Download as pdf or txt
Download as pdf or txt
You are on page 1of 427

BIDDING DOCUMENT

Procurement number: _______________


Bid package name: Design, Develop, Implement for Phase 1, 2 and 3A
Project: VSIP III Smart Industrial Park
Issued on: _______________

Bidding Document development Bidding Document issuer

Page 1 / 427
TABLE OF CONTENT

TABLE OF CONTENT .................................................................................................... 2


Part I. BIDDING PROCEDURES ................................................................................... 5
Chapter I. INSTRUCTIONS TO BIDDERS .............................................................................. 5
Chapter II. BID DATA SHEET ................................................................................................ 20
Chapter III. EVALUATION AND QUALIFICATION CRITERIA ........................................ 24
Section 1. Inspecting and evaluating the eligibility of the Technical Proposal .................... 24
Section 2. Qualification and experience evaluation standard ............................................... 25
Section 3. Technical evaluation criteria ................................................................................ 30
Section 4. Inspecting and evaluating the eligibility of the Financial Proposal ..................... 32
Section 5. Alternative Bid: Not applicable ........................................................................... 32
Chapter IV. BIDDING FORMS ............................................................................................... 33
A. BIDDING FORMS IN THE TECHNICAL PROPOSAL .......................................... 35
B. BIDDING FORMS IN THE FINANCIAL PROPOSAL ........................................... 72
C. GENERAL BIDDING FORM ................................................................................... 82
Part II. BID PACKAGE REQUIREMENTS ............................................................... 84
Chapter V. PROJECT AND BID PACKAGE SUMMARY .................................................... 84
Chapter VI. PROGRESS AND TIMELINE REQUIREMENTS ............................................. 94
Chapter VII. REQUIREMENTS SPECIFICATION ................................................................ 97
1. Functional Requirements on the provision of the Smart IP Interventions ........................ 97
2. Technical Requirements on the provision of the Smart IP Interventions ....................... 210
3. Project Implementation Service Requirements ............................................................... 336
4. Post Go-live support requirements.................................................................................. 350
5. Quality System Requirements......................................................................................... 355
6. Environment Health and Safety Requirements ............................................................... 358
7. Documentations and Deliverables Requirements ........................................................... 359
Part III. CONDITIONS OF CONTRACT .................................................................. 363
Chapter VIII. GENERAL CONDITIONS OF CONTRACT (GCC) ..................................... 363
Chapter IX. SPECIAL CONDITIONS OF CONTRACT (SCC) ........................................... 379
Chapter X. CONTRACT FORMS .......................................................................................... 390
Part IV. APPENDIXES ................................................................................................. 427
1. Appendix 1 – Contractor Scope of Works and Supplies .................................................... 427
2. Appendix 2 – Proposed Location and Bill of Quantity....................................................... 427

Page 2 / 427
3. Appendix 3 – Industrial Park Infrastructure Design Document list ................................... 427
4. Appendix 4 – Contractor Master Deliverable List .............................................................. 427

Page 3 / 427
ABBREVATIONS

ITB Instructions to Bidders

BDS Bid Data Sheet

RFP Request for Proposal

EPIC Engineering – Procurement – Installation - Commissioning

TP Technical proposal

FP Financial proposal

BD Bidding Documents

PBB Proposal By Bidder (including Technical proposal and Financial


proposal)

GCC General Conditions of Contract

SCC Special Conditions of Contract

Page 4 / 427
Part I. BIDDING PROCEDURES
Chapter I. INSTRUCTIONS TO BIDDERS
1. Scope of Bid 1.1. The Investor indicated in the BDS, issues these BD for the
EPIC package as specified in Part II – BID PACKAGE
REQUIREMENT.
1.2. The name and number of package prescribed in the BDS.
1.3. Contract duration shall comply with the BDS.

2. Sources of Sources of Funds (or capital-raising methods) to be used for the


Funds package are specified in the BDS.

4. Eligible Bidders 4.1. An eligible Bidder must:


and Eligible a) Have been granted an enterprise registration certificate, a
Supply, establishment decision or equivalent issued by a competent
Equipment and authority of the country in which the Bidder is operating;
Services
b) Keep independent accounting records;
c) Be not undergoing dissolution process, is not thrown into
bankruptcy, and does not incur bad debts;
d) Ensure the competitiveness in bidding as prescribed in the BDS;
dd) Be not banned from bidding;
4.2. Eligible Materials, Equipment and Related Services:
a) All the Materials, Equipment and Related Services to be
supplied under the Contract may be considered eligible if they have
clear and lawful origin. The Bidder must specify symbols,
trademarks (if any) and origin of primary major supply and
equipment. The Investor may request the Bidder to provide
supporting documents for origin of the supply and equipment.
Regarding other types of supply and equipment, the Bidder must
specify their origin during the execution of the Contract.
b) The term “origin” means the country or territory where a product
is wholly obtained or produced completely; or the place where the
last substantial transformation took place for a product which has
been produced in more than one country;

Page 5 / 427
c) Documents proving the origin of supply and equipment, and
eligibility of Related Services may consist of: Certificate of origin,
certificate of quality, bill of lading, deliverables related to supply
and equipment; and documents proving the eligibility of Services
provided for the package.

