Download as pdf or txt
Download as pdf or txt
You are on page 1of 81

1

REQUEST FOR PROPOSAL

For

The Implementation of CCTV Surveillance


& Monitoring System at Osmanabad.

Issued by
Superintendent Of Police.,
Osmanabad.
2

Index
1 Tender Notice ---------------------------------------------------------------------------------------------------
2 Introduction -----------------------------------------------------------------------------------------------------

3 General Terms and Conditions -----------------------------------------------------------------------------


4 Detailed Scope of Work ---------------------------------------------------------------------------------------

5 Specification of Various Hardware and Software ---------------------------------------------------


6 Annexures --------------------------------------------------------------------------------------------------------
Annexure I (Letter of Submission) ------------------------------------------------------------------------

Annexure II (Memorandum of Understanding / JV Agreement) ---------------------------------


Annexure III (Bidder’s Information & Undertaking) -------------------------------------------------
Annexure IV (Financial Details of the Bidder) --------------------------------------------------------
Annexure V (Manufacturer’s Authorization Form) --------------------------------------------------
Annexure VI (Solution Assurance Certificate) --------------------------------------------------------
7 Bill of Quantities ------------------------------------------------------------------------------------------------
3

1. REQUEST FOR PROPOSAL


No. OSMANABAD/Works/CCTV/2019 Date :­ 19 / 02/2019
Superintendent of Police. Osmanabad.

Superintendent of Police. Osmanabad. Invites proposals from reputed Successful Bidder/ Companies for
the design, development, implementation, maintenance and support of CCTV Surveillance and Monitoring
System at Osmanabad. The tender can be downloaded from website www.mahatenders.gov.in. All terms and
conditions are available on the mentioned website. Tenders have to be purchased and filled through online only.
All contractors must have registration through digital signature.

Tender Last Date Cost of


Earnest Time for
amount Of Blank
Name of Duration of sale of Money completion
of work Submission Tender
Work tender document Deposited of work
in Rs. of Tender Document
In Rs. in months
Document in Rs.
Pre Bid Meeting
27/02/2019
11.00 HRS 3 calendar
Rs. 1 Lakhs months Rs. 10,000/-
CCTV
Surveillance POC /
and Monitoring Demonstration
System at Rs. 96 of system
Osmanabad Lacs 07/03/2019 18/03/2019
20/02/2019 including
11.00 HRS At 17.00 HRS
Monsoon

Detailed Tender Notice with Terms & Conditions is displayed on the Notice Board of Superintendent Of Police
Office. Osmanabad. and on the e-tendering Website for perusal. Tenders Document needs to procure through
e-tendering website from 20/02/2019 to 18/03/2019. The Pre Bid Meeting Held On in S P office Osmanabad. All
the Bidders shall have to give the POC/Demonstration. in S P Office Osmanabad. The tenders will be opened
20/03/2019 at 11.00 hrs., if possible.
The Cost of Tender Document and Earnest Money Deposited shall be paid Online Payment only and Submit the
Receipt at the time of Technical Documents Physical Bid submission on or before 19/03/2019 upto 17.00 hrs in
the official time at work stations Superintendent of Police Office. Osmanabad.
The tender document is non-transferable and the cost is non-refundable under any circumstances. The
tenderers are requested to ascertain the post qualification criteria for tendering as mentioned in Detailed
Tender Notice, before purchasing the tender documents.
Right to accept or reject any or all tenders without assigning any reasons are reserved with Superintendent of
Police. Osmanabad.
4

2. INTRODUCTION
2.1 About Osmanabad

Osmanabad district is an administrative district in the Marathwada region of the state of Maharashtra in India.
Osmanabad district lies in the southern part of state. Most of the district area is rocky while the remaining part is plain. The
height of district is 600 mm above sea level. Most part of the district is surrounded by Small Mountain called “Balaghat”.
Bhoom, Washi, Kalamb, Osmanabad & Tuljapur Tahsil lie in the range of this Balaghat mountain. Some part of the major rivers
like Godawari and Bhima come under this district.
The district is located on east side of Marathwada region within North latitude 17.35 to 18.40 degree and east latitude 75.16 to
76.40 degree.
The district is surrounded by following districts:
Solpaur – South-west
Ahmednagar – North-west
Beed – North
Latur – East
Bidar & Gulbarga (Karnataka) – South
5

2.2 Project Vision


Vision of the project is to implement holistic and integrated video surveillance system for the above
mentioned nodes of OSMANABAD. This system shall also integrate with surveillance systems of
different stakeholders with the objective of enhancing safety and security in the OSMANABAD. The
system shall help-

• Support police to maintain Law and Order


• Act as an aid to investigation
• Improve Traffic Management
• Help in deterring, detecting and thus dealing with criminal activities
• Address threats from Terrorist attacks
• Attain faster turnaround time for crime resolution and proper investigation
• Monitoring of suspicious people, vehicles, objects etc. with respect to protecting life and property and
maintaining law and order in the OSMANABAD
• Continuous monitoring of some vital installations/ public places in OSMANABAD area for keeping
eye on regular activities & for disaster management support

The Proposed video surveillance system will enable the above by following:

• Providing alerts/ feedback to the Police Department about abnormal movements/ suspicious objects
etc.
• Better Management of Security breaches based on alerts received from system
• Improved turnaround time in responding to any investigation case, faster access to evidence in case
of security breach, law violation in the prescribed areas.

2.3 Project Coverage

OSMANABAD intends to implement security and surveillance system in the areas within jurisdiction for
following nodes, in consultation with Police Department OSMANABAD:

Typical types of Locations to be kept under surveillance are:

• Entry and Exit points of the OSMANABAD


• Important Squares
• Traffic Junctions
Important Road Stretches (accident prone areas)
• Bus Stand Entry/Exit
• Entry/Exit of Schools, Key Residential Places, Market Places, Jetties
• Vital installations in the OSMANABAD

The Joint survey has been carried out with the Police Department, OSMANABAD, in the areas under
jurisdiction of respective police stations covering above mentioned nodes for identifying the locations to be
covered for CCTV cameras. Location those has been identified/ proposed for CCTV cameras covers entry and
exit points, toll nakas, important chowks, junctions, roads, schools, residential place, market place, jetties
and vital institutions in the OSMANABAD. List of police station visited and details of locations visited under
respective police station are given as part of annexure.

Main Project Stakeholders

• OSMANABAD administration
• OSMANABAD Police Department
Other Project Stakeholders
• Project Management Consultant
• Successful Bidder (SI) – To be selected
6

the Project Report

1. Name of the Project/Initiative Osmanabad City CCTV Surveillance &Monitoring


System

2. Location Osmanabad City in Maharashtra.

3. Objective of the project  Assist Police to respond faster in case of any


incidence detection

 Improve Traffic Management

 At select locations, make connectivity available for


‘Smart City Project’ Components

4. Scope of the Project As Below

Better Management of Security breaches based on alerts received from system Improved turnaround
time in responding to any investigation case, faster access to evidence in case of security breach, law
violation in the prescribed areas. Enable to provide a better service to the public.
Its high performance and intuitive user interface ensure a faster response to emergency calls
improved presentation of information means that operators can provide a more informed response
to callers using this system. Live monitoring of activities in the sensitive locations, from the point of
view of security and crime prevention & detection. To record the movements of vehicles and public
at specific locations for future planning or actions. To create a Central Command and Control Centre.
Immediate incident detection and effective management of police
response. Support and integration with the existing systems.
Being Earthquake prone area major advantage will be the Identification of disaster/emergencies and
response thereon, create communication infrastructure which is omnipresent in nature with
essential focus on video surveillance.
The system should be capable of providing connectivity in city Urban Limits with the objectives of
surveillance as per the locations as details given in tender document.
The Project envisages implementation of an I.P. based Video Surveillance system for emergency
response on a proposed network for aiding visual surveillance and faster communication and
response for: Law & Order, Special events like public gatherings, processions, Crime Control, Traffic
control etc.
System should be scalable, be able to integrate existing system and provide enhanced functionality
and services as required in future (Scalability and Expandability). Some cameras are installed by
Private establishments/Government offices and same will be integrated with the proposed system,
if they give the consent. The System should have capability to integrate analogue cameras in future,
if required. It is also note that, We may add the number of Cameras in phase wise manner in near
future, hence system shall be scalable.
7

2.4 CCTV Surveillance with Centralize Announcement and Emergency Audio Video System

Osmanabad city with wide-ranging socio-economic disparities is now witnessing the ongoing industry
and Information technology revolution. Recognizes the importance of Information and
Communication Technology as a key enabler in its economic development as well as improving the
quality of life and functioning of government.
With the objective of providing better Governance and improving the quality of life of ordinary
citizens of the City, It has decided to initiate various e-governance projects. In this regard and on its
part Department of Police, we seeks to lay the foundation for better Governance and create core
infrastructure and integrated service levels to ensure a citizen friendly environment for Police
Services in the state.
In concurrence with the city vision of delivering services to the citizens in a fast, efficient and timely
manner, Department of Police, it has proposed CCTV Surveillance with Audio Emergency System
which would also cater for Emergency Services like, Police Assistance, Reporting of crime, Medical
Assistance in case of road accidents and reporting of Fire.
To enhance security of citizens of Osmanabad and protect vital assets of the city and also to reduce
wait time for citizens for getting help during emergency there is a need to develop systems which will
ensure highly effective police operations with accurate flow of information and communication.
Looking at the present situation and the future growth & expansion of the city, the city and the
district administrations felt the need to have a CCTV surveillance network which can enable the police
to undertake pre-emptive steps in crime control.

To control the threats it is necessary to implement holistic and integrated video surveillance system
for the complete Osmanabad city. This system shall also integrate with surveillance systems of
different stakeholders with the objective of enhancing safety and security in the city.
The project for city surveillance will be done in two separate domains where both CCTV based
surveillance, Centralize Announcement & Emergency Audio Video Communication monitoring system.
2.5 Project Envisage
The Proposed CCTV Surveillance, Centralize Announcement Emergency A/V Communication system :
Providing alerts/ feedback to the Police Department about abnormal movements/ suspicious objects etc.
of Osmanabad city which is the installation and provision of surveillance by using CCTV cameras.

The proposed video surveillance system will involve setting up of IP based outdoor security cameras across
various locations in the Osmanabad city that will have the ability to monitor, detect, alert and record any
attempts of attacks, theft, vehicular movement, human movement, etc. The video surveillance data from
various cameras deployed at critical areas will be stored, monitored and analysed at the centralized control
rooms to provide an intelligent reporting, MIS & alert generation mechanism which can enable faster and
efficient decision support, and ensure preventive security mechanism for the city.
IP based CCTV cameras will be used to monitor the City. A mix of High definition IP based Fixed and PTZ
cameras will be used for the purpose. The Minimum Specifications Required for the IP Cameras and NVR
System already given. The Bidder need to Quote for Minimum given specifications or better Than That
( Within project cost of this proposal ) Both IP based CCTV Camera should work with network media which
will be Fibre Optic and Wi- Fi based Network Module.
8

The successful 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) which are required for
successful implementation and commissioning of the system as well as its management.
Since no single network exists to integrate the project across the city, a combination of network technologies
to be used to provide seamless connectivity to all cameras. Network Operation Centres (NOC) and control
rooms shall also be provided with scalable capacities to allow for reasonable expansion in the future.
Contractor has to build own NOC at Control Room.
The system must have redundant network communication capability to be accessible from primary
command and control centre.

The required networking equipment for end to end connectivity from Control room to individual Surveillance
Cameras shall also be provided by the bidder at each location.
The Contractor has to borne the expenses of wires, required at the time of execution and has to borne the
cost of maintaining the same.
The complete ownership of all the assets developed under this Project including network proposed on Fibre
Network that will be sole of Osmanabad S. P office. However complete maintenance will be in the scope of
the bidder including rectification of minor or major faults/breakages in the network equipment.
Carry out installation of active components, passive components and accessories supplied as per standards
for successful integration and implementation of the systems at each locations connected under this TENDER
DOCUMENT.
Configuring and fine-tuning of subsystems to achieve overall optimal network performance with high level
physical & cyber security.
Fibre Communication should be fully secure and shall support 100/1000G bit encryption or better
All the cameras will be connected to a Command & Control Centre which will be equipped with video
management modules and storage modules. Provisions will be made to record and view live incidents at
all surveillance premises. Recorded clips can also be viewed readily on requirement. The Command &
Control Centre will be equipped with video wall setup to aid the officials in monitoring events. Abnormal
activities should identify and indicated by the system.

Minimum required IT infrastructure:

Video Management Application for 200 Camera Licenses for all locations and should be scalable to
unlimited in future. Warranty Period for 2 Years Minimum with Services to S P office Osmanabad. it is
mandatory for law and order in Osmanabad.
The Bidder has to regularly check and maintain the cleanliness of all the equipment’s including the
cameras. After every Quarter need to do The Preventive maintenance.
The bidder should provide the application to view the live video from any of the Tab/Mobile and it should
be able to generate reports based on fixed parameters for knowing the healthiness of the system.
9

2.6 Part One - Osmanabad CCTV Surveillance, Centralize Announcement & Emergency Communication

2.6.1 Scope of Work


A fast growing city, especially one like Osmanabad, is well built in terms of layouts, roads, facilities &
quality of life. The one thing different is the sheer density of the population and the traffic, which lead to
daily potential security situations. Hence, the City must have security as a fundamental utility provided
to the inhabitants. Security has to be now the responsibility, duty and aspiration of every individual and
business in the country. WE had taken steps to imbibe and imbue a sense of security in the Osmanabad
city. To implement the safety and security in the city the first step has been taken by the S P Osmanabad.
2.6.2 Objectives

The complete study of the city has been carried out. This study includes the identification of all the
major locations, Chowks and Nakas with in the city. The study has been done keeping in mind the below
mentioned objectives:
To offer proactive approach to improve public safety and security in the State
To deploy technology solutions to sense, analyse and enable a coordinated response to handle the
threats better Gain the Policy Maker’s perspective on Security. Gain the knowledge of perspectives of
various stakeholders Identify the various threats, risks & vulnerabilities of the plant & surrounding
area & analyses the overall citywide preparedness. Identify issues related to city wide security in
general and benefits of having an integrated system Identify suitable technologies that could cater to
the City needs Identify obstacles to implementation Identify the goals & objectives for Security
Identify issues related to, and types of current practices & policies Identify the interfacing &
integration requirements Identify the implications & overall impact the envisaged system would have
Faster response to security breaches
To enable improved turnaround time in responding to any investigation case, faster access to evidence in case of
security breach / law violation in the city
2.6.3 Locations
The following is a list of locations where S P OFFICE, OSMANABAD intends to have surveillance. This list may be
expanded / trimmed depending upon the needs of the OSMANABAD city administration and Police during the
period of the project.
1. Dyaneshwar Chowk
2. Central Building Chowk
3. S P Office
4. Collector Office
5. Court Entry
6. S T BUS Stand
7. Shivaji Chowk
8. Ambedkar Chowk
9. Sambhaji chowk
10. Athawade bazar
11. Ganesh nagar Chowk
12. Annabhau sathe Chowk
13. Shams Chowk
14. Dargah
10

15. Vairag naka


16. Vijay Chowk
17. Nehru Chowk
18. Mauli Chowk
19. Sarafa Bazar
20. Kala Maruti Chowk
21. Civil Hospital
22. Barshi Naka
23. BSNL Office (Sanja Road)
24. As per S P office Request

Location Map for CCTV Cameras

Sr. No. Location No. of


Cameras
1. Dyaneshwar Chowk 2
2. Central Building Chowk 3
3. S P Office 2
4 Collector office 2
5 Court 1
6 Bus Stand 2
7 Shivaji chowk 5
8 Ambedkar Chowk 2
9 Sambhaji chowk 2
10 Athawade Bazar 4
11 Ganesh nagar Chowk 3
12 Anna sathe Chowk 3
13 Shams Chowk 3
14 Dargaha Chowk 2
15 Virag Naka 2
16 Vijay Chowk 3
17 Nehru Chowk (Bazar) 2
18 Mauli Chowk 1
19 Sarafa Bazar Gali 1
20 Kala Maruti Chowk 2
21 Civil Hospital 3
22 Barshi Naka 3
23 BSNL Office Chowk 3
24 Extra 4

The locations of the Chowk /destinations and Cameras will be added or deleted based on the actual site
condition at the time of designing and installation. The entire CCTV Surveillance system will be designed
for scalability to cater the additional requirement in future
11

3 GENERAL TERMS AND CONDITIONS


This Tender document is intended for obtaining a techno commercial proposal from reputed organizations
(hereinafter called ‘Bidders’) to supply, design, install, test, commissioning and support CCTV based Surveillance
Network, Public Addressing and Emergency Audio/video communication System for S P OFFICE, OSMANABAD.
This tender is issued as Two Part Bids for providing Integrated Video Surveillance System at Strategic locations
identified in Osmanabad city and Centralize Announcement & Emergency A/V Communication Monitoring
System for Osmanabad as per Terms, Conditions and Specifications mentioned in the tender document. Please
be advised that the rates, terms & conditions finalized against this tender shall be binding till completion of the
entire scope to our full satisfaction. All the bidders are required to quote for the entire solution encompassing
both parts. Incomplete bids will be rejected. The Bidder shall have the single point responsibility for the
complete solution including supply, design, installation, testing & commissioning.

