the system via a plug and socket arrangement in the desk to allow removal of the keyboard.

III. Control of the pan and tilt should be via a joystick that allows full variable speed response.

IV. The keyboard should have an LCD display screen which provides information regarding the status of the system, the camera under control, the scenario or patrol number as applicable. The LCD should also indicate details of operators’ keystrokes.

V. The keyboard should support for setting up a fast invocation channel list of the keyboard and implementing fast choosing and fast switching of continuous presence positions of cameras and Monitors & Full HD TV walls.

VI. The keyboard should simultaneously control the Video Client System and TV walls to implement unified control of mixed networking.

VII. 3D control (position, zoom, and focus) over cameras should be able to be implemented and the speed of

Section V. Technical Requirements 247

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

control response should be able to be increased.

VIII. The preset position should be able be set and adjusted with the keyboard.

I. Video software System

The Video software System should have the following functions (but not limited to):

a) The software should have user access authority configurable on per device or per device group basis.

b) The user should have the facility to request the access of any camera and can control the camera for a reservation period. Control of camera is released after the reservation period.

c) The users should be on a hierarchical basis as assigned by the administrator.

d) The higher priority person can take control of cameras, which are already being controlled by a lower priority user.

e) There should be minimum 3 hierarchical levels of security for providing user level log in.

f) The system should support the MP4, 3GP, 3G2 file formats, support H.264 encoding format,

248 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

support RTSP, RTP/RTCP, SDP stream transfer protocols

g) The system should be able to control all cameras i.e. PTZ control, Iris control, auto/manual focus, and color balance of camera, selection of presets, preset patrolling, and video tour selection etc.

h) The software for clients should also be working on a browser based system for remote users.

i) This should allow any authorized user to display the video of any desired camera on the monitor with full PTZ and associated controls.

j) The system should be able to have mobile monitoring by mobile phone.

k) The system should have flexible 1/2/4/16 or more Windows Split screen display mode or scroll mode on the PC monitor or on preview monitor as per site requirements.

l) The system should be able to generate reports of stored device configuration.

m) The control software should be able to provide alarm and alarm log. The log should be able to be achieved, printed and displayed using a device filter, a device group filter and/or a time

Section V. Technical Requirements 249

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

window. n) The control software should be able to provide

alarm and alarm log. The log should be able to be achieved, printed and displayed using a device filter, a device group filter and/or a time window.

o) Retrieval: (i) The CCTV application should allow retrieval of

data instantaneously or any date / time interval chosen through search functionality of the application software.

(ii) In case data is older than 40 days and available, the retrieval should be possible. The system should also allow for backup of specific data on any drives like CD/DVD/Blue ray/USB drive Recorders or any other device in a format which can be replayed through standard PC based software.

(iii) Log of any such activity should be maintained by the system which can be audited at a later date.

p) Should have camera management including camera group management, camera online and offline setting, camera online and offline notification, camera status displaying, etc.

250 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

q) Should have network parameter configuration management and encoding and decoding functions.

r) Should have the following I/O and event control

(i) Input events (ii) Motion detection events (iii) Event-based device configuration (iv)Event-based notification (v) Event-based output control (vi)Event-based device start/stop (vii) Event-based matrix control (viii) Hardware configurable events (such as

tampering, temperature, video loss)s) Should have the following alarm management(i) Trigger alarms on all internal and external

events(ii) Alarm description and work instructions(iii) Number of alarm priority level(iv)Ability to assign initial owner of an alarm(v) Time profiles for alarms(vi)View triggered alarms(vii) Manage alarms (reassign, change

status, comment)(viii) Maximum number of cameras

Section V. Technical Requirements 251

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

associated to one alarm(ix)Alarm loggingt) Should have the following bookmark function(i) Manual bookmarking(ii) Quick bookmarking(iii) Ruled-based bookmarking

27.SOFTWARE MANAGEMENT FOR VIDEO SYSTEM

I. The Bidder should set up the programming for the system in accordance with the needs of the MPF. Same shall be provided at the pre-bid meeting.

II. Any software developed for the system which controls any module of the system including the user interface should be provided to the MPF as part of the documentation.

III. The system administrator should be able to access the software platform. He should be given appropriate right and tools to modify it in collaboration with the software provider.

IV. The Bidder should provide the CCTV system complying with the all function requirement and features representing in this document.

V. All the defined features and analytics should be provided at no additional cost. i.e. the bidder should ensure that all the necessary licenses are included in

252 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

the bidding price.VI. The software should operate on open architecture for

integration with perimeter safety, access control, PA, ALPR and fire / safety systems based on open standards.

VII. Digital video surveillance control software should be capable to display and manage the entire surveillance system. It should be capable of supporting variety of devices such as cameras, video encoders, video decoders, PTZ controller, IPSAN/Raid backup device etc.

VIII. The software should have in-built facility to store configuration of encoders / decoders and cameras.

IX. The software should have flexible 1/2/4/16 or more Windows Split screen display mode or scroll mode on the PC and all wall monitors or on preview monitor as per site requirement.

X. The software should be able to control all cameras i.e. PTZ control, Iris control, auto/manual focus, and color balance of camera, Selection of presets, Video tour selection etc.

XI. The software should require generating reports of

Section V. Technical Requirements 253

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

stored device configuration. The control software should be able to provide alarm and alarm log. The log should be able to be achieved, printed and displayed using a device filter, a device group filter and/or a time window.

XII. The software should have user access authority configurable on per device or per device group basis. The user should have the facility to request the access of any camera and can control the camera for a reservation period. Control of camera is released after the reservation period.

XIII. The system should provide User activity log (audit trail) with user ID, time stamp, and action performed, etc…

XIV. The administrator should be able to add, edit & delete users with rights. It should be possible to view ability / rights of each user or the cameras which can be viewed & controlled as per the permission assigned by the administrator.

XV. The users should be on a hierarchical basis as assigned by the administrator. The higher priority person can take control of cameras, which are already being controlled by a lower priority user. There should be minimum 3 hierarchical levels of security for providing user level log in.

254 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

XVI. It should have recording modes viz. continuous, manual, or programmed modes on date, time and camera-wise. All modes should be disabled and enabled using scheduled configuration. It should also be possible to search and replay the recorded images on date, time and camera-wise. It should provide onscreen controls for remote operation of PTZ cameras. It should have the facility for scheduled recording. Different recording speeds (fps) and resolution for each recording mode for each camera should be possible.

XVII. It should provide programmable motion detection and recording, to be defined area-wise. System should be able to support video motion detection algorithms to detect and track objects, learn the scene, Adapt to a changing outdoor environment, ignore environmental changes including rain, hail, wind, swaying trees and gradual light changes.

XVIII. The settings should be individually configurable for each alarm and each camera pre-record duration. This should allow the Camera Server to capture video

Section V. Technical Requirements 255

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

prior to the alarm/event, as well as after the alarm/event. The time duration should be selectable from a list of values ranging between 0 seconds and 5 minutes.

XIX. The software for clients should also be working on a browser based system for remote users. This should allow any authorized user to display the video of any desired camera on the monitor with full PTZ and associated controls.

XX. Retrieval: The CCTV application should allow retrieval of data instantaneously or any date / time interval chosen through search functionality of the application software. In case data is older than 40 days and available, the retrieval should be possible. The system should also allow for backup of specific data on any drives like CD/DVD/Blue ray/USB drive Recorders or any other device in a format which should be able to be replayed through standard PC based software. Log of any such activity should be maintained by the system which can be audited at a later date.

XXI. Backup: Online backup should be maintained to protect against storage failure.

XXII. Storage: Data storage should be at a central location at Line Barracks Pot- Louis. The capacity of the

256 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

storage for HD 1080P resolution should be equal to 40 days of recording at 25 Fps of all cameras and seven (7) days backup on camera site at 25 fps @ FHD. The system should follow FIFO on recording.

XXIII. Artificial Intelligence: It should have image tracking facility. If any object is found to be stationary, the system should track the event and alert the operator. This facility should be provided on selected cameras.

XI. The system should have professional vehicle detection and human face recognition features .

XII. ALPR: Automatic License Plate Recognition

a) The system should automatically detect a vehicle approaching the camera. On detection of vehicle approach, the system should activate the license plate video capture software.

b) The System should automatically detect the license plate in the captured video feed in real-time and playback.

c) The system should perform OCR (optical character recognition) of the license plate characters (English alpha-numeric characters in standard fonts).

d) The System should store JPEG image of

Section V. Technical Requirements 257

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

vehicle and license plate and enter the license plate number into a database along with date timestamp and camera location details.

e) The system processing should be real time i.e. the recognition of license number plates will happen instantaneously (within less than a second delay).

f) The system should be able to process and read number plates of vehicles with speed even up to 110km/hr.

g) The system should be robust to variation in License Plates in terms of font, size, contrast and color and should work with good accuracy.

h) The system should store video clip of the vehicle approaching and leaving the location.

i) The system should enable easy and quick retrieval of snapshots, video and other data for post incident analysis and investigations.

j) The system should be able to generate suitable MIS reports that will provide meaningful data and facilitate optimum utilization of resources, such as:

(i) Total Vehicles registered.

258 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

(ii) Total Vehicles not registered

k) The system should have search option to tune the reports based on license plate number, date and time, site location as per the need.

l) The system should have option to save customized reports for subsequent use.

m) The system should provide advanced and smart searching facility of License Plates from the database. There should be an option of searching number plates almost matching with the specific number entered (up to 1 and 2 character distance).

n) The system should have option to input certain license plates according to category like “Wanted”, “Suspicious”, “Stolen”, “Expired”, etc by authorized personnel.

o) The system should have option to add new category by authorized personnel.

p) The system should have option to update vehicle status in specific category by authorized personnel i.e. on retrieval of stolen vehicle; system entry should be changed from

Section V. Technical Requirements 259

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

“Stolen” to “Retrieved”. q) System should have option to specify

maximum time to retain vehicle records in specific categories.

r) System should provide an option for advanced users to tune the system parameters according to the requirement (lighting conditions, minimum License Plate size , etc…)

s) System should have option to configure site locations and data management settings.

t) The Central Management Module should run on the ALPR Central Server in Data centers

u) System should have ability to perform remote management from control center, including :

(i) Vehicle Category Editor(ii) Vehicle Log Module(iii) Password Management

v) The system should work in both day and night conditions with good accuracy.

w) The system should have a minimum 70% plus vehicle plate detection accuracy.

28. SOFTWARE FEATURE OVERVIEW A. General

260 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

I. Live view 25+ @ FHD1080P frame per second

II. Device control (pan-tilt-zoom)

III. Recording and playback

IV. Archiving schedules

V. Multi-stage video storage management

VI. I/O and event control

VII. PTZ patrolling and scanning/transition speed

VIII. Audio recording

IX. Client access (maximum clients)

X. Video export formats AVI or alternative with watermark

XI. Microsoft active directory support

XII. Web Client (Remote Client)

XIII. Display views as floating window and on multiple monitors

XIV. Map function

XV. Alarm manager

XVI. Privacy masking

Section V. Technical Requirements 261

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

XVII. Camera navigator

XVIII. Virtual matrix

XIX. Failover recording server

XX. Edge Storage support

XXI. Multi-cast support

XXII. Multiple stream (multi-stream) per camera

XXIII. Multi-CPU support

XXIV. IPv4 support

XXV. IPv6 support

XXVI. Product upgrade

XXVII. Product Maintenance Agreement (PMA)

XXVIII. ANALYTICS WITH LICENSE FOR ALL CAMERASVideo Motion/Non-motion Detection

XXIX. Area masking

XXX. Intelligent Masking

XXXI. Auto Masking

XXXII. Object Counting

XXXIII. Object Tracking

262 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

XXXIV. Tracking multiple objects

XXXV. Detecting the Direction of Movement

XXXVI. Wrong Direction Detection

XXXVII. Unattended Object

XXXVIII. Illegal parking

XXXIX. Removed Object Detection

XL. Crowd Detection

XLI. Human Tailgating

XLII. Vehicle Tailgating

XLIII. Loitering

XLIV. Grouping

XLV. ALPR

B. MODULESI. Local management console (management application)

II. Recording server manager

III. Remote management console (management client)

IV. Event server

V. Local playback/export client

Section V. Technical Requirements 263

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

VI. Web Client (Remote Client)

VII. Recording server

VIII. Management server

IX. Management failover server

C. SYSTEMI. MPEG and JPEG support

II. H.264 support

III. Support for ONVIF compliant devices

IV. Generic device support via universal driver

D. DEVICE INTEGRATIONI. Number of dedicated IP Device Models supported via

dedicated device integrationII. Supported DVRs

III. Browse DVR recordings

IV. Multi-streaming for differentiated live and recording streams

V. Multiple stream per camera

VI. Multicast

VII. Client video stream down sampling (resolution and FPS) option

264 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

VIII. Failover recording server

IX. Edge Storage support

X. Maximum number of recording servers per system

XI. Maximum number of cameras per recording server

XII. Send camera pre-alarm images to recording server

XIII. Video recording speed up

XIV. Built-in Video Motion Detection (VMD)

XV. VMD exclusion zones

XVI. Video motion detections per server

XVII. Video retention time

XVIII. Recording capacity per device/day (using archiving)

XIX. Over 1 TB (using archiving)

E. AUDIOI. One-way audio support

II. Two-way audio support

III. One-way audio recording

IV. Two-way audio recording

V. Supported audio channels

Section V. Technical Requirements 265

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

F. PTZI. Preset Positions per camera

II. Unlimited Go-to preset on event

III. Preset Patrolling

IV. Combine patrolling and go-to preset on event

V. Scanning/transition speed

VI. Number of PTZ priority levels for prioritized PTZ control

G. I/O AND EVENTSI. Input events

II. Motion detection events

III. Event-based device configuration

IV. Event-based notification

V. Event-based output control

VI. Event-based device start/stop

VII. Event-based matrix control

VIII. Hardware configurable events (such as tampering, temperature, video loss)

H. BOOKMARK FUNCTION

266 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

I. Manual bookmarking

II. Quick bookmarking

III. Ruled-based bookmarking

I. ALARM MANAGERI. Trigger alarms on all internal and external events

II. Alarm description and work instructions

III. Number of alarm priority level

IV. Ability to assign initial owner of an alarm

V. Time profiles for alarms

VI. View triggered alarms

VII. Manage alarms (reassign, change status, comment)

VIII. Maximum number of cameras associated to one alarm

IX. Alarm logging

J. ARCHIVING I. Archiving of recordings

II. Keep online access to archives

III. Parallel archiving and recording

Section V. Technical Requirements 267

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

IV. Archiving schedules

V. Multi-stage video storage

VI. Retention time per device

VII. Storage definition per device

VIII. Archiving to network drives

IX. Storage overview (used vs. available space) of available storage drives

X. Dynamic archiving (disk spanning)

XI. Video data encryption

K. INTEGRATIONI. Video content analysis support

II. Recording server API/SDK

III. Client plug-in support

IV. User defined events via TCP/IP

V. Generic events via TCP/IP

L. MANAGEMENTS I. Configuration wizards

II. Automatic device scanning

268 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

III. Device replacement wizard

IV. Centralized device management

V. Device group support

VI. Centralized recording server management

VII. Centralized user management

VIII. Time schedule controlled user access to devices and functions

IX. On-the-fly configuration changes

X. Run servers as windows services

XI. System configuration restore points

XII. Export and import of configuration data

XIII. Automatic device MAC address registration

XIV. Online activation

XV. Offline activation

M. VIEWING CLIENTSI. Maximum number of clients

II. Customizable access port

III. Support NAT firewalls

Section V. Technical Requirements 269

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

IV. Multicast support

V. Local proprietary account database support (basic users)

VI. Microsoft active directory support

VII. Single step installer

N. ALARMS AND NOTIFICATIONI. Alarm at camera communication failure

II. Alarm at disk full

III. Email notification

IV. SMS notification

V. Multiple notification profiles

VI. SNMP notification

O. LOGGING

I. System logging

II. Event logging

III. Audit logging

IV. Rule logging

V. Alert logging

270 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

P. LANGUAGESI. English

28.CCTV CONTROL ROOM TECHNICAL SPECIFICATION

A. GeneralI. The Bidder should refurbish the rooms to be selected

during the pre-bid meeting for the installation of the CCTV monitoring suite.

II. The Bidder should be responsible for the design, manufacture, supply, delivery, off-loading on site, installation, testing and commissioning of the main and sub-monitoring rooms suite and associated fittings and fixtures within the monitoring room to complete the different monitoring desks fit out.

III. The Bidder should provide a detailed design including wiring diagram and layout of the sub and main monitoring suites for approval by the MPF.

IV. The monitoring suites should be ergonomically designed to recognized standards to provide comfort to the operators and allow the operators to manage the system in a safe and efficient manner.

V. The Bidder should undertake a full survey of the room chosen to ascertain the exact requirements prior to making his proposal and advise accommodation

Section V. Technical Requirements 271

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

works.

VI. The Bidder should take due cognizance of the dimensions of the room to enable the operator to see the detail from his position and to ascertain whether he should call the image up on the spot monitor.

VII. The desk should be designed to fit the MPF requirements. Also, there should be FHD TV walls for real monitoring and controlling.

B. CCTV Main Monitoring Room Rose Hill

i. The CCTV operators thereat should be able to view all images in Rose Hill areas as well as the whole Division.

ii. The CCTV operators should use the monitor wall screens to make general observations from any selected cameras on any monitor.

iii. In the event further scrutiny of the image is required the operator should be able to call up the image onto one of the spot monitors located in the console.

iv. The operator should be able to select an image from adjacent cameras and place these on adjacent spot monitors.