5. Contents of BD 5.1. The BD consists of Notice of Updates of BD (if any) and Parts
1, 2, and 3 in conjunctions with any Addendum issued
5.2. The Investor is not responsible for the accuracy and
completeness of the BD and their addenda, minutes of pre-bid
meeting (if any) or documents on amendments to BD if they were
not obtained directly from the Investor. If documents received by
the Bidder and documents issued by the Investor are different, the
later shall apply.
5.3. The Bidder shall examine all instructions, forms, terms, and
specifications in terms of the Investor’s requirements and financial
requirements and other requirements in the BD to furnish all
information or documentation required by the BD.

6. Clarification of 6.1. A prospective Bidder requiring any clarification of the BD


BD, Site Visit, shall contact the Investor in writing or ask questions in the pre-bid
Pre-Bid Meeting meeting (if any) as specified in ITB Section 6.4. The Investor will
respond in writing to any request for clarification, provided that
such request is received no later than a given days prior to the
deadline for submission of Bid as specified in BDS. The Investor
shall forward copies of its response to all those who have acquired
the BD directly from it, including a description of the inquiry but
without identifying its source.
6.2. The Bidder is advised to visit and examine the site and its
surroundings and obtain for itself on its own responsibility all
information that may be necessary for preparing the Bid and
entering a Contract. The costs of visiting the site shall be at the
Bidder’s own expenses.
6.3. The Bidder and any of its personnel or agents will be granted
permission by the Investor to enter upon its premises and lands for
the purpose of such visit, but only upon the express condition that

Page 6 / 427
the Bidder, its personnel, and agents will release and indemnify the
Investor and its personnel and agents from and against all liability
in respect thereof. The Bidder, its personnel, and agents will be
responsible for accidents, loss or damage to property, and any other
loss, damage, costs, and expenses incurred as a result of the
inspection. In exceptional circumstances, the Investor shall
provide the Bidder with guidelines for Site Visit as specified in
BDS.
6.4. The Investor shall hold a Pre-Bid Meeting

7. Amendment of 7.1. At any time prior to the deadline for submission of Bid, the
BD Investor may amend the BD by issuing addendum.
7.2. Any addendum issued shall be part of the BD and shall be
communicated in writing to all who have obtained the BD directly
from the Investor.
7.3. Each addendum shall be sent to all Bidders who have obtained
the BD directly from the Investors within a given time as specified
in the BDS. To give prospective Bidders reasonable time in which
to take an addendum into account in preparing their bids, the
Investor may extend the deadline for submission of Bid. The
Bidder must notify the Investor of the receipt of the addendum in
wiring, by post or email.

8. Cost of Bidding The Bidder shall bear all costs associated with the preparation, site-
visit and submission of its bid. The Investor shall not be
responsible or liable for those costs.

9. Language of The Bid, as well as all correspondence and documents relating to


Bid the Bid exchanged by the Bidder and the Investor, shall be written
in the language prescribed in the BDS.

10. Documents The Bid includes Technical Proposal and Financial Proposal,
comprising the which comprise the following:
Bid 10.1. Technical Proposal includes administrative documents, legal
documents, qualification documents, technical proposals of the
Bidder as required by BD. In particular:
a) Letter of Technical Bid

Page 7 / 427
b) Joint venture agreement (for any Bidder in a joint venture) using
form 03 Chapter IV - Bidding Forms;
c) Bid Security, in accordance with ITB Section 18.2;
g) Documentary evidence in accordance with ITB Section 12(a)
and Section 12(b) establishing the Bidder’s qualifications;
h) Technical Proposal
10.2. Financial Proposal shall include the following:
a) Letter of Financial Bid
b) Financial Proposal and Schedules
10.3. Alternative Bids, in accordance with ITB Section 15.1; in
conjunction with Financial Proposal related to the Alternative Bids
(if any);
10.4. Any other document specified in the BDS.

11. Letter of Bid The Bidder shall submit the Letter of Technical Bid and Letter of
and Schedules Financial Bid, and equivalent Schedules using the forms furnished
in Chapter IV - Bidding Forms.