3.1 Eligibility Criteria


Following criteria should be fulfilled individually or by Consortium / JV.
Sr. Documents Required to be attached with
Criteria
No. tender to Establish Eligibility
1. The bidder (prime bidder in case of a 1. Copy of Certificate of Incorporation
consortium/JV) must be a registered corporate 2. Copy of Notarized Consortium agreement
in India, registered under the Companies Act /JV Agreement or MoU to work together
in case of winning the project which Has to
1956 / 2013, or a Government Organization. Be More Than 1 Year Back with Validation.
The bidder (Prime / Lead Member in case of a 3. JVs / Consortium documents should clearly
consortium) should be operating in India for mention roles and responsibilities of each
the last five years as on 31/12/2018. JV with
only two (2) partners alone are allowed and JV
was incorporated atleast 2 years back and
completed atleast one city CCTV project of
rupees 1 crore a year back Participating member.
4. Service Tax Registration Certificate for the
said services.
5. GST Registration Certificates
6. Copy of PAN Card
2. The Bidder (each of the Bidders in case of a 1. Certification of Positive Net Worth as on
Consortium / JV) should have positive net- 31/12/2018 from Statutory Auditor
worth as on 31/12/2018.

3. The bidder (Prime bidder in case of a 1. Copy of audited Balance Sheet, Profit &
consortium/JV) should have an overall average Loss Statements for each of the last 3
annual turnover of at least Rs. 50Lacs. from Financial years.
intelligent video analytics based security 2. Work completion Certificates and copies of
surveillance system projects for the last 3 client citation/purchase order/work orders
Financial years (as on 31/03/2018). Showing all the details sought.
3. Reference for each of the projects has to
be given and should contain the following
information - Name of organization,
individual/s to contact, phone number
and address.
12

. Documents Required to be attached with


Criteria
No. tender to Establish Eligibility

4. The bidder (Prime bidder in case of 1. Copies of the valid Certificates from
consortium) should have an ISO 9001 authorized agencies
-18000 certification or SEI CMM Level 3 or Plus.

5. The bidder should have experience as SI of two 1. Work Completion Certificate from
CCTV based Govt Surveillance completed Competent Authority.
Projects in last 5 years. Each project essentially 2. OEM authorization and undertaking on
includes IP based camera, Fibre Rs.100/- No judiciary Stamp Paper.
network / wireless connectivity, NVR & Control 3. OEM also provides the certificates / MoU
room setup in single contract of cost not less with SI for supply / installation of their
than Rs. 50 Lac. products in projects, which they are
The bidder must submit the Authorization and Claiming.
undertaking from following OEMs meeting the
following criteria:
a. Cameras – used in minimum 3 Govt/
Semi Govt CCTV Surveillance Projects
having installation of 60 IP based
cameras in any project in last 5 years
b. Server – used in minimum 3 GOVT CCTV
Surveillance Projects in last 5 years
c. Network Backbone – used in minimum 3
GOVT CCTV Surveillance Projects where
each project area extended over at least
10 Sq km and 40 IP based cameras in
last 5 years

6. The Bidder has to submit the OEM 1. For Cameras: Copy of OEM Authorization
Authorization Letters from approved Letter from Manufacturer having
manufacturers from list of approved makes existence in India since last 5 years and
only. OEMs have to submit the documentary experience of installation of 3000 IP based
Evidences with BIS Certificate with Lab report. Cameras.
Qualification experience is being claimed. 2. For Fibre Network Device: Copy of
OEM Authorization Letter from
Manufacturer having existence in India
since last 5 years and experience of at
least 10 KM fibre network connecting 40
Cameras.
13

Sr. Documents Required to be attached with


Criteria
No. tender to Establish Eligibility

All Cameras and NVR has to be UL Certification.


UL Lab Report to ensure Quality of international
Standard.
3. For Servers: Copy of OEM Authorization
Letter from Manufacturer having
existence in India since last 5 years and
experience of at least 1 server handling
BIS Certificate and Lab Report of BIS and 100 cameras.
CE, FCC, UL, UL Lab Report, CMMI5
ISO9000. 14000, 18000, 20000, 27000 4. For Software’s: Copy of OEM
Authorization Letter from developer
The OEM must not be blacklisted or Banned by
any Government tender in india or Globally. having existence in India since last 5 years
and experience of at least 1 CCTV
surveillance project handling 100
cameras.

7. The bidder must not be blacklisted by a 1. Statutory Auditor’s Certificate for certifying
Central/State/Local Government Organization that the Bidder is not blacklisted
/ Institution/PSU

Due weightage will be given to the project completion experience based on Fiber Optic /wireless
network connectivity. Only completed projects will be considered for the evaluation. Bidder can
associate with multiple OEM’s for different specialised components. The Minimum Specifications
Required for the IP Cameras and NVR System already given. The Bidder need to Quote for Minimum
given specifications or better Than That ( Within project cost of this proposal )
Bidders have to sign the Bids in Indelible Ink and submit along with the Documentary Proof in
support of all the Prequalification Criteria mentioned above. Bids submitted without valid supporting
documents will be summarily rejected.
This tender is not transferable.
Timely implementation of the project is essence of this contract. Hence, only those Bidders having
requisite capacity and capabilities and genuinely interested to meet our time lines are requested to
participate in the Tender.

3.2 Consortium / Joint Venture


1. Consortium of legal entities is allowed for this project the JV should be from last 2 Year and
completed one Govt CCTV surveillance Project more than one year ago with satisfaction letter.
2. JV agreement / MoU must clearly identify the share, roles, responsibility of each member. JV
Agreement has to be notarized from public notary.
3. JV must identify one member as Lead / Prime Member, who shall be solely responsible for all
aspects of the Bid/Proposal including the execution of all tasks and performance of Project.
14

3.3 Earnest Money Deposit (EMD)


The tender shall be accompanied by Earnest Money Deposit of Rs. 1,00,000/- (Rupees One Lakh only).

The Earnest Money Deposit shall be accepted only though Online Transfer, Osmanabad account. Tenders
not accompanied with the Earnest Money Deposit as mentioned above shall be liable for summarily
rejection. EMD in the form of Bank Guarantee will not be accepted. EMD of Successive Bidder will be
refunded only after completion of warranty period of the project

3.4 Number of Proposals


Bidder or its Associate shall submit more than one Bid for the Project. The Bidder submitting tender
individually or as an Associate shall be entitled to submit another Bid either individually or as a member
of any JV, as the case may be.

3.5 Tender Submittal


The EMD, Tender Document Cost shall be submitted along with the Original Copy of Bid in physical to
the S P OFFICE,OSMANABAD.
Tender documents will be available on the website http://www.mahatenders.gov.in up-to the date and
time as shown above. Bidders who wish to participate in this tender shall have to register on this
website.
Scanned copy of Bid stamped and dully signed in Indelible Ink must be submitted online through
http://www.mahatenders.gov.in not later than the time and date specified in this tender document.
Bidder has submit the physical copy of original Bid to the work station of S P OFFICE,OSMANABAD, S P
office Osmanabad will not be responsible for any delay for submission of Bids after last date and time
of submission.
Price Bid should be dully signed and stamped uploaded through ONLINE tender process. No price bids
are to be submitted in physical form (physical submission of price bid will result in disqualification).

S P OFFICE,OSMANABAD may, at its discretion, extend the deadline for submission of bids by amending
the bid documents, in which case all rights and obligations of S P OFFICE,OSMANABAD and Bidders
subject to the deadline will thereafter be subject to the deadline as extended.
No bidders will be allowed to modify the Bids after the deadline for submission of bids.

No bid may be withdrawn in the interval between the deadline for submission of bids and the
expiration of the period of the bid validity specified by the Bidder on the Bid Form. Withdrawal of a bid
during this interval shall result in the Bidder’s forfeiture of its bid EMD.

3.6 Contents of Technical Bid (Documents to be submitted in Technical Bid):

Online payment for the cost of the Tender document of Rs.10,000/- and EMD of
Rs.1,00,000/-. Letter of Submission in the format given as Annexure – I
Memorandum of Understanding / JV Agreement as Annexure – II
Bidder’s Information in the format given as Annexure – III
Copy of Service Tax Registration Certificate, GST Registration Certificate and PAN Card of the Bidder
Copy of Company Incorporation Certificate and if the Bidder is a Partnership Firm, he must submit
the Partnership Deed. Copy of an ISO 9001 registration certification or equivalent of the bidder
(Prime bidder in case of consortium)
Copy of Consortium Agreement / JV Agreement / MoU signed by all the Members of JV / Consortium
15

Financial Details of the Bidder Certified by Statutory Auditor as per format of Annexure – IV
The Audited Balance Sheets and Profit & Loss A/c for last 3 Financial Years (i.e. Financial Year 2015-
2016, 2016-2017 and 2017-2018). Unaudited / Provisional Balance Sheets and Profit & Loss A/c shall
not be considered for Technical Evaluation.
Manufacturer’s Authorization Forms as per format of Annexure – V and eligibility
criteria Solution Assurance Certificate as per Annexure – VI
Work Completion Certificates and copies of Client Citation / Purchase Order / Work Orders showing
all the details sought.
Statutory Auditor’s Certificate for certifying that the Bidder is not blacklisted by a Central / State /
Local Government Organization / Institution / PSU. Self-attested declaration shall not be considered
in Technical evaluation.

3.7 Proof of concept under Innovative Proposal


Bidders are encouraged to offer creative and innovative ideas in the form of alternative proposals in
addition to the baseline proposal, subject to fulfilment of all requirements. The bidder has to give proof
of concept under innovative proposal S P OFFICE, OSMANABAD shall consider & technically evaluate
such a proposal only if
It meets the S P OFFICE, OSMANABAD functional requirements and the goals & objectives.
The solution / entire system has to be based on Fibre Optic / Wireless Network connectivity created
exclusively for S P OFFICE, OSMANABAD only.
The solution workability is demonstrated / established by way of available use cases / case studies.
The proposal is complete in all respects with full process description, assumptions,
Dependencies & challenges properly listed, various components well described & properly techno-
functionally specified, the availability & maintainability of the components/spares offered
satisfactory, etc.
All the background Intellectual Property Rights belonging to him and/or, sub-contractor and/or a
third party, which he intends to use during the execution of the contract are properly identified and
listed.
Kindly note that S P OFFICE, OSMANABAD reserves the sole right to accept individual or any combination of
base proposal or Alternative proposal.
3.8 Tender Opening
S P OFFICE, OSMANABAD will open all bids (only Technical Bids at the first instance) through the
e-Tendering website http://www.mahatenders.gov.in in the presence of Bidder or his representative
who choose to attend, and at the following address:
Office,
Osmanabad S P Office,
Osmanabad

The Bidder’s representative who is present shall sign an attendance register evidencing their
attendance. In the event of the specified date of Bid opening being declared holiday for the tendering
Authority, the Bid shall be opened at the appointed time and location on the next working day.
The Bidder’s names, bid modifications or withdrawals, bid prices and the presence or the absence of
requisite bid security and other details will be announced at the time of opening.
16

Commercial Bids of only those Bidders who qualify on the basis of Evaluation of Technical Bid &
Demonstration (Presentation) will be opened in the presence of the qualified Bidders or their
representatives at pre-specified time and date which will be communicated to the qualified Bidders
well in advance.

3.9 Confidentiality
The successful Bidder is bound to perform the agreement/contract in utmost confidentiality and shall
not copy documents / information of the Corporation and shall not divulge any secrets of knowledge of
things or processes which Bidder comes to know or acquires during the performance of
the contract. Any breach on this account shall render the contract liable to be terminated by S P
OFFICE, OSMANABAD. S P OFFICE, OSMANABAD also reserves the right to initiate appropriate legal
action against the Bidder for breach of any copyright or infringement of intellectual property of S P
OFFICE, OSMANABAD disclosed to Bidder during the performance of the contract
3.10 Proposal Preparation Costs
S P OFFICE, OSMANABAD shall not pay any costs associated with the preparation, submittal, or
presentation of any proposal or for any survey / requirement gathering work carried out by the bidders.

3.11 Tender Document Amendment and Cancellation


S P OFFICE, OSMANABAD reserves the unilateral right to amend this Tender Document in writing at any
time. S P OFFICE, OSMANABAD also reserves the right to cancel or reissue the Tender Document at its
sole discretion. If an amendment is issued it shall be provided to all vendors, whose intent to respond to
this Tender Document is known. Bidders shall respond to the final written Tender Document and any
exhibits, attachments, and amendments.
3.12 Right of Rejection
S P OFFICE, OSMANABAD reserves the right, at its sole discretion, to reject any and all proposals or to
cancel this Tender Document in its entirety, without giving any reason/clarification. Any proposal
received which does not meet the requirements of this Tender Document may be considered to be
non-responsive, and the proposal may be rejected. Bidders must comply with all of the terms of this
Tender Document and all applicable Constitutional laws and regulations. S P OFFICE, OSMANABAD may
reject any proposal that does not comply with all of the terms, conditions, and performance
requirements of this Tender Document.
S P OFFICE, OSMANABAD reserves the right, at its sole discretion, to waive variances in technical
proposals provided such action is in the best interest of S P OFFICE, OSMANABAD. Where S P OFFICE,
OSMANABAD waives variances in proposals, such waiver does not modify the Tender Document
requirements or excuse the Bidder from full compliance with the Tender Document. Notwithstanding
any variance, S P OFFICE, OSMANABAD may hold any Bidder to strict compliance with the Tender
Document.
3.13 Compliance to Tender Enquiry Document

Tender should be in exact compliance to the tender enquiry conditions. All Annexures duly filled up
along with necessary documentation as requested in the tender enquiry and / or required to support
Successful Bidder's claim must be enclosed with the tender in the first instance itself. Bidders have to
specifically confirm the compliance to the tender enquiry conditions along with deviations, if any,
specifically highlighted as deviation statement.
17

Even if there are no deviations to S P OFFICE, OSMANABAD tender enquiry, a NIL deviation form is
required to be submitted with not applicable clauses struck of.
Any wilful attempts by the Successful Bidder to camouflage the deviations by not mentioning them in
the prescribed format may render the bid itself non responsive. In case the deviations are to be
necessarily mentioned somewhere else in the bid, explicit reference of the same should also appear in
the declaration for deviations.
3.14 Limitation of Liability Clause
The successful bidder (its partners, directors, staff, agents and associates) shall not be liable for any
losses, damages, costs or expenses arising out of this engagement save in so far as they are and have
been determined to have been directly and wholly caused by default of the successful bidder and
in such circumstances the aggregate liability of the successful bidder shall be limited to an amount
Not more than the total fees actually payable by the Office for this engagement, but however
there shall be no such limitation in case of misconduct or negligence of the Successful Bidder.

3.15 Bid Validity


Completed bids in the prescribed formats with requisite enclosures should indicate that the bid would
remain valid for a period of 180 days from the date of submission of the bid. The S P OFFICE,
OSMANABAD reserves the right to reject any bid that does not meet this requirement. In exceptional
circumstances, prior to the expiry of the bid validity period, S P OFFICE, OSMANABAD may request the
bidder in writing to extend the period of validity for a specified additional period. A bidder may refuse
the request, but a bidder accepting the request will not be allowed to modify his bid but will be required
to extend the validity of the bid for the period of extension.

3.16 Other Terms & Conditions


S P OFFICE, OSMANABAD will extend the support, coordination, documentation for the smooth
approvals and implementation of the project. Successful bidder must inform to S P OFFICE,
OSMANABAD well in advance about the progress and requirement / expected support from other
department / representatives. The Minimum Specifications Required for the IP Cameras and NVR
System already given. The Bidder need to Quote for Minimum given specifications or better Than
That ( Within project cost of this proposal )
S P OFFICE, OSMANABAD will not provide any Hydraulic vehicle for installation to the Successful
bidders. It is the Total responsibility Of Bidder.
4 DETAILED SCOPE OF WORK
The scope of work is limited to area under the jurisdiction of Osmanabad City. The area identified for the project
is approximately 10 Sq.km. The key components of the scope for the Successful Bidder (SI) are provided below.
The components may be added or deleted based on the design proposed by various bidders.
1. Video surveillance
a) Installation of cameras
b) Set-up of Command and Control Centre

2. Data centre
a) AC, Furniture, power back-up etc.
b) Procurement and installation of hardware including servers, storage, racks etc.
18

Tire I level Data Centre is required. Approx. 200-300 sq. ft. built up room will be provided at SP Office, where
Contractor has to setup the fully functional Data Control Room.
3. Network
a) Providing redundant connectivity through reliable media from Poles to Command and Control centre;
Command and Control centre to DC; DC to DR; from handheld devices/ mobile vehicles to Command and
control centre.
b) Provide all network components such as routers, switches
Data Centre shall be set up at SP office, Osmanabad in approximately 200-300 Sq.ft. room. However fully
functional viewing facilities will set up at allotted space at S P OFFICE,OSMANABAD’s building & Pole
stations. Contractor must ensure the requisite bandwidth / flow of data through proper network. The system
should be capable of integrating with Data Recovery Centre to be set up after completion of this work.
4. Office hardware
a) install PC, office LAN, office switch/router etc. The contractor has to consider all the required hardware,
software & allied material for completion of fully functional system.

The scope of work has been divided in three phases. All the phases would include the components as
mentioned above.

Phase 1: Planning

Phase 2: Execution

Phase 3: Maintenance

PHASE 1: PLANNING
Bidder is expected to conduct survey of the geographic area as mentioned. Bidder is required to conduct survey
of the earmarked area and entry / exit border routes of Osmanabad and define the target areas and/or gaps for
surveillance and intelligence system, infrastructure, and management. It is expected that the bidder submits
their response based on thorough study of the location. Following is an indicative list of items which surveyed by
the Consultant and S P office Authority.
Surveillance cameras: Consultant and S P Office Authority already Specify type, number and location of cameras
to be deployed in the city. It can include fixed, PTZ, ANPR etc. cameras.
Network: List of locations along with the required network type at each location. It should include both fixed and
mobile communication points.
Post the award of work, Selected Bidder is required to Planning document covering the following (Indicative):

Provide a blue print for the proposed system and network architecture for an integrated solution involving
command and control elements, Data Centre & Disaster recovery equipment, communication, procedures
and personnel.
Identify the stakeholders, agencies, departments to have active role in the implementation of
the Project. Suggest the institutional mechanism towards the operations of the system and define roles and
responsibilities for any/ all activities, lay down the procedural guidelines, and suggestions on any/ all
regulatory requirements in the State/ Region.
19

PHASE 2: EXECUTION
Selected Bidder is expected to provide end to end services of procure, installation and commissioning of the
security and surveillance system.
All the components shall form part of scope of work of the selected Bidder.