272 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

v. Should an operator take control of a camera during a preset scenario sequence or patrol; the program should be terminated automatically.

vi. The main CCTV Central Management platform Server, Video Distribution Processing System, GIS , Analytic Servers , IPSAN and other necessary equipment should be located at the main Data Center at Line Barracks Port Louis

C. CCTV Sub Monitoring Rooms

I. They should be viewing centers with necessary software to view video on demand.

II. Normally, each sub monitoring room should view images in their respective station areas as assigned by the CCTV system administrator.

III. However, if need be, they should be able to view all cameras in the system.

D.CCTV Sub Monitoring Room at Line Barracks CCTV Office

I. There should be one sub monitoring rooms at Line Barracks CCTV Office.

Section V. Technical Requirements 273

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

II. It should be a viewing center with all necessary software to view video on demand and for managing all the server based at Communication Branch Line Barracks .

III. This sub monitoring rooms should monitor all video of whole CCTV system, including the monitoring video of the Beau Bassin , Barkly , Stanley , Sodnac , Quatre-Bornes sub monitoring rooms and Rose-Hill main control center.

29. FHD Video Decoder/Virtual matrix

A. General

I. The system should be capable of using a virtual matrix/decoder that provides flexible maneuverability for easy single, dual and multiple handed operations. The virtual matrix display should be a high performance, multiple stream decoding units.

II. The virtual matrix display should convert up at least sixteen (16)4CIF, thirty (25) IPS H.264 streams; twelve (12) 4CIF, thirty (30) IPS H.264 baseline profile streams; or two (2) 1080p H.264 baseline profile

274 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

streams into video signal to be viewed on each and every PC monitors and wall monitors independently.

III. Every output option should display a single image, four images (2x2), nine images (3x3), or sixteen images (4x4).

IV. When multiple images are displayed, the viewing software/hardware technology should automatically provide the best video display frame rate for the selected cameras

V. The virtual matrix display should decode and display up to 16 H.264 4CIF, 25 IPS streams; or 12 H.264 4CIF/30 IPS baseline profile streams; or 2 1080p H.264 baseline profile streams simultaneously.

VI. The virtual matrix display should drive all PC FHD monitors and wall FHD TV monitors connected through HDMI connectors.

VII. The virtual matrix display system should accommodate growth by adding additional video virtual matrix, keyboards, network decoders, and monitors to decode additional video inputs and drive monitor walls.

VIII. The video console display should provide a user interface to the video management system and should be a fully integrated system. The video console

Section V. Technical Requirements 275

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

display should also provide IPSAN functionality allowing users to record, play back, and export video.

IX. The virtual matrix display should provide full access to operations, through user-friendly, highly intuitive, and semi-transparent on-screen menus

X. An on-screen graphical overlay should allow users to turn on and off the overlay with a single button push of the 3D keyboard. The video console display should have on-screen PTZ, device playback, property controls, and alarm interface display

XI. The virtual matrix should be capable of streaming of at least sixteen (16) images of different CIF and at least two (2) Full HD images without affecting the quality of the live images per operator.

XII. HD Video Decoder/ virtual matrix should work with the Video Client System to implement the spot &TV wall display functionality of the Video Client System.

XIII. Should support decoder playing by directly connecting with the encoder: The decoder should be able to directly get code streams to be played from the encoder through the enterprise Intranet. In this way, the requirement for the enterprise outer network egress is greatly reduced and better playing effects and shorter image delay are brought due to the higher

276 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

quality of the Intranet compared with the outer network.

XIV. Should support alarm-triggered alarm-video playing on the TV wall. The service platform should support playing alarm videos on the TV wall after receiving alarm information and setting multiple TVs to be alarm video playing windows. If there are multiple concurrent alarms, videos of multiple channels should be able to be simultaneously played on different TVs.

XV. Should support TV wall plan polling: Support configuring multiple groups of playing plans for the TV wall, group invocation, and polling playing among multiple groups of plans.

B. Technical Specification of HD Video Decoder/virtual matrix

i. Should support H.264 video decoding and audio decoding as well as multi-channel decoding output.

ii. Should support polling decoding operation.

iii. Should support caption superimposition.

iv. Should support separate opening and closing of an audio channel.

Section V. Technical Requirements 277

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

v. Should support multiple access modes, such as through DHCP and fixed IP addresses.

vi. Should support remote management and remote upgrade.

vii. The carrier-class equipment should operate in a 7X24 manner.

viii. Should support the same number of channels of decoded video-accompanying sound outputs as the number of video channels. Decoded audio outputs should be able to be opened and closed.

ix. Should support remotely configuring decoder parameters through the Video Client System including the decoder name, audio output switch, packet loss rate alarm threshold, video output standard, server address, and NTP server address.

x. Should support standards: HTML, TCP/IP, HTTP, RTSP, RTP, RTCP, DHCP and PPPoE

xi. Should support the TR069 and realize zero configuration

xii. Upgrade: The system should be able to be remotely, automatically upgraded, and factory settings should be able to be recovered

278 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

xiii. The video console display of the virtual matrix should meet or exceed the following design and performance specifications:

(a) Video Standards: NTSC/PAL (b) NTSC/PAL (c) Video Resolutions supported:(d) NTSC /PAL

a. 1920 X 1080(1080P)b. 1280 X 720(720P)c. 704 X 576 (4 CIF)d. 704 X 288 (2 CIF)e. 352 X 288 (CIF

(e) Video Display Speed: at least 25 images per second.

(f) Video Display Mode: Single image, 2x2, 3x3, and 4x4

(g) Video Outputs: at least One HDMI per video output card

(h) Audio Specifications(i) Audio Decoding: G.711 speech codec or

equivalent(j) Audio Bit Rate: 128 kbps or better quality

(k) Audio Inputs: at least one (l) Audio Outputs: at least one

Section V. Technical Requirements 279

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

(m) Network Interface: Gigabit Ethernet RJ-45 port (1000BaseT)

(n) USB Ports: A t least one USB 2.0 ports (o) Front Panel Buttons: Power,

configuration/reset(p) Front Panel Indicators: Power, Network Activity,

Network Status, Unit Status(q) Power Input: 220-240 VAC, 50/60 Hz,

(r) Cable Type: European standard 220 VAC.

30. FHD TV Wall

I. The FHD TV Walls in main Surveillance Center should be equipped with eight (8) 46 “FHD Edge LED and two 65 “FHD Edge LED monitors.

II. The surveillance Center should be connected to the video surveillance network through FE/GE lines to obtain digital video signals of the surveillance platform. Meanwhile, the FHD video decoder decodes the video data stream into digital signal. After this, the decoder should transfer HD digital signal to the monitor walls.

III. All FHD TV monitors should be integrated in

280 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

appearance neatly embedded. IV. The Bidder should provide a series of cabinets below

TV wall screens and be aesthetical designed for such purpose.

V.The Bidder should allow adequate ventilation to the

TV walls and other equipment contained within the

unit.

VI. The construction of the TV Walls’ frame should allow the free movement of air both vertically and horizontally throughout.

VII. Technical Specification for two 65 inches Full HD LCD with LED Edge Screen with DLNA technology.

A. Display:(a) Aspect ratio : Wide screen(b) LCD with LED Edge Full HD(c) Panel resolution : 1920×1080 or higher(d) Motion Flow : 100Hz or higher(e) Viewing angle at least 178◦B. Terminals: (a) At least 4 HDMI inputs(b) At least 1 USB 2.0(c) HD15 PC input+ Audio

Section V. Technical Requirements 281

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

(d) Audio out(e) At least 2 Composite input Video + Audio L/R(f) Composite output Video + Audio L/R(g) At least one Ethernet port(h) Analogue audio inputs: 3 (2 side, 1 rear) (i) Digital audio output: 1 optical C. Power :

(a) Mains power : 220-240v, 50 -60 Hz(b) Ambient temperature : 5◦ c to 40◦c

D. Accessories :(a) Full option remote control.(b) Wall mount bracket with all bolts and

nutsE. Playback :

USB Application(s) : Photo Viewer (jpeg), Photo Viewer (RAW), Music Player (mp3), Video Player (AVCHD), Video Player (AVC), Video Player (MPEG4) , H.264Technical Specification of 46” FHD LCD with LED Edge Screen of with ultra slim bezel with DLNA technology

A. Display:(a) Aspect ratio : Wide screen(b) LCD with LED Edge Full HD(c) Panel resolution : 1920×1080 or higher

282 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

(d) Motion Flow : 100Hz or higher(e) Viewing angle at least 178◦B. Terminals: (a) At least 4 HDMI inputs(b) At least 1 USB 2.0(c) HD15 PC input+ Audio(d) Audio out(e) At least 2 Composite input Video + Audio L/R(f) Composite output Video + Audio L/R(g) At least one Ethernet port(h) Analogue audio inputs: 3 (2 side, 1 rear)

(i) Digital audio output: 1 optical C. Power :

(a) Mains power : 220-240v, 50 -60 Hz(b) Ambient temperature : 5◦ c to 40◦c

D. Accessories :

(a) Full option remote control.(b) Wall mount bracket with all bolts and

nuts

Section V. Technical Requirements 283

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

E. Playback :

USB Application(s) : Photo Viewer (jpeg), Photo Viewer (RAW), Music Player (mp3), Video Player (AVCHD), Video Player (AVC), Video Player (MPEG4), H.264

31. FHD IP Fixed Camera Inside Control Room

I. Fixed cameras should be installed inside all sub control rooms and main Rose Hill control room.

II. The camera should be of sufficient number to cover the whole of the monitoring room.

III. These cameras should be directly linked to the Line Barracks CCTV Office control room.

32. Workstation for CCTV Ooperators and Administrators

I. Processor: Intel Core i7 2600

II. Memory: 4GB DDR3 1333MHz or better

III. Storage: At least 1 TB SATA 7200rpm

IV. Graphics Card: PCI express graphic card of at least 0ne gigabyte dedicated memory with HDMI output

284 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

V. Network Interface: Gigabit Ethernet support

VI. Monitor: 22” LED Full HD monitor or better

VII. Operation System: Microsoft Window 7 professional with license or better

VIII. Should be branded

33. Operator Desk at main control center Rose-Hill

I. The operator desk at the main monitoring center should be designed to accommodate three operators’ position and all necessary equipment.

II. The console and the monitor bay should be ergonomically designed for such purpose.

III. The console desk should accommodate for at least nine monitors but however, only six monitors (six spot monitors and three workstations) should be used and equipment interfaces.

IV. The console desk should consist of sockets for USB keyboards and telephone..

V. The telephone sets should be connected to the telephone switchboard.

VI. Also, space should be provided for radio and other useful equipment

Section V. Technical Requirements 285

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

VII. Ventilation should be catered for in the bottom and top of the console desk to allow free movement of air.

VIII. All the data cabling and electrical wiring should be aesthetical and neatly routed with separate ducting.

IX. Panels at the rear of the console desk should be removable to allow easy access.

X. The design for the console desk should be approved by the MPF prior to construction and installation.

34. Operator Desk at sub control centers

I. The operator desk at the sub monitoring center should be designed to accommodate one operator position and all necessary equipment

II. The console desk should accommodate for at least two monitors, one workstation and equipment interfaces.

III. The console desk should consist of sockets for USB keyboards and telephone.

IV. The telephone sets should be connected to the telephone switchboard.

V. Also, space should be provided for radio and other useful equipment.

VI. Ventilation should be catered for in the bottom and top of the console desk to allow free movement of air.

286 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

VII. All the data cabling and electrical wiring should be aesthetical and neatly routed with separate ducting.

VIII. Panels at the rear of the console desk should be removable to allow easy access.

IX. The design for the console desk should be approved by the MPF prior to construction and installation.

35. Administrator Desk at Line Barracks

I. The operator desk at the monitoring center should be designed to accommodate two operator position and all necessary equipment.

II. The console desk should accommodate for at least four monitors, two workstation and equipment interfaces.

III. The console desk should consist of sockets for USB keyboards and telephone.

IV. The telephone sets should be connected to the telephone switchboard.

V. Also, space should be provided for radio and other useful equipment.

VI. Ventilation should be catered for in the bottom and top of the console desk to allow free movement of air.

Section V. Technical Requirements 287

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

VII. All the data cabling and electrical wiring should be aesthetical and neatly routed with separate ducting.

VIII. Panels at the rear of the console desk should be removable to allow easy access.

IX. The design for the console desk should be approved by the MPF prior to construction and installation.

36.Floor and room decoration at main control center Rose -Hill

I. The Floor the Rose Hill Main Control Room should be Raise Floor.

II. All the wiring should be distributed under the raise floor with appropriate security isolation.

III. The Raise Floor should be aesthetically and neatly laid down

IV. The design of the false raise floor should be approved by the MPF prior to installation.

37. Power and Power Distribution for all sites

I. All power distribution circuit diagrams should be certified by a registered electrical engineer and all electrical fittings used and work done should meet the

288 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

Mauritian standards.

II. The Bidder should provide an appropriate power supply to the monitor bay , equipment and the console. The power supply to the console and monitor bay should be directed from CEB distribution board.

III. Where found necessary, additional ways should be acquired through provision of a further distribution board.

IV. The monitor bay and console should have a means of total electrical isolation within the CCTV monitoring room

V. Each piece of the control room equipment (e.g. Monitor, keyboard, etc…) should be fed from a separate fused socket. These sockets should all be fed from the same circuit on a distribution board.

VI. All cabling within the unit should be installed in a neat and orderly fashion.

VII. Power cabling should be kept separate. All cables should be neat or otherwise fixed.

38. Main control room and Data center UPS and Grounding

Section V. Technical Requirements 289

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

I. All equipment in the main control room and Data Center should be connected to the Uninterruptible Power Supply (UPS).

II. UPS for the CCTV monitoring room and Data Center room should be true online type.

III. The UPS should provide power for at least ONE (1) hours to all equipment excluding air conditioners.

IV. The Bidder should consider the lightning and grounding protection of equipment and the earth resistance at the main control centre should be less than 5 ohms.

V. Earthing:(a) Separate earthing should be installed to earth

all IT equipment, server racks, UPS etc by making dedicated earth pits.

(b) Earthing should be separate from building earth system mainly used for other Non-IT equipment, lighting etc.

(c) The under structure system in the raised floor of the data center and the main control center also should be properly connected to the building earth.

(d) Earthing stations should contain relevant grade of charcoal and salt packed around the earth

290 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

plate / earth pipe.(e) Earthing should be done at indicted location.(f) The minimum distance between the two earth

station should be 3 meters.

(g) An earth ring with relevant earth test terminal boxes should to be provided at regular intervals.

(h) Adequate number of earth strips with proper sized holes should be provided for extending earthing / looping earth connections at various floors should be provided and executed as per the requirement.

(i) The bidder should provide heavy duty Cover of size 450 x 450 x 8 mm thick to the Earthing Chamber.

(j) The cover should be sand blasted and then Powder coated using Matt Jet Black Colour.

(k) The Cover should be fabricated using 8 mm thick Chequered Plate.

(l) Other specifications should be:

Section V. Technical Requirements 291

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

(i) Earthing pits with 600 x 600 x 6mm Copper Plate earth upto 10 feet deep with all accessories (Dedicated for UPS)

(ii) 6 sqmm braided copper tape for grid earthing

(iii) 8 swg bare cu wire(iv)At least 25 x 3 copper Strip for Earthing of

panel(v) 1c x 50 sqmm cu flexible (Green Colour)(vi)Dedicated Earthing Box

(vii) Tinned copper strip with 6mm holes(viii) 150x150x3mm Danger Notice Board &

415 Enamelled Danger Board(ix)Shock Treatment chart with Frame In Local &

English Language

VI. Uninterrupted Power Supply (UPS) SystemA. General Description:

(a) Should install, test and commissioning numbers of true online, double conversion, high efficiency, high power factor Uninterruptible Power Systems (UPS ) with independent battery backup support for one hour on full load.

(b) The backup batteries should be supplied with the

292 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

necessary external open racks/cubicles. (c) All UPS systems should be with inbuilt tuned

galvanic isolation transformer.B. Scope:

(a) The scope shall include design, supply, installation, testing and commissioning of the complete UPS system and related accessories including:

(b) All Server racks will get power feed from the UPS systems to ensure redundancy.

(c) Supply of complete set UPS systems, Load and Battery sharing panels / Battery circuit breakers, sealed maintenance free Batteries with racks for minimum one hour Backup as per specifications.

(d) All systems should be tested in factory as per the manufactures recommended procedure for all operating parameters and the test results should be provided during the installation.

(e) Delivery at site, unloading, handling, installation of complete system including interconnection from the UPS system to batteries and to input / output panels switches. All interconnections shall be done using multistrand Flexible Copper conductor cables of appropriate sizes.

(f) Outgoing neutral cables shall be of double

Section V. Technical Requirements 293

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

capacity.(g) UPS should be placed on a raised concrete

/metal foundation of minimum 15” height from the floor level of the proposed ground floor area.

(h) Scope includes battery bank connections using Nyvin cables and providing safety barriers for all busbars and cable connection leads on battery racks.

(i) Energization of UPS and Battery bank commissioning.

(j) UPS control parameters setting and complete testing of system on load.

(k) Service backup by engineer till system is fully operational and subsequently training is to be provided to the concerned persons of the MPF.

(l) Any upgrade of the system hardware and associated other software during the warranty and maintenance period should be supplied free of charge.

(m) Acceptance tests will be carried out after installation and the systems will be taken over only after successful completion of the acceptance tests.

(n) Operation and service manuals of the systems containing technical / Electronic drawings / circuit

294 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

diagrams complete in all respects should be supplied.

C. Quality Tests: Entire system shall be completely checked & tested for Full load, Transient Analysis, Over voltage, Over Load, Power failure, Efficiency at 50% should be at least 93% and 94% at 75% load 95% at 100% loads and all other functions.