12(a). Documents The Bidder shall fill essential information in the forms mentioned
Establishing the in Chapter IV – Bidding Forms to establish the Bidder’s
Qualifications and qualifications and Eligibility to perform the contract in accordance
Eligibility of the with Chapter III - Evaluation and Qualification Criteria. The
Bidder Bidder shall prepare original documents for verification at the
request of the Investor. In case of application of the
prequalification, if there is any change to the information about the
Bidder’s qualification between the Bid and the application for
prequalification, the new information shall be updated; if not, the
Bidder shall issue a commitment to satisfy all the package’s
criteria.

12(b). Documents 12(b).1. To establish the eligibility of the Goods and Services,
Establishing Bidders shall furnish the country of origin, standard, brand names
Goods and and quality.
Services 12(b).2. To establish the conformity of the Goods and Services to
Eligibility and the Bidding Documents, the Bidder shall furnish the documentary

Page 8 / 427
Conformity to evidence that the Goods conform to the Bidding as specified in the
Bidding BDS.
Documents

13. Technical 13.1 The Bidder shall furnish a Technical Proposal including a
Proposal statement of work methods, equipment, personnel, schedule and
any other information as stipulated in Chapter IV - Bidding Forms,
in sufficient detail to demonstrate the adequacy of the Bidder’s
proposal to meet the work requirements and the completion time.
13.2 The Bidder shall propose single Technical proposal for
bidding. Any bidder propose multiple Technical proposals shall be
disqualified as prescribed in Chapter III - Section 3 Technical
Evaluation Criteria

14. Bid Prices and 14.1. Bid price means the price to be quoted in the Letter of
Discounts Financial Bid, including the total price of the bid (excluding any
discounts offered) to perform the package, in accordance with Part
II – BID PACKAGE REQUIREMENT.
14.2. The Bidder shall submit the Bid with all lots and items
specified in Section 4.2, Chapter III of this BD and the Bid unit
price and amount of all lots and items shall be stated in columns
"Item/Description", “Quantity” for each item or component
prescribed in Forms No. 21(a), 21(b), 21(c), 21(d) Chapter IV -
Bidding Forms. In case the Bidder insert no value or insert “0” in
the columns “Unit Price” and “Total Price”, the Bidder shall be
considered allocating the price of this work item to another work
item of the package, the Bidder shall be responsible for performing
these work items in conformity with the Bid’ requirements without
any payment from the Investor during the contract performance,
except for total price quoted by item or component.
14.3. Discount offered by the Bidder shall be written directly on
the Letter of Financial Bid or on a separate Letter of Discount. The
Bidder shall specify the discounting method and discounted items
mentioned in Columns “List of Goods” and “Description”. If
discounting method is not specified, it will be understood all items
mentioned in the columns “Description” receive equal discounts.
The Letter of Discount may be submitted separately or together

Page 9 / 427
with the Financial Proposal as long as it is received by the Investor
before the deadline for submission of Bid. Any Letter of Discount
separately submitted shall comply with ITB Sections 20.2 and
20.3. The Letter of Discount shall be preserved as part of the
Financial Proposal and opened together with the Bid.
14.4. The Bidder shall be held accountable for their unit price to
perform task as required by the Bid, if the Bid Price is unusual, the
Investor may request the Bidder to clarify the proportion of unit
price.
The Bid Price quoted by the Bidder shall include all taxes, fees and
charges (if any) determined at 28 days prior the deadline for
submission of Bid. In case the Bid Price is not inclusive of taxes,
fees and charges (if any), the Bid of the Bidder shall be rejected.
14.5. Bid Price of the Bidder is fixed.

15. Alternative 15.1. Unless otherwise indicated in the BDS, alternative bids shall
Bids not be considered.

16. Bid currency The Bid currency and Payment currency are prescribed in BDS.
and Payment
currency payment

17. Period of 17.1. The Bid including Technical Proposal and Financial Proposal
Validity of Bids shall remain valid for the period which is not shorter than the
period specified in the BDS. The Technical Proposal or Financial
Proposal valid for a shorter period shall be rejected by the Investor
as non-responsive.
17.2. In exceptional circumstances, prior to the expiration of the
bid validity period, the Investor may request bidders to extend the
period of validity of their bids (including the period of validity of
Technical Proposal and Financial Proposal). If a Bid Security is
requested, it shall also be extended for a corresponding period
(equivalent to the extended validity period plus 30 days). If the
Bidder refuses the request, its Bid shall not be kept considering and
the Bid Security shall be returned. The Bidder accepting the
request may not change any content of the Bid. The request and
the responses shall be made in writing.