1. Video surveillance

a. Installation of cameras:
Cameras need to be deployed to monitor the roads, junctions and sensitive locations of the city like
governmental buildings, entry /exit, junctions, chowks etc. It shall include video analytics allowing
border security application for the city, perimeter protection, intrusion, key places.

We S P Office already identified the type and minimum number of cameras i.e. PTZ, fixed etc. based on
the location. Bidder can propose more specification and more number of cameras within project cost of
this proposal

Any civil work related to installation of camera like fixing a pole, cabling etc. would be part of bidder’s
scope of work.
b. Set-up of Command and Control Centre:
Central command and network operation centre to be set up at the location to be specified after Project
award Any civil work related to installation of screens, making of video wall, cabling, electric work, etc.
Would be part of bidder’s scope of work.
2. Data centre and recovery centre

a. Civil work including AC, furniture, power back up etc.


AC should be designed with no single point of failure, best of breed products, maximum flexibility,
scalability and accessibility for maintenance.
Electrical actual load consumption shall be considered for design of power system Floor plan is part
of bidder’s scope of work.
b. Procurement and installation of hardware including servers, storage, racks etc.:
Bidder is expected to procure all the hardware required for the data centre and DRC including servers,
monitors, storage, racks etc. The procured hardware must be scalable.
Applications required for commissioning of the hardware shall also be provided by the bidder
Only one Control Room is required at SP Office, whereas only viewing facility is required at Police
Stations In Future scope of the Project.
3. Network
a. Providing redundant connectivity through reliable media from Poles to Command and Control centre;
Command and Control centre to DC; DC to DR and from handheld devices/mobile vehicles to Command and
control centre:
The project includes provision for Fibre Optic and Wi-Fi network for last mile connectivity, as well as
preparation of the final system design (FSD), documenting all system components, preparation of input like
messages, sinages Boards, response/action plans, etc. according to the Client’s requirements, coordination
with the Authority on training and maintenance by providing technical support. Also Provide the Footage
required By The Concern Authority if needed. You should not give any Footage Directly to Others.
Bidder will provide primary and secondary connectivity between the locations. It is expected that there
would be minimum connectivity failure at any point of time.
20

b. Provide all network components such as routers, switches:

In addition to the connectivity, bidder shall provide all network components such as outdoor
weatherproof racks, routers, switches, armoured cable at all the required locations.
PHASE 3: MAINTENANCE

All the equipment, software and workmanship that form a part of the service are to be under warranty
throughout the term of the service contract from the date of service acceptance and commencement. The
warranty shall require the Service Provider to be responsible for all cost of parts, labour, field service, pick-
up and delivery related to repairs or corrections during the Project Period.

Bidder shall also get comprehensive insurance from reputed insurance company for the Project duration for
all the equipment’s / components installed under this project. The Project duration for Insurance purpose is
up to the successful completion of warranty period of 2 years. Bidder need to provide the Insurance for all
hardware and software through Insurance Company.

Bidder shall ensure all the equipment’s installed in the outdoor shall be Industrial grade IP67 /vandal proof
and in case the equipment’s get damaged he should replace it in the shortest time.

The service needs to adhere to defined SLAs and Selected bidder expected to keep spares of implemented
products for smooth and undisrupted functioning of the system.

Preventive maintenance shall be carried out once in a quarter along with corrective maintenance.

Bidder shall provide Hardware & Software Training to S P office Staff.

Bidder shall offer maintenance of the various equipment, components and installations to a high level of
operational integrity for a defined period following the issuance of the Taking-Over Certificate.

In addition to maintenance during the defined period, the SI shall be fully responsible for all maintenance
activities for the period between installation of equipment and issuance of the Taking-Over Certificate.

4.1 SOLUTION OVERVIEW


The envisaged CCTV City Surveillance & Monitoring shall be a Hybrid System with distributed
architecture having a control station at the SP office. Fixed Day/Night IP based Surveillance Cameras
shall be used at the entry & other strategically important points while PTZ Cameras shall be used for
general surveillance.
S P OFFICE, OSMANABAD has planned for total 24 locations, offices including S P OFFICE, OSMANABAD
building with approximate 60 cameras for effective administration. While preparing network &
Infrastructure, scalability for total 24 locations (around 60 cameras) should be taken into consideration.
All respective locations where video surveillance is required are mapped to respective 2 Zones. These
Zones shall be further connected to Police control room, where it will be connected to S P OFFICE,
OSMANABAD Command and Control Centre at Main building.
The IP cameras shall be connected to Network. A network, comprising of 10/100/1000 ports layer 3 switches and
media converters connected with wireless link, shall be provided at each camera location for transmission of
signal from Camera to the Control Stations. The Main Control Station shall have a Server with Monitoring, VMS
software for video storage and monitoring, a Video wall, a workstation, a UPS, a switch & a joystick / PTZ
controller
21

The proposed Solution should allow S P OFFICE, OSMANABAD officials to locally and centrally monitor its
facilities from a remote location on a Portable/Fixed personal computer monitor using IP-based Cameras
in a bandwidth efficient manner.
The Solution should capture, store, and analyse digital video images to enable central monitoring,
increase operational efficiency, reduce liability, minimize risk and secure people & property.
The IP based system should ensure secure and ready video access from virtually anywhere on S P
OFFICE, OSMANABAD IT network. Authorized personnel should be able to rapidly zero in on images of
specific locations, people, and events, anytime and anywhere, without reviewing countless hours of
video recordings. Trans-coding should enable the transmission of video at low band width.
The system should be provided with weather proof outdoor IP based Fixed Camera, lens, housing &
mountings to capture video which would be viewed & controlled through the Video Management
Software, recorded and stored.
The system should also provide Weather Proof outdoor IP based PTZ dome cameras to capture video
which would be viewed & controlled through the Video Management Software, recorded and stored.
The Citywide Surveillance System must have built in robustness to continue to operate and provide live
remote access under disaster conditions. Under disaster conditions or under malicious attacks, damage
to the system should remain localized and the system as a whole should continue to operate without
interruption.
The video management software will be used to configure the video management server, and once
installation and setup are complete, the video management server should run seamlessly in the
background to manage the connections, access and storage. Video management server should receive
H.265+ and 4K or better quality video across the network from Video IP Camera. The server should
stream incoming video and audio to a connected storage.
The viewing mode can be controlled remotely by a management system. The Video Management Server,
Workstation, Monitors will all be placed at the control room with additional work station at locations
mentioned by S P OFFICE, OSMANABAD.
Video transmission will be mainly over a Fibre Optic / Wireless network. The system must have
redundant network communication capabilities to be accessible from primary command and control
centre at SP office.
The Successful Bidder will commission the network as per the recommended architecture to achieve the
Video surveillance and Monitoring. Optimum speed, data transfer capabilities and video frame rates
should be ensured by the successful bidder while implementing the solution.
Successful bidder should specify clearly the RMT rates for all cables (Electrical, Control & Optic
fibre Audio Video cables) including commissioning charges while participating for the Tender.

Power supply source to the camera and other outdoor & indoor equipment should be UPS
backed up and conditioned power supply. Successful bidder should offer relevant power
conditioning equipment for the safety of the site equipment. Appropriate outdoor casings and
housings should be used for the outdoor equipment.
22

The Consultant had already conduct a site survey, planning designing and selected the
locations. The Minimum Specifications Required for the IP Cameras and NVR System already
given. The Bidder need to Quote for Minimum given specifications or better Than That ( Within
project cost of this proposal ) the Total assessment of availability of resources at Locations by
Bidder own risk. Same shall be considered for comprehensive implementation of entire CCTV
surveillance and monitoring system in effective manner and evaluate the feasibility of the
wired network wherever specified, with regards to cameras within LOS. No additional payment
will be made to the successful bidder for any additional items/components. The bill of material
attached in this document is only indicative.

CCTV Surveillance & Monitoring shall allow event based and motion based alarms and schedule
based recording options of locations/events deemed sensitive by S P OFFICE, OSMANABAD
within the city and within the range of the camera.
It should be possible to Control (Pan-Tilt-Zoom -for PTZ cameras), View and record (for all
cameras) the events occurring within the range of camera at a centrally located PC at control
location. The control locations will be given by S P OFFICE, OSMANABAD.
After commissioning the CCTV Surveillance & Monitoring, the same shall be demonstrated for
all its capabilities to the relevant user department to make them familiar with the system on
mutually agreed dates.
Technical specifications have been mentioned to ensure certain minimum standard of
compliance. However, if the bidder desires to recommend any other make, he will have to
demonstrate at the time of pre bid meeting. the suitability of the product and its technical
standing Vis-à- Vis approved brands. Criteria for approval will include but will not be limited to
global market share, domestic market share, certifications and testimonials. S P OFFICE,
OSMANABAD’s decision in this regard will be final. The OEMs will have to make technical
presentation and demonstration. Bidder/OEM will also have to submit
documents/presentation on same date.
Please note that make approval is NOT tantamount to technical qualification and the bidders
will have to justify the technical eligibility for the equipment model offered, even though the
equipment may be of an approved make.
4.2 System Overview
The system architecture is provided in tender document.

The Video Surveillance System will consist of, but not limited to the
following: Fixed Day/Night Camera
PTZ Camera
Video Storage Server
Video Monitoring Workstation
Video Management & IVA
Software 43” 4K LED
Monitor
3 layer switch with 10/100/1000 ports with min 2
SPF ports 10/100/1000 Base – TX Ports with min 2
23

SPF ports
Passive Networking Components
Optic Fibre Transmitters &
Receivers
UPS at camera locations

Central command and control centre location at SP office will required below bill of material
Monitoring workstations with 21” monitors (for VMS and EMS)
LAN components monitoring and recording server SAN/NAS
For control room setup Ac, Indoor Fixed Dome camera, biometric access, fire alarm system,
Online UPS of desired rating.
The EMS based Emergency Management System will consist of, but not limited to the
following:
40W IP Speakers
A/V IP Calling
Communication server
A/V IP Console
EMS software

4.3 General Specifications


1. Proposed system shall be an open standard based integrated system aimed at providing high-
speed manual/automatic operation for best performance. System should be easy to maintain All
equipment used in this system should support IP V4/6 protocol, UL,BIS certified, Onvif.
2. Surveillance system shall use video signals from various types of indoor/outdoor CCD/CMOS colour
IP cameras installed at different locations, process them for viewing on workstations / monitors at
Central Control Room /local control rooms and simultaneously record all the cameras after
compression using H.265+ or 4K better standard.
3. System shall have all IP CCD/CMOS Colour Video Cameras with Fixed as well as Pan Tilt and Zoom
(PTZ) type cameras. All the cameras should be capable of day and night viewing under very low
light conditions.

4. The system should be complete with IP Cameras, Switch and Servers with video management
software for recording, storing and playing, AVL software, Colour Video Monitors, Mouse,
Keyboard, Joystick, PC for System Administration / Management / Maintenance etc. Also, the
system shall use the Audio Out of the IP cameras as a part of the IP PA system for zones selectable
mass communication of audio Video messages and communication from Control Room to the
selected zone(s). The vendor is required to provide the necessary IP speakers, Ip Call Units Audio &
Video & the zone selector for implementation of the IP PA System. The system shall also use a Ip
Based panic alarm switch having built in Camera for an alarm. The external IP PA Systems for
communications can be considered subject to fulfilment of all the requirements.
5. System should ensure that once recorded, the video cannot be altered or tampered; ensuring that
the audit trail is intact for evidential purposes. All the data communications taking place within the
network need to be AES (Giga bit) encrypted and SSL authenticated so that any unauthorized
access to the video data can be prevented.
6. System shall provide minimum storage for 24 hours X 7 days recordings of all the cameras and 30
24

days recordings of events based on alerts @ 25 FPS, 1080P quality using H.265+, 4K compression
techniques for all cameras.
7. The proposed Video Surveillance system shall provide video recording at 1080P @ 25 frames/sec
with Quality check through Consultant. The recording resolution and frame rate for each camera
shall be user program able. It shall be possible to record camera views on continuous, scheduled
and event triggered basis. The Area under surveillance shall be monitored from Local Control
Room.
8. The system should provide facility for remote viewing to log on and view any camera from
anywhere.
9. Power for all the field equipment will be conditioned using locally connected UPS at each camera
location. If any equipment operates on any voltage other than the standard supply voltage (230 V
AC single phase) and supply frequency, necessary voltage/frequency- conversion/correction device
of approved make shall be supplied along with the equipment at no cost to S P OFFICE,
OSMANABAD.
10. Power for all control room equipment would also be conditioned using a single line interactive UPS

11. All the control equipment e.g. switch, passive networking items etc. shall be provided in a standard
Network Rack in the control room of required size.
12. All the indoor cameras& control equipment shall be suitable for operation from 0 degree C to 50
degree C and relative humidity upto 95% non-condensing. Cameras& other equipment, meant for
outdoor installations, shall be suitable to work from (-) 10 degree C to (+) 50 degree C with RH up
to 90% non-condensing. This temperature range may be achieved with blower unit if required.
13. Possible applications of the proposed system should include tracking movements/verification and
recognition, through high quality images, of persons and objects including vehicles. The recordings
of the scene of the Jurisdiction shall be helpful in case of enquiries etc. in establishing the truth.
14. Bidders should confirm that all recordings will be admissible as evidence in any court of law and
should be able to demonstrate the following standard features: Image Quality, tamper-proof image
recording and storage, tamper-proof export, digital watermarks/time/date stamps/ checksums &
full audit trail.
15. Manufacturer must have service support across the country and specifically in the states where the
current set of Project located.
16. Bidder should be able to demonstrate to the technical committee the complete functioning of the
system along with the software deliverables as described in this document during technical
evaluation. The complete working system comprising of one outdoor PITZ Camera with controller,
one fixed camera and System software with Analytics, PC/workstation, Fibre network, IP PA System
Audio Video talk back system etc. should be demonstrated to the S P OFFICE, OSMANABAD
technical team & the Consultant.
17. To the extent possible, Cameras should be installed on the existing structures electric Pole,
buildings, flood light towers, watch towers etc. by providing necessary brackets, hooks, nuts &
bolts. At Some Locations Successful Bidder need to provide separate poles to mount the cameras at
desired locations, for poles should be upto 7mtr long, 4Inch Dia. GI Octagonal wherever required
25

will be included the BOQ.


18. Monitoring, Control & Storage application software should support:

a. Optimized decoder and display engine


b. Sixteen simultaneous connections for recording and monitoring without lag & with different 43”
4K screen monitor layouts.
c. Multiple screen layouts and full screen display
d. Multi-channel monitoring and recording simultaneously
e. Manual, event driven and scheduler recording mode
f. Zero waiting database searching and event preview
g. Remote PTZ camera control
h. Hard disk storage indicator and alarm
i. High compression ratio and storage capacity
j. Audio monitoring/recording support
k. Simultaneously multiple window controlling
l. Auto launcher after PC rebooting
m. Real-time monitoring, PTZ control & Recording
n. Simultaneous real-time monitoring and audio and video recording
o. High compression ratio
p. Smart play back
q. Triggeredeventbrowsingwithatleast9preview video windows
r. Fast data base searching
s. Auto alarm in different ways
t. Account password protection
u. Different recording modes: Event driven, Scheduled and Manual recording for each camera
v. The software should display video in 16 channels on each screen and 124 channels using single
PC
w. The software should support the video server/ encoder and IP camera for future up gradation if
required
x. The software should support the H.265+ video compression
y. The software should support a frame rate of 25 frames per second for PAL at 1080P resolution
for all Cameras.
z. The software should support AVI file format synchronized with audio/video, printer and bitmap
for snapshots.
aa. The software should support resolution of 1080P Full HD.
bb. The software should support minimum three detection windows for each channel with
intelligent adaptive motion detection by modifying the sensitivity and object size.
cc. The software should support Manual, event driven and scheduled, video only, audio only, or
both recording modes
dd. The playback should support various schemes with
a. Date and time interval
26

b. Event triggering with preview for every camera.