D. Specification / features of the Each UPS system are as follows:

(a) Widest input range.(b) Double conversion and IGBT technology.(c) Full IGBT Rectifier / Battery charger with power

factor correction up to unity..(d) IGBT based Inverter(e) Inbuilt Tuned Galvanic Isolation Transformer at

output.(f) Batteries to support 30 minutes full load backup.(g) Static Bypass switch(h) Maintenance bypass switch(i) Power distribution panels(j) Lightning and Surge Protection(k) Programmable Front Panel Interface and Front-

access servicing(l) Dual feed input

Section V. Technical Requirements 295

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

(m) Remote Emergency Power off(n) N+X parallel redundancy to increase the

reliability and flexibility.(o) High input power factor (pf >0.99) and low

harmonic distortion (iTHD: <3%)(p) Overall high efficiency >94%, saving the

operating cost.(q) Parallel redundancy without extra hardware

needed.(r) Easy to expand in a cost effective way(s) Built-in manual and static bypass switch for

maintenance.(t) Built-in SRAM, to record up to 500 real-time

event logs or more.(u) Redundant auxiliary power and control circuit.(v) Scheduled battery test and battery replacement

warning.(w)Local and remote emergency power off function

(LEPO and REPO).(x) Compatible with generator installation.(y) User-friendly LCD display and LED indicators.(z) External battery pack available to extend the

backup time.

(aa) Load Bus Synchronization.

296 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

39. Air Conditioner

A. General I. The Bidder should evaluate the ventilation

requirements and do the work accordingly. II. As such, the Bidder should be required to provide the

appropriate BTU Air Conditioners for the following places:

a) At least TWO Air Conditioners for Rose Hill equipment room.

b) At least TWO Air Conditioners for Rose Hill Control Room

c) At least TWO Air Conditioners for Port Louis Data Center

III. The Air Conditioners should be able to switch from one to another on a regular basis.

B. Indoor Unit specification I. Wall mounted type

II. Horizontal/ Vertical air flow

III. Low noise level at high speed (<50 dbA at 1m from indoor unit)

IV. Automatic air deflection

Section V. Technical Requirements 297

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

V. Variable fan speed and temperature control

VI. Wireless remote control with LCD temperature display and holder

VII. Units should have an E.E.R of at least 8.5

VIII. Designed for operation with OZONE friendly refrigerant ( R22 refrigerant is not allow)

IX. Slim, compact and of elegant design

X. Power supply 220-240 VAC, 50-60 Hz

C. Outdoor UnitI. Should be suitable for tropical climates

II. Should be weatherproof, cyclone proof and have anti-corrosion treatment of condenser.

III. Should be Rotary type compressor

IV. Power supply 220-240 VAC, 50-60 Hz

D. General Notes

I. All air conditioners should be equipped with wireless remote control by means of which the air conditioner should able to be switched on and off , the temperature and fan speed should be able to be controlled and from which one may reach the room

298 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

/office temperature via an LCD display.II. Any Supports, mounting brackets, etc. (to be hot

dipped galvanized) should be supplied and installed by the successful tenderer

III. The air conditioners should be provided with a suitable drain pipe with sufficient slope for perfect drain. The drain pipe should be leak-proof and should securely fixed as and where necessary up to 50mm to soil level.

IV. Electrical supply for the air conditioners should be provided from the existing DP switch. The electrical installation from the switches to the air conditioner should have to be partly enclosed in white trunking of sufficient size. The cable from indoor unit to outdoors units should pass through conduits of appropriate size. The cable should be of black PVC. Prospective tenders should also have to provide for these items in their tenders.

40. Lighting

I. The Bidder should provide suitable and sufficient lighting for the main ,sub monitoring rooms and Data center .

Section V. Technical Requirements 299

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

II. When extensive arrays of displays are used together, monitoring room lighting should be sufficient and suitable for all visual tasks.

III. A lighting design, based on indirect ambient lighting, where the ceiling is used to reflect light down into the monitoring room, is an effective solution.

IV. In designing a lighting scheme, attention should be given to the range of operational tasks. Low-level lighting may be fine for image monitoring but it poses a problem for paper-based tasks.

V. Evenly distributed lighting of 400 - 500 LUX illumination is proposed for the data center. It is necessary to align the distribution of lights as per cabinet / rack / equipment layouts to avoid shadow.

VI. Required wattage of Mirror Optics low glare light fittings should be provided to achieve desired illumination level.

VII. Energy efficient lighting with Electronic ballast is proposed and electronic chokes are recommended for light

VIII. The rates for lighting fixtures should include all accessories and supply of all materials that may be required to make the fixture complete in all respects

300 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

such as :-(a) All the fixtures should be suitable for single

phase, 50 cycles, 230 Volts, AC supply system.(b) All fixtures should be factory wired with copper

conductor wires.(c) All fixtures should be supplied with fluorescent

lamps or any other special type bulbs(d) All the fixtures should be quoted of approved

make only.(e) All wiring should be carried out only in PVC

conduits.

41. Flexibility

I. The monitor bay and console should allow flexibility for future growth and changing needs of the system

II. The system should therefore be on a modular basis and where appropriate racks should be provided.

42. Chairs

I.

The Bidder should provide high backed executive chairs fully adjustable with moulded arm rests and 5 star bases for the subs and main monitoring room and administration offices.

Section V. Technical Requirements 301

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

43. Equipment at Data Center

I. Equipment which does not require day to day management or operation should be located in a separate equipment room equipped with Air Conditioners at Rose Hill DHQ and Line Barracks, Port-Louis. The Bidder should advise on the exact equipment location the MPF.

II. In case, separate room should not be used to accommodate some of the equipment, provision should be made for rapid intervention without disturbing the operators’ routine work

III. Equipment to be located at Line Barracks, Port-Louis should comprise but not be limited to the following:

a) CCTV Central Management platform Serverb) Video Distribution Processing System Serverc) Video Storage Systemd) IPSANe) FHD IP Mini dome cameraf) Switch/Routerg) Equipment rack

IV. All cable from the transmission interface to the equipment rack in the room and the CCTV monitor centers should be attached to raceways provided and installed by the Bidder

302 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

V. The Bidder should house all equipment in rack cabinets in accordance with the equipment specification.

VI. Adequate spare capacity should be provided to allow for the expansion of each category of equipment. Cabinets should be populated to allow adequate ventilation between items of equipment

VII. Server Racks for Data center a) The server racks should be of size 19" 42U,

600 x 1000mm, Perforation up to 83% on front and rear doors, should have fixed 19” installation on the front & rear for components.

b) Installation of chassis rails and 19” shelves should be possible.

c) Racks should have min jumpiring space of 85.5 mm in the front, RAL 9011 black shade, 19” bracket extrusions, sheet steel zinc passivated.

d) Doors should be front and back perforated with Swing Handles and Locks.

e) Opening Angle should be 180 degrees and should be Left Right veritable, Frame should be all Aluminium with Die Cast Corner Pieces, Rack frame should be extruded aluminium and polished.

f) Rack unit capacity with adjustable front and

Section V. Technical Requirements 303

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

back rails.g) Front door should come standard with Plexiglas

window. Rear door should be perforated for maximum air circulation. Cut outs should be provided for optional exhaust fan and cabling.

h) Numbers of non-surge, vertical power strips with of single phase 3 Pin 5/15Amps sockets should be supplied and fixed in each racks.

i) The current capacity of each power strip should not be less than 32 amps and the input cable should be fire resistant grade and fixed with suitable 32A DP+E.

j) Vertical cable manager / loops, fans, castors, levelers, bolts, nuts and 2U Horizontal cable manager should be provided.

(i) Racks size 42U, 600 x 1000 mm for Servers. (ii) The supplied Rack should allow free air

movement through the rack. Perforation up to 83% on front doors should be provided for this purpose.

(iii) Racks should have fixed 19” installation on the front & rear side for components. Installation of chassis rails and 19” shelves possible. Racks to have min jumpiring space of 85.5 mm in the

304 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

front. Four Post, Depth-Adjustable Rack Rails with Square Holes

(iv)Racks should be EMC shielded & thermal management to design model

(v) Racks should have minimum static loading of 1000 Kgs.

(vi)Racks should have a protective rating of IP 40(vii) Racks should conform to DIN standard 41494

for electronic enclosures.(viii)Racks should RAL 9011black shade, Heavy

Duty Casters And Levelling Feet

(ix)Racks should have multifunctional struts and 19” bracket extrusions, sheet steel zinc passivated.

(x) Doors should be front and back Perforated with Swing Handles and Locks. Opening Angle should be 180 degrees and should be Left Right Convertible.

(xi)Rack frame should be extruded aluminium and polished with Die Cast Corner Pieces

(xii) Each rack should have at least 2 nos. power strips mounted vertically along both sides of the

Section V. Technical Requirements 305

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

rack, each capable of connecting 15 servers for supplying single phase power supply to the servers. The current capacity of each power strip should not be less than 32 amps

(xiii)Power for all racks should be obtained from a dedicated way and be supported by UPS.

44. Equipment at the Main control and Data Center

I. Equipment to be located in the monitoring centers should comprise but not be limited to the following:

a) Monitorsb) Video Client Systemc) Workstationd) FHD IP Mini dome camerae) 3D Control Keyboardf) Switch/Routerg) Serverh) IPSAN

II. All cable from the transmission interface to the equipment rack in the room and the CCTV monitoring center should be attached to raceways provided and installed by the Bidder.

III. Adequate spare capacity should be provided to allow

306 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

for the expansion of each category of equipment. Cabinets should be populated to allow adequate ventilation between items of equipment.

IV. Power for all cabinets should be obtained from a dedicated way and be supported by UPS.

45. Access Control for the CCTV Monitor Rooms

I. The Bidder should supply and install access control systems for the subs and main monitoring centers together with the equipment room including all hardware, software and provide necessary supporting equipment and sundry items.

II. The system prime function should be to control access to the monitor rooms through control of doors based on configurable access rights of individuals and based on time of day.

III. Each access controlled door should be equipped with Biometry pad controller Access Control or alternative technology and other equipment necessary to meet the requirements. Magnetic transom locks should be used to lock each door. Magnetic locks should be of sufficient strength to prevent forced entry.

IV. It is intended that the system should be used to

Section V. Technical Requirements 307

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

monitor the day and time of any person entering or leaving the control rooms.

V. The Bidder should propose an access control system that integrates the CCTV Surveillance system and log to it. The system should be capable of producing a report that sets out all the ingress and egress activities of the MPF employees.

VI. The Bidder should make sure that the doors of the monitor rooms should be robust and appropriate to accommodate the system. If ever the doors are found inappropriate, the Bidder should quote for the doors also.

46. Alarm System for Data centre at Line Barracks and Equipment Room at Rose-Hill

I. The Bidder should supply, deliver, install and configure an environment monitoring system for servers’ rooms at the Data centre and Equipment Room, including all hardware, software with appropriate licenses and provide necessary supporting equipment and sundry items.

II. The propose system should be a Cabinet environment monitoring solution for server centres with SNMP based, fits into a 42U cabinet.

308 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

III. The bidder should propose a complete solution for rack mount environment monitoring in server centres .Supports up to 18 probes (temperature and humidity, AC current, smoke, water leak, water flood, air flow, vibrations detector, light) with the following criteria but not limited to :

(a) Built-in web server, SNMP support(b) Alarm alerts by e-mail, SMS (Ring), relay(c) SMS alarms (local/remote GSM modem)(d) With at least 6 Digital Inputs (dry contacts)(e) With at least 2 Digital Outputs (24VDC relays)(f) With at least 12 external sensors (1-Wire UNI)

up to 60m(g) With SMS GW function (can transmit SMS for

other HW group devices)(h) With Free monitoring software HWg-PDMS

included (latest Windows based)Basic features

(a) Built-in WWW interface for configuring the unit and monitoring the sensors.

(b) Fits into a 19" or 10" cabinet (rack).

Section V. Technical Requirements 309

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

(c) With GSM modem for sending alerts by SMS, independently of the network.

(d) With SMS GW for other devices

(e) With Thermostat function: Relay output can signal when sensor value is out of the range.

(f) With Security ensured through a password, IP

Should Support the following sensors:

(a) Dry Contact

(b) Temperature

(c) Humidity

(d) Water leak detection (Spot / Rope detection)

(e) Smoke detector

(f) Voltage sensor (220 to240V)

(g) Airflow detector

(h) Contactless AC current sensor (110/230 VAC)

310 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

(i) General voltage / current sensor

The bidder should advised and quote appropriate quantities of the following sensors so as the meet the MPF requirement.

(a) Temperature

(b) Humidity

(c) Water leak detection

(d) Smoke detector

(e) Voltage sensor (220 to240V)

(f) Airflow detector for air conditioner units

(g) Contactless AC current sensor (110/230 VAC)

(h) General voltage / current sensor

47. Printer

I. The Bidder should supply and install colour laser network printer with scan functions for the main control center at Rose Hill and at administration office at Port -Louis .

Section V. Technical Requirements 311

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

II. The purpose of the printers should be to print snapshots of targeted image (s) and access control reports..

III. The printers should deliver high quality print out as same should be used for identification

E. MAINTENANCE

1. WARRANTY & INSURANCE

I. The Bidder should be responsible for both routine and non-routine maintenance in addition to his obligations under Defects Liability for the warranty period of TWO years at no additional costs.

II. The Bidder should be responsible to insure all the providing equipment during the warranty period irrespective any of Gods or rioting.

III. The Bidder should provide all necessary equipment, materials and plant to undertake the maintenance of the system in accordance with the Contract.

2. MAINTENANCE PERIODI. The project should consist of a seven years

maintenance contract with parts, transport and

312 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

labour for the whole system inclusive of the warranty period.

II. The Bidder should make sure that spare parts are available for at least FIVE years in event of any breakdown.

III. The Bidder should comply with all work as per maintenance agreement ANNEX A.

3. PROTECTION OF EXISTING EQUIPMENT

I. The Bidder should note that the works should be undertaken in areas where sensitive equipment may be located.

II. The Bidder should take reasonable steps to protect delicate equipment from dust in particular during any drilling in any computer, telecoms / radio rooms. Polythene wall barriers should be installed prior to any drilling.

III. All debris and dust should be removed with vacuum cleaners before removal of any dust barriers.

IV. The Bidder should determine for each building any particular requirements for protection before work commences and leaves premises in a clean, tidy and orderly condition.

V. Testing Equipment .The bidder should provide the following testing

Section V. Technical Requirements 313

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

equipment :Three (3) Professional LAN cable testing equipment with the following specification:

(a) To check Coax , type CAT5, 5e , 6 and 7 twisted cord network and trouble.

(b) To check cable sequence .(c) Should use TDR (time domain reflect meter),

Measure length and distance, find the trouble location.

(d) To find the determined open circuit, short circuit, jumper, cross or split pairs.

(e) Service line test and no external adaptor is required.

(f) Simple and easy use 144 x 64 Dots FSTN LCM Big screen to display test result clear.

(g) Be able Determine continuity and wiring pattern.

(h) Low Battery indication(i) At least three year warranty

VI. Three (3) Professional CCTV Laptop with the following specification

(a) Intel Core i7-3537U (2.00GHz / 3.10GHz) Processor

(b) Windows 8 64-bit Operating system (c) 15.5" Full HD touch display,

314 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

(d) LED Backlight Technology (e) At least 4MB Processor Cache memory (f) At least 8 GB RAM memory (g) 256 GB SSD HDD for operating system (h) At least 500 GB HDD (i) Blu-ray Disc player (j) Full HD Graphics of at least 1GB memory with

resolution output of at least 1920x1080(k) HDMI output(l) USB 3.0 port(m) Bluetooth Standard (4.0 + HS) (n) 1000BASE-T/100BASE-TX/10BASE-T

Ethernet Protocol(o) (802.11b/g/n) WiFi Adapter(p) At least three years warranty .(q) Thin, metal design(r) Should be branded

VII. One (1)Professional Earth meter with the following specification

(a) IP54 rated(b) 2 and 3 point testing(c) Selectable 25 V or 50 V output

Section V. Technical Requirements 315

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

(d) LCD Display(e) Complete with lead and stake kit(f) Simple one button operation(g) Hardwearing carry case(h) Should delivered with calibration certificate

VIII. Three (3) Professional Digital multi meter with the following specification :

(a) Range selection(b) Polarity selection(c) low battery indication(d) DC Voltage tester (e) AC Voltage tester(f) Resistance tester(g) Capacitance tester(h) Frequency tester(i) Duty cycle tester(j) DC current tester(k) AC Current tester(l) Checking continuity(m) Testing diode(n) At least three years warranty (o) Should delivered with calibration certificate

IX. Three (3) Professional Digital clamp multi meter for AC and DC

316 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

(a) AC current range : 0-10000A(b) DC current range : 0-10000A(c) AC response : True RMS(d) Should delivered with calibration certificate(e) At least three years warranty

X. Four (4) Professional Crimping tool with the following specification :

(a) RJ45 Ethernet connector crimp socket(b) RJ11 connector crimp socket(c) RJ12 connector crimp socket(d) Wire stripper(e) Easy grip handle

XI One full features OTDR (hardware) with the following specification but not limited to :

(a) All optional kits for fibre optics measurements

(b) Determine Continuity to Fiber End(c) Locate Break in fibre Cable(d) Identify Fiber to be spliced(e) Determine Continuity Through

Splice(f) Measure Splice Loss(g) Measure Fiber Loss (End-To-End

Attenuation)(h) Measure Fiber Quality (dB/Km)

Section V. Technical Requirements 317

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

(i) Measure Reflectance of Splice & Connector

(j) Overall Return Loss (ORL)(k) Document Results (Print or

Record to Disk)

F. DOCUMENTATION

1. GENERAL

I. The Bidder should note the importance of the provision of quality documentation.

II. The Bidder should provide THREE copies of a comprehensive operating manual and three copies of a comprehensive maintenance manual.