Page 10 / 427
18. Bid Security 18.1. When submitting a bid, the Bidder shall furnish a Bid
Security before the deadline for submission of Bid in the form of
either a letter of credit or a bank guarantee from a bank, a credit
institution lawfully operating in Vietnam or in foreign (If the bid
security issued by a foreign bank, it is requested that the Bid
security should be issued through its legally operated
representative office in Vietnam (if any) or its validity should be
confirmed by a Vietnamese Bank which have the agent
relationship with the issuing Bank) using Form No. 04 Chapter IV
– Bidding Forms or in another form provided that it contains
essential contents. In the event that the validity period of the bid is
extended, the Bid Security is also extended with the same validity
period.
If a joint venture make a bid, it may perform the Bid Security
following one of two methods below:
a) Every JV’s Party may perform separate Bid Security provided
that total value of the Bid Security is not lower than that mentioned
in ITB Section 18.2; if the Bid Security is not valid, the Bid of the
joint venture shall be rejected as non-responsive. If any JV’s Party
violates leading its Bid Security is not returned as prescribed in
ITB Section 18.5, and the Bid Security shall not be returned.
b) If all JV’s Parties conclude an agreement in which one Party will
be responsible for its Bid Security or for Bid Security of other
Parties in the joint venture. The Bid Security shall be in the name
of the joint venture or the JV’s Party in charge provided that the
total value is not lower than that mentioned in ITB Section 18.2. If
any JV’s Party violates leading its Bid Security is not returned, and
the Bid Security shall not be returned.
18.2. Value, currency and validity period of the Bid Security shall
be specified in the BDS.
18.3. A Bid Security shall be not considered valid in one of the
following cases: it has lower value, shorter validity period as
required in ITB Section 18.2, inaccurate Investor’s name
(beneficiary), non-original paper and invalid signature and
accompanying of disadvantaged conditions to the Investor.

Page 11 / 427
18.4. The unsuccessful Bidder shall be either returned or released
the Bid Security within the period as prescribed in the BDS, from
the date on which the notification of the Bidder selection is sent.
With regard to the successful Bidder, the Bid Security shall be
returned or released after the Bidder performs Performance
Security.
18.5. The Bid Security shall not be returned in one of the following
cases:
a) The Bidder withdraws its Bid (including Technical Proposal or
Financial Proposal) after the deadline for submission of Bid and
during the period of bid validity;
b) The Bidder violates which leads to be cancelled bid
c) The Bidder fails to furnish the Performance Security
d) The Bidder fails to or refuses to negotiate and finalize the
contract, within a period of 05 days from the date of receipt of
notification of contract negotiation except for force majeure cases;
dd) The Bidder fails or refuses to finalize and sign the contract,
within a period as mentioned in the notification of contract award
sent by the Investor except for force majeure cases.

19. Format and 19.1. The Bidder shall prepare the documents comprising the Bid
Signing of Bid consisting of: 1 original copy of Technical Proposal and 1 original
copy of Financial Proposal and a number of photocopies of the
Technical Proposal, Financial Proposal as prescribed in the BDS.
The cover of the documents comprising the Bid shall be clearly
marked “TECHNICAL PROPOSAL ORIGINAL”, “FINANCIAL
PROPOSAL ORIGINAL”, “TECHNICAL PROPOSAL
PHOTOCOPY”, “FINANCIAL PROPOSAL PHOTOCOPY”.
If there any amendments to or replacement for Technical Proposal
or Financial Proposal, the Bidder shall prepare one original and a
number of photocopies of the Bid as prescribed in the BDS. The
cover of documents shall be clearly marked “MODIFIED
TECHNICAL PROPOSAL ORIGINAL”, “MODIFIED
TECHNICAL PROPOSAL PHOTOCOPY”, “MODIFIED

Page 12 / 427
FINANCIAL PROPOSAL ORIGINAL”, “MODIFIED
FINANCIAL PROPOSAL PHOTOCOPY”, “SUBSTITUED
TECHNICAL PROPOSAL ORIGINAL”,
“SUBSTITUEDSUBSTITUTE TECHNICAL PROPOSAL
PHOTOCOPY”, “SUBSTITUEDSUBSTITUTE FINANCIAL
PROPOSAL ORIGINAL”, “SUBSTITUEDSUBSTITUTE
FINANCIAL PROPOSAL PHOTOCOPY”.
19.2. The Bidder shall be responsible for the discrepancy between
the original and the copies. In the event of any discrepancy between
the original and the copies does not lead to any change to the rank
of the Bidder, the original shall prevail. In the event of any
discrepancy between the original and the copies leading change to
the rank of the Bidder, the Bid shall be rejected.
19.3. The original of Technical Proposal and Financial Proposal
shall be typed or written in indelible ink and have page numbers.
Letter of Bid, Letter of Discount (if any), additional documents,
clarifying documents, Price Schedule and other forms prescribed
in Chapter IV - Bidding Forms must bear the signature and seal of
the Bidder’s legal representative or authorized representative (if
any). The authorized representative must obtain a Power of
Attorney using Form 02 of Chapter IV – Bidding Forms or a copy
of the Company Charter, a certified Decision on Establishment of
branch or other documents proving the competence of the
authorized representative, and it shall be submitted together with
the Bid.
19.4. If the Bidder is a joint venture, the Bid must bear the
signatures of legal representatives or all JV’s Parties or the Party
that represents the joint venture according to the joint venture
agreement. In order to ensure that all JV’s Parties are legally
bound, the joint venture agreement must bear the signatures of
legal representatives of all JV’s Parties.
19.5. Any interlineations, erasures, or overwriting shall be valid
only if they are signed or initialed by the person signing the Bid.