ee. The playback module should offer various controls like play, stop, pause, fast forward, slow
forward, pull-bar, zoom in, zoom out and speed ranging from 1/16 to 16 times.
ff. The software should support various alarm features like monitoring 16 channels 1/0, in-image
motion detection indication, local warning sound etc.
gg. Auto run facility at Startup – Software should be capable of auto start up state right after
Windows boot up
19. Features of Video Analytics Software(VAS)

a. VAS should be Open IP-Surveillance product, enabling simultaneous digital video recording from
network, and analog devices, intelligent video analysis and remote access to live and recorded
images from any networked computer. VAS OEM should give an undertaking that devices from
reputed camera manufacturers can be used for video analytics.
b. VAS should be able to automatically track and classify objects such as cars and people and push
content to security personnel as required.
c. VAS should be capable of Real-time analysis of connected cameras to detect abnormal activity
and Security threats.
d. VAS should jointly and simultaneously be able to manage video analytics and video management
as one product.
e. VAS should have Automated PTZ camera control for zooming in on interesting events without
the need for human intervention.
f. VAS should be completely scalable, with a many-to-many client-server model allowing
multiple physical systems to be used in an array of Servers. The server specified in the tender
document indicates only the minimum requirements. However, bidder should offer the Server
system to suit the video analytics requirements specified herein.
g. VAS should have the flexibility of connectivity and managing network and analog, Fixed & PTZ
IP cameras
h. VAS should be able to filter large amounts of video and focus on human attention appropriately
i. VAS should have maximum scalability and enable easy migration path from analog to intelligent
digital network.
j. VAS should support display of time Line, Customizable Site Map, Live Video, Video Playback,
Integrated Site Map, Remote Live View, Multi-site capability, Encryption, Watermarking and
Event based Recording
k. VAS should be able to do video analytics based on defined policies pre -fed at the time of
installation. It should have specific features like Motion & Blackout masking, Perspective
settings, environment selection, map configurations, disk usage limits, footage expirations and
software health monitoring
l. VAS should allow adding, editing, deleting or disabling and enabling Policies.
m. The definable and available triggers should be for
i. Vehicles Moving - should activate alarm if it detects Vehicles moving in the scene and
passing through the Alarm Mask. Object Direction may be used to further filter alarms, as
well as Object Speed, Object Size.
27

ii. Vehicles Parking - should activate alarm if vehicles are parking in Alarm Mask.
The Length of Time field in seconds or minutes may be used to specify how long vehicles
are able to park before the alarm
iii. Vehicles Starting to Move- should activate alarm if it detects a vehicle starting to move
from a stopped position. If a parked car begins to move, an alarm will sound. Object
Direction, Object Speed and Object Size may be used to further filter alarms.
iv. People Moving- Similar to the Vehicles Moving trigger, but should apply to People .
v. Anything Moving- Similar to the Vehicles moving triggers, but should apply to any objects
which are moving (People, Vehicles, and Unknown).
vi. Camera Obstructed / Out of focus - should activate alarm if the field of view is obstructed
or goes out of focus.
vii. Cord Cut : Will sound alarm if the video signal is lost.
28

viii. Hardware alarm Input- Should be able receive signals from external devices through alarm I/O and act
accordingly.
ix. Unknown Starting- Similar to Vehicles Starting to Move trigger, but should apply to objects which have not
been classified as Human or Vehicle.
x. Unknown Moving- Similar to Vehicles moving trigger, but should apply to objects which have not been
classified as Human or Vehicle.
xi. Unknown Parking- Similar to Vehicles parking triggers, but should apply to objects which have not been
classified as Human or Vehicle.
xii. Object left Behind- should sound alarm if objects are discarded, such as a bag on a sidewalk.
xiii. Object Removed-Similar to object left behind trigger, but should apply to objects removed.
xiv. Software should have Real-time Video Analysis is features like:
a) Motion Tracking
b) Object Classification
c) Object Counting (people/vehicles)
d) Object Persistence
e) Alarm Policy Settings
f) Alarm on object type
g) Alarm on object direction
h) Alarm on camera manipulation
i) Automatic Alarm Response:
j) Automatic PTZ control
k) Audible Siren
l) Alarm I/O (relay)
m) Text to Speech n. Email
n) FTP
o) Event based search
All the mentioned features are required from integrated CCTV surveillance and monitoring
system for multiple usages to achieve the objectives of implementation of this project.

4.4 DETAILED SCOPE OF WORK


a) Supply, design, installation, testing and commissioning of Hardware and Software as per system
design and schedule of quantity.
b) Configuration of Hardware, Networking devices and Software as per system design & site
requirement.
c) Training on system operation to staff at the site.

d) Detailed training on System maintenance at site as well as at the premises of the system provider.

e) The complete control room set-up 200-300 Sqft including necessary electrical & data/video cabling
as per the relevant ISO standards.
f) CCTV Surveillance & EMS networking and integration system to be supplied and installed should be
covering all the areas mentioned above.
g) The control station in the Main SP office should be the heart of the CCTV Surveillance & EMS. Major
equipment inside this control room would consist of but not limited to Optical Fiber Receivers,
29

Server, and PC/Workstation along with video wall, monitors for viewing.
h) Architecture of the system should be fully modular and should be designed in a manner to enable the
complete system to be gradually enhanced and enlarged according to the future operation, safety
and security requirements of respective Areas.
i) The Cameras should be capable of marking at least 16 areas for motion detection purpose
within the plants within the range of the camera.

j) Necessary alarm /indication shall be raised at the monitoring station indicating that there is motion in
the marked area.
The CCTV Surveillance & EMS is desired for S P OFFICE, OSMANABAD for constant and remote video surveillance
of marked locations.
4.5 GENERAL
a) The system shall be designed by selecting high-grade components of proven quality and proper
design of system electronics to ensure minimum down time.
b) The Video Surveillance and AVL software shall be governed by the operating system running in a real
time mode and shall be able to meet the minimum functional requirements as specified.
c) The system shall have an extensive set of self-diagnostic routines, which shall locate and identify the
system failure at least up to individual equipment level.
d) The system shall be internally protected against system errors and hardware damage resulting from
electrical transients on power wiring and signal wiring which may be generated by switching large
electrical loads or by power line faults and connecting & disconnecting devices or removing or
inserting printed circuit boards in the system.
e) Client PC provided should be of reputed make and latest model. Assembled PCs are not acceptable. .
f) Following authorizations shall be made available from OEMs:

i. Technical compliance to the specifications and authorization for participating in the tender on
manufacturer's behalf.
iii. Authorization for providing copy of test reports complying the specifications at the time of
inspection. Authorization that the items quoted by the tenderer are in production and would be
supported for service for at least 5 years from the date of the tender.
iv. OEM authorization is mandatory.
g) All products such cameras, active components etc. shall have quality system compliance with the
following standards: I.S./ISO 9001,14000,18000,20000,27000, CE , FCC , UL Certified, FCC Part 15
Class B, BIS with test Lab certificate. UL with Test Lab Report certificate. CMMI5 certificate.
h) All the equipment of external fitment should be Industrial Grade weather proof IP-67/ NEMA 4
complied and vandal proof / vermin proof.
i) Manufacturer must provide reference list of installation for similar products / components.

j) The warranty shall consist of repairing or replacing defective parts for a period of 2 year from the
date of supply and After warranty period additional 3 years of post- warranty comprehensive AMC.
k) The bidders will have to submit a Solution Assurance Certificate from the VMS/EMS software OEM
regarding the workability of the proposed solution, as per the format provided in Annexure VI.

4.6 SPARES
30

Commissioning Spares: All commissioning spares required for installation, testing and commissioning of
system shall be at bidder’s scope.
Warranty Spares: All spares required for maintaining the complete system during the warranty period of
24 months shall be at bidder’s scope.
Post Warranty Spares (During comprehensive AMC): All spares required for maintaining the complete
system during the comprehensive AMC period of 3 Years (36 months) shall be at bidder’s scope. Bidder
must quote for annual AMC after completion of Warranty period.

4.7 APPROVAL OF DRAWINGS


Successful Bidder after placement of order shall be fully responsible to get all drawings approved as per
the define by Consultant from S P OFFICE, OSMANABAD before supply.
Approval of drawings by S P OFFICE, OSMANABAD does not relieve the Successful Bidder from his
responsibility of performance guarantee of equipment covered under this tender.

4.8 SCOPE OF WORKS-INCLUSIONS AND EXCLUSIONS


Works Included: The Scope of work has been covered in the above specifications in general. However,
the Successful Bidder shall be responsible to complete the works in all respects and in doing so,
provide/supply all facilities not covered above specifically, but nevertheless required for the satisfactory
performance of complete system.
Works included: Successful bidder can use Existing Watch towers, Light poles, Building tops can be
considered for mounting camera and other equipment. S P office Osmanabad will Not paid any Extra
work cost Separately.

4.9 OPERATING TERMS


The Successful Bidder should maintain the whole system on an ongoing basis, during warranty period of
Two year & subsequently during the comprehensive Annual Maintenance Contract (AMC) after the
completion of warranty period for 3 years. During warranty period all materials / parts / services as
required to maintain the system on an ongoing basis is included in the scope of the job and no extra
payment will be made by S P OFFICE, OSMANABAD.
Provide service support during business hours, if and when required, besides such other support like a
24/7 telephonic assistance etc., as may be required so that the system operates on a continuous basis.
Successful Bidder will be the single point contact for S P OFFICE, OSMANABAD for all support related
issues with respect to hardware/software installed by them. If any third party help is required in
resolving any issue, it will be the sole responsibility of the bidders to arrange for such help.
The period of project completion shall be 3 (Three) months from the date of PO.
4.10 Payment Terms:
1. As per Maharashtra govt. (HOME DEPT) G R NO CCT – 3615/PRA KRA.36/POL–3 DTD 09-01-2017
40% Of the total project cost (Capital + Operational Costs) at successful Go Live stage. Rs2,00,000/-
as a Security Deposit after successful completion of the Defect Liability Period (Warranty Period) of
2 Years. Remaining payment could be in 20 equal installments on quarterly basis, after adjusting for
penalties as per Service Level Agreement (SLA).
31

2. All types of recurring expenditure including the network connectivity charges is the Scope of
Successful Bidder for Warranty Period and services for the 2 Years.
3. The AMC payment shall be made at the end of every quarter after the beginning of the AMC period.

The bidder will have to enter into a Service Level Agreement with S P OFFICE, OSMANABAD containing the
system performance & service related issues. The expected values of the parameters are as follows:
I. Guaranteed System Uptime: 90%
II. Network Availability: 90%
III. Latency (System): < 1sec
IV. Bandwidth: Dedicated connectivity between Cameras and Wi-fi devices (To be determined by the
bidder for the required viewing / storing parameters)
V. Scheduled Service: Once in a Quarter
VI. Critical Service Response Time : 24 hours
4.11 DELAY IN COMPLETION / LIQUIDATED DAMAGES
Timely execution is extremely critical in the case of this project. Execution of the project shall include
supply, installation, commissioning, training & stabilization of the system in all respects. In case of delay
in execution of the order beyond contractual delivery date as stipulated in the order S P OFFICE,
OSMANABAD at its option can either :
i. Accept the delayed delivery on price reduced by sum equivalent to half percent (0.5%) of the Material
value which is Not Supplied in stipulated Time per week of delay or part thereof.
ii. Cancel the order in part or full and purchase such cancelled quantities from elsewhere on account at
the risk of the seller without prejudice to its right under (i) above in respect of goods delivered. All
costs and expenses incurred by S P OFFICE, OSMANABAD, if any, resulting from cancellation of order
shall be recovered from the seller.

4.12 PERFORMANCE TESTING AND WARRANTY


The Successful Bidder shall carry out the performance test run of the complete system at site after
satisfactory installation/implementation under his supervision. Training of operators should be as per
details mentioned in this document after commissioning of the system without any extra cost to S P
OFFICE, OSMANABAD. The system provided should be guaranteed / warranted for any kind of
manufacturing defects and satisfactory performance for a period of 24 months from the date of
acceptance / final sign off obtained from concern official of S P OFFICE, OSMANABAD.
4.13 COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT (AMC) POST WARRANTY
i. Complete system will be covered under post warranty Comprehensive AMC as per rates quoted in the
price bid for a period of 36 months from the date of completion of warranty. The post warranty
Comprehensive AMC shall be a separate annual contract for each of the 3 years period and shall be
signed at beginning of the respective period. The post warranty comprehensive AMC rates quoted in
price bid for 3 years shall be included in the evaluation.
ii. During the post warranty comprehensive AMC period all hardware & software has to be Insuranced for
the AMC period. This insurance Premium has to Considered at The time of quoting the AMC Charges.
AMC amount Should Not Exceed than Govt Provided Guidelines. as required to rectify any defect, will
be provided by the successful bidder at no extra cost to S P OFFICE, OSMANABAD.
Material/hardware /spares as required for such maintenance would also be provided by the bidder.
No extra amount is payable by S P office Osmanabad. for this post warranty AMC other than quoted
AMC rates.
32

iii. Comprehensive AMC comprises of the following services as a minimum

a. Routine maintenance service: This is an on-site maintenance, which should be carried out four
times in a year. Purpose of visit is to check system health and problem solving.
b. Breakdown maintenance service: In case of system breakdown, Successful bidder shall depute
Engineers to restore the system at the earliest, within 24 Hours
c. Software support and technical services: Software additions/ modifications, technical
Assistance to Purchaser's Engineers, technical discussions with Purchaser's Engineers /
Technicians at successful bidder's facility etc. are included.

d. For the entire period of the project, which includes the defect liability period of 2 year and the
3 years AMC, the bidder shall depute at least one person who shall be placed in the control
room and who shall be responsible for the daily maintenance of the system . The charges for
this person shall be included in the AMC charges. The personnel deployed to site shall have
thorough knowledge of the system and at least two years of experience in maintenance of
similar system. An experience certificate to this effect to be handed over to the Project
Consultant.
iv. Quarterly pro rata payment of finalized AMC amount will be made after successful completion of
period of respective post warranty AMC, should S P OFFICE,OSMANABAD enter into AMC for that
respective year

v. S P OFFICE, OSMANABAD reserves the right to order for the post warranty AMC along with the main
order or after the completion of the warranty period of Two year, and such decision solely is at S P
OFFICE, OSMANABAD's discretion. S P OFFICE, OSMANABAD reserves the right to sign the post
warranty AMC for all 3 years or part of it or none.

4.15 UPGRADES
Any upgrades to software with respect to firmware and revisions during the period of contract,
warranty and AMC should be provided by the successful bidder at no extra cost to S P
OFFICE,OSMANABAD.

4.16 TRAINING AND HANDHOLDING


The Successful Bidder will train S P OFFICE, OSMANABAD personnel at two levels
a) Training for the control room operator and security Officers and staff
b) Training for S P OFFICE,OSMANABAD supervisory Officers
c) Maintenance Training for Selected officers and staff
4.17 SCALABILITY
The system design shall permit the on-line addition of new system /subsystems (new work station,
peripherals, cameras, encoders etc.) with no disruption to either the operation or system
communications for future expansion. The offered software should have in-built capability / provision to
take care for future expansion and new services & features etc. The user configurable menu driven
modules should be available in the software for any addition/deletion/change in the Plant
configurations. No hard coding is allowed for the above functionality. Surveillance System should be
scalable to meet additional business, safety and security requirement of the S P OFFICE, OSMANABAD.
And the Existing CCTV System of Tuljapur Nagar palika as well as shree Tuljabhavani mata Mandir,
Tuljapur. The system should be scalable to interface with S P OFFICE, OSMANABAD network/Switches.

All system communications shall be based on the ISO, Open system Interconnect (OSI) Reference model.
33

All communication solutions should be Ethernet Based.

4.18 S P OFFICE,OSMANABAD DELIVERABLES /SCOPE


S P OFFICE, OSMANABAD shall make available the sites to the Successful Bidder to carry out the job from
administrative point of view.
Successful Bidder should specify the space requirement as infrastructure for implementing his system
based on which, S P OFFICE, OSMANABAD shall ensure adequate space for placing the computer and
other related equipment.

4.19 SYSTEM ACCEPTANCE CRITERIA


The system will be accepted by S P OFFICE, OSMANABAD based on the following criteria:

All systems to be verified operational as defined in the Scope of Work above.

Surveillance & Monitoring system installed and functioning, as described. All manuals and drawings
are delivered to S P OFFICE, OSMANABAD.

All software licenses are delivered to S P OFFICE, OSMANABAD. Master Server license, Software
analytics license, camera licenses, AVL license should be handed over to S P OFFICE, OSMANABAD.

4.20 EVALUATION PROCESS


The S P OFFICE, OSMANABAD will conduct a comprehensive, fair and impartial evaluation of all
proposals received in Response to this TENDER DOCUMENT submitted by the proposal due date and
time specified in this document. The categories that shall be considered in the evaluation of proposals
include Qualifications and Experience, Financial Strength, Market Share, Proposed Solution, Technical
Approach, Subject Knowledge and Commercials.
a. Proposal Evaluation Categories
Only those proposals will be evaluated which contain the EMD and other mandatory bid requirements
like turnover, experience, submission of mandatory certificates, documents or papers etc. detailed in
other sections of this TENDER DOCUMENT. 70% weightage shall be given to the Technical Qualifications
& 30% for the Price Bid. The Price Bids of the Bidders who have scored more than 60 points in the
Technical Bid Evaluation shall only be opened for further Commercial Evaluation.
34

The point matrix for the technical evaluation shall be as follows:

Sr. No. Criterion Maximum Points


Quality Of Proposal
1)
a. Maximum 5 Marks for the quality of overall proposal and single
OEM Certificates Camera, NVR, VMS, Switches,.
b. Maximum 5 marks for OEM
4 Marks for individual bidder
10
3 Marks for 2 members JV
2) Past performance / Experience in similar completed Projects: 30

One CCTV Surveillance with VMS Project of minimum 50Lac


Having More than 50 cameras In which 90% of Cameras has to be
Functional as on date. – 5 Marks
Or One CCTV Surveillance with VMS Project of Min 1CR – 10 Marks

One CCTV Surveillance Govt Project on Fibre /wireless network


connecting Of 10Km sqmtr – 10 Marks
AMC for one year and above for one CCTV Surveillance Project
of Minimum 50 Cameras installation – 5 Marks
100 Cameras Installation – 10 marks
In which 90% of Cameras has to be Functional as on date.
OEM should be ISO 9001:2008, 18000 Having
Certifications: UL, CMMI-3/5 BIS,
From above listed certificates maximum certificates holder will be
3) awarded maximum Marks. 15
Quality Of Solution = 10 marks
Demonstration = 10 marks
All video analytic software mansion free of
4) Cost = 5Marks 25
5) Financial Strength (Maximum 10 Marks)
1 Marks for Every Rs. 50Lacs. Average Annual Turnover in last 3
years. Additional 50lacs Turnover 1 Mark will be Awarded. (max 5
Marks)
5 Marks for all Legal Compliance for Income tax, Vat , GST
clearance in Last 3 Years 2016-2017-2018. 10

6) Camera should be surge Protection


Industrial Grade with IP67
Camera Have Defog & Corridor Mode
All Camera support minimum Wide
temperature range +50°C (90°F) 10

TOTAL 100
35

The total techno commercial score of each bidder will be calculated and the bidder with the highest Total of
Techno commercial score will be awarded the contract.

b. Proposal Evaluation Process

1. The evaluation process is designed to award the procurement to the Bidder with the best combination
of attributes based upon the evaluation criteria. Therefore, proposals are evaluated against the
evaluation criteria in this TENDER DOCUMENT. The commercial bids of the qualifying bidders shall
only be opened for the final comparison & selection of the contractor.