III. Manuals should be bound in hard back binders to the approval of the MPF.

IV. The operating and maintenance manuals including drawings and design should also be provided in magnetic media format, with TWO copies of each manual on separate CDs, all copies in Microsoft Word or Adobe PDF format.

V. The draft operating manual and draft maintenance manual should be provided for the approval of the MPF before publication.

318 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

2. OPERATING MANUALS

I. The operating manual should describe the system and be tailored to the needs of the user.

II. The operating manual should not comprise a compendium of operating instructions and manuals of each of the items of equipment.

III. This information should be contained in the maintenance manual.

IV. The operating manual should be developed to meet the needs of the operator on a day to day basis and should be written for this specific system.

V. The manual should describe the key features of the system and how to operate the system on a daily basis.

VI. High level fault diagnosis should also be included for the CCTV Camera system.

VII. The exact content of the operating manual should be agreed with the MPF four weeks prior to the substantial Completion.

VIII. The following should be included as a minimum:

a) System descriptionb) List of camera names locations including map

Section V. Technical Requirements 319

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

c) Description of how to undertake key functions e.g. camera/monitor selection, camera operations etc…

d) Instructions on setting up patrols and preset scenarios

e) How to interrogate the recording media and download images from the IPSAN to an appropriate format. i.e. CD/DVD/Blu Ray etc.

f) List of the most common faults and problems and how to resolve them

g) Description of when to call out maintenance Contractor.

h) Where necessary, contract drawings should be made available from the Bidder in AutoCAD format.

3. MAINTENANCE MANUAL

I. The document should include all specific site related information. The maintenance manual should comprise all necessary information to enable the MPF to determine all components, equipment, system design, operation and fault diagnosis for the CCTV

320 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

systemsII. The Bidder should provide detailed schematics and

lists of equipment and describe location of equipment for each outstation site. The content should describe from where power has been obtained to enable future isolation.

III. The Bidder should develop comprehensive drawings of all installation equipment. The general schematic of the system should be supported by details of equipment connectivity and layout in the equipment racks, monitor wall, console and other equipment forming part of the system.

IV. Manuals associated with each item of equipment should be included.

V. The manual should provide results of all Acceptance Tests.

VI. Contract drawings in AutoCAD or alternative should be made available.The Bidder should provide THREE disks each with a copy of the system software.

VII. Where bespoke modules have been incorporated, parts and name of manufacturer should be included

Section V. Technical Requirements 321

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

together with circuit diagrams.VIII. The maintenance documentation should enable the

MPF to identify, diagnose and rectify faults to module level on the installed operational system and to card/component level.

4. ROUTINE MAINTENANCE SCHEDULES

I.

Detailed schedules for routine maintenance procedures should be provided as part of the maintenance manual. They should include the following:

a) Frequency and details of tests, measurements and tolerances

b) Test of failure or standby modesc) Transmission level testsd) System testse) Equipment or module testsf) Test of operational facilitiesg) Operation of self-testsh) Safety checks and inspections.

II. Tests and measurements should be to the same standard as those used for equipment acceptance purposes and should be so devised that wherever practicable the complete operational system should

322 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

be tested rather than modules in isolation.

III.The documentation should include pro-formats for annual system and equipment performance status reports.

G. FACTORY ACCEPTANCE TESTING (Free of Charge)

1. General

I.

The Factory Acceptance Testing (FAT) is a major project milestone in a CCTV Street Surveillance System project where the equipment and/or system integrator demonstrates that the system design and manufacturing meets the contract specifications created by the project manager and project team.

2. FAT

I. The FAT procedures should be prepared well in advance by the vendor/system integrator.

II. This procedure should be reviewed and approved by the project manager and project team.

III. It should include testing of as much functionality as is practical in the factory, and check all interfaces among equipment and systems.

Section V. Technical Requirements 323

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

IV. Where possible the procedure should show pass/fail criteria or desired results for each item.

V. The bidder/vendor should also provide a schedule for the FAT.

VI. The bidder/vendor should prepare a test facility that can be effectively used to conduct the FAT testing, including calibrated test equipment and any special test equipment.

VII. The bidder/vendor should compile a document set that can support the testing and serve as a reference for the test results, including:

a) Contract specifications and copies of all references called out in the specification.

b) All drawings for the project, including drawings received from

other vendors that describe interfaces.X. The bidder/vendor should pre-test the system before

FAT to reduce wasted time of the project manager/project team.

3. Check of documentation

I. Review draft manuals and note any deficiencies.

324 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

II. Confirm that the bidder/vendor has and should deliver records of hardware and software sourcing and traceability.

III. Confirm bidder/vendor’s schedule for completing all documentation.

4. Punch Lists

I. All discrepancies and non-conformities of the system should be compiled into a Non Conformities List by the project manager/project team, including a “time to complete” column, for example, before shipment. Items incomplete, or not available for inspection or FAT are to be included on the Non-Conformities List.

II. The project manager/project team should issue to the bidder/vendor a Non-Conformities List at the end of FAT for discussion to confirm agreement with the “time to complete” in-order to prioritize and focus work to complete the system with minimum impact on the project critical path. It needs to be followed up with the bidder/vendor periodically to ensure continued attention.

III. Substantial non-conformities can influence the bidder/vendor’s eligibility to receive the full FAT progress payment.

Section V. Technical Requirements 325

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

5. FAT Contract

I.

All FAT costs including laboratory test, equipment test, calibration, functionality testing, regulatory testing, any adhoc testing and transport, lodging and all expenses for the whole duration stay should be borne by the bidder/vendor.

H. TRAINING (Free of Charge)

1. General

I. The Bidder should provide during the Contract Period training facilities (both Theory & Practical) and training courses as detailed herein to ensure, but not limited to, that staff associated with the project may acquire knowledge and appreciation of all major aspects of the system design, day to day operation, breakdown and routine maintenance procedures and methods for fault diagnosis of the system.

326 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

II. The Bidder should nominate qualified instructors for each of the training courses if necessary from nominated sub-Contractors to cover all aspects of the complete system. At least two weeks before the commencement of each training course, the Bidder should submit details of the instructor(s), including name(s), qualifications, experience and involvement in the project for approval of the MPF.

III. The Bidder should submit an outline syllabus for each of the training courses in the Functional Specification for approval by the MPF. The details should be finalized two weeks prior to the course.

IV. The Bidder should provide copies of supplementary documentation for all courses which should be submitted to the MPF for approval at least three weeks before the commencement of each course. The Bidder should provide as part of the Training Program all materials that should be required to conduct the training courses.

V. Training medium should be in English.

Section V. Technical Requirements 327

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

2. System Managers & System Administrators

Training of the system managers and administrators should be structured to provide the attendees with sufficient knowledge and understanding of all installed equipment and the functions of the system as a whole to enable an efficient and effective maintenance response to all faults and re-configuration of the system software. The training should cover such subjects but not limited to:

a) System design and control philosophy to module level

b) Fault recognition, tracing and diagnosis of systemc) Software configuration as the needs change.d) No of personnel to be trained is Threee) Duration of training Min 2-4 Weeks (Theory and

Practical)f) Location of training; Lab Training by manufacturer

(software and hardware)

3. Technician

a) The bidder should provide training to the

328 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

technician respecting but not limited to:b) CCTV fault detectionc) CCTV Software Managementd) CCTV Cabling network etc…e) No of personnel to be trained is Tenf) Duration of training Min 1 Weeks (Theory and

Practical)g) Location of training; On site Training

3. Electrician

The bidder should provide training to the electrician respecting but not limited to:

a) Electrical network and distributionb) CCTV Cabinet electrical distributionc) Distribution boardsd) No of personnel to be trained is Tene) Duration of training Min 1 Weeks (Theory and

Practical)f) Location of training; On site training

4. Operators

Training should be arranged to provide staff with

Section V. Technical Requirements 329

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

knowledge of all aspects of the operation of the CCTV monitoring system.

a) No of personnel to be trained is Twentyb) Duration of training Min 2 Weeks full day(Theory

and Practical)c) Location of training; Control centers

I. PROJECT STAFF

1. TEAM COMPOSITION

I. The Bidder should appoint suitable qualified and experienced technical and other staffs as necessary to ensure that the site visit is carried out efficiently.

II. The Team being responsible for the CCTV site visit should consist of the following:

a) Project Coordinator/Engineer

b) Technicians

2. PROJECT COORDINATOR / ENGINEER

I. The project coordinator should be well conversant with CCTV projects for the proper management and

330 Section V. Technical Requirements

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

coordination of the project. II. He should be an Electronics or Networking of

Information and Communication Technologies Engineer with at least 5 years of experience in the field of CCTV and fiber optics backbone transmission networking and should have undertaken at least one project of similar nature.

3. TECHNICIANS

I. The requirement is for at least TWO (2) technicians who should possess at least a Diploma in Electronics or Networking of Information and Communication Technologies or equivalent having at least 3 years’ experience in the field of CCTV and Fiber Optics Backbone Transmission.

II. The above are minimum requirements in respect key personnel to be deployed on the project. Bidder may propose a range of experts. However for evaluation purposes only the best FOUR (4) key personnel should be considered.

III. The Project Manager should summarized the CCTV Street Surveillance project and answer to any queries. The date of a site visit should also be scheduled.

Section V. Technical Requirements 331

Specification To be filled by BidderIs it as per

askedSpecificatio

n(Yes or No)

If no, describe

Specification &State

advantages

Standard

Fitment item

(Yes or No)

Remarks

J. SITE INVESTIGATION

I. The Bidder should make all necessary additional investigations and satisfy himself regarding the site, ground conditions, CCTV locations, the data center ,the main and sub control monitor room location, cabling and the Optical Fiber backbone transmission system routes.

II. The MPF should not be held responsible for any claims arising and/ or costs incurred by the Bidder resulting from his failure to perform necessary additional investigations.

332 Section V. Schedule of Requirements

Section VI. Sample Forms

4. Drawings

Section V. Schedule of Requirements 333

(To be issued during Pre-bid Meeting)

These Bidding Documents include [insert “the following” or “no”] drawings.

[If documents shall be included, insert the following List of Drawings]

List of Drawings

Drawing Nr. Drawing Name Purpose

1 Location plans Same will be issued on Pre-bid meeting for security reasons

2 Control Room Layout Same will be issued on Pre-bid meeting for security reasons

3 Location list Same will be issued on Pre-bid meeting for security reasons

334 Section V. Technical Requirements

5. Inspections and TestsThe following inspections and tests shall be performed:

5. INSPECTIONS AND TEST OF THE SYSTEM

3.14GENERAL

In conjunction with the Bidder’s construction schedule, a program of tests shall be proposed and submitted for the approval of the MPF. A coordinated test program demonstrating the satisfactory working of the entire system shall be undertaken.

The Bidder is responsible for the satisfactory completion of all tests and subsequent resolution of any faults.

Testing shall be carried out during normal working hours as far as practicable. In order that the MPF officers may witness every test, the Bidder shall give at least two weeks’ notice in writing of an intention to test.

The cost of the tests and the test equipment used shall be allowed for by the Bidder.

The Bidder shall undertake tests as described in the following paragraphs and shall demonstrate to the MPF that the requirements of the functional specifications and Terms of Reference have been met.

3.15TEST EQUIPMENT

The Bidder shall provide experienced personnel and all required test equipment and accessories for the CCTV

The Bidder’s test equipment shall be appropriately calibrated by an approved authority at the Bidder’s expense. Labels shall be firmly attached to the equipment stating when and where the equipment was last calibrated and when re-calibration is necessary. Test equipment which is outside the calibration period shall not be used.

All test and diagnostic equipment and accessories used during testing and commissioning shall be specified and handed over to the MPF after commissioning.

Section V. Schedule of Requirements 335

3.16TEST RESULTS

The results of all tests shall be entered on a form which shall be developed by the Bidder for the approval by the MPF. Results shall be duly witnessed by the MPF Officers. Additional data on test equipment and instruments and a sketch of test circuits employed shall be attached as appropriate.

Where the results of any tests are unsatisfactory the Bidder shall rectify the matter and repeat the tests at his own expense.

Copies of the test forms shall be provided to the MPF immediately following the tests. Two typed copies of the completed test forms shall be supplied to the MPF within seven days of the date of the test. A copy of all test results shall be contained within the maintenance manual.

Where tests are carried out for which there is no existing approved format for the method of presentation, the Bidder shall submit proposals to the MPF for his approval.

The Bidder shall note that the MPF shall be responsible for final approval of all test results and the Bidder shall recognize this requirement when programming the Works.

3.17ROUTINE EQUIPMENT TESTS

Visual inspection shall be carried out to ensure that equipment and cabinets are of sound construction and, so far as can be ascertained, meet the requirements of Terms of Reference. It shall be the responsibility of the MPF Officers to determine the action necessary as a result of any adverse finding of the inspection. The MPF’s decision shall be made known to the Bidder as soon as possible.

3.18 SITE TESTS – ELECTRICAL DISTRIBUTION

The Bidder shall carry out tests in accordance with standards on all installed cables before termination, connection and sealing of ducts.

Any tests which produce unsatisfactory and/or unacceptable test results shall be repeated by the Bidder at his own cost.

The Bidder shall provide a test specification for all cables to be tested for the approval of the MPF. This shall generally be in accordance with the provisions of the standards.

336 Section V. Technical Requirements

3.19 SITE TESTS – END TO END SYSTEM TESTS

3.2.9 ACCEPTANCE TEST

The Acceptance Test (AT) shall be carried out at site on the whole of the system to ensure that the Terms of Reference are met and that the complete systems are in full working order. Testing shall be carried out to ensure the following:

i) That individual item of equipment complies with the Terms Of Reference and Functional Specifications included in the Bidding Documents.

ii) That the system, as a whole, performs the functions for which it is being purchased and operates satisfactorily as a system in accordance with the Terms of Reference and Functional Specification.

The Bidder shall submit to the MPF for approval a test specification for the Site Acceptance Test. The test specification shall list all tests to be undertaken for the CCTV and transmission system.

The Acceptance Test shall include but not be limited to the following:

i) General inspection for workmanshipii) Video test, comprising signal transmission level and picture performance

testsiii) Functional tests for each camera demonstrating satisfactory operation of each

functioniv) Day and night tests for camerasv) Capture of suitable object size by cameras and identification of object is in

accordance with the Schedulevi) Digital recording tests including time synchronizationvii) Fault signal delivery and reporting for all faultsviii) Virtual Matrix control and operationix) Recovery following power failure.

The Bidder shall note that the aiming of cameras and the likelihood to obtain optimum images under all conditions is an iterative process and shall require a number of adjustments before satisfactory results are obtained.

337 Section VI. General Conditions of Contract

PART 3 - Contract

Section VI. General Conditions of Contract 338

Section VI. General Conditions of ContractTable of Clauses

1. Definitions.......................................................................................................................3062. Contract Documents........................................................................................................3073. Fraud and Corruption.......................................................................................................3074. Interpretation....................................................................................................................3085. Language..........................................................................................................................3096. Joint Venture, Consortium or Association.......................................................................3107. Eligibility.........................................................................................................................3108. Notices.............................................................................................................................3109. Governing Law................................................................................................................31010. Settlement of Disputes.....................................................................................................31011. Inspections and Audit......................................................................................................31112. Scope of Supply...............................................................................................................31113. Delivery and Documents.................................................................................................31114. Supplier’s Responsibilities..............................................................................................31115. Contract Price..................................................................................................................31116. Terms of Payment............................................................................................................31217. Taxes and Duties..............................................................................................................31218. Performance Security.......................................................................................................31319. Copyright.........................................................................................................................31320. Confidential Information.................................................................................................31321. Subcontracting.................................................................................................................31422. Specifications and Standards...........................................................................................31423. Packing and Documents..................................................................................................31524. Insurance..........................................................................................................................31525. Transportation..................................................................................................................31526. Inspections and Tests.......................................................................................................31527. Liquidated Damages........................................................................................................31728. Warranty..........................................................................................................................31729. Patent Indemnity..............................................................................................................31830. Limitation of Liability.....................................................................................................31931. Change in Laws and Regulations....................................................................................31932. Force Majeure..................................................................................................................31933. Change Orders and Contract Amendments.....................................................................32034. Extensions of Time..........................................................................................................32135. Termination......................................................................................................................32136. Assignment......................................................................................................................32237. Export Restriction............................................................................................................322

Section VI. General Conditions of Contract 339

Section VI. General Conditions of Contract1. Definitions 1.1 The following words and expressions shall have the meanings

hereby assigned to them:

(a) “Contract” means the Contract Agreement entered into between the Purchaser and the Supplier, together with the Contract Documents referred to therein, including all attachments, appendices, and all documents incorporated by reference therein.

(b) “Contract Documents” means the documents listed in the Contract Agreement, including any amendments thereto.

(c) “Contract Price” means the price payable to the Supplier as specified in the Contract Agreement, subject to such additions and adjustments thereto or deductions therefrom, as may be made pursuant to the Contract.

(d) “Day” means calendar day.

(e) “Completion” means the fulfillment of the Related Services by the Supplier in accordance with the terms and conditions set forth in the Contract.

(f) “GCC” means the General Conditions of Contract.

(g) “Goods” means all of the commodities, raw material, machinery and equipment, and/or other materials that the Supplier is required to supply to the Purchaser under the Contract.

(h) “Purchaser” means the entity purchasing the Goods and Related Services, as specified in the SCC.