20. Sealing and 20.1. The Technical Proposal envelope contains the original and
Marking of Bids the copies and clearly marks it “TECHNICAL PROPOSAL”. The

Page 13 / 427
Financial Proposal envelope contains the original and the copies
and clearly marks it “FINANCIAL PROPOSAL”.
If there is any revision or replacement of Technical Proposal or
Financial Proposal, the modified or alternative documents
(including the original and the copies) shall be put into separate
envelopes and clearly mark it “MODIFIED TECHNICAL
PROPOSAL”, “SUBSTITUTE TECHNICAL PROPOSAL”,
“MODIFIED FINANCIAL PROPOSAL”, “SUBSTITUTE
FINANCIAL PROPOSAL”.
These envelopes: including Technical Proposal, Financial
Proposal, Modified Technical Proposal, Modified Financial
Proposal, Substitute Technical Proposal, Substitute Financial
Proposal (if any), shall be sealed. The sealing of envelopes shall
comply with regulations provided by the Bidder.
20.2. The outer envelopes shall:
a) bear the name and address of the Bidder;
b) be addressed to the Investor in accordance with ITB Section
21.1;
c) bear the name of the procurement in accordance with ITB
Section 1.2; and
d) bear a warning: “not to open before the time and date for
Technical Proposal opening” regarding envelopes of Technical
Proposal, Modified Technical Proposal, or Substitute Technical
Proposal (if any); bear a warning “Do not to open before the time
and date of Financial Proposal opening” regarding envelopes of
Financial Proposal, Modified Financial Proposal, or Substitute
Financial Proposal (if any).
20.3. If the envelopes are not sealed or the seals thereof are lost
during the process they are transferred to the Investor, or they are
not marked as above guideline, the Bidder shall be responsible for
those violations. The Investor will assume no responsibility for the
confidentiality of the bid if the Bidder fails to comply with above
regulations.

21. Deadline for 21.1. Bids must be received by the Investor at the address and no

Page 14 / 427
the submission of later than the deadline for submission of Bid specified in the BDS.
bids The Investor shall receive Bids of all Bidders submitted before the
deadline for submission of Bid, including those who have bought
or received the BD from the Investor. Any Bidder that has not
bought the BD must pay the Investor an amount equal to the selling
price for a set of BD before their Bid envelopes are received.
21.2. The Investor may extend the deadline for submission of Bid
by amending the BD in accordance with ITB Section 7, in which
case all rights and obligations of the Investor and Bidders
previously subject to the deadline shall thereafter be subject to the
deadline as extended.

22. Late Bids The Investor shall not consider any bid that arrives after the
deadline for submission of bids. Any bid received by the Investor
after the deadline for submission of bids shall be declared late,
rejected and returned unopened to the Bidder.

23. Withdrawal, 23.1. A Bidder may withdraw, substitute, or modify its Bid after it
Substitution, and has been submitted by sending a written notice, duly signed by a
Modification of legal representative or an authorized representative, and shall
Bids include a copy of the Power of Attorney in accordance with ITB
Section 19.3. The corresponding substitution or modification of the
bid must accompany the respective written notice. All notices must
be:
a) submitted in accordance with ITB Sections 19 and 20, and in
addition, the respective envelopes shall be clearly marked
“MODIFIED TECHNICAL PROPOSAL” OR “MODIFIED
FINANCIAL PROPOSAL” or “SUBSTITUTED TECHNICAL
PROPOSAL” or “SUBSTITUED FINANCIAL PROPOSAL”, or
“WITHDRAWAL”; and
b) received by the Investor prior to the deadline prescribed for
submission of bids, in accordance with ITB Section 21.1.
23.2. Bids requested to be withdrawn in accordance with ITB
Section 23.1 shall be returned unopened to the Bidders.
23.3. No bid may be withdrawn, substituted, or modified in the
interval between the deadline for submission of bids and the

Page 15 / 427
expiration of the period of bid validity specified by the Bidder on
the Letter of Bid or any extension thereof.