2. The Project Consultant shall manage the proposal evaluation process and maintain proposal
evaluation records.

3. All proposals shall be reviewed by the Project Consultant to determine compliance with basic proposal
requirements as specified in this TENDER DOCUMENT. If the Project Consultant determines that a
proposal may be missing one or more such requirements, a Proposal Evaluation Team from S P
OFFICE, OSMANABAD shall review the proposal to determine:
if it meets requirements for further evaluation;
if S P OFFICE,OSMANABAD shall request clarification(s) or correction(s); or
if S P OFFICE,OSMANABAD shall determine the proposal non-responsive and reject it.
4. The Proposal Evaluation Team shall evaluate responsive proposals. The team shall score the General
Bidder Qualifications and Experience section, the Technical Approach section and the Subject
Knowledge section of each proposal.

5. S P OFFICE, OSMANABAD reserves the right, at its sole discretion, to request clarifications of technical
proposals or to conduct discussions for the purpose of clarification with any or all Bidders. The
purpose of any such discussions shall be to ensure full understanding of the proposal. Discussions shall
be limited to specific sections of the proposal identified by the S P Office and, if held, shall be after
initial evaluation of Technical Proposals. If clarifications are made as a result of such discussion, the
Bidder shall put such clarifications in writing.

6. The S P Osmanabad may request :


An interview and/or open forum meeting with the technical teams of the Bidders or the OEMs.
A visit to the OEM facilities or reference sites as per the benchmarking schedules set with the
individual bidder/s.
A reference checking meeting with the clients referred to by the Bidder.
A visit to the office/facilities of the bidder.

7. For this purpose, an adequate notice of at least 7 days in advance shall be provided.

8. S P OFFICE,OSMANABAD reserves the right to make changes in the quantities of the material sought OR to
procure the goods in deferred stages OR to cancel the purchase of any of the items specified in this Tender
Document OR to divide the order to more than one vendor.
9. As a part of the technical evaluation process, the bidders shall be required to demonstrate their solution by
carrying out a Proof of Concept (POC) at their own costs at a location specified by S P OFFICE, OSMANABAD
in Osmanabad City. The purpose/objective of the POC shall be to determine that the solution proposed by
the bidder meets the overall functional & technical requirement of the project. Please note that a successful
36

PoC is a pre-requisite for technical qualification in the tender process. The PoC will be conducted with the
exact same set of equipment / software / makes proposed by the vendor and will be based on functional
capabilities of the vanilla version of the software proposed. S P OFFICE, OSMANABAD will assign the location
for installation of cameras at different chowks to each Bidder which needs to be essentially connected to the
server through network. Space will be provided at S P OFFICE, OSMANABAD for installation and
demonstration for specified time.

10. The Price bids of only those bidders that successfully meet the PQC & technical criteria (including the POC
Criteria) will be evaluated.

11. The commercial evaluation will be based on the Total Delivered Cost (including Capital & Operational
expenditure) to S P OFFICE, OSMANABAD calculated for a period of 2-years for the entire project.

12. S P OFFICE, OSMANABAD reserves their right to negotiate the quoted prices with the selected bidder.

13. S P OFFICE, OSMANABAD reserves the right to delete any of the items in the Schedule of Rates at the time of
placement of Purchase Order. The decision of Commissioner, S P OFFICE, OSMANABAD shall be final and
binding in this respect.
37

5 SPECIFICATION OF SOFTWARE AND HARDWARE COMPONENTS


5.1 Software Components
VMS, NVR & Camera should be from the OEMs as per approved makes’ list (if multiple OEMs). Single
OEM is preferable.

VMS-Client Application shall provide live video view, various video playback support, historical video
search and playback, PTZ Controls, alarm management, E-Map integration and front end control
features to an operator. Client Application shall also able to manage & control all devices depending
on the user access privileges. System should support virtually unlimited VMS Clients.

VMS Database Server contain a web based data management center includes user management,
facility management system logs etc. and event & control service which receives and controls events
and commands of various formats via different communication modes, integrating video, access &
intrusion (alarm) devices, in integrated manner for future access control perspective. The Primary
Database Server shall able to support either upto 128 cameras/server or any such combination of
various front end devices. However the system should be capable to expand virtually upto unlimited
number of cameras, access & intrusion points by incorporating multiple servers to make a complete
enterprise security systems.

VMS Redundancy Kit shall provide necessary hardware and software to provide hot standby for the
VMS database servers. Redundancy is required at all the stages and levels.

Network Video Recorder (NVR) shall able to receive and store videos from various front end devices
and forward to various decoders, clients applications connected to the enterprise security system;
ensuring a smooth transmission when transmitting mass videos in various bandwidth levels. Each
NVR server shall able to support upto 512 mbps data throughput which can take upto 128 cameras
recording @ 1080P resolution with 60 channels playback at real time simultaneously. Each NVR shall
be provided with a storage chassis which should able to record 48TB built in and can be further
expanded upto 192 TB in Same storage chassis.

NVR Storage Expansion Chassis Storage Expansion Chassis, a direct-access storage disk array which
shall connect to a NVR to provide extra data storage capability. Each NVR storage expansion chassis
shall able to support upto 192 TB of storage expansion.

5.1.1 SYSTEM COMPONENT DESCRIPTION & INTEGRATION


System shall support integration of various system components as detailed below as a minimum to
create an enterprise level Security Management System.
A. Recorders: Video Management System (VMS) shall support integration with digital and
network video recorders (DVRs/NVRs). VMS shall have the ability to access and manage
necessary functions of the recording devices through the VMS client interface, such as live
video, recorded video, playback, camera configuration, PTZ control and other associated
functions. The system shall support 128 Channel NVR & 16 Channel NVR at 25 fps @ 1080P
resolutions as a minimum.
38

B. IP Cameras: VMS system shall support IP cameras. VMS shall have the ability to access
necessary functions of IP cameras, such as live video, PTZ control and other associated
functions. The system shall support IP Dome (Indoor/Outdoor) with fixed/Varifocal lens; IP
with inbuilt IR illuminator; IP Box with Motorize verifocal lens and IP PTZ Cameras. VMS shall
support various Camera resolutions at 4K. 5Mp, 1080P/2.1MP.
C. VMS shall support Edge based Video Analytics.

D. VMS shall have a capability of Analog Video integration.

E. VMS shall support IP keyboard with joystick for PTZ control, Camera and Monitor Selection
as a minimum.

5.1.2 OPERATIONAL REQUIREMENTS


1. VMS shall provide a single graphical user interface (GUI) to monitor, control and administer
digital video surveillance equipment from multiple systems and platforms; Access Control &
Intrusion Detection System.
2. All the Alarms from all the interfaces i.e CCTV; Access Control & Intrusion Detection shall be
reported into a single GUI.
3. VMS shall include a fully scalable enterprise-class media management system to enable
simultaneous live monitoring from multiple stations and be configurable for storage both on
and off site.
4. VMS shall be configured to store and view images captured by one camera or numerous
cameras and monitor connections across an unrestricted number of servers.
5. All the Software & hardware equipment’s for CCTV, Access Control & Intrusion Detection
Systems shall be of same make/manufacturer.

5.1.3 VMS SOFTWARE FEATURES:


The VMS application software shall have following major features:

5.1.4 VMS SOFTWARE FEATURES:


The VMS application software shall have following major features:
A. Scalability: System shall be scalable to enterprise level system so that increase in the number of
cameras; number of servers & number of Clients shall not affect the currently running system
operations & functionality.
B. Architecture:

1. Single Location:

System shall adopt centralized architecture. All configuration data of IP Video Solution shall be
stored in Database Management Center. All other services of VMS, NVR and VMS-Client get
configuration data from Data Management Center instead of storing decentralized data.
System shall have capability to access live and recorded data from NVR only. Video (Live and
Recorded) need not to be routed through VMS Database Server, so that VMS-Client application
shall continue to access Live and Recorded video in case of VMS Database Server failure.
39

C. Open Standard Support: VMS Software shall be ONVIF compliant so that it can integrate with
multiple digital IP cameras, multiple digital and network video recording devices, multiple video
matrix switchers and matrix keyboards.
D. System Integration: System shall have Integration capabilities with electronic access control system,
Intrusion detection system, video analytics and data management utility. Integration capabilities of
the system shall be measured on below mentioned aspects as a minimum:
VMS shall support integration with Access Control & Intrusion Detection System. It shall support real
time linkage of digital video clips to their associated alarms from the access control & intrusion
alarm system. System Administrators shall configure video segments by specifying pre- and
post-alarm time marks, then link those defined video segments to specific alarms. The software shall
provide at least 10 minutes of tagged pre and post activity recording per event.
In an event of an alarm generated by Access Controller or Intrusion Detection System the software
shall ensure that the operator is automatically provided with the CCTV video from the designated
camera to view the alarm location as soon as the alarm is received, allowing the operator to visually
assess the event and also providing continuous recording. The software shall also automatically
focus the nearest PTZ cameras to view to the point of alarm.

VMS shall support defining multiple rule logics which can be assigned to any alarm to run
automatically when those alarms received in the system. There shall not be any limitation in defining
such rule logic. Example of such rule is “in case there is an alarm received from a zone of Intrusion
Detection System, then specific Camera assigned to that Zones shall automatically Pop
up on the VMS-Client GUI and start recording based on the Pre & Post record time defined during
the configuration and defined set of Access Controlled doors shall go into Locked/Unlocked state as
defined.
VMS shall support operation from Central console but not limited as defined below:-

Intrusion Alarm integration operation:

Arm, disarm, bypass status shall be displayed on VMS-Client machine.


Zones can be sorted by status.
Arm, disarm, bypass operation can be implemented to all the zones.
Access Control Integration Operation:

User name, Card No., card type, privilege and reader No. can be gained upon swiping card.
Door control can be fulfilled manually or automatically assigned in rule defined in the system.
Above information shall be able to be logged in system database.
Access Control Integration Operation will be designed by Successful Bidder in integrated
manner for future access control perspective.

E. Redundant Recording Device: VMS shall support failover or redundant capabilities of the Recording
device(s) as a minimum. N+1 redundancy for recording device(s) shall ensure system availability in
the event of main recording device failure or network failure of the main recording device.
F. Redundancy and Backup service: VMS shall have a feature of Redundancy & Backup Service. The
system shall perform real-time dynamic monitoring and backup of the content of VMS Primary
Server in monitoring center. Once trouble event occurs, it switches to the Standby VMS Server
40

automatically, such that the Standby Server can replace the Primary Server; so there shall not be any
down town with respect to VMS Database Server functionality.
G. Service Stability: VMS shall integrate with sandbox framework to ensure crash of server will not
result in service crash. It will also try to restart a crashed server to increase system accessibility and
stability.
H. Compression Techniques: System shall use various compression techniques simultaneously to utilize
storage and network bandwidth effectively. Video compression techniques shall including 4K,
H.265+,H.264, as minimum.
I. Multi Operations: Managing pentaplex user operations of attached recording devices
simultaneously, including live viewing, recording, playback, and handling the exchange of data
between the server and a remote workstation.
J. Live View: Live viewing of up to 64 cameras on a single VMS-Client up to 1080P resolution. VMS-
Client application shall have capability to connect to 6 monitors & 128 cameras can be viewed on
one Monitor.
K. Alarm Management: System shall receive alarms & events from multiple video, access and alarm
devices. It shall provide capability of Alarm & event viewing, management and interlocking. Alarm
interlock logic shall reside in VMS Server which will trigger device to execute preset operations on
receiving of an alarm.
L. Reports: Log Report shall be used to search the device alarm events, device operations, user login,
and web operation. It shall also be used to set queries to get results quickly. Log reports shall be
exported in XML, CSV, TIFF, PDF, Web Archive and Excel file formats.
M. Search: System shall manage investigation, post-recording motion detection, motion detection-
based recording, Alarm (from any of integrated solution CCTV, Access Control and Intrusion
Detection) Based recording and search tools with advanced search capabilities of the recording
devices.
N. User Rights: System shall provide multi-level user access rights for viewing and managing access to
the recorder functions. The user level shall range from 0 to 255; the bigger the number, the higher
the control priority is.
O. Recording Modes: System shall support recording modes of continuous, scheduled, manual, event
and alarm-based recording.
P. Network: System shall support for both multicast and unicast network topologies and
communication protocols.
Q. Rule engine: This capability shall allow for custom scripts and to provide both customization and
third party integration. Rules Engine Service shall provide functions such as rules analysis, state
monitoring and rules management. By way of logical programming for various devices and event
alarms in graphical editing interface, Rules Engine Service shall perform automatic execution of rules
when emergency occurs. The visual dynamic user interface shall make it easy to acknowledge alarm
circumstances and allows prompt response in case on emergency.
R. Client Application: VMS shall provide at least 20 Client licenses as inbuilt. System shall provide
unified VMS-Client login to users. User shall be able to login from any PC loaded with VMS-Client
41

application. User shall have the option of two modes of user logins:
i. Online login: User shall be able to login when at least one VMS service online.
ii. Offline login: User shall be able to login when there is no VMS service online after user at least
success one time online login.
S. Hardware: System shall utilize off-the-shelf computer workstations, servers, networking and storage
equipment. No proprietary hardware shall be acceptable.

5.1.4 VMS OPERATOR FEATURES:


VMS shall provide the following operator functions:

A. Configuration: The operator (with Administrator privileges) shall have the option to configure the
system. It shall support live updates of all configurations. The configurations shall provide the
option to add/edit/delete recorders, cameras, switchers, keyboards, users and roles, sites, recording
rule, rule engine service etc. Configuration of video recording trigger service and device recovery
service parameter shall be basic feature of VMS. Touch Screen option for configuration can be
considered, subject to fulfillment of all the requirements.
B. Event & Control Service Configuration: EC service integrates with sandbox framework to ensure
crash of specified device adapter will not result in service crash. EC service will also try to restart a
crashed adapter to increase system accessibility and stability Option to configure Event & Control
Service. The following configurations shall be possible:
i. Supported devices.
ii. Alarm filters mechanism.
iii. Judgment mechanism for control priority
iv. Mechanism for cascading connections of Event & Control services.

C. Data Dynamic Synchronization: The configuration data in VMS shall be able to synchronous to all
connected VMS-Clients and NVR services.
D. Log Report: The operator shall be able to view following log reports:

a. Device alarm log report.


b. Device operation log report.
c. User login log report.
d. Web operation log report.

E. Disaster Recovery and Backup Service: Disaster Recovery and Backup Service shall provide the
following operator functions:
a. This backup system shall supervise and backup the center contents dynamically. Once there is an
accident, the system can switch to the backup system automatically, which replaces the original
center and continues the work. Disaster Recovery and Backup Service can backup for Event
Control Service, Video Trigger Service and Rule Engine Service.
5.1.5 VMS-CLIENT FEATURES:
VMS-Client Application shall have below mentioned features:
42

A. Live View: Main video viewing screen capable of showing 1, 4, 9, 16 and other customized split
layout of live or recorded video. Standard presets may be customized to the user preferences.
B. Scenarios: Current view can be saved as scenario and allowing the user to restore this view at any
later point in time. These scenarios shall be modified, overwrite or deleted as and when required.
C. Drag and Drop: VMS-Client application shall provide drag and drop functionality. Particular video
device can be dragged onto main video viewing screen to view live video.
D. Favorites: VMS-Client application shall have feature to save favorites, where user can create a
device/scenario folder and drag devices/scenarios into it so that these can be quickly accessed.
E. Patrol: VMS-Client application shall provide user the capability of configuring and running video
patrol sequences to automatically play videos of multiple channels in specified windows by turns. A
patrol shall include several scenarios and a scenario includes several video channels.
F. PTZ Control: Support both analog and digital PTZ through GUI and the keyboard. PTZ control shall be
used for adjusting PTZ movement and setting the focus, aperture and preset bit of the camera.
G. Snapshot: Capable of capturing snapshot of live video and allowing user to export snapshot.
Snapshot tool shall be available in video window itself. Only the authorized users shall have
snapshot functionality.
H. Video Export: VMS-Client shall have capability of download and export recorded video from
recorders. Exported video clip shall be in OEM’s native format to ensure data integrity. Download
link to the player shall be provided with video exported.

I. Playback: VMS-Client shall be able to playback recorded video from recorders. Different playback
modes shall be there as 8x, 16x, 32x, 64x, 128Xframe by frame and backward playback.

J. Instant Playback: Allow the user to view and save 30sec ago instant playback for any playing live
video. It shall be used for monitoring emergent situation. This function shall be enabled by default, if
required, user may disable this function.
K. Recording: Allows the user to initiate recording through GUI. Recording can be initiated remotely on
NVR and locally on VMS-Client PC.
L. Alarm Management: Capability of complete alarm management for the alarms coming from
recorders, switchers, intrusion detection systems and access control systems. Alarm Management
shall be based on below mentioned aspects:
i. User shall get the pop-up message for response plan upon receiving the alarm so that same
response plan can be followed by each operator.
ii. E-mail notification can be sent out which shall include alarm information and User editable
information along with individual alarm. One or multi receiver addresses and SMTP can be
assigned for E-Mail notification.
M. E-Maps: VMS-Client shall have capability to upload GIS Map which shall support .shp, AutoCAD,
bmp, jpg, png format file. These maps can be interlinked with 8 levels. Devices including cameras,
access control readers and intrusion detectors shall be planted on maps. E-map application shall
have below mentioned functionalities:
i. Video verification can be displayed within 1 second after alarm is triggered.
43

ii. Multi video verification (at least four) can be triggered by same alarm input.

iii. Alarm can come from any kind of event notification which system can recognize.