(i) “Related Services” means the services incidental to the supply of the goods, such as insurance, installation, training and initial maintenance and other such obligations of the Supplier under the Contract.

(j) “SCC” means the Special Conditions of Contract.

(k) “Subcontractor” means any natural person, private or government entity, or a combination of the above, to whom any part of the Goods to be supplied or execution of any part of the Related Services is subcontracted by the Supplier.

(l) “Supplier” means the natural person, private or government

340 Section VI. General Conditions of Contract

entity, or a combination of the above, whose bid to perform the Contract has been accepted by the Purchaser and is named as such in the Contract Agreement.

(m) “The Project Site,” where applicable, means the place named in the SCC.

2. Contract Documents

2.1 Subject to the order of precedence set forth in the Contract Agreement, all documents forming the Contract (and all parts thereof) are intended to be correlative, complementary, and mutually explanatory. The Contract Agreement shall be read as a whole.

3. Fraud and Corruption

3.1 If the Purchaser determines that the Supplier and/or any of its personnel, or its agents, or its Subcontractors, consultants, service providers, suppliers and/or their employees has engaged in corrupt, fraudulent, collusive, coercive or obstructive practices, in competing for or in executing the Contract, then the Purchaser may, after giving 14 days notice to the Supplier, terminate the Supplier's employment under the Contract and cancel the contract, and the provisions of Clause 35 shall apply as if such expulsion had been made under Sub-Clause 35.1.

(a) For the purposes of this Sub-Clause:

(i) “corrupt practice” is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party1;

(ii) “fraudulent practice” is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation2;

(iii) “collusive practice” is an arrangement between two or more parties3 designed to achieve an improper purpose, including to influence improperly the actions of another party;

1 “Another party” refers to a public official acting in relation to the procurement process or contract execution. In this context, “public official” includes Public Body’s staff and employees of other organizations taking or reviewing procurement decisions.2 “Party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process or contract execution; and the “act or omission” is intended to influence the procurement process or contract execution.3 “Parties” refers to participants in the procurement process (including public officials) attempting to establish bid prices at artificial, non competitive levels.

Section VI. General Conditions of Contract 341

(iv) “coercive practice” is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party1;

(v) “obstructive practice” is

(aa) deliberately destroying, falCIFying, altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a Public body’s investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation; or

(bb) acts intended to materially impede the exercise of the Public body’s inspection and audit rights provided for under Clause 11 [Inspections and Audits by the Public body].

3.2 Shall any employee of the Supplier be determined to have engaged in corrupt, fraudulent, collusive, coercive, or obstructive practice during the purchase of the Goods, then that employee shall be removed.

4. Interpretation 4.1 If the context so requires it, singular means plural and vice versa.

4.2 Incoterms

(a) Unless inconsistent with any provision of the Contract, the meaning of any trade term and the rights and obligations of parties hereunder shall be as prescribed by Incoterms.

(b) The terms EXW, CIP, FCA, CFR and other similar terms, when used, shall be governed by the rules prescribed in the edition of Incoterms specified in the SCC and published by the International Chamber of Commerce in Paris, France.

4.3 Entire Agreement

The Contract constitutes the entire agreement between the 1 “Party” refers to a participant in the procurement process or contract execution.

342 Section VI. General Conditions of Contract

Purchaser and the Supplier and supersedes all communications, negotiations and agreements (whether written or oral) of the parties with respect thereto made prior to the date of Contract.

4.4 Amendment

No amendment or other variation of the Contract shall be valid unless it is in writing, is dated, expressly refers to the Contract, and is signed by a duly authorized representative of each party thereto.

4.5 Non-waiver

(a) Subject to GCC Sub-Clause 4.5(b) below, no relaxation, forbearance, delay, or indulgence by either party in enforcing any of the terms and conditions of the Contract or the granting of time by either party to the other shall prejudice, affect, or restrict the rights of that party under the Contract, neither shall any waiver by either party of any breach of Contract operate as waiver of any subsequent or continuing breach of Contract.

(b) Any waiver of a party’s rights, powers, or remedies under the Contract must be in writing, dated, and signed by an authorized representative of the party granting such waiver, and must specify the right and the extent to which it is being waived.

4.6 Severability

If any provision or condition of the Contract is prohibited or rendered invalid or unenforceable, such prohibition, invalidity or unenforceability shall not affect the validity or enforceability of any other provisions and conditions of the Contract.

5. Language 5.1 The Contract as well as all correspondence and documents relating to the Contract exchanged by the Supplier and the Purchaser, shall be in English. Supporting documents and printed literature that are part of the Contract may be in another language provided they are accompanied by an accurate translation of the relevant passages in the language specified, in which case, for purposes of interpretation of the Contract, this translation shall govern.

5.2 The Supplier shall bear all costs of translation to the governing language and all risks of the accuracy of such translation, for documents provided by the Supplier.

5.3 Notwithstanding the above, documents in French submitted with

Section VI. General Conditions of Contract 343

the bid may be accepted without translation.

6. Joint Venture, Consortium or Association

6.1 If the Supplier is a joint venture, consortium, or association, all of the parties shall be jointly and severally liable to the Purchaser for the fulfillment of the provisions of the Contract and shall designate one party to act as a leader with authority to bind the joint venture, consortium, or association. The composition or the constitution of the joint venture, consortium, or association shall not be altered without the prior consent of the Purchaser.

7. Eligibility 7.1 The Supplier and its Subcontractors shall have the nationality of an eligible country. A Supplier or Subcontractor shall be deemed to have the nationality of a country if it is a citizen or constituted, incorporated, or registered, and operates in conformity with the provisions of the laws of that country.

7.2 All Goods and Related Services to be supplied under the Contract shall have their origin in Eligible Countries. For the purpose of this Clause, origin means the country where the goods have been grown, mined, cultivated, produced, manufactured, or processed; or through manufacture, processing, or assembly, another commercially recognized article results that differs substantially in its basic characteristics from its components.

8. Notices 8.1 Any notice given by one party to the other pursuant to the Contract shall be in writing to the address specified in the SCC. The term “in writing” means communicated in written form with proof of receipt.

8.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later.

9. 10. Governing Law 9.1 The Contract shall be governed by and interpreted in accordance with the laws of Mauritius, unless otherwise specified in the SCC.

11.12. Settlement of Disputes

10.1 The Purchaser and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract.

10.2 If, after twenty-eight (28) days, the parties have failed to resolve their dispute or difference by such mutual consultation, then either the Purchaser or the Supplier may give notice to the other party of its intention to commence arbitration, as hereinafter provided, as to the matter in dispute, and no arbitration in respect of this matter may be commenced unless such notice is given. Any dispute or difference in respect of

344 Section VI. General Conditions of Contract

which a notice of intention to commence arbitration has been given in accordance with this Clause shall be finally settled by arbitration. Arbitration may be commenced prior to or after delivery of the Goods under the Contract. Arbitration proceedings shall be conducted in accordance with the rules of procedure specified in the SCC.

10.3 Notwithstanding any reference to arbitration herein,

(a) the parties shall continue to perform their respective obligations under the Contract unless they otherwise agree; and

(b) the Purchaser shall pay the Supplier any money due the Supplier.

13.14. Inspections and Audit

11.1 The Supplier shall permit, and shall cause its Subcontractors and consultants to permit, the Public Body and/or persons appointed by the Public Body to inspect the Supplier’s offices and all accounts and records relating to the performance of the Contract and the submission of the bid, and to have such accounts and records audited by auditors appointed by the Public Body if requested by the Public Body. The Supplier’s and its Subcontractors and consultants’ attention is drawn to Clause 3 [Fraud and Corruption], which provides, inter alia, that acts intended to materially impede the exercise of the Public Body’s inspection and audit rights provided for under this Sub-Clause 11.1 constitute a prohibited practice subject to contract termination.

15.16. Scope of Supply 12.1 The Goods and Related Services to be supplied shall be as specified in the Schedule of Requirements.

17.18. Delivery and Documents

13.1 Subject to GCC Sub-Clause 33.1, the Delivery of the Goods and Completion of the Related Services shall be in accordance with the Delivery and Completion Schedule specified in the Schedule of Requirements. The details of shipping and other documents to be furnished by the Supplier are specified in the SCC.

19.20. Supplier’s Responsibilities

14.1 The Supplier shall supply all the Goods and Related Services included in the Scope of Supply in accordance with GCC Clause 12, and the Delivery and Completion Schedule, as per GCC Clause 13.

21.22. Contract Price 15.1 Prices charged by the Supplier for the Goods supplied and the Related Services performed under the Contract shall not vary from the prices quoted by the Supplier in its bid, with the exception of any price adjustments authorized in the SCC.

Section VI. General Conditions of Contract 345

23.24. Terms of Payment

16.1 The Contract Price, including any Advance Payments, if applicable, shall be paid as specified in the SCC.

16.2 The Supplier’s request for payment shall be made to the Purchaser in writing, accompanied by invoices describing, as appropriate, the Goods delivered and Related Services performed, and by the documents submitted pursuant to GCC Clause 13 and upon fulfillment of all other obligations stipulated in the Contract.

16.3 Payments shall be made promptly by the Purchaser, but in no case later than sixty (60) days after submission of an invoice or request for payment by the Supplier, and after the Purchaser has accepted it.

16.4 The currencies in which payments shall be made to the Supplier under this Contract shall be made subject to the following general principle:

(a) payment will be made in the currency or currencies in which the the bid price is expressed.

(b) Local bidders will be paid in fixed Mauritian Rupees or

Mauritian rupees adjusted to the fluctuation in the rate exchange at the time of delivery, as specified in the SCC.

16.5 In the event that the Purchaser fails to pay the Supplier any payment by its due date or within the period set forth in the SCC, the Purchaser shall pay to the Supplier interest on the amount of such delayed payment at the rate shown in the SCC, for the period of delay until payment has been made in full, whether before or after judgment or arbitrage award.

25.26. Taxes and Duties

17.1 For goods manufactured outside Mauritius, the Supplier shall be entirely responsible for all taxes, stamp duties, license fees, and other such levies imposed outside Mauritius.

17.2 For goods Manufactured within Mauritius, the Supplier shall be entirely responsible for all taxes, duties, license fees, etc., incurred until delivery of the contracted Goods to the Purchaser.

17.3 If any tax exemptions, reductions, allowances or privileges may be available to the Supplier in Mauritius, the Purchaser shall use its best efforts to enable the Supplier to benefit from any such tax savings to the maximum allowable extent.

27.28. Performance 18.1 If required as specified in the SCC, the Supplier shall, within

346 Section VI. General Conditions of Contract

Security twenty-eight (28) days of the notification of contract award, provide a performance security for the performance of the Contract in the amount specified in the SCC.

18.2 The proceeds of the Performance Security shall be payable to the Purchaser as compensation for any loss resulting from the Supplier’s failure to complete its obligations under the Contract.

18.3 As specified in the SCC, the Performance Security, if required, shall be denominated in the currency(ies) of the Contract, or in a freely convertible currency acceptable to the Purchaser; and shall be in the form of a bank guarantee or in another format acceptable to the Purchaser.

18.4 The Performance Security shall be discharged by the Purchaser and returned to the Supplier not later than twenty-eight (28) days following the date of Completion of the Supplier’s performance obligations under the Contract, including any warranty obligations, unless specified otherwise in the SCC.

29.30. Copyright 19.1 The copyright in all drawings, documents, and other materials containing data and information furnished to the Purchaser by the Supplier herein shall remain vested in the Supplier, or, if they are furnished to the Purchaser directly or through the Supplier by any third party, including suppliers of materials, the copyright in such materials shall remain vested in such third party

31.32. Confidential Information

20.1 The Purchaser and the Supplier shall keep confidential and shall not, without the written consent of the other party hereto, divulge to any third party any documents, data, or other information furnished directly or indirectly by the other party hereto in connection with the Contract, whether such information has been furnished prior to, during or following completion or termination of the Contract. Notwithstanding the above, the Supplier may furnish to its Subcontractor such documents, data, and other information it receives from the Purchaser to the extent required for the Subcontractor to perform its work under the Contract, in which event the Supplier shall obtain from such Subcontractor an undertaking of confidentiality similar to that imposed on the Supplier under GCC Clause 20.

20.2 The Purchaser shall not use such documents, data, and other information received from the Supplier for any purposes unrelated to the contract. Similarly, the Supplier shall not use such documents, data, and other information received from the

Section VI. General Conditions of Contract 347

Purchaser for any purpose other than the performance of the Contract.

20.3 The obligation of a party under GCC Sub-Clauses 20.1 and 20.2 above, however, shall not apply to information that:

(a) the Purchaser or Supplier need to share with institutions participating in the financing of the Contract;

(b) now or hereafter enters the public domain through no fault of that party;

(c) can be proven to have been possessed by that party at the time of disclosure and which was not previously obtained, directly or indirectly, from the other party; or

(d) otherwise lawfully becomes available to that party from a third party that has no obligation of confidentiality.

20.4 The above provisions of GCC Clause 20 shall not in any way modify any undertaking of confidentiality given by either of the parties hereto prior to the date of the Contract in respect of the Supply or any part thereof.

20.5 The provisions of GCC Clause 20 shall survive completion or termination, for whatever reason, of the Contract.

33.34. Subcontracting 21.1 The Supplier shall notify the Purchaser in writing of all subcontracts awarded under the Contract if not already specified in the bid. Such notification, in the original bid or later shall not relieve the Supplier from any of its obligations, duties, responsibilities, or liability under the Contract.

21.2 Subcontracts shall comply with the provisions of GCC Clauses 3 and 7.

35.36. Specifications and Standards

22.1 Technical Specifications and Drawings

(a) The Goods and Related Services supplied under this Contract shall conform to the technical specifications and standards mentioned in Section V, Schedule of Requirements and, when no applicable standard is mentioned, the standard shall be equivalent or superior to the official standards whose application is appropriate to the Goods’ country of origin.

(b) The Supplier shall be entitled to disclaim responsibility for any design, data, drawing, specification or other document, or any modification thereof provided or designed by or on behalf of the Purchaser, by giving a

348 Section VI. General Conditions of Contract

notice of such disclaimer to the Purchaser.

(c) Wherever references are made in the Contract to codes and standards in accordance with which it shall be executed, the edition or the revised version of such codes and standards shall be those specified in the Schedule of Requirements. During Contract execution, any changes in any such codes and standards shall be applied only after approval by the Purchaser and shall be treated in accordance with GCC Clause 33.

37.38. Packing and Documents

23.1 The Supplier shall provide such packing of the Goods as is required to prevent their damage or deterioration during transit to their final destination, as indicated in the Contract. During transit, the packing shall be sufficient to withstand, without limitation, rough handling and exposure to extreme temperatures, salt and precipitation, and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the goods’ final destination and the absence of heavy handling facilities at all points in transit.

23.2 The packing, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract, including additional requirements, if any, specified in the SCC, and in any other instructions ordered by the Purchaser.

39.40. Insurance 24.1 Unless otherwise specified in the SCC, the Goods supplied under the Contract shall be fully insured—in a freely convertible currency from an eligible country—against loss or damage incidental to manufacture or acquisition, transportation, storage, and delivery, in accordance with the applicable Incoterms or in the manner specified in the SCC.

41.42. Transportation 25.1 Unless otherwise specified in the SCC, responsibility for arranging transportation of the Goods shall be in accordance with the specified Incoterms.

43.44. Inspections and Tests

26.1 The Supplier shall at its own expense and at no cost to the Purchaser carry out all such tests and/or inspections of the Goods and Related Services as are specified in the SCC.

26.2 The inspections and tests may be conducted on the premises of the Supplier or its Subcontractor, at point of delivery, and/or at the Goods’ final destination, or in another place in Mauritius as specified in the SCC. Subject to GCC Sub-Clause 26.3, if conducted on the premises of the Supplier or its Subcontractor, all reasonable facilities and assistance, including access to

Section VI. General Conditions of Contract 349

drawings and production data, shall be furnished to the inspectors at no charge to the Purchaser.

26.3 The Purchaser or its designated representative shall be entitled to attend the tests and/or inspections referred to in GCC Sub-Clause 26.2, provided that the Purchaser bear all of its own costs and expenses incurred in connection with such attendance including, but not limited to, all travelling and board and lodging expenses.

26.4 Whenever the Supplier is ready to carry out any such test and inspection, it shall give a reasonable advance notice, including the place and time, to the Purchaser. The Supplier shall obtain from any relevant third party or manufacturer any necessary permission or consent to enable the Purchaser or its designated representative to attend the test and/or inspection.

26.5 The Purchaser may require the Supplier to carry out any test and/or inspection not required by the Contract but deemed necessary to verify that the characteristics and performance of the Goods comply with the technical specifications codes and standards under the Contract, provided that the Supplier’s reasonable costs and expenses incurred in the carrying out of such test and/or inspection shall be added to the Contract Price. Further, if such test and/or inspection impedes the progress of manufacturing and/or the Supplier’s performance of its other obligations under the Contract, due allowance will be made in respect of the Delivery Dates and Completion Dates and the other obligations so affected.

26.6 The Supplier shall provide the Purchaser with a report of the results of any such test and/or inspection.

26.7 The Purchaser may reject any Goods or any part thereof that fail to pass any test and/or inspection or do not conform to the specifications. The Supplier shall either rectify or replace such rejected Goods or parts thereof or make alterations necessary to meet the specifications at no cost to the Purchaser, and shall repeat the test and/or inspection, at no cost to the Purchaser, upon giving a notice pursuant to GCC Sub-Clause 26.4.