24. 24.1. Information relating to the evaluation of bids, and


Confidentiality recommendation of contract award, shall not be disclosed to
bidders or any other persons not officially concerned with such
process until publication of the Contract Award. No information
mentioned in the bid of the successful Bidder is disclosed to any
other bidders.
24.2. Except for case of the bid clarification prescribed in ITB
Section 25 and the negotiation of contract, the Bidder is not
permitted to contact to the Investor and Consulting firm on any
matter related to its bid and the package from the bid opening time
until the publication of Contract Award.

25. Clarification 25.1. After opening Technical Proposal and Financial Proposal, the
of Bids Bidder is responsible for clarifying Technical Proposal and
Financial Proposal at the request of the Investor. Any request for
clarification of the Investor and any response of the Bidder shall be
in writing. In the event that there is no documentary evidence
establishing the Bidder’s qualifications in the BD, the Investor
shall request the Bidder to clarify and supplement that
documentary evidence. Regarding technical and financial
proposals mentioned in Technical Proposal and Financial Proposal,
the clarification may not change essential information about the
Bidder, Bid and Bid price. The Bidder must notify the Investor of
the receipt of the addendum in wiring, by post, via fax or email.
25.2. The Clarification of Bids between the Bidder and the Investor
shall be in writing.
25.3. During the period prescribed in the BDS, in the event that
there is no documentary evidence establishing the Bidder’s
qualifications in the BD, the Bidder may supplement that
documentary evidence. The Investor shall receive the Clarification
of Bids sent by the Bidder; documentary evidence establishing the
Bidder’s qualifications shall be an integral part of the Bid. The
Investor shall notify of receipt of Clarification of Bids in writing in
writing, by post, by fax or email.

Page 16 / 427
25.4. The Clarification of Bids shall only be made between the
Bidder and the Investor having the bid that needs clarifying. The
contents of the Clarification of Bids shall be treated as an integral
part of the Bid by the Investor. Regarding clarification in terms of
the Bidder’s qualification, technical requirements or financial
requirements, if the deadline for clarification expires, but the
Bidder fails to send any clarification or the clarification does not
satisfy requirements of the Investor, the Investor shall evaluate the
Bid sent prior to the deadline for submission of Bid by the Bidder.
25.5. If necessary, the Investor shall request possibly successful
Bidders to clarify their Bids. The Clarification of Bids shall be kept
record. The Clarification of Bids shall be provided objectively and
transparently.

30. Investor’s The Investor reserves the right to accept or reject any bid, and to
right to accept any annul the bidding process and reject all bids at any time prior to
Bid and to reject contract award
any or all Bids

31. Technical 31.1.All Technical Proposals received prior to the deadline for
Proposal submission of Bid shall be opened and read out information by the
Opening Investor. The Technical Proposal opening shall be done by Investor
without any Bidders’ representatives.

32. Technical 32.1. The Investor shall apply criteria mentioned in this Section
Proposal and method for evaluation prescribed in BDS to evaluate the
Evaluation Technical Proposals. Any other criterion or method other than
those mentioned above shall not be permitted to apply.
32.2. Inspection and evaluation the eligibility of the Technical
Proposal:
a) The inspection and evaluation of the eligibility of the Technical
Proposal shall comply with Section 1 of Chapter III - Evaluation
and Qualification Criteria;
b) The bidders having eligible Technical Proposal shall be
considered further.
32.3. Qualification evaluation:

Page 17 / 427
a) The evaluation of Bidder’s qualification shall comply with
Section 2 of Chapter III - Evaluation and Qualification Criteria;
b) The bidders satisfying qualification requirements shall be
considered further.
32.4. Technical evaluation:
a) The Technical evaluation shall comply with Section 3 of Chapter
III - Evaluation and Qualification Criteria;
b) The bidders satisfying technical evaluation shall be considered
further as prescribed in Section 4 of Chapter III - Evaluation and
Qualification Criteria.

33. Financial 33.1. The Financial Proposal opening shall be done by Investor
Proposal Opening without any Bidders’ representatives.

38. Letter of Together with the notification of bidder selection result, the
Acceptance and Investor shall send Letter of Acceptance and Notification of
Notification of Award, including requirements pertaining to performance security,
Award time for completion and conclusion of contract prescribed in Form
22 of Chapter X – Contract Forms to the successful bidder,
provided further that the Bidder is determined to be qualified to
perform the Contract satisfactorily. The Letter of Acceptance and
Contract Award shall be an integral of the Contract documents. In
the event that the successful bidder fails to complete and conclude
the contract or pay Performance Security before the deadline
mentioned in the Letter of Acceptance and Contract Award, such
bidder shall be rejected without Bid Security return.