N. Surrounding Camera View: VMS-Client application shall have facility of surrounding camera view. It
shall support setting presets in surrounding cameras.
i. In a surround view, video from a specific device shall be playing in the centre and the other
surround videos will be from surrounding video devices. Once the object moves to some other
camera’s FOV, operator can pull that camera in the center and surrounding videos from the
associated surrounding camera plays in the surround views. Every video device can be
configured one surround view with related 12 surrounding cameras. There shall not be any limit
in defining such surround views.
ii. Surround video can be called through keyboard and VMS-Client operation.

iii. Surround video can be configured through web or VMS-Client.

O. Alternate Camera View: For continuous monitoring, system shall have alternative view functionality.
Every camera can be assigned an alternative view camera. If one camera is unavailable, operator can
achieve alternative camera to get same/similar scene.
i. Alternative view camera can be called through keyboard and VMS-Client operation.

ii. Alternative view camera can be assigned through web configuration or through NVR-Client.

P. Operations: Option to perform various operations through context menu on a particular video (live/
recorded/patrol). These operations shall include: Full screen, point and drag, enable square select,
digital zoom, start recording, stop recording, take snapshot, show surrounding cameras, trigger
alternative view.
Q. Timeline Control: Ability to manage timeline control of the recording device, which provides camera
recording statistics. Timeline control shall have following features: time slider, time search, time
jump, play controls. Timeline control shall also include dedicated buttons for step reverse and step
forward and keyboard shortcuts for playback operations.
R. Keyboard Functionality: VMS-Client shall be controllable by a keyboard controller connected to the
VMS server and shall have following major features: Selecting layout, ending monitor commands,
switching operations, PTZ control operations. PTZ control latency shall be less than 500ms
S. Search: The search facility shall include search based on date and time, device type, trigger type,
alarm, operator, location and site. The search facility shall be able to search records in specified
recorder.
T. Device and Service Status: VMS-Client shall be capable to show the running status of Event &
Control services, Rule Engine service and VMS site in bottom status bar. It shall also monitor
connected devices status.
U. Server Usage: VMS-Client shall provide facility to view CPU, Memory and Network usage
information.
5.1.6 STORAGE CAPABILITIES:
NVR shall have below mentioned capabilities:
44

A. Video Streaming: NVR shall relay the real-time streaming to the VMS-Client.

B. Recording: NVR shall store the real-time streaming for a certain period of time when it receives the
storage command from Trigger Service.
Each individual camera can be set a different preset recording frame rate .Camera recording frame rate
will be changed to full frame rate upon motion detection or other alarm information (according to
configuration).Frame rate change interval (from alarm received to recording frame rate change) shall be
less than 1 second.
C. Video playback and download: NVR shall allow the user to playback and download video records
from NVR-Client. It shall also allow the user to configure the storage locations.
D. Pre-alarm Recording: NVR shall be capable to cache the real-time streaming for a certain time (no
longer than 10 minutes). When there is an event or alarm triggering recording, prerecording can
help trace the situation before the event or alarm occurs.
E. Re-Linking: NVR shall re-link to disconnected front-end devices. The following two conditions can
result in re-linking:
i. If the NVR fails to link with the front-end device for the first time, it will try to re-link with the
front-end devices repeatedly; the maximum interval is 30 seconds for each try.
ii. When the NVR succeeds in linking with the front-end devices and is recording or relaying the
streaming, if the bit rate from the device remains as “0”, it will start the re-linking operation.
F. Overwriting: NVR shall be capable to cycle overwrite video records. NVR supports the cycle
overwrite in the following two situations:
i. Delete the videos older than N days regularly. If the disk can store the videos for N days, at
which point the NVR deletes video files older than N days according to the required video
storage space after a certain capacity is filled.
ii. Delete the oldest videos when the disk capacity is full.
G. Device Status Monitoring: NVR allows the user to monitor the running status of NVR via GUI. The
following health statuses need to be monitored: system overload (CPU, Network), storage getting
full, and hard disk error, data accumulation to an unstable level, temperature too high, power supply
failure and fan failure.
i. Health status abnormal shall be able to be reported out to VMS-Client as alarm information.
ii. User shall be able to configure which alarm to be received
The following status shall be provided:
a. Total connected device number
b. Working device number
c. Receive BPS (KB/S)
d. Relay device number
e. Relay BPS (KB/S)
f. Storage device
g. Storage BPS (KB/S)
h. Historical Relay number
i. Historical Relay BPS (KB/S)
j. Storage locations
45

k. All space (MB)


l. Remain space (MB)
H. Remote Upgrade: NVR shall be able to be upgraded without sending device back to factory. It shall
be remotely upgraded from VMS-Client.

5.2 Hardware Components

5.2.1 NETWORK SWITCHES:


All switches shall be managed switches so as to manage the bandwidth of the systems and avoid any
flooding of data in either unicast for multicast mode of operations. Network Switches shall be of
following specification as minimum:
1. Layer 3 Network Managed Switches:

(a) The network Switch shall be 3 layer Switch with 10/100/1000 ports. Each switch shall be
supplied with minimum 4 SFP ports where fiber can be terminated directly.
(b) It should have capability to support L3 switching and routing functionalities.
(c) The device should have capability to work on environmental temperature of 50º C
2. Layer 2 Network Managed Switch

(a) The Network switch shall have 10/100/1000Base-TX ports with min. 2 SFP ports loaded with
1000)Base-FX SFP module.
(b) The Network Switch shall have Non-blocking functionality at half & full duplex speed.
(c) Network Switch shall support Web-based configuration and management.
(d) System configuration with SNMP v1 V2 and V3 shall be supported by Network Switch.
46

5.2.2 Outdoor Bullet Camera

5 Mega Pixel Ultra low Light Industrial Grade Bullet Camera Specification
Compliance
Sr.No General Specification Technical Specification Deviation if any
(yes / No)
1/2.7", progressive scan,
1 Sensor
5.0megapixel, CMOS

2.7~13.5mm AF automatic
2 Lens focusing and motorized
zoom lens

3 Angle of View(H) 93.38° ~ 28.56°

4 Angle of View (V) 88°~ 16.4°

5 Angle of View (O) 121.4°~33.7°

6 Pan: 0°~360°

7 Adjustment angle Tilt: 0°~90°

8 Rotate: 0°~360°
Auto/Manual, shutter time:
9 Shutter
1~1/100000 s
Colour: 0.002 Lux (F1.2, AGC
10
ON)
11 Minimum Illumination 0 Lux with IR on
IR-cut filter with auto switch
12 Day/Night
(ICR)
13 Digital noise reduction 2D/3D DNR

14 S/N >52 dB
15 IR Range Up to 50m (164 ft) IR range
16 Defog Digital Defog
17 WDR 120dB
Ultra 265,H.265, H.264,
18 Video Compression
MJPEG
Baseline profile, Main
19 H.264 code profile
Profile, High Profile
Main Stream:5MP(2592 x
1944): Max. 20 fps,
5MP(2592 x 1944): Max. 25
20 Frame Rate fps(WDR OFF), 4MP(2560 x
1440): Max. 30 fps,
3MP(2048x 1536): Max. 30
fps, 2MP(1920 x 1080): Max.
47

60 fps; Sub
Stream:2MP(1920 x 1080):
Max. 30 fps; Third
Stream:D1(720 x 765): Max.
30 fps

21 9:16 Corridor Mode Supported

22 HLC Supported
23 BLC Supported
24 OSD Up to 8 OSDs

25 Privacy Mask Up to 8 areas

26 ROI Up to 8 areas

27 Motion Detection Up to 4 areas


Intrusion, cross line, motion
28 Behavior Detection
detection
Enter and loiter in a pre-
29 Intrusion
defined virtual region
Cross a pre-defined virtual
30 cross line
line
Moving within a pre-defined
31 motion detection
virtual region

32 Recognition

Face detection Audio
detection
33 Intelligent Identification Defocus, Scene Change
34 Statistical Analysis People counting
Watermark, IP Address
Filtering, Tampering Alarm,
Alarm input, Alarm output,
35 General Function Access Policy, ARP
Protection, RTSP
Authentication, User
Authentication
36 Audio Compression G.711
37 Two-way audio Supported
38 Suppression Supported
39 Sampling Rate 8 KHZ
40 Edge Storage Micro SD, up to 128 GB
41 Network Storage ANR
IPv4, IGMP, ICMP, ARP, TCP,
UDP, DHCP, PPPoE, RTP,
42 Protocols
RTSP, RTCP, DNS, DDNS,
NTP, FTP, UPnP, HTTP,
48

HTTPS, SMTP, 802.1x, SNMP

ONVIF(Profile S, Profile G),


43 Compatible Integration
API
Input: impedance 35 kΩ;
44
amplitude 2 V [p-p]
Audio I/O
Output: impedance 600 Ω;
45
amplitude 2 V [p-p]
46 Alarm I/O 1-Jan
1 RJ45 10M/100M Base-TX
47 Network
Ethernet
12 V DC±25%, PoE
48
(IEEE802.3 af)
Power
Power consumption: Max 10
49
W
-35°C ~ +60°C (-31°F ~
50 Working Environment 140°F), Humidity :10%~ 90%
RH(non-condensing)
51 Ingress Protection IP67
CMMI-5, ISO
14001,ISO270001,ISO9001,U
52 Certification Compulsory L,
RoHS,CE,FCC,Environmental
Lab Test-
Make Honeywell, Pelco, Bosch, Mobotics , Axis, ,
Sony, Panasonic, LG, ASONI,
UNV, Infinova. Etc.

5.2.3 4 Mega Pixel Ultra low Light Industrial Grade Bullet


Camera Specification

General Compliance
Sr.No Technical Specification Deviation If any
Specification (Yes / No)
1/2.8", progressive scan, 4.0
Sensor
megapixel, CMOS
4.7~47mm; P-Iris, AF
Lens automatic focusing and
motorized zoom lens
Optical Zoom 10X Lens

Angle of View (H) 65°~9°


49

Angle of View (V) 36.9°~3.8°

Angle of View (O) 80°~10.6°

Pan: 0°~360°

Adjustment angle Tilt: 0°~90°

Rotate: 0°~360°
Auto/Manual,
Shutter
1/10~1/100,000s
Minimum Colour: 0.001 Lux (F1.4, AGC
Illumination ON) 0 Lux with IR
Auto/Manual, F1.6~F3.0, DC-
Iris
Iris
IR-cut filter with auto switch
Day/Night
(ICR)
Digital noise
2D/3D DNR
reduction
S/N >52dB

Smart-IR ,up to 100m (328ft)


IR Range
IR range
Defog Digital Defog

WDR 120dB

Ultra 265,H.265, H.264,


Video Compression
MJPEG
Baseline profile, Main Profile,
H.264 code profile
High Profile

Main Stream: 2MP


(1920×1080): Max. 30 fps; Sub
Stream: 2MP (1920×1080):
Frame Rate
Max. 30 fps; Third
Stream:D1(720×576) : Max.
30fps

9:16 Corridor Mode Supported

HLC Supported
BLC Supported
OSD Up to 8 OSDs
Privacy Mask Up to 8 areas
50

ROI Up to 8 areas
Motion Detection Up to 4 areas
Intrusion, cross line, motion
Behavior Detection
detection
Enter and loiter in a pre-
Intrusion
defined virtual region
Cross a pre-defined virtual
cross line
line
Moving within a pre-defined
motion detection
virtual region

Recognition

Face detection Audio
detection
Intelligent
Defocus, Scene Change
Identification
Statistical Analysis People counting

Watermark, IP Address
Filtering, Tampering Alarm,
Alarm input, Alarm output,
General Function
Access Policy, ARP Protection,
RTSP Authentication, User
Authentication

Audio Compression G.711


Two-way audio Supported
Suppression Supported
Sampling Rate 8 KHZ
Edge Storage Micro SD, Up to 128 GB
Network Storage ANR

IPv4, IGMP, ICMP, ARP, TCP,


UDP, DHCP, PPPoE, RTP, RTSP,
Protocols RTCP, DNS, DDNS, NTP, FTP,
UPnP, HTTP, HTTPS, SMTP,
802.1x, SNMP

Compatible
ONVIF(Profile S, Profile G), API
Integration
Audio I/O Audio cable
1 Input: impedance 35 kΩ;
amplitude 2 V [p-p]
1 Output: impedance 600 Ω;
amplitude 2 V [p-p]
Alarm I/O 2-In / 1-out
Serial Port 1 RS485
51

1 RJ45 10M/100M Base-TX


Network
Ethernet
1 BNC, impedance 75 Ω;
Video Output
amplitude 1 V [p-p]

Power
±
DC12V 25%, AC24V 25% ±
,PoE (IEEE802.3 at)

Power consumption: 13.7W

Ingress Protection IP67


Reset Button Supported

, ISO
Certification 14001,ISO270001,ISO9001,UL,
RoHS,CE,FCC,IP67,BIS

, Honeywell, Pelco, Bosch, Mobotics , Axis, ,


Make Sony, Panasonic, LG, ASONI,
UNV, Infinova. Etc.
52

5.2.4. 4 Mega Pixel Industrial Grade Bullet Camera 40 Mtr.


Compliance Deviation
Sr.No General Specification Technical Specification
(Yes / No) if any
1/3", megapixel, 4.0 progressive
Sensor
scan, CMOS
Lens 4.0mm /6.0mm @ F2.0
Observe 36 Ir LED
Recognition (mtr) 18mtr / 27mtr
Identification 9mtr /13.5mtr
IR Detection 30mtr
Angle of View(H) 78.9°
Angle of View (V) 39.6°
Angle of View (O) 97.1°
Pan: 0°~360°
Adjustment angle Tilt: 0°~90°
Rotate: 0°~360°
Shutter Auto/Manual, 1/6~1/100000 s
Minimum
Colour: 0.02 Lux (F2.0, AGC ON)
Illumination
0 Lux with IR on
Day/Night IR-cut filter with auto switch (ICR)
Digital noise
2D/3D DNR
reduction
S/N >52dB
IR Range Up to 30m /50mtr (98 ft) IR range
Defog Digital Defog
WDR 120dB
Video Compression Ultra 265,H.265, H.264, MJPEG
Baseline profile, Main Profile,
H.264 code profile
High Profile
Main Stream:4MP (2592×1520):

Max. 20 fps 4MP (2560×1440):

Max. 25 fps 3MP (2048×1520):
Max. 30 fps;
Sub Stream:2MP (1920×1080):
Frame Rate
Max. 30 fps;
Third Stream:D1(720×576) : Max.
30fps
9:16 Corridor Mode Supported
HLC Supported
BLC Supported
OSD Up to 8 OSDs
Privacy Mask Up to 8 areas
53

ROI Up to 8 areas
Motion Detection Up to 4 areas
Intrusion, cross line, motion
Behavior Detection
detection
Enter and loiter in a pre-defined
Intrusion
virtual region
cross line Cross a pre-defined virtual line
Moving within a pre-defined
motion detection
virtual region
Recognition Face detection
Intelligent
Defocus, Scene Change
Identification
Statistical Analysis People counting
6KV surge protection,Watermark,
IP Address Filtering, Tampering
General Function Alarm, Access Policy, ARP
Protection, RTSP Authentication,
User Authentication
Edge Storage Micro SD, Up to 128 GB
Network Storage ANR
IPv4, IGMP, ICMP, ARP, TCP, UDP,
DHCP, PPPoE, RTP, RTSP, RTCP,
Protocols
DNS, DDNS, NTP, FTP, UPnP,
HTTP, HTTPS, SMTP, 802.1x,SNMP
Compatible
ONVIF(Profile S, Profile G), API
Integration
1 RJ45 10M/100M Base-TX
Network
Ethernet
12 V DC±25%, PoE (IEEE802.3 af)
Power Power consumption: Max 6.4 W
(15% ± Wide Voltage range)
-35°C ~ +60°C (-31°F ~ 140°F),
Working Environment Humidity :10%~95% RH(non-
condensing)
Ingress Protection IP67
Reset Button Supported
CMMI-5, ISO 14001, ISO270001,
Certifications
ISO9001,UL,RoHS, CE,FCC,Ip67,
Mandatory
Enviromental Test Report
54

2MP 33x IR Network PTZ Dome Industrial Grade Camera


Compliance Deviation
General Specification Technical Specification
(Yes / No) if any
1/2.8", progressive scan,2.0
Sensor megapixel, CMOS. It may vary
from (2.8” to 4.7”)
3.7 ~ 125 mm , AF automatic
Lens
focusing and motorized zoom lens
Digital Zoom 16
Optical Zoom 33
Angle of View (H) 71.7°~ 2.4°
Angle of View (V) 43.4°~1.3°
Angle of View (O) 88.2°~2.8°
Auto/Manual; shutter time: 1 ~
Shutter
1/100000 s
Minimum Colour: 0.01 lux (F1.5, AGC ON) 0 lux
Illumination with IR
Iris Auto/Manual; F1.5 ~ F4.0
Day/Night IR-cut filter with auto switch (ICR)
Digital noise
2D/3D DNR
reduction
S/N >52dB
IR Range Up to 150 m (492 ft)
Defog Digital Defog
WDR 120dB
Video
Video Compression Ultra 265,H.265, H.264, MJPEG
Baseline profile, Main Profile,
H.264 code profile
High Profile
Main Stream:2MP
(1920×1080):Max. 30 fps;
Sub Stream:2MP (1920×1080):Max.
30 fps;
Frame Rate
Third Stream: D1 (720×576): Max.
30 fps
HLC Supported
BLC Supported
EIS Supported
OSD Up to 8 OSDs
Privacy Mask Up to 24 areas
ROI Up to 8 areas
55

Motion Detection Up to 4 areas


Smart
Intrusion, cross line, motion
Behavior Detection
detection, auto tracking
Enter and loiter in a pre-defined
Intrusion
virtual region
cross line Cross a pre-defined virtual line
Moving within a pre-defined
motion detection
virtual region
auto tracking Tracking the specified target
Recognition 、
Face detection Audio detection
Intelligent Defocus, Scene Change, Object
Identification Left, Object Moving
Statistical Analysis People counting
Watermark, IP Address Filtering,
Tampering Alarm,
Alarm input, Alarm output, Access
General Function
Policy, ARP Protection,
RTSP Authentication, User
Authentication
Audio

Audio Compression G.711


Two-way audio Supported
Suppression Supported
Sampling Rate 8 KHZ
Storage
Edge Storage Micro SD, up to 128 GB
Network Storage ANR
Network
IPv4, IGMP, ICMP, ARP, TCP, UDP,
DHCP, PPPoE, RTP,
Protocols RTSP, RTCP, DNS, DDNS, NTP, FTP,
UPnP, HTTP, HTTPS,
SMTP, 802.1x, SNMP
Compatible
ONVIF(Profile S, Profile G), API
Integration
Pan & Tilt
Pan Range 360° (endless)
0.1°/s ~ 240°/s
Pan Speed Preset speed: 300°/s
56

Tilt Range –15° ~ +90° (auto reverse)


0.1° ~ 160°/s
Tilt Speed Preset speed: 240°/s
Number of Presets 1024
Up to 16 patrols, up to 32 presets
Patrol
per patrol
Home Position Supported
Interface
Audio cable
Input: impedance 35 kΩ;
Audio I/O
amplitude 2 V [p-p]
Output: impedance 600 Ω;
amplitude 2 V [p-p]
Alarm I/O
1RJ45 10M/100M Base-TX
Network
Ethernet
General
24 V AC±25%, 24 V DC±25%
Power Power consumption: 9 ~ 42W
-40°C ~ 65°C (-40°F ~ 149°F),
Working Environment Humidity:10%~95% RH(non-
condensing)
Ingress Protection IP66
Vandal Resistant IK10
Protection IP66, Vandal-proof IK10
Regulatory CE, FCC, UL
Honeywell, Pelco, Bosch, Mobotics ,
Make Axis, Sony, Panasonic, LG, ASONI, UNV,
Infinova. Etc.