26.8 The Supplier agrees that neither the execution of a test and/or inspection of the Goods or any part thereof, nor the attendance by the Purchaser or its representative, nor the issue of any report pursuant to GCC Sub-Clause 26.6, shall release the Supplier from any warranties or other obligations under the Contract.

45.46. Liquidated 27.1 Except as provided under GCC Clause 32, if the Supplier fails

350 Section VI. General Conditions of Contract

Damages to deliver any or all of the Goods by the date(s) of delivery or perform the Related Services within the period specified in the Contract, the Purchaser may without prejudice to all its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to the percentage specified in the SCC of the delivered price of the delayed Goods or unperformed Services for each week or part thereof of delay until actual delivery or performance, up to a maximum deduction of the percentage specified in those SCC. Once the maximum is reached, the Purchaser may terminate the Contract pursuant to GCC Clause 35.

47.48. Warranty 28.1 The Supplier warrants that all the Goods are new, unused, and of the most recent or current models, and that they incorporate all recent improvements in design and materials, unless provided otherwise in the Contract.

28.2 Subject to GCC Sub-Clause 22.1(b), the Supplier further warrants that the Goods shall be free from defects arising from any act or omission of the Supplier or arising from design, materials, and workmanship, under normal use in the conditions prevailing in Mauritius.

28.3 Unless otherwise specified in the SCC, the warranty shall remain valid for twelve (12) months after the Goods, or any portion thereof as the case may be, have been delivered to and accepted at the final destination indicated in the SCC, or for eighteen (18) months after the date of shipment from the port or place of loading in the country of origin, whichever period concludes earlier.

28.4 The Purchaser shall give notice to the Supplier stating the nature of any such defects together with all available evidence thereof, promptly following the discovery thereof. The Purchaser shall afford all reasonable opportunity for the Supplier to inspect such defects.

28.5 Upon receipt of such notice, the Supplier shall, within the period specified in the SCC, expeditiously repair or replace the defective Goods or parts thereof, at no cost to the Purchaser.

28.6 If having been notified, the Supplier fails to remedy the defect within the period specified in the SCC, the Purchaser may proceed to take within a reasonable period such remedial action as may be necessary, at the Supplier’s risk and expense and without prejudice to any other rights which the Purchaser may have against the Supplier under the Contract.

Section VI. General Conditions of Contract 351

49.50. Patent Indemnity

29.1 The Supplier shall, subject to the Purchaser’s compliance with GCC Sub-Clause 29.2, indemnify and hold harmless the Purchaser and its employees and officers from and against any and all suits, actions or administrative proceedings, claims, demands, losses, damages, costs, and expenses of any nature, including attorney’s fees and expenses, which the Purchaser may suffer as a result of any infringement or alleged infringement of any patent, utility model, registered design, trademark, copyright, or other intellectual property right registered or otherwise existing at the date of the Contract by reason of:

(a) the installation of the Goods by the Supplier or the use of the Goods in the country where the Site is located; and

(b) the sale in any country of the products produced by the Goods.

Such indemnity shall not cover any use of the Goods or any part thereof other than for the purpose indicated by or to be reasonably inferred from the Contract, neither any infringement resulting from the use of the Goods or any part thereof, or any products produced thereby in association or combination with any other equipment, plant, or materials not supplied by the Supplier, pursuant to the Contract.

29.2 If any proceedings are brought or any claim is made against the Purchaser arising out of the matters referred to in GCC Sub-Clause 29.1, the Purchaser shall promptly give the Supplier a notice thereof, and the Supplier may at its own expense and in the Purchaser’s name conduct such proceedings or claim and any negotiations for the settlement of any such proceedings or claim.

29.3 If the Supplier fails to notify the Purchaser within twenty-eight (28) days after receipt of such notice that it intends to conduct any such proceedings or claim, then the Purchaser shall be free to conduct the same on its own behalf.

29.4 The Purchaser shall, at the Supplier’s request, afford all available assistance to the Supplier in conducting such proceedings or claim, and shall be reimbursed by the Supplier for all reasonable expenses incurred in so doing.

29.5 The Purchaser shall indemnify and hold harmless the Supplier and its employees, officers, and Subcontractors from and against any and all suits, actions or administrative proceedings, claims, demands, losses, damages, costs, and expenses of any

352 Section VI. General Conditions of Contract

nature, including attorney’s fees and expenses, which the Supplier may suffer as a result of any infringement or alleged infringement of any patent, utility model, registered design, trademark, copyright, or other intellectual property right registered or otherwise existing at the date of the Contract arising out of or in connection with any design, data, drawing, specification, or other documents or materials provided or designed by or on behalf of the Purchaser.

51.52. Limitation of Liability

30.1 Except in cases of criminal negligence or willful misconduct,

(a) the Supplier shall not be liable to the Purchaser, whether in contract, tort, or otherwise, for any indirect or consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs, provided that this exclusion shall not apply to any obligation of the Supplier to pay liquidated damages to the Purchaser and

(b) the aggregate liability of the Supplier to the Purchaser, whether under the Contract, in tort or otherwise, shall not exceed the total Contract Price, provided that this limitation shall not apply to the cost of repairing or replacing defective equipment, or to any obligation of the supplier to indemnify the purchaser with respect to patent infringement

53.54. Change in Laws and Regulations

31.1 Unless otherwise specified in the Contract, if after the date of 28 days prior to date of Bid submission, any law, regulation, ordinance, order or bylaw having the force of law is enacted, promulgated, abrogated, or changed in Mauritius (which shall be deemed to include any change in interpretation or application by the competent authorities) that subsequently affects the Delivery Date and/or the Contract Price, then such Delivery Date and/or Contract Price shall be correspondingly increased or decreased, to the extent that the Supplier has thereby been affected in the performance of any of its obligations under the Contract. Notwithstanding the foregoing, such additional or reduced cost shall not be separately paid or credited if the same has already been accounted for in the price adjustment provisions where applicable, in accordance with GCC Clause 15.

55.56. Force Majeure 32.1 The Supplier shall not be liable for forfeiture of its Performance Security, 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.

Section VI. General Conditions of Contract 353

32.2 For purposes of this Clause, “Force Majeure” means an event or situation beyond the control of the Supplier that is not foreseeable, is unavoidable, and its origin is not due to negligence or lack of care on the part of the Supplier. Such events may include, but not be limited to, acts of the Purchaser in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargoes.

32.3 If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing of such condition and the cause thereof. Unless otherwise directed by the Purchaser in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

57.58. Change Orders and Contract Amendments

33.1 The Purchaser may at any time order the Supplier through notice in accordance GCC Clause 8, to make changes within the general scope of the Contract in any one or more of the following:

(a) drawings, designs, or specifications, where Goods to be furnished under the Contract are to be specifically manufactured for the Purchaser;

(b) the method of shipment or packing;

(c) the place of delivery; and

(d) the Related Services to be provided by the Supplier.

33.2 If any such change causes an increase or decrease in the cost of, or the time required for, the Supplier’s performance of any provisions under the Contract, an equitable adjustment shall be made in the Contract Price or in the Delivery/Completion Schedule, or both, and the Contract shall accordingly be amended. Any claims by the Supplier for adjustment under this Clause must be asserted within twenty-eight (28) days from the date of the Supplier’s receipt of the Purchaser’s change order.

33.3 Prices to be charged by the Supplier for any Related Services that might be needed but which were not included in the Contract shall be agreed upon in advance by the parties and shall not exceed the prevailing rates charged to other parties by the Supplier for similar services.

33.4 Subject to the above, no variation in or modification of the terms of the Contract shall be made except by written

354 Section VI. General Conditions of Contract

amendment signed by the parties.

59.60. Extensions of Time

34.1 If at any time during performance of the Contract, the Supplier or its subcontractors shall encounter conditions impeding timely delivery of the Goods or completion of Related Services pursuant to GCC Clause 13, the Supplier shall promptly notify the Purchaser in writing of the delay, its likely duration, and its cause. As soon as practicable after receipt of the Supplier’s notice, the Purchaser shall evaluate the situation and may at its discretion extend the Supplier’s time for performance, in which case the extension shall be ratified by the parties by amendment of the Contract.

34.2 Except in case of Force Majeure, as provided under GCC Clause 32, a delay by the Supplier in the performance of its Delivery and Completion obligations shall render the Supplier liable to the imposition of liquidated damages pursuant to GCC Clause 26, unless an extension of time is agreed upon, pursuant to GCC Sub-Clause 34.1.

61.62. Termination 35.1 Termination for Default

(a) The Purchaser, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate the Contract in whole or in part:

(i) if the Supplier fails to deliver any or all of the Goods within the period specified in the Contract, or within any extension thereof granted by the Purchaser pursuant to GCC Clause 34;

(ii) if the Supplier fails to perform any other obligation under the Contract; or

(iii) if the Supplier, in the judgement of the Purchaser has engaged in fraud and corruption, as defined in GCC Clause 3, in competing for or in executing the Contract.

(b) In the event the Purchaser terminates the Contract in whole or in part, pursuant to GCC Clause 35.1(a), the Purchaser may procure, upon such terms and in such manner as it deems appropriate, Goods or Related Services similar to those undelivered or not performed, and the Supplier shall be liable to the Purchaser for any

Section VI. General Conditions of Contract 355

additional costs for such similar Goods or Related Services. However, the Supplier shall continue performance of the Contract to the extent not terminated.

35.2 Termination for Insolvency.

(a) The Purchaser may at any time terminate the Contract by giving notice to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In such event, termination will be without compensation to the Supplier, provided that such termination will not prejudice or affect any right of action or remedy that has accrued or will accrue thereafter to the Purchaser

35.3 Termination for Convenience.

(a) The Purchaser, by notice sent to the Supplier, may terminate the Contract, in whole or in part, at any time for its convenience. The notice of termination shall specify that termination is for the Purchaser’s convenience, the extent to which performance of the Supplier under the Contract is terminated, and the date upon which such termination becomes effective.

(b) The Goods that are complete and ready for shipment within twenty-eight (28) days after the Supplier’s receipt of notice of termination shall be accepted by the Purchaser at the Contract terms and prices. For the remaining Goods, the Purchaser may elect:

(i) to have any portion completed and delivered at the Contract terms and prices; and/or

(ii) to cancel the remainder and pay to the Supplier an agreed amount for partially completed Goods and Related Services and for materials and parts previously procured by the Supplier.

63.64. Assignment 36.1 Neither the Purchaser nor the Supplier shall assign, in whole or in part, their obligations under this Contract, except with prior written consent of the other party.

65.66. Export Restriction

37.1 Notwithstanding any obligation under the Contract to complete all export formalities, any export restrictions attributable to the Purchaser, to Mauritius, or to the use of the products/goods, systems or services to be supplied, which arise from trade regulations from a country supplying those products/goods, systems or services, and which substantially impede the Supplier from meeting its obligations under the Contract, shall

356 Section VI. General Conditions of Contract

release the Supplier from the obligation to provide deliveries or services, always provided, however, that the Supplier can demonstrate to the satisfaction of the Purchaser that it has completed all formalities in a timely manner, including applying for permits, authorizations and licenses necessary for the export of the products/goods, systems or services under the terms of the Contract. Termination of the Contract on this basis shall be for the Purchaser’s convenience pursuant to Sub-Clause 35.3.

Section VII. Special Conditions of Contract 357

Section VII. Special Conditions of ContractThe following Special Conditions of Contract (SCC) shall supplement and / or amend the General Conditions of Contract (GCC). Whenever there is a conflict, the provisions herein shall prevail over those in the GCC.

[The Purchaser shall select/insert the appropriate wording using the samples below or other acceptable wording, and delete the text in italics]

GCC 1.1(h) The Purchaser is: Mauritius Police Force

GCC 1.1 (m) The Project Site(s)/Final Destination(s) is/are: at Beau Bassin, Rose Hill and Extension of Quatre Bornes and Line Barracks, Port Louis

GCC 4.2 (b) The version edition of Incoterms shall be Incoterms 2010.

GCC 8.1 For Notices, the Purchaser’s address shall be:

The Secretary, Police Tender Committee

Line Barracks, Port Louis

Mauritius

Telephone: 2087020

Facsimile number:211 9116

Email: [email protected]

GCC 10.2 The rules of procedure for arbitration proceedings pursuant to GCC Clause 10.2 shall be as follows:

Any dispute between Purchaser and supplier shall be referred for adjudication or arbitration in accordance with the laws of Mauritius.

GCC 13.1 Details of Shipping and other Documents to be furnished by Suppliers are: Details of Shipping and other Documents to be furnished by Suppliers are:

(a) For Goods supplied from overseas on the basis of DDP ( the purchaser as consignee):

Upon shipment, the Supplier shall notify the Purchaser and the insurance company, in writing, the full details of the shipment including Contract number, description of the Goods, quantity, date and place of shipment, mode of transportation, and estimated date of arrival at place of destination. In the event of Goods sent by airfreight, the Supplier shall notify the Purchaser a minimum of forty-eight (48) hours ahead of dispatch, the name of the carrier, the flight number, the expected time of arrival, and the airway-bill number. The Supplier shall fax and then send by courier the following documents to the Purchaser, with a copy to the insurance company:

358 Section VII Special Conditions of Contract

(i) three originals and two copies of the Supplier’s invoice, showing Purchaser as [ enter correct description of Purchaser for customs purposes ]; the Procurement Reference number, Goods’ description, quantity, unit price and total amount. Invoices must be signed in original, stamped, or sealed with the company stamp/seal;

(ii) one original and two copies of the negotiable, clean, on-board through bill of lading marked “freight prepaid” and showing Purchaser as [ enter correct name of Purchaser for customs purposes ] and Notify Party as stated in the Contract, with delivery through to final destination as per the Schedule of Requirements and two copies of non-negotiable bill of lading, or air waybill marked “freight prepaid” and showing delivery through to final destination as per the Schedule of Requirements;

(iii) four copies of the packing list identifying contents of each package;

(iv) copy of the Insurance Certificate, showing the Purchaser as the beneficiary;

(v) one original of the manufacturer’s or Supplier’s Warranty Certificate covering all items supplied;

(vi) one original of the Supplier’s Certificate of Origin covering all items supplied;

(vii) original copy of the Certificate of Inspection furnished to Supplier by the nominated inspection agency and six copies (where inspection is required);

(viii) any other procurement-specific documents required for delivery/payment purposes.

The above documents shall be received by the Purchaser before arrival of the Goods and, if not received, the Supplier will be responsible for any consequent expenses.

(b) For Goods from local suppliers (already imported on the basis of delivery to warehouse-DDP):

Upon or before delivery of the Goods, the Supplier shall notify the Purchaser in writing and deliver the following documents to the Purchaser:

(i) one original and two copies of the Supplier’s invoice, showing Purchaser, the Contract number, Goods’ description, quantity, unit price, and total amount. Invoices must be signed in original and stamped or sealed with the company stamp/seal;

(ii) two copies of the packing list identifying contents of each package;

(iii) one original of the manufacturer’s or Supplier’s Warranty certificate covering all items supplied;

Section VII Special Conditions of Contract 359

(iv) one original of the Supplier’s Certificate of Origin covering all items supplied;

(v) original copy of the Certificate of Inspection furnished to Supplier by the nominated inspection agency and six copies (where inspection is required)

(vi) other procurement-specific documents required for delivery/payment purposes.

(c) For goods from local manufacturers:

46.3.1.1 one original and two copies of the Supplier’s invoice, showing Purchaser, the Procurement Reference number, Goods’ description, quantity, unit price, and total amount. Invoices must be signed in original and stamped or sealed with the company stamp/seal;

46.3.1.2 two copies of the packing list identifying contents of each package;

46.3.1.3 original copy of the Certificate of Inspection furnished to manufacture by the nominated inspection agency and two copies (where inspection is required), and

46.3.1.4 other procurement-specific documents required for delivery/payment purposes.

GCC 15.1 The prices charged for the Goods supplied and the related Services performed shall not be adjustable.

GCC 16.1 The method and conditions of payment to be made to the Supplier under this Contract shall be as follows:

For overseas suppliers, the following alternative mode of payment may be accepted:

1.Cash Against Document

2.Irrevocable Letter of Credit

Payment Structure:

-Advance Payment:

The awarded contractor may opt to claim for an advance payment of 30% of total contract value after signature of the Contract Agreement against submission of an Advance Payment Guarantee of an equivalent amount in the form of a bank guarantee valid for a period of twelve (12) months as from date of signature of Contract Agreement.

-20 % of contract amount shall be payable after completion of installation of all CCTV Cameras and accessories.

-30% of contract amount shall be payable after successful testing and

360 Section VII Special Conditions of Contract

commissioning of the CCTV System.

-20% of contract amount shall be payable in equal yearly installments over two (2) years during which the system will be under warranty.

GCC 16.4 (b) Local Suppliers shall be paid in Mauritian Rupees only. The prices shall not be adjustable to fluctuation in the rate of exchange.

GCC 16.5 Interest shall be payable immediately after the due date for payment.

The interest rate shall be the legal rate.

GCC 18.1 A Performance Security shall be required.

The amount of the Performance Security shall be 10 % of the Contract Value. The Performance Security shall be in the form of a Bank Guarantee.

GCC 18.3 The Performance Security shall be denominated in “the currencies of payment of the Contract, in accordance with the Contract Price” and shall be in the form of: “a Bank Guarantee”.The performance security shall remain valid one month beyond the commissioning date.

GCC 18.4 Discharge of the Performance Security shall take place: not later than one month beyond the commissioning date.

GCC 23.2 The packing, marking and documentation within and outside the packages shall be: [insert in detail the type of packing required, the markings in the packing and all documentation required] NOT APPLICABLE

GCC 24.1 The insurance coverage shall be as specified in the Incoterms.

GCC 25.1 Responsibility for transportation of the Goods shall be as specified in the Incoterms.