39. Bidding The Investor shall notify the bidding cancellation as prescribed in
cancellation ITB 30.

40. Signing the 40.1 Signing the contract agreement will be followed:
contract a) Promptly after receipt of the notification of award, the successful
agreement Bidder shall furnish a letter of acceptance for negotiation and
fulfillment of the contract. After the specified period, failure of the
successful Bidder to submit the above mention letter shall
constitute sufficient grounds for the forfeiture of Bid security.
b) The ultimate goal of the contract negotiation and fulfillment is

Page 18 / 427
to clarify or modify or supplement the arisen issues during bidding
procedure.
c) Once the contract negotiation is successful, the contract
agreement shall be sign by both parties. For the joint venture, the
contract shall be sign by all members of the joint venture.
40.2. Other criteria indicated in the BDS.

41. Performance 41.1. Before the effective date of the contract, the successful bidder
Security shall furnish the Performance Security in the form of a Bank
Guarantee issued by a bank legally operated and located in Viet
Nam or in foreign as prescribed in Chapter X - Special Conditions
of Contract. The Bidder shall, if applicable, use the Bank
Guarantee form prescribed in form 24 of Chapter VIII - Contract
Forms or another form which is approved by the Investor.
41.2. The Bidder shall be not returned the Performance Security in
one of the following cases:
a) Refuse to perform the contract on the effective date of the
contract.
b) Violate terms and conditions of the contract;
c) Perform the contract behind the schedule and refuse to extend
the validity period of the Performance Security.

Page 19 / 427
Chapter II. BID DATA SHEET

ITB 1.1 The Investor is: VIETNAM SINGAPORE INDUSTRIAL


PARK (VSIP) JV CO., LTD

ITB 1.2 The package’s name: “Design, Develop, Implement for Phase 1,
2 and 3A” of “VSIP III Smart Industrial Park” project

ITB 1.3 Duration of contract performance:


Refer Investor’s project milestone in Chapter VI – Progress and
Timeline Requirement

ITB 2 Source of Fund (or capital-raising methods): Owners equity

ITB 4.1 (g) Foreign bidder: Applicable (without any further requirement)

ITB 6.1 For clarification purposes only, the Investor’s address is:
Attention: Mr. Vo Phu Hau
Recipient: Mr. Vo Phu Hau
Street: 08 Huu Nghi
Ward/District No.: Binh Hoa
City/Province: Thuan An, Binh Duong
Post code: 75208
Telephone: +84 274 374 3898
Email address: hau.vp@vsip.com.vn;
cc: buu.tt@vsip.com.vn; vinh.ln@vsip.com.vn;
phuong.truc.tran@vn.ey.com; tri.m.dang@vn.ey.com;
anh.T.Le2@vn.ey.com; hoang.v.lam@vn.ey.com;
long.thanh.ngo@vn.ey.com; jamaal.raazi@in.ey.com;
varun.sharma7@in.ey.com;
The Investor shall receive the request for Clarification of BD not
later than 05 working days before the deadline for submission of
Bid.

ITB 6.3 The Investor will organize site-visit survey

Page 20 / 427
Time: 10:00 AM, 08th – December -2022 (GMT+07)
Place: VSIP III Industrial Park, Hoi Nghia ward, Tan Uyen town,
Binh Duong province.

ITB 6.4 Pre-bid meeting will be organized


Time: 14:00 PM, 08th-December-2022 (GMT+07)
Place: VSIP I Industrial Park Office
08 Huu Nghi Street, Binh Hoa Ward, Thuan An City, Binh
Duong province, Vietnam

ITB 7.3 The Investor shall send Amendment of BD to all bidders received
the BD from the Investor before the deadline for submission of
Bid at least 15 days
In case the time for sending Amendment of BD does not comply
with above regulations, the Investor shall extend the
corresponding deadline for the submission of bids.

ITB 9 The Bid, as well as all correspondence and documents related to


the Bid exchanged by the Bidder and the Investor shall be written
in English
Supporting documents and printed literature that are part of the
Bid may be Vietnamese or another language provided they are
accompanied by an accurate translation of the relevant passages
into English. In case of absence of the translation, the Investor
may request the Bidder to supplement when necessary.

ITB 10.4 The Bidder shall submit the following documents (prescribed in
form 19 (d) of Chapter IV - Contract Forms) By in conjunction
with the Bid :
1. The bidder commits to not increasing software license
maintenance price for the next 3 years, from the date that the
system is officially operated
2. A written commitment for not increasing Unit price when the
Investor purchases more Goods (Hardware and Software
License) for in the next 3 years, from the date that the system is
estimated to be officially operated

Page 21 / 427
3. Information security agreement:
(a) The bidder has no activities leading to information insecurity
in providing software and hardware in Vietnam and on the global
scale.
(b) The bidder commits that the proposed/provided software and
hardware would not be likely to lead to information insecurity in
Vietnam and on the global scale.
(c). The bidder shall comply with the State of Vietnam’s laws and
regulations on IT application and security

ITB 15.1 Alternative Bid shall not be considered.