5.2.4 Recording Servers (At control Room)


Compliance Deviation
General Specification Technical Specification
(Yes / No) If any
Video/Audio Input
IP Video Input 128-ch
Two-way Audio Input 1-ch, BNC
Network
Incoming Bandwidth 512Mbps
Outgoing Bandwidth 384Mbps
Remote Users 128
57

Protocols P2P, UPnP, NTP, DHCP, PPPoE, IPV 6.


Video/Audio Output
VGA:1920x1080p /60Hz, 1920x1080p /50Hz, 1600x1200
/60Hz, 1280x1024 /60Hz, 1280x720 /60Hz,

1024x768/60Hz HDMI1 4K (3840x2160) /30Hz,
1920x1080p /60Hz, 1920x1080p /50Hz, 1600x1200 /60Hz,
HDMI/VGA Output 1280x1024 /60Hz,1280x720 /60Hz, 1024x768 /60Hz
HDMI2:4K (3840x2160) /30Hz, 1920x1080p /60Hz,
1920x1080p /50Hz, 1600x1200 /60Hz, 1280x1024
/60Hz,1280x720 /60Hz, 1024x768 /60Hz

Recording Resolution 12MP/8MP/6MP/5MP/4MP/3MP/1080p/960p/720p/D1/2CIF/CIF

Audio Output 1-ch, BNC


Synchronous Playback 16-ch
Corridor Mode Screen 3/4/5/7/9/10/12/16/32
Decoding
Decoding format Ultra 265, H.265, H.264

Live view/Playback 12MP/8MP/6MP/5MP/4MP/3MP/1080p/960p/720p/D1/2CIF/CIF

4 x 12MP@20, 4 x 4K@30, 16 x 1080p@30, 36 x 720p@30, 64 x


Capability D1

Hard Disk
SATA 16 SATA interfaces
Capacity up to 8TB for each HDD
eSATA 1 eSATA interface
miniSAS 2 miniSAS ports
Smart
Face detection, Intrusion detection, Cross
line detection, Audio detection, Defocus
VCA Detection
detection, Scene change detection, Auto
tracking
VCA Search Face search, Behaviour search
Statistical Analysis People counting
Disk Array

Array Type RAID 0/1/5/6/10/50/60

External Interface
4 RJ-45 10M/100M/1000M adaptive
Network Interface Ethernet Interface 2
1000M SFP Ethernet Interface
Serial Interface 1 x RS232, 1 x RS485
USB Interface Rear panel: 4 x USB3.0
58

Alarm In 24-ch
Alarm Out 8-ch
Decoding Card 2 slots (4-ch HDMI or 6-ch HDMI outputs
(optional) per card)
Power Output 12V
General
Power Supply 100 ~ 240V AC
Power Consumption: ≤ 50 W
Power Supply
( without HDD )
-10°C ~ + 55°C (
Working Environment +14°F ~ +131°F ), Humidity ≤ 90% RH
(non-condensing)
Chassis 19-inch rack-mounted 4U chassis

CMMI-5, ISO 14001,ISO270001,ISO9001,UL,


Certification
RoHS, CE,FCC,,LAB TEST Reports
Honeywell, Pelco, Bosch, Mobotics , Axis, , Sony,
Panasonic, LG, ASONI,
Make UNV, Infinova. Etc.

5.2.6 Video Client – Work Station


VMS-Client shall require following minimum hardware and operating system configuration:
i. Intel Motherboard
ii. Processor: Intel ® i7, 4 GHz
iii. System Memory (RAM): 8 GB
iv. Optical Drive: DVD-R
v. Hard Disk Drives: 1TB
vi. 21” LED Screen. Work stations should be capable of connecting 3 LEDs.
vii. Make : Dell, HP, Lenovo, Samsung, IBM
Network Interface Card (NIC): Dual or compatible pair of NICs, with each port having 2 Gbps capacity.
i. Human Interface: 102-key keyboard and a mouse pointing device
ii. Graphics Adapter: NVIDIA 2GB Independent Graphic Card
iii. Operating System: Original software CDs and startup installation diskettes for:
Windows® 10 and above Professional 64-bit (WOW64mode)
Net Framework 4.0
5.2.7 Centralised Core Switch Layer 2 Industrial Grade Switch for Junctions

Features Description
Shall support a minimum of Eight (8) 10/100/1000 Mbps RJ45 auto-negotiate ports
Ports with
Min 30% spare RJ 45 Ports for future scalability Shall support a minimum of two
(2) uplink optical fiber ports 100/ 1000 Mbps (Tx & Rx) or 10/100/1000-Base-T
Performance Switching Capacity: Non-Blocking, Forwarding Rate: Wire Speed, Power over
Ethernet
59

Power over Should support PoE as per IEEE 802.3af(15W) for IP cameras and other PoE
Ethernet enabled devices
Layer 2 & IEEE 802.1d STP and IEEE 802.1w RSTP, IEEE 802.1Q-VLAN, IEEE 802.1x, IEEE
Security 802.3ad

Features IGMP snooping, IGMP Query, DHCP Server ,Port mirroring, LLDP, IP Binding per
Port, IEEE , 802.1x Port Access Control
Shall support aggregate uplink connections to provide additional bandwidth
through open standard LACP
Resiliency Should seamlessly integrate with the core Aggregation switch proposed shall
support Redundant power inputs for high reliability
Management Management Via NMS , Telnet , SSH , Web GUI , Local Console port SNMP
v.1/v.2/v.3, NTP, RMON for Statistics , History , Alarms and Events
Security IP Access and port security, IP Binding per Port
Environmental The switch shall be a rugged, industrial grade Ethernet switch designed to
operate under harsh environmental conditions including continuous operational
temperature of (0 to 60º+ Celsius), humidity (95%+ condensing) with min IP 30
Enclosure rating.
The access switch shall also be placed in an enclosure that provides protection
from humidity, moisture and airborne substances, rain, wind, dust, high
temperature, roadside pollutants, vandalism, pests, and theft of equipment,
should have MTBF of min 180,000hrs or more

Interoperability For seamless integration, all active components (SFP's, Switches) should of same
OEM shall support industrial Ethernet applications such as Intelligent
Transportation Systems (ITS) thereby supporting applications like CCTV solutions,
automatic number plate recognition cameras and other advanced applications
that utilize live data from other sources.
Makes Allied Telesis, Juniper, Belkin, Cisco, HUAWEI, TECH ROUTE, DLink, HP, Dax,
Nortel

5.2.8 Centralised Core Switch Layer 3 for Command Control Center


Description
Layer-3 Switch. 19” Rack Mountable with stackable. Min. 24 Nos. 10/100/1000BaseT and 4 1G/10G
SFP+ ports 1+1 internal Redundant, load sharing Power supply Two core switches will be connected in
100% redundancy, Active-active mode to avoid single point of failure in network. Both the core switch
will connect to each other on a high speed stacking cable that should be supplied along with the
switch. Each VMS Server will have dual NIC cards to connect to both the Core switches, and in case of
failure of one core switch other should take over, without loss of connection between VMS &
cameras.
Min. 128 Gps switching fabric, Min.95 Mpps forwarding rate. Should be wire speed switching and
routing capabilities and non-blocking architecture, Supports for 10KB Jumbo frame size.
Support VLANs. Should have Policy based QoS features. Should be able to handle complex traffic
queuing requirement with full security.
Should support all routing protocols as per requirement.
The Active - Active Virtual chassis cluster should support technology functionality locally or over
geographically diversified locations should support RIP,OSPF,PIMv4-SM, DM and SSM,EPSR master
VLAN double tagging (Q-in-Q),RIPng, OSPFv3,MLDv1 and v2 from day one
Makes: Allied Telesis, Juniper, Belkin, Cisco, HUAWEI, TECH ROUTE, DLink, HP, Dax, Nortel.
60

5.2.10 4K FHD LED Screen

LED screen
Features Specifications
LED Panel Display Type 4K Edge LED,
LED Panel Viewable 43”
Resolution 4K, 3840*2160 Pixel
Internal Speakers 2
Front Controls Power On/Off with LED
Automatic NTSC/PAL; 31.5 ~ 80 KHz (Horizontal) ; 56 ~
Scan System 75 Hz (Vertical)
HDMI Port – 2 channels , USB Port – 2 Nos, Mini DIN (Y/C Video)
DVI-I, 15-pin D-Sub for VGA/SXGA Audio Inputs PC Audio (mini jack) Video
Video Connectors Audio (2 channels RCA - looping)
Power Input AC Input – 100 to 240V ~ 0.5A, 50/60Hz
Power Output DC Output – 12VDC, 0.5A, 133W
Power Cord Detachable IEC
Display Mode DVI-I/SXGA/XGA/VGA

Display Colors Edge LED, Ultra Slim, 16.7 Million


Luminance 400 cd/m²

Contrast Ratio DC 20,000:1 (1,000:1) (Typ.)


Viewing Angle 140º horizontal, 160º vertical
Operating Temperature 41° to 104° F (5° to 40° C)
Storage Temperature -77º to 140º F (-25º to 60º C)
Operating Humidity 30% to 80% relative, non-condensing

Emissions FCC: Part 15, Class B

Immunity CE: EN55022: 1998/A1:2000/A2:2003

Safety UL/cUL: 6500, EN60950-1:2001

Approved Make Panasonic, Samsung, LG, Sony.

5.2.11 Cable & other accessories (All reputed Makes as approved by Engineer In-charge)
Features Specifications
OFC Cable Armoured, loose tube, Gel filled, rodent resistant, direct burial type.
Consisting of 12-core fibres of nominal diameter 8.8 micro meter to
9.8 micro meter and nominal cladding diameter 125 micro meter ± 1;
Attenuation: 1310 nm 0.4 db/km & at 1550 nm - 0.30 db/km; Cut-off
Wavelength -1260 nm; Op. Temp. -10
DegC – 70 DegC; Corrugated steel tape armor; Tensile Rating: 1200N;
Max. Crush Res.: 3000N; ISO/IEC11801,TIA 568,ICEA640 compliant

LIU LIU should be provided for terminating the optic fibre cables. It shall
provide minimum bending radius and the splice trays shall function as
61

a splice cover for pigtail splicing. It shall be made of aluminium with


powder coating in compliance with latest industry standard. Cable glands
shall be provided for secured anchoring of incoming cables. Rubber
grommets shall be provided at the cable entry point for tight sealing. The
splice tray shall be made of ABS materials. 12/6 Port
Pigtails SC Type; 1 M; Insertion Loss < 0.5 db; Return Loss>40db; Bend
Radius>30mm
Optic Fiber Connectors Optic fiber connectors should be single mode SC/ST type with push-pull
mechanism and fully in compliance with latest industry standard. Optic
fiber connectors should be of standard make.
Optic Fiber Adaptors Optic fiber adaptors should be suitable for single mode SC/ST type fiber
cable connectors and shall be fully in compliance with latest industry
standard. It shall be with snap/latch mechanism. Optic fiber adapters
should be of standard make.
Optic Fiber Patch Cords Optic fiber patch cords should be suitable for single mode SC/ST type fiber
cable connectors with plastic moulded plug type connectors in compliance
with latest industry standard. Optic fiber patch cords should be of
standard make. Min. Return Loss>50 db
Media Convertor/ SFP Should convert giga Ethernet port to fiber port and vice- versa; should
Module support
half and full-duplex operation; transparent to IEEE 802.1Q packets; rack-
mountable; should have auto MDI/MDI-X & feature which should enable
the fiber optic ports on the media converter to pass the ‘Link’ status of
their connections to each other. When the media converter detects a
problem with one of the ports, such as the loss of connection to an end-
node, the media converter should shut down the connection to the other
port, thus notifying the node that the connection has been lost.
OF Testing The manufacturer of the cabling system shall provide optical fibre testing
procedures that clearly describe the tools and settings to be used to ensure
correct measurements of the system. All the OF links have to be tested and
must pass the acceptance criteria.
Acceptability criteria shall be: The measured attenuation shall be lower
than the acceptable link attenuation calculated (Formula: Allowable
cable loss per km x Km of fiber in link + 0.4dB x No. of connectors=
Maximum allowable loss)
Testing shall consist of a bi-directional end to end by using either OTDR or
Fiber Cable Tester. The system loss measurements shall be provided at
1310 and 1550 nanometres for single mode fibers.

CAT6 Cable Armoured CAT 6 Cable; 4 pair UTP Cable 23 AWG Solid Bare Copper
polyethylene insulation & armoured. Applicable standard TIA/EIA 568.B;
Insulation Resistance 100MOhm Capacitance <5.6 nf/100m

CAT 6 I/O The RJ45 connector shall be screened to ensure protection against EMI and
for Alien cross-talk compliance. It offers the 500 MHz performance required
to be used to form a 100 meters Class EA channel as specified in ISO/IEC
11801:2002/A1:2008 and EIA/TIA 568 B2-10. All outlets fitted with
shutters.
62

Copper Testing The manufacturer of the cabling system shall provide copper testing
procedures that clearly describe the tools and settings to be used to ensure
correct measurements of the system. The following parameters have to
be tested:
Length
Attenuation
Pair-to-Pair Near-End Cross Talk (NEXT)
Power Sum NEXT
Far-End Cross Talk (FEXT)
Pair-to-Pair Equal Level Far End Cross Talk (ELFEXT)
Power Sum ELFEXT
Attenuation to Cross Talk Ratio (ACR)
Power Sum ACR
Propagation delay and Delay Skew
Return Loss
All links must be characterized up to 100 MHz
Rack 12U Outdoor 19” Network Rack with Cable Managers & 1 Fan, 1MCB, 1 Power strip of 4
weatherproof Sockets, Weatherproof, Partition Tray
Power Cable 3-Core, 1.5 sq mm, multi strand with annealed electrolytic copper
conductor with resistance > 8.2 Ohm/Km; PVC insulated (0.3 mm
inner+1.8 mm outer sheath) armoured with galvanized steel wire with
90% coverage; IS 694:1990 reaffirmed 1995 or latest compliant
PTZ (Data) Control 2 pair twisted Cable 23 AWG Solid Bare Copper polyethylene/PP
Cable insulation.
Makes Havells, Anchor, DLink, Belkin, Plaza, Bajaj, Polycab, Finolex, Foconec,
Sterlite & UM cables
63

5.2.12 UPS- Uninterrupted Power Supply

Features Specifications
Output Parameters
Output Power Capacity 6 KVA online
Nominal Output 240V
Voltage
Output Voltage Less than 5% at full load
Distortion
Output Frequency 47 - 53 Hz for 50 Hz nominal,57 - 63 Hz for 60 Hz nominal
(sync with bypass)
Crest Factor up to 3 : 1
Input Parameters
Nominal Input Voltage 230V
Input Frequency 50/60 Hz +/- 3 Hz (auto sensing)
Battery Parameters
Battery Type Maintenance-free sealed Lead-Acid battery with suspended electrolyte :
leak-proof
Typical recharge time 3 hour(s)
Mechanical
Interface Port(s) DB-9 RS-232, USB

Control panel Alarm when on battery : distinctive low battery alarm :


Audible Alarm configurable delays
Emergency Power Off Yes
Surge energy rating 480 Joules Full time multi-pole noise filtering : 0.3% IEEE surge let-through
: zero clamping response time : meets UL
Operating Temperature 0 - 40 °C
Operating Humidity 0 - 95%
Heat Dissipation <300 BTU/hr
Make APC, Emerson, Luminous, Microtek, Exide, Amron, EATON, Iball, Intex,
Sukam

Features Specifications
Output Parameters
Output Power Capacity 1 KVA offline
Nominal Output 240V
Voltage
Output Voltage Less than 5% at full load
Distortion
Output Frequency 47 - 53 Hz for 50 Hz nominal,57 - 63 Hz for 60 Hz nominal
(sync with bypass)
Crest Factor up to 3 : 1
64

Input Parameters
Nominal Input Voltage 230V
Input Frequency 50/60 Hz +/- 3 Hz (auto sensing)
Battery Parameters
Battery Type Maintenance-free sealed Lead-Acid battery with suspended electrolyte :
leak-proof
Typical recharge time half (1/2) an hour(s)
Charging Time 3.5 hours
Interface Port(s) DB-9 RS-232, USB
Control panel Alarm when on battery : distinctive low battery alarm :
Audible Alarm configurable delays
Emergency Power Off Yes
Surge energy rating 480 Joules Full time multi-pole noise filtering : 0.3% IEEE surge let-through
: zero clamping response time : meets UL
Operating Temperature 0 - 40 °C
Operating Humidity 0 - 95%
Heat Dissipation <300 BTU/hr
Make APC, Emerson, Luminous, Exide, Amron, EATON.