GCC 26.1 The inspections and tests shall be: as per Inspections and Tests of Section V- Schedule of Requirement

GCC 26.2 The Inspections and tests shall be conducted at: as per Inspections and Tests of Section V- Schedule of Requirement

GCC 27.1 The liquidated damages shall be: 1 % of the contract price per week

The maximum amount of liquidated damages shall be: 10 % of the contract price

GCC 28.3 The period of validity of the Warranty shall be: Two (2) years after successful commissioning of the equipment.

For purposes of the Warranty, the place(s) of final destination(s) shall be: at Beau Bassin, Rose Hill , Quatre Bornes and Line Barracks, Port Louis.

Section VII Special Conditions of Contract 361

GCC 28.5 The period for repair or replacement shall be as per Annex A

362 Section VII Special Conditions of Contract

Attachment: Price Adjustment Formula

If in accordance with GCC 15.2, prices shall be adjustable, the following method shall be used to calculate the price adjustment:

15.2 Prices payable to the Supplier, as stated in the Contract, shall be subject to adjustment during performance of the Contract to reflect changes in the cost of labor and material components in accordance with the formula:

P1 = P0 [a + bL1 + cM1] - P0

L0 M0

a+b+c = 1in which:

P1 = adjustment amount payable to the Supplier.P0 = Contract Price (base price).a = fixed element representing profits and overheads included in the Contract

Price and generally in the range of five (5) to fifteen (15) percent.b = estimated percentage of labor component in the Contract Price.c = estimated percentage of material component in the Contract Price.L0, L1 = labor indices applicable to the appropriate industry in the country of origin

on the base date and date for adjustment, respectively.M0, M1 = material indices for the major raw material on the base date and date for

adjustment, respectively, in the country of origin.

The coefficients a, b, and c as specified by the Purchaser are as follows:

a = [insert value of coefficient] b= [insert value of coefficient]c= [insert value of coefficient]

The Bidder shall indicate the source of the indices and the base date indices in its bid.

Base date = thirty (30) days prior to the deadline for submission of the bids.

Date of adjustment = [insert number of weeks] weeks prior to date of shipment (representing the mid-point of the period of manufacture).

The above price adjustment formula shall be invoked by either party subject to the following further conditions:

(a) No price adjustment shall be allowed beyond the original delivery dates unless specifically stated in the extension letter. As a rule, no price adjustment shall be allowed for periods of delay for which the Supplier is entirely responsible. The

Section VII Special Conditions of Contract 363

Purchaser will, however, be entitled to any decrease in the prices of the Goods and Services subject to adjustment.

(b) If the currency in which the Contract Price P0 is expressed is different from the currency of origin of the labor and material indices, a correction factor will be applied to avoid incorrect adjustments of the Contract Price. The correction factor shall correspond to the ratio of exchange rates between the two currencies on the base date and the date for adjustment as defined above.

(c) No price adjustment shall be payable on the portion of the Contract Price paid to the Supplier as advance payment.

364

Section VIII. Contract Forms

Table of Forms

1. Contract Agreement........................................................................................................333

2. Performance Security......................................................................................................335

3. Bank Guarantee for Advance Payment 336

Section VIII. Contract Forms 365

1. Contract Agreement[The successful Bidder shall fill in this form in accordance with the instructions indicated]

THIS CONTRACT AGREEMENT is made

the [ insert: number ] day of [ insert: month ], [ insert: year ].

BETWEEN

(1) [ insert complete name of Purchaser ], a [ insert description of type of legal entity, for example, an agency of the Ministry of .... of the Government of { Mauritius }, or company incorporated under the laws of {Mauritius} ] and having its principal place of business at [ insert address of Purchaser ] (hereinafter called “the Purchaser”), and

(2) [ insert name of Supplier ], a company incorporated under the laws of [ insert: country of Supplier ] and having its principal place of business at [ insert: address of Supplier ] (hereinafter called “the Supplier”).

WHEREAS the Purchaser invited bids for certain Goods and related services, viz., [insert brief description of Goods and Services] and has accepted a Bid by the Supplier for the supply of those Goods and Services in the sum of [insert Contract Price in words and figures, expressed in the Contract currency(ies) ] (hereinafter called “the Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement, words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.

2. The following documents shall constitute the Contract between the Purchaser and the Supplier, and each shall be read and construed as an integral part of the Contract:

(a) This Contract Agreement

(b) Special Conditions of Contract

(c) General Conditions of Contract

(d) Technical Requirements (including Schedule of Requirements and Technical Specifications)

(e) The Supplier’s Bid and original Price Schedules

(f) The Purchaser’s Notification of Award

(g) [Add here any other document(s)]

366 Section VIII. Contract Forms

3. This Contract shall prevail over all other Contract documents. In the event of any discrepancy or inconsistency within the Contract documents, then the documents shall prevail in the order listed above.

4. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of the Contract.

5. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the Goods and Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the laws of Mauritius on the day, month and year indicated above.

For and on behalf of the Purchaser

Signed: [insert signature] in the capacity of [ insert title or other appropriate designation ]in the presence of [insert identification of official witness]

For and on behalf of the Supplier

Signed: [insert signature of authorized representative(s) of the Supplier] in the capacity of [ insert title or other appropriate designation ]in the presence of [ insert identification of official witness]

Section VIII. Contract Forms 367

2. Performance Security[The bank, as requested by the successful Bidder, shall fill in this form in accordance with the instructions indicated]

Date: [insert date (as day, month, and year) of Bid Submission]Procurement Reference No. and title: [insert no. and title of bidding process]

Bank’s Branch or Office: [insert complete name of Guarantor]

Beneficiary: [insert complete name of Purchaser]

PERFORMANCE GUARANTEE No.: [insert Performance Guarantee number]

We have been informed that [insert complete name of Supplier] (hereinafter called "the Supplier") has entered into Contract No. [insert number] dated [insert day and month], [insert year] with you, for the supply of [description of Goods and related Services] (hereinafter called "the Contract").

Furthermore, we understand that, according to the conditions of the Contract, a Performance Guarantee is required.

At the request of the Supplier, we hereby irrevocably undertake to pay you any sum(s) not exceeding [insert amount(s1) in figures and words] upon receipt by us of your first demand in writing declaring the Supplier to be in default under the Contract, without cavil or argument, or your needing to prove or to show grounds or reasons for your demand or the sum specified therein.

This Guarantee shall expire no later than the [insert number] day of [insert month] [insert year],2 and any demand for payment under it must be received by us at this office on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 758.

[signatures of authorized representatives of the bank and the Supplier]

1 The Bank shall insert the amount(s) specified in the SCC and denominated, as specified in the SCC, either in the currency(ies) of the Contract or a freely convertible currency acceptable to the Purchaser.

2 Dates established in accordance with Clause 18.4 of the General Conditions of Contract (“GCC”), taking into account any warranty obligations of the Supplier under Clause 16.2 of the GCC intended to be secured by a partial Performance Guarantee. The Purchaser shall note that in the event of an extension of the time to perform the Contract, the Purchaser would need to request an extension of this Guarantee from the Bank. Such request must be in writing and must be made prior to the expiration date established in the Guarantee. In preparing this Guarantee, the Purchaser might consider adding the following text to the Form, at the end of the penultimate paragraph: “We agree to a one-time extension of this Guarantee for a period not to exceed [six months] [one year], in response to the Purchaser’s written request for such extension, such request to be presented to us before the expiry of the Guarantee.”

368

3. Bank Guarantee for Advance Payment[The bank, as requested by the successful Bidder, shall fill in this form in accordance with the instructions indicated.]

Date: [insert date (as day, month, and year) of Bid Submission]Procurement No. and title: [insert number and title of bidding process]

[bank’s letterhead]

Beneficiary: [insert legal name and address of Purchaser]

ADVANCE PAYMENT GUARANTEE No.: [insert Advance Payment Guarantee no.]

We, [insert legal name and address of bank], have been informed that [insert complete name and address of Supplier] (hereinafter called "the Supplier") has entered into contract with you - Contract No. [insert number] dated [insert date of Agreement] - for the supply of [insert types of Goods to be delivered] (hereinafter called "the Contract").

Furthermore, we understand that, according to the conditions of the Contract, an advance is to be made against an advance payment guarantee.

At the request of the Supplier, we hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of [insert amount(s)1 in figures and words] upon receipt by us of your first demand in writing declaring that the Supplier is in breach of its obligation under the Contract because the Supplier used the advance payment for purposes other than toward delivery of the Goods.

It is a condition for any claim and payment under this Guarantee to be made that the advance payment referred to above must have been received by the Supplier on its account [insert number and domicile of the account]

This Guarantee shall remain valid and in full effect from the date of the advance payment received by the Supplier under the Contract until [insert date2].

This Guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 758.____________________ [signature(s) of authorized representative(s) of the bank]

1 The bank shall insert the amount(s) specified in the SCC and denominated, as specified in the SCC, either in the currency(ies) of the Contract or a freely convertible currency acceptable to the Purchaser.

2 Insert the Delivery date stipulated in the Contract Delivery Schedule. The Purchaser should note that in the event of an extension of the time to perform the Contract, the Purchaser would need to request an extension of this Guarantee from the bank. Such request must be in writing and must be made prior to the expiration date established in the Guarantee. In preparing this Guarantee, the Purchaser might consider adding the following text to the Form, at the end of the penultimate paragraph: “We agree to a one-time extension of this Guarantee for a period not to exceed [six months][one year], in response to the Purchaser’s written request for such extension, such request to be presented to us before the expiry of the Guarantee.”

369

Invitation for Bids (IFB) (for international bidding)

Republic of Mauritius

[ insert: name of Project ]

[ insert: loan / credit number ]

[ insert: IFB Title ]

[ insert: IFB Number ]

1. This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. [insert number] of [insert date].1

2. The [insert name of Purchaser] [has received/has applied for/intends to apply for] a [loan/credit] from the [International Bank for Reconstruction and Development/International Development Association] toward the cost of [insert name of Project], and it intends to apply part of the proceeds of this [loan/credit] to payments under the Contract for [insert name/no. of Contract].2

3. The [insert name of Implementing Agency] now invites sealed bids from eligible and qualified bidders for [insert brief description of the Goods to be procured].3, 4

4. Bidding will be conducted through the Open International Bidding (OIB) procedures and is open to all bidders from Eligible Source Countries as defined in the Bidding Document.5

5. Interested eligible bidders may obtain further information from [insert name of Agency; insert name and e-mail of officer in charge] and inspect the Bidding Documents at the address given below [state address at end of this IFB] from [insert office hours].6

6. Qualifications requirements include: [insert a list of technical, financial, legal and other requirements]. A margin of preference for certain goods manufactured domestically [insert “shall” or “shall not”, as appropriate] be applied. Additional details are provided in the Bidding Documents.

7. A complete set of Bidding Documents in [insert name of language] may be purchased by interested bidders on the submission of a written application to the address below [state address at the end of this ITB] and upon payment of a non refundable fee7 [insert amount in local currency] or in [insert amount in specified convertible currency]. The method of payment will be [insert method of payment].8 The Bidding Documents will be sent by [insert delivery procedure].9

8. Bids must be delivered to [state address at the end of this ITB] at or before [insert time and date]. Electronic bidding will [will not] be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives who choose to attend in person or on-line at [state address at end of this ITB] at [insert time and date]. All bids must be accompanied by a [insert “Bid Security” or “Bid-Securing Declaration,” as appropriate] of

370 Invitation for Bids

[insert amount in local currency or minimum percentage of bid price in case of a Bid Security] or an equivalent amount in a freely convertible currency.10, 11

9. The address(es) referred to above is(are): [insert detailed address(es) including Name of the Implementing Agency, Office designation (room number), name of Officer, Street address, City, Country; insert electronic address if electronic bidding is permitted ].

__________________________

1. Day, month, year; for example, 31 January 1996.

2. [Insert if applicable: “This contract will be jointly financed by [insert name of cofinancing agency].

3. A brief description of the type(s) of Goods or Works should be provided, including quantities, location of Project, and other information necessary to enable potential bidders to decide whether or not to respond to the Invitation. Bidding Documents may require bidders to have specific experience or capabilities; such requirements should also be included in this paragraph.

4. [Insert: “the delivery/construction period is [insert no. of days/months/years or dates”].

5. Occasionally, contracts may be financed out of special funds that would further restrict eligibility to a particular group of member countries. When this is the case, it should be mentioned in this paragraph. Also indicate any margin of preference that may be granted as specified in the Loan or Credit Agreement and set forth in the Bidding Documents.

6. For example, 09.00AM to 5.00 PM.

7. The fee, should defray the printing and mailing/shipping costs); it should not deter competition.

8. For example, cashier’s check, direct deposit to specified account number.

9. The delivery procedure is usually airmail for overseas delivery and surface mail or courier for local delivery, or by electronic means if electronic bidding is permitted. If urgency or security dictates, courier services may be required for overseas delivery.

10. The amount of Bid Security should be stated as a fixed amount or as a minimum percentage of the Bid Price. Alternatively, if a Bid Security or a Bid-Securing Declaration is not required (often the case in supply contracts), the paragraph should so state.

11. The office for Bid Opening may not necessarily be the same as that for inspection or issuance of documents or for Bid Submission. If they differ, each address must appear at the end of paragraph 7 and be numbered; as, for example, (1), (2), (3). The text in the paragraph would then refer to address (1), (2), etc. Only one office and its address may be specified for submission of bids, and this location should be as close as possible to the place where bids will be opened to shorten the time between Bid Submission and Bid Opening

Section VIII. Contract Forms 371

ANNEX A

MAINTENANCE AGREEMENT

1. Background

The CCTV street surveillance system for Beau Bassin, Rose-Hill & Quatre Bornes shall be maintained periodically in accordance to equipment manufacturers’ recommendations and the requirements of the MPF. This has the potential benefit of prolonging the life of the system and minimizing the frequency and severity of breakdowns, while allowing maintenance expenditures to be planned rather than being incurred unexpectedly. CCTV systems consist of sensitive electrical, electronic and mechanical components which, when in use, are exposed to extremes of environment which could include temperatures ranging from ten degrees to in excess of fifty degrees, wind and rain. 2. Scope of Works

i. GeneralIt is recommended that the Maintenance bidder (referred as the contractor) provides a maintenance plan that details the maintenance works to be undertaken, a recommended list and quantities of spares to be held, the service time schedule, and special test instruments and tools required. This information will form part of any maintenance agreement to be concluded between the MPF and the contractor. The term “maintenance” relates to two basic types, namely, preventative and breakdown maintenance.

Preventive maintenance

Preventive maintenance is the regular servicing of the CCTV system. It is sometimes referred to as routine maintenance or service. Routine visits shall be made on a scheduled basis at a frequency dependent on the environment, quality of the system components, and the system duty cycle, all of which affect the nature and severity of the wear on the system during usage. Maintenance routines shall include all of the operations as detailed in the typical maintenance schedule forming part of this standard.The CCTV cameras installed in the office building, server rooms etc… i.e. in a relatively clean environment shall be serviced safely twice or three times a year. In the outdoor environment, the maintenance requirements shall be to at least 12 times a year (once per month).

Breakdown maintenance

Even with regular preventative maintenance visits, equipment can still fail, requiring the calling out of the maintenance technician. This type of call-out is generally referred to as breakdown or emergency maintenance. Depending on the situation, the breakdown might require an immediate response (for example, the response to a problem within three hours) or a longer response time as agreed with the end-user. The problem could be the loss of the video signal from a general-purpose camera that

372 Invitation for Bids

does not seriously downgrade the overall effectiveness of the system, whereas total loss of the CCTV system recording capability could require a quicker response time such as within 3 hours.

Irrespective of the cause of any given problem, it is important for the end-user to agree on all call-out response times with the contractor for breakdown maintenance. This shall be done based on the definition of the level of emergency (response time) and the description of the work to be performed.

ii. Inspection

The contractor shall liaise with the MPF for daily feedback on the running conditions of the CCTV system. A visual inspection of all major components (including cabling and connections where accessible) shall be carried for signs of deterioration or damage and shall rectify where required. Also, the contractor shall deal with Mauritius Telecom and CEB for any problems arising from their services.

Control Room

Check the picture quality of each camera and monitor. Look for signs of condensation on windows and limiting of picture highlights.

Check all camera functions for each site e.g. pan, tilt, zoom, focus, iris, auto-pan, etc.

Check camera/monitor combination selection. Check the operation of recording system. Check the operation of special equipment such as video matrix, date and time

generators. Check any interfaces with alarms

Cameras

Examine supporting brackets and poles for signs of corrosion and damage. Check physical condition of cameras and housings for signs of deterioration

due to rain, dust and dirt. Check that field of view is correct. Check that all camera bracket fittings and clamping bolts are tight. Check that external, flexible cables are properly supported and undamaged Check cable for fraying. Grease the mechanism Check all glands and seals on external equipment. Check all fixed and flexible conduit for signs of damage. Check that lenses are correctly focused. Check operation of auto-iris lenses as appropriate.

Section VIII. Contract Forms 373

Check condition of pan / tilt unit, adjusting position of end stops and presets where applicable.

Monitors

Check physical condition and cable connections. Check operation of controls and adjust for best picture.

Controls

Check physical condition and cable connections. Check operation of switchers and matrix controllers including external

alarm interfaces when fitted. Check time / date settings and adjust if necessary.

Live Video / Playback/Time synchronisation

Check condition as necessary. Check operation controls and make short test recording. Check time / date settings and adjust if necessary Check that time-lapse / memory setting are correct.

GIS To check and update the GIS system incl. E-MAP as when required.

Before leaving Site

Provide answers to any questions or queries that the MPF may have. Complete maintenance report and discuss work conducted with client.

iii. Penalties

Penalties would be applicable to non-conformities to the requirements as per this maintenance agreement including inspection, maintenance checks, handling of faults, preventive and breakdown maintenance.

The penalties would be as follows:

(i) A penalty of 0.2% of the annual maintenance charges of the whole lot will be applicable per day of downtime of the equipment.

(ii) A penalty of 0.5% of the annual maintenance charges of the whole lot will be applicable per month for inspection, maintenance checks, handling of faults, preventive and breakdown maintenance.

(iii) The Customer reserves the right to provide records of the non-

374 Invitation for Bids

performance of suppliers in the execution of maintenance contract to the Procurement Policy Office.

iv. Schedule of Works

Schedule of equipment (Schedule A)The schedule of equipment to be maintained for the CCTV Street Surveillance system shall be as follows:

o CCTV Systemo GIS Systemo Cameras on site o Alarm Systemo Analytics (ANPR,Face Recognition etc…)o Serverso Computerso Software o UPS o Air conditioners o Access-control o Any other item of equipment or system that may be added from time to time.

Schedule of work (Schedule B)

a) The schedule of work to be carried out is to:· Liaise with Mt and CEB· Inspect regularly and systematically, every-month · Replace all defective components.· Inspect and clean on every -monthly basis.· Maintain brackets and towers free from corrosion and prevent further damage

or degradationFix camera bracket fittings and clamping bolts if same are loose.

· Service the whole system including electrical work · Test operation of the CCTV cameras.· Test operation of the CCTV monitors.· Clean and adjust all CCTV camera lenses.· Clean housing windows as necessary.· Remove covers and housings and clean interiors where necessary.· Clean and adjust all CCTV monitors.· Clean and test the operation of all IPSAN/servers recording system.· Check the camera power supplies on cameras not connected to the main

supply.

Section VIII. Contract Forms 375

· Visually inspect the condition of the coaxial cable.· Ensure that all switches are returned to their normal operating position.· Make a note in the logbook of any circuits that are subject to repair, alteration,

or extension.

Requirements for service sheets and reports – Schedule C

This schedule shall specify the information required in terms of service sheets and reports for breakdown callouts. For example:a) Service sheet – this provides details of the expenses incurred in carrying out the repairs.

· Name of control centres or site (if more than one is involved).· Details of work undertaken.· Hours taken to carry out the work.· Date· Maintenance person’s signature.· Signature of end-users’ representative.· Works authority reference.

b) Report – this provides additional information with respect to the work carried out in a breakdown maintenance call-out situation or as a result of a normal preventative maintenance visit:

· Name of control centres or sites.· Sites address (if applicable).· Date the work was carried out.· Routine or non-routine maintenance.· Details of the work carried out.· Details of items requiring attention.· Details of any proposed recommendations or improvements.

v. Handling of faults

A. The MPF shall be responsible for reporting faults of the CCTV system under the breakdown maintenance agreement. When detecting faults, the MPF shall contact the contractor through telephone , SMS, email or via fax followed by a fault report document with the following information:

a. Site address;b. Date and time of report; andc. Identification of the fault with a short explanation.

B. NOTE: In case of a telephonic report, a fax or email shall be followed with the above details to the contractor.

C. The contractor shall confirm receipt of the fault report by supplying the MPF’s representative with a fault reference number.

376 Invitation for Bids

D. A docket, detailing the above information, shall be prepared for the maintenance person attending the fault. On rectification of the problem or fault, the technician shall endorse the relevant section of the form, with details of the action taken together with the date and time of the repair. The MPF’s representative shall then be asked to sign the form as acknowledgement that he is satisfied with the work carried out.

E. All fault documentation shall be stored in a relevant MPF file for safekeeping.

vi. Maintenance checks

System maintenance logbookA system maintenance logbook shall be provided and kept by the contractor to record each visit and what transpired. The logbook shall include the following information: Date of the visit Reason for visit – preventative or breakdown. Defects, faults or failures found and the reason for them Extended or prolonged breakdowns and the reasons for them Repairs carried out Time involved Name of the person attending to such problems or inspections (or both). Any other data or information that might be required by the MPF.

System maintenance

It is compulsory to check that the types and location of the various items of equipment constituting the CCTV system are still as originally installed and that no changes have occurred since the last maintenance visit. The following checks are not exhaustive but provide a general guide to maintaining the quality of a CCTV system.

I. General system checksAs a general system check, the following shall be implemented:

a) Check the satisfactory operation of the system from the control room equipment to ensure that every function and view is as originally designed and that no significant performance changes have taken place. If equipment operation is different after hours, then this mode should also be checked;b) Check where appropriate, that the normal and standby power is functioning correctly. Check batteries where applicable;c) Check that the uninterrupted power supply is capable of carrying the system under full load when the mains supply has failed;d) Check common low voltage power supplies for the correct output level when fully loaded;e) Check cabling.

Check that the inputs of the cables are terminated properly. Check all cable terminations for continuity and correct earthing.

Section VIII. Contract Forms 377

Check for mechanical damage. Check for corrosion of the cable due to ingress of water. Check security of the fixings of the cable. Check for vermin damage. Rats can cause problems by gnawing cables.

f) Check that all luminaries associated with the system are operational. g) Enter the results of these checks (and the following equipment checks) into the system maintenance logbook.

II. Individual equipment checksAs part of the preventative maintenance requirement, visual and functional checks of all parts of the CCTV installation shall be undertaken. Where visual tests cover the standard of workmanship of the installation, the functional quality of the various system components and their compliance with the system specification shall be checked. Functional tests include checking the functional compatibility of the components of the installation. A list of typical checks that shall be carried out on individual items of equipment is given below :

a) Cameras Clean the cameras and lenses. Check cable connections. Check power supply voltages for cameras. Check the focus and iris settings and if the lens is easily accessible, then

lock the focus and iris with adhesive tape to prevent inadvertent or deliberate interference.

Check the lens angles of view to ensure they still apply to the design criteria.

Check the operation of auto irises. Check the preset and PTZ operation of zoom lenses if required.

b) Monitors Clean the external housing. Clean the screen of the monitor with anti-static cleaner. Check for noisy controls; the high voltage present across the contrast

control of some monitors may cause problems. Check the resolution of the monitor Reset the contrast and brightness controls if necessary.

c) Transmission Check for correct maximum input/output levels on all cameras Check for correct speed video/telemetry/data transmissions.

d) Telemetry controllers Check operation for pan, tilt, zoom and preset Check control cable connections.

e) Pan, tilt and zoom units (PTZ)

378 Invitation for Bids

Check that the end stops are correctly positioned and not loose. Loss of an end stop shall cause the unit to gradually strangle itself on its own cable.

Check status of camera load-bearing connectors; tighten, or replace fixings, as necessary.

Check all cables and connections for any sign of wear and for any water seepage into the fittings, plugs or sockets. That is, check all seals.

Check mechanical fixings for corrosion, wear, and rigidity. Check for smooth operation and that no backlash is evident.

f) Camera housings, brackets and equipment cabinets Check housing, camera cabinet and bracket for corrosion. Clean faceplates. Check cable entry glands and repair or replace as necessary. Check interior for any insect or rodent infestation and eliminate. If infestation

is a problem then leave a block of insecticide inside the housing to discourage further visitors.

Check mechanical fixings for corrosion, wear, and rigidity. Check status of camera load-bearing connectors, tighten, or replace fixings, as

necessary.g) IPSAN

Check the correct time and date on the system and synchronize all other equipment clocks to the same data. It is essential for evidential purposes that only one date and time appear on the recording and that this data is as accurate as possible.

Perform a functional test on the system, including reviewing the recording on the IPSAN made after the service. This will normally entail checking recordings made in the time-lapse mode. A video recording of all cameras is recommended after completion of each system service. This shall enable a record to be kept for comparison purposes between one visit and the next. It shall also demonstrate to the end-user the quality of the CCTV system at the time of the service, should a query or dispute arise at a later stage.

i) Switches, matrixes and other related equipment

The following operating checks need to be undertaken. Check all video connections. Verify that all keys/push buttons are operational. Check that controls operate in all directions. Functionally test the matrix, including real time and time-lapse modes. Ensure that the correct date and time are displayed and that all other similar units

are synchronized to the same data.

Section VIII. Contract Forms 379

vii. Software Maintenancea) Assist in the identification of cause of errors/bugs, i.e., Operating Systems, VMS,

Analytics, database and all other software.

b) Analysis of Software error messages and taking remedial actions (and preventive measures).

c) Assist in Software Recovery in case of major system crash and database media (disk error) failure.

d) To review tablespace usage, indexes, backup procedures and advise on necessary actions to be taken if any, every three months.

e) Provide cost estimates and time frame with regard to enhancements and modifications as requested by Customer.

For the purposes of consistency, Company will establish the severity of a reported

problem encountered by User in using the Software according to the following

definitions:

i. Catastrophic problem - Software / System is down, User is unable to

function or complete work. This includes a non-isolated, consistently

reproducible problem resulting in system crash.

ii. Major problem - This covers problems which must be corrected but do

not prevent progress from being made, and/or problems which do not

require immediate attention. These include:

I. isolated, consistently reproducible problem resulting in a

system crash;

II. failure of a significant function of the Software.

iii. Minor problem - A problem which does not have a major impact on

operation or development, or for which an adequate workaround

exists.

iv. Non-reproducible error - A reported error which Company cannot

reproduce.

380 Invitation for Bids

The response time to clear out all faults after the assessment of the severity level of

the problem is as follows:

Severity Level Response Time to clear out all

faults after the initial

assessment

Catastrophic within 3 hours

Major within 12 hours

Minor within 48 hours

Non-reproducible within 72 hours.

viii. MAINTENANCE SERVICES FOR SERVERS

The services will consist of the following activities -

A. Preventive maintenance

(i) Preventive maintenance shall include testing, cleaning, inspecting and adjusting of the SYSTEM to ensure that the SYSTEM is in good working condition, and for the purpose of rendering these services, the Contractor may shut down the COMPUTER SYSTEM upon approval of the MPF.

(ii) The Contractor may, for the purpose of preventive maintenance, shut down the SYSTEM upon prior notice and approval being given to the Client.

(ii) The Contractor shall supply a maintenance history for each item of the SYSTEM.

(iii) The Contractor shall carry out at least 12 (twelve) preventive maintenance exercises per year, at regular intervals

(iv)The Contractor shall give advance notice of its visits to the Client.

Section VIII. Contract Forms 381

B. Remedial maintenance

a. Upon notification from the Client that the equipment has failed or is malfunctioning, the Contractor shall make such repairs and adjustments to and replace such parts of the equipment as may be necessary to restore the equipment to its proper operating condition to client’s satisfaction.

b. Where in the course of a cyclone, the computer system has been switched off, the Contractor shall, within a period of 24 hours after the cyclone warning has been lifted, or within 2 hours of having been informed by the Client that it wishes to switch on the computer system, the Contractor shall carry out an inspection and switch on the computer system; This paragraph is applicable only for cyclone III and IV.

(ii) In any case the Contractor shall be present when the computer system is to be switched on;

(iii) The contract of maintenance shall be deemed to cover any service provided under this paragraph and any action taken such as, but not limited to the replacement of defective parts, reinstallation of software, reconfiguration of the system and in case of defects.

C. PROPERTY OF DEFECTIVE PARTS

All defective parts permanently removed shall become the property of the Contractor as of the date when the replacement part is fitted with the SYSTEM except defective hard disks or medium on which information is stored. In the case of replacement of hard disk or medium on which data is stored, then the defective part should remain in the custody of the CUSTOMER (even during warranty).

D. Problems reporting and resolution

Reporting of problems may be via telephone, fax, e-mail, postal service or any other agreed means.

The Contractor shall establish the severity of a reported Hardware and/or Operating System (including other related software e.g. network management system) problem jointly with the Client according to the following definitions-

i. catastrophic problem - system is down, user is unable to function or complete work. This includes a non-isolated, consistently reproducible problem resulting in system crash.

ii. major problem - this covers problems which must be corrected but do not prevent progress from being made, and/or problems which do not

382 Invitation for Bids

require immediate attention and includes-

I. isolated, consistently reproducible problem resulting in a system crash;

II. failure of a significant function of the equipment.

iii. minor problem - a problem which does not have a major impact on operation or development, or for which an adequate workaround exists, and includes requests for add-ons.

iv. non-reproducible error - a reported error which Contractor cannot diagnose or reproduce.

The Contractor shall report back to the Client within three hours of him being notified by the Client of a problem. The Contractor shall inform the Client in his report of the severity level assigned to the problem.

Based on the severity level of the problem, the Contractor shall provide the Client with either -- a solution,- an alternative replacement with equivalent performance and features pending repair of the faulty equipment or replacement by a new one of similar or better specs permanently.

After the assessment of the severity level of the problem, the COMPUTER SYSTEM (or replacement equipment whose configuration should be similar) should be up and running within the time frame given below:

Severity Level Response Time to clear out all

faults after the initial

assessment

Catastrophic within 3 hours

Major within 12 hours

Minor within 48 hours

Non-reproducible within 72 hours.

The Contractor shall keep the Client informed of the problem report resolution progress by phone, fax, or e-mail.

Section VIII. Contract Forms 383

In case of a catastrophic problem or a major problem and where a replacement equipment, the Contractor shall restore the system software and associated software. The Contractor shall, further, assist other parties in making the whole system operational (e.g. helping in restoration of data, etc...). The replacement equipment will remain in custody of the Client even after the termination of this contract until the computer system has been repaired and reinstalled on the Client's premises. The Contractor will continue to intervene on the replacement equipment as and when required at no additional cost as if it was intervening on the original equipment.

In the absence of replacement equipment,

(iv) a penalty of 0.2% of the annual maintenance charges of the whole lot will be applicable per day of downtime of the equipment.

(v) the Customer reserves the right to provide records of the non-performance of suppliers in the execution of maintenance contract to the Procurement Policy Office.

RELOCATION OF EQUIPMENT

a. The Client shall have the right to relocate or install the COMPUTER SYSTEM. The COMPUTER SYSTEM so relocated or installed shall continue to be covered by the Maintenance Agreement, and the new place of installation shall be deemed to be added to the list of places for maintenance.

b. Where the COMPUTER SYSTEM is being relocated or installed in accordance with paragraph (a), the Contractor shall be responsible for the dismantling and packing of the equipment and shall inspect and install or reinstall the equipment at the new location, at no additional cost to the Client.

c. Any relocation or installation shall be within the Republic of Mauritius.

384 Invitation for Bids

MAURITIUS POLICE FORCEInvitation for Bids (IFB)

Authorised under Section 16 of the Public Procurement Act 2006

Supply, Installation, Testing and Commissioning of CCTV Street Surveillance Systemat Beau Bassin, Rose Hill & an Extension of Existing CCTV System

at Quatre Bornes on a complete system – CPB/11/2013 1. The Police Department invites sealed bids from eligible and qualified bidders for the Supply, Installation,

Testing and Commissioning of CCTV Street Surveillance System at Beau Bassin, Rose Hill & an Extension of Existing CCTV System at Quatre Bornes on a complete system.

2. Other details of the requirements and conditions are contained in the bidding documents.

3. The bidding documents are available free of charge from the Public Procurement Portal at publicprocurement.gov.mu

4. A pre-bid meeting will be held at Police Headquarters Conference Room, Line Barracks, Port Louis on Friday 10 th May 2013 at 10.30 hours . Prospective bidders are strongly requested to attend.

5. Any clarifications sought by any bidder in respect of this tender shall be addressed in writing to The Secretary, Police Tender Committee, Line Barracks, Port Louis, Tel No 208-7020, Fax No. 211 9116 so as to reach him at least twenty one (21) days before the deadline for the submission of bids

6. Bids in sealed envelope clearly marked “Supply, Installation, Testing and Commissioning of CCTV Street Surveillance System at Beau Bassin, Rose Hill & an Extension of Existing CCTV System at Quatre Bornes on a complete system – CPB/11/2013”and indicating the closing date should be deposited in the Tender Box situated at the under-mentioned address or sent by Courier Service or Registered Mail so as to reach the Secretary, Central Procurement Board at the under-mentioned address on or before Thursday 20 June 2013 up to 13.30 hours (local time) at latest . Electronic bidding shall not be permitted. Late bids will be rejected.

The Secretary Central Procurement Board1st Floor, Social Security HouseJulius Nyerere AvenueRose Hill

Republic of Mauritius

7. Bids will be opened in the Conference Room of the Central Procurement Board on the same day at 14.00 hrs (local time) in the presence of bidders/ bidders’ representatives who choose to attend

8. The Police Department reserves the right to:

(a) accept or reject any bid; and(b) annul the bidding process and reject all bids at any time prior to award of contract as per provision of section 39(1) of the Public Procurement Act 2006

Mauritius Police Force Line Barracks,

Port Louis Mauritius

30 April 2013

385

Maintenance Charges(as per annex A incl. parts, spares, labour and transport) IN MRU including VAT

Year 1 & Year 2 - Under Warranty

S DESCRIPTION Total Cost in MUR including VAT (A)

Year 1

Year 2

Year 3

Year 4

Year 5

Year 6

Year 7

Total Maintenance Charges (B)

Total Amount (A+B)

1 Sub-total pre-unit FHD camera site

2 Sub-total data center

3 Sub-total main control room

4 Sub- total system administrator office

5 Sub- total sub control centers

6 Sub- total testing equipment

7 Sub- total for maintenance (Preventive, handling of faults, inspection and others as per Annex A)

SUB TOTAL

GROSS TOTAL (To be carried forward to Bid Submission Form)

386 Invitation for Bids

BID SUMMARY SHEET