ITB 16 - The currency of the bid shall be: Vietnam Dong (VND), United
States Dollar (USD), European euro (EUR)
The single currency to which different currencies of all bid prices
are converted (target currency) for the purposes of evaluation and
comparison of Bidding Documents is: Vietnam Dong (VND),
according to the selling rate of a Vietcombank (VCB) on the date
of opening Financial proposal.

ITB 17.1 The bid validity period (Technical Proposal and Financial
Proposal) shall be: 120 days from the deadline for submission of
Bid.

ITB 18.2 Contents of the Bid Security:


- Value and currency of the Bid Security: VND 6,500,000,000
(Six billion five hundred million Vietnam Dong )
- The validity period of the Bid Security: 150 days (which equals
the validity period of the Bid prescribed in ITB Section 17.1 plus
30 days), from the deadline for submission of Bid.

ITB 18.4 The unsuccessful bidders may be either returned or released their
Bid Security within 20 days, from the date on which the results
of bidder selection are announced.

ITB 19.1 The number of copies of the Bid is: 03 Hard copy and 01 Soft
copy (DVD/USB). The number of copies of the Bid and the

Page 22 / 427
number of copies of modified or substitute Bid are the same.

ITB 21.1 Address of the Investor (for Bid submission):


Attention: Mr. Vo Phu Hau
Recipient: Mr. Vo Phu Hau
Street: 08 Huu Nghi
Ward/District No.: Binh Hoa
City/Province: Thuan An, Binh Duong
Post code: 75208
Telephone: +84 274 374 3898
Email address: hau.vp@vsip.com.vn;
Cc: buutt@vsip.com.vn; vinh.ln@vsip.com.vn;
The deadline for submission of Bid is:
10:00 AM, 06th- January – 2023 (GMT+07)

ITB 25.3 The Bidder may send an addendum to the Bid to the Investor
before: 05 days, from the deadline for submission of Bid.

ITB 31.1 The Technical opening shall be done by Investor without


Bidder’s presence

ITB 33.1 The Financial opening shall be done by Investor without Bidder’s
presence

Page 23 / 427
Chapter III. EVALUATION AND QUALIFICATION CRITERIA

Section 1. Inspecting and evaluating the eligibility of the Technical Proposal


1.1. Inspecting the Technical Proposal:
a) Inspect the quantity of photocopies of the Technical Proposal;
b) Inspect the documents of the original Technical Proposal, consisting of: Letter of
Technical Bid, joint venture agreement (if any), power of attorney to sign the Letter of Bid
(if any); Bid Security; documents proving the Bidder’s qualifications; technical proposal;
and other documents of the Bid as prescribed in Chapter IV-Bidding Form;
c) Inspect the consistency between the original copy and photocopies to serve the thorough
evaluation of the Technical Proposal.

1.2. Evaluating the eligibility of the Technical Proposal :


A Technical Proposal is considered eligible when all of the conditions below are satisfied:
a) There is single of Technical Proposal;
b) There is a Letter of Technical Bid bearing the signature and seal (if any) by of the legal
representative of the Bidder. Regarding joint venture, Letter of Bid shall bear the signature
and seal (if any) of the legal representative of every JV’s Party or the head of the joint
venture authorized to sign the Letter of Bid according to the regarding joint venture
agreement;
c) The duration of the contract mentioned in the Letter of Bid shall conform to the
Technical Proposal and the requirements in the Bidding Documents;
d) The validity period of the Technical Proposal satisfies requirements as prescribed in ITB
Section 17.1;
dd) There is a Bid Security of which value and validity period, the Investor’s name
(beneficiary) complies with ITB Section 18.2.

Page 24 / 427
e) The Bidder shall not have its name included in multiple Technical Proposal as a
Contractor (an individual Bidder or a JV’s Party) for the same package.
g) The joint venture agreement shall bear signature and seal (if any) of the legal
representative of each JV’s Party and specify detailed tasks and estimated percentage
thereof performed by each JV’s Party using the form 03 of Chapter IV – Bidding Forms;
h) The Bidder’s status is valid as prescribed in ITB Section 4.1.
Any Bidder having eligible Technical Proposal shall be considered further. Any Bidder
having ineligible Technical Proposal shall have its Bid rejected without further
consideration
Section 2. Qualification and experience evaluation standard
Qualification of a joint venture shall be