Note: Overhead LT electricity supply lines are installed parallel to all the major roads. Bidder has to
design the power connection from nearest electricity pole and same will be connected through
Overhead cable to the UPS and Cameras. Its bidder responsibility to prepare and pursue with
MSEB for connection. S P OFFICE, OSMANABAD will Take that responsibility cooperation for
connection to MSEB.
5.2.13 Emergency Management System (EMS)

System (IP Outdoor Horn Speakers + A/V Display Screen IP PA Zone Selector with Microphone)
Features Specifications
Functional The purpose of the IP PA system is to establish a Two-way Communication
Requirement channel from the Control Room to the selected zone (cameras location).
The CR Operator should be able to select the zone using the IP PA Controller
& use the microphone to address the public.
The system
should also have the capability to stream-out pre-recorded audio Video
messages or music. The scope of work for the vendor shall include supply
& installation of necessary cables & fixtures required for commissioning of
the system.

Make Bose, Honeywell, Bosch, AXIS, AVC.


65

Pole (Height 7 m) form Outing Camera


Features Specifications
Type of Pole Successful bidder to provide the detailed drawings of approx. 7m high
Pole and specifications of the pole along with the technical bid.
Materials and works of construction should conform to the
following specifications and the IS codes
Height of Pole Equivalent to 7 m or as required
Foundation The Foundation of the tower to be designed basically for three types
of soils namely, hard/rocky, medium and soft.
1. The foundations design to be as per the actual site requirements
2. Guard against corrosion & soil erosion should be taken care of.
3. The back filling should be done by proper compaction of soil in layers
& should be done before erection of tower M20 concrete shall be used.
Non-galvanizing steel parts should be painted with red oxide coating.

Lightning Arrestor/
surge Protector. To be provided on 7m high pole or existing Pole.

Guy Wires The guy wires should be of galvanized steel. Guy wires should be
mounted on galvanized plates of a thickness of 5 mm, supporting the
mast at different levels.
Notes a. All the major components of materials for tower shall be procured
from 15 approved sources and certificate to this effect shall be given
by the manufacturer.
b. All responsibility for Pole erection shall lie with the BIDDER who
would follow safety norms as per 157205 (1974).
c. Adequate care shall be taken while erecting towers at the working
exchanges/ offices by providing safety precautions for men and
materials working thereon. The contractor shall ensure minimum
inconvenience to the staff / general public while carrying out the
work assigned.
d. During the installation use all the protection equipment to avoid
injuries.
i. Mandatory use of helmet and protection equipment
ii. Use safety shoes, to protect feet from falling objects
e.
Rate for towers and poles to be quoted by the bidder supply and
installation including cost of all materials and accessories of the
towers, guy wires, RCC foundation, nuts, bolts, earthing strips,
aviation warning lamps and lightning arrestors etc complete .
66

Panic Alarm Switch

Features Specifications
Functional Panic Alarm Button/Switch shall be installed at all the camera locations.
Requirement The switch shall work on the principal of voltage change to activate the
relay-in of the camera that would raise/display an alarm on the Control
Room Monitors. Common public can press the button for Summoning
immediate assistance/help in the case of emergencies. The panic buttons
should be designed for weather-proof & vandal-proof outdoor
applications & should resist accidental activations. To avoid misuse &
false alarms, the switches shall be installed in the field of view of the on-
location camera/s. The scope of work for the vendor shall include supply
& installation of necessary cables & fixtures required for commissioning of
the system.
Make Ahuja, Bose, Creative, Philips, Yamaha, Vingtor, Kintronic
67

Sl. Item Description Make/ Model Quantity Unit Complian


No. s ce
(Yes/No)

1 2 3 4 5 6
1 Items :
ANPR OUTDOOR BULLET IP
1.01 CCTV 15 Nos
5 MP. Range :- 50M UL certified
Motorize zoom OUTDOOR
BULLET IP CCTV.
1.02 43 Nos
4 MP Range 80-100M. UL
certified
Outdoor type PTZ camera
1.03 2MP 33X Optical Zoom. UL 2 Nos
certified
Junction Box Termination Outdoor
1.04 Encloser Rack Weather Proof with 15 Nos
pole mount brackets
8 Port Poe Industrial switch
1.05 250mtr range with 2 SFP Modules 15 Nos

1KVA UPS for 30 min Backup and


1.06 2 batteries. 15 Nos

Lightning Arrester with grounding.


1.07 15 Nos

GI POLE ( 7M) With Installation &


1.08 Concrete Foundation 10 Nos

IP Based Public Announcement


System 40W POE Speaker (2
1.09 10 Nos
speakers at each Square of 5
Locations)
WORK STATION I7/8GB/2GB
Graphics card WITH 22" LED
1.1 1 Nos
DISPLAY. Licence OS, Antivirus.
(Computers / Laptops)

1.11 IP PA Software licence 1 Nos

IP Based Audio Video Mike


1.12 Station with 10 " LED screen 1 Nos

IP Emergency Button Call Unit


1.13 with Audio Video weather proof 5 Nos

IP Server • 128-channel input


•512 MB bandwidth. Up to 12
Megapixels resolution recording •
1.14 16 SATA HDDs, Up to 8TB for 1 Nos
each HDD • Support Hot
swappable, RAID 0,1,5,10.
Redundant Power supply. with
68

VIDEO MANAGEMENT
SOFTWARE.UL certified

48TB HDD for 30Days recording.


1.15 1 Nos

WORK STATION I7/8GB/2GB


Graphics card With 22" LED
1.16 1 Nos
DISPLAY. Licence OS, Antivirus.
(Computers / Laptops)
IP 3 Axis Joystick Keyboard with 5
1.17 " LED screen 1 Nos

6KVA UPS with 16 Nos Battery


1.18 Bank and mounting rack 1 Nos

43" inch 4K UHD Screen


(industrial grade with lesser with
1.19 6 Nos
ultra-narrow bezel) for Camera
viewing
CMS Client Video Wall Controller
1.2 with Software 1 Nos

40" Network Rack with 24 Port


1.21 Fiber LIU Core switch and Fiber 1 Nos
termination splicing.
Total Control room Infrastructure
1.22 Set up(As per details mentioned in 1 Nos
tender document)
24 Port core switch Level 3 with 4
1.23 SFP 1 Nos

Installation of devices and


networking components. Including
Job
Maintenance Charges with 2 Year
1.24 ---- 1 Wor
warranty & services
k
Replacement/repairs of any
component of the entire system.
Testing & Commissioning of
1.25 Control Room ---- 1 Lot

Total Project Insurance for all


1.26 hardware & Software. 2 year

All Miscellaneous
work/components to make to Lum
1.27 ---- 1
system operational (As per details Sum
mentioned in tender document)
CAT 6 Armoured STP Cable with
1.28 Laying 2500 Mtr

12 core OFC Armoured cable with


1.29 Laying 12000 Mtr

3 core,1.5 sq.mm Power cable


1.3 Armoured with Laying 1500 Mtr
69

wireless Point To Point Access


1.31 Point 5.4 Ghzs 1 Nos

32ch NVR with 8TB HDD


1.32 1 Nos

32" Full HD LED Screen with 5 Mtr


1.33 HDMI Cable 1 Nos

5MP IP Camera. Starlight, 1


1.34 4mm/6mm, 40 mtr. UL certified Nos

ANALYTICAL VIDEO 1
1.35 MANAGEMENT SOFTWARE. Nos

3rd Year Comprehensive AMC 1


1.36 ----- year

4th Year Comprehensive AMC 1


1.37 ----- year

5th Year Comprehensive AMC 1


1.38 ----- year

Note: 1) Bidder must fill above mentioned compliance details in Technical Envelop No. 1.

2) We are agree as per the Make/Model mentioned in above table the we filled the rates of each
items in Financial Envelope No.2.

Name and
Seal Of Company
70

6 ANNEXURES

ANNEXURE – I
Letter of Submission
(To be printed on Company's Letter Head)

Date:

To,
The Superintendent of Police,
Osmanabad

Dear Sir,

Sub: The implementation of Osmanabad CCTV Surveillance & Monitoring System

I/We, the undersigned, wish to participate for the referenced contract along with ______________________
____________ (name and address of JV / Consortium Partner) and declare the following:
i. With reference to your Bid Document, I/We, having examined the Document and understood its
contents, hereby submit my/our submission for the aforesaid Project. The Application is Unconditional
and Unqualified.
ii. We have enclosed herewith the recipt of online payment drawn in favour of SUPDT OF POLICE,
Osmanabad
Tender Document Cost of Rs.10,000/- : On line payment recipt number._______ dated ___/___/2019
made from ________ ____________ (name of Bank & Branch)
EMD of Rs.1,00,000/- : Online payment recipt number._______ dated ___/___/2019 made from
___________________( name of Bank & Branch).
iii. We certify that all statements made and information supplied in enclosed here in with is true and
correct.
iv. We certify that we have submitted all information and details necessary for this bid document and have
no further pertinent information to submit.
v. S P OFFICE, OSMANABAD and/or its authorized representatives are hereby authorized to conduct any
inquiries or investigations to verify the statements, documents and information submitted in connection
with this Application, and to seek clarification from our bankers and clients. This Letter will also serve as
authorization for any individual or authorized representative of any institution referred to in the
supporting information, to provide such information deemed necessary and as requested by the S. P
Office.
vi. We hereby state that we have read and understood the terms and conditions of the Tender documents
and agree to abide by them. We further agree to undertake the said project/work to the satisfaction of
the S P OFFICE, OSMANABAD and as per the terms and conditions of the Tender documents.
vii. We have enclosed all the pages & annexures duly initialled as a token of our acceptance of the terms
and conditions of the tender documents.
viii. This Bid is made in the full understanding & acceptance that the S P Osmanabad reserves the right to
reject or accept any or all Bids, cancel the Bidding process without any obligation to inform the Bidder
about the grounds of same.
71

ix. We hereby declare that the statements made and the information provided in the duly completed
Documents are complete, true, and correct in every detail. We also understand that in the event of any
information furnished by us being found later on to be incorrect or any material information having been
suppressed, any tender submitted by us on that basis of may not be considered and liable for suitable
legal action.
x. We hereby certify that no legal dispute pending in any court in execution of any CCTV project or any
judgement against us regarding CCTV Project

(Signature)
(Name & Designation of Authorized Signature)
(Name of the Applicant)
72

Annexure – II
Memorandum of Understanding / JV Agreement
(To be notarized from Public Notary)

It should have clearly outlined details of each Member, their shares, Roles & Responsibilities for this assignment.
73

Annexure – III
Bidder’s Information & Undertaking
(In case of JV, separate sheet to be filled in by all the partners/members)

About the Company

Name of the Company:

Postal Address (Regd. Office):

Postal Address (Local Office):

Constitution, Registration No. & Date:

About the Authorized Signatory:


Name & Designation:

Office Address:

Email:

Cell No.:

Tel./Fax Nos.:

Company Experience

Contact
Value of Contract
Customer Person,
Project Project Project Security Period Project Contact
Name Name & Description Value Surveillance (From- Status Tel. No.
Address Component To)
& Email

Company Credentials:
1. QMS - Provide Details
2. Blacklisted/banned/Delisted - Provide Details
74

Undertaking

On behalf of M/s....................................................... (Name of the Bidder), I, the undersigned, state that all
the information stated above as well as in other parts of our bid is true. I do hereby affirm and undertake to
abide by all the terms, conditions and specifications given in the Bid Document while performing the contractual
obligations relating to the City Surveillance& EMS- Osmanabad project.

Also, I do affirm & assure that the solution proposed by us is complete & total meeting all the functional
requirements of CCTV Surveillance & EMS- Osmanabad as stated in the Tender Document.

Yours faithfully,

(Authorized Signatory)
Name, Signature & Seal of the Bidder
Place:
Date:
75

Annexure – IV

Financial Details of the Bidder


(In case of JV, separate sheet to be filled in by all the partners/members)

We, _________________________________, the Statutory Auditor of _________________________ (name of


the Bidder) hereby certify that, as per the Audited Statement of the Accounts, the financial details of
___________________________ (name of the Bidder) are as follows:

FY 2015-16 FY 2016-17 FY 2017-18

Turnover

Turnover from Security Solutions

Turnover from Customer Support Services

Net Worth

Total Headcount

No. of Certified Service Engineers

The Average Annual Turnover for the above said three (3) Financial Years is Rs. ___________ Cr.

For ______________________________ (Name of the Statutory Auditor)


Chartered Accountants
Firm Registration No. ____________

Partner
Membership No. _______
Dated: ___/___/2019
76

Annexure – V
Manufacturer’s Authorization Form
(to be submitted separately from each OEM of Camera, Wireless Network Device, Server and Software)

Date:

To,
The Superintendent of Police,
Osmanabad

Dear Sir,
1. Our company is a reputed manufacturer of (name & description of equipment), having manufacturing
facilities at (address of manufacturing locations) and Indian/APAC head office at (address).
2. We hereby confirm that __________ number of IP based cameras are supplied and in operations.
3. We hereby authorize M/s (name and address of the bidder) to submit the bid and sign the contract with your
good self for the goods manufactured by us.
4. We are aware of the model numbers of our products quoted for this CE, FCC, UL, UL Lab Report,
CMMI5 ISO9000. 14000, 18000, 20000, 27000 and BIS Certificate and Lab Report of BIS.as
per TENDER DOCUMENT and assure you that these are not end-of-life products. These model numbers are
(product name &model numbers).
5. We are willing to provide a warranty of 2 year on the above mentioned model numbers from the date of
supply.
6. We assure you the availability of spare parts for the above mentioned model numbers for a period of 5
years, from the date of supply.
7. During the period of 5 years from the date of supply, in case the bidder fails to provide you the necessary
service, we will be obliged to provide the same, at no extra cost.

Yours faithfully, (Contact Person) (Designation) (Seal of the Company)


(Name of manufacturers)

Note: This letter of authority should be on the letterhead of the manufacturer with full address, phone number,
email, and website address, and should be signed by a person competent and having the power of attorney to
legally bind the manufacturer.
77

Annexure – VI
Solution Assurance Certificate
To,
The Superintendent of Police, Date:
Osmanabad

Ref.: Tender No. No.:


Sub: Certificate for workability of the Solution.

Dear Sir,
In response to your above referenced tender, M/s _________________________________________ ("Partner-
bidder") have proposed our IP CCTV,IP PA, EMS, VMS, VA Software Product Please mention the Product Make.
Model & Version for Osmanabad city Surveillance and Monitoring System. After carefully examining your techno-
commercial requirement, we hereby certify that the solution (architectural schematic attached separately),
containing following components, proposed by the partner-bidder is supported by & is fully compliant with our
software Product & that the solution is workable. The maximum number of components supported by the
quoted version/model of our software product is also mentioned in the table below:

Sr. Component Name Make Model Specifications


No.

1 VF Motorize Zoom Fixed IP Camera 50 Mtr.

Star Light ANPR Motorize Zoom Fixed IP


2 Camera 100Mtr.
3 IP PTZ Camera 200Mtr.

4 VMS Software

128CH RAID NVR with 24HDD Slot Hot


5 swappable.

6 IP Speakers 40W
IP Emergency Talk Back Unit with Audio
7 Video
8 Video wall controller

9 Video wall Software

10 Workstation

he quoted central hardware / software products quoted by our Partner-bidder, listed below, meet/exceed
the minimum specifications required to host & run the quoted version/model of our software
78

product so as to meet S P OFFICE,


OSMANABAD’s prescribed objectives/ functional requirements & response times to the
complete satisfaction of S P
OFFICE,OSMANABAD.

(Signature)

Full Name : ___________________________________________

Company Name:_______________________________________

Postal Address:________________________________________

Contact No.: (Work) __________________________________

(Cell) __________________________________

Email: _______________________________________________

Attachments:
1. Certified Architectural Schematic of the solution proposed by the Partner-bidder.
79

Schematic System Architecture


(Only for reference. Please read in conjunction with tender Document)
80

Parameters for POC check

Sr. No. Parameters to Check

S P Osmanabad will allocate different Chowks, where Successful Bidder needs


to install each model no. of cameras (as quoted) along with necessary wireless network
1
connectivity to control room with required servers and workstation along with 1 LED monitors
and decoder during specified time.

2 Successful Bidder to demonstrate features of their VMS as mentioned in tender / similar


project implemented by bidder, following points must be shown during POC
Quality of Installation
Establishment of Network connectivity
Performance of Network connectivity
Test of Latency
Video Quality at multiple FPS & resolutions
VMS Features Required
Live, Playback & recording.
Digital Zoom
Instant Playback
Video Snapshot

EMS System
EMS system and its features
Real Centralize Announcement at Any Given Point from Control Room.
3
Emergency Call Back System with Audio video in case of at Any Emergency Chowk.

4 Search Tools, Alarm Management and generation of reports etc. in VMS

You might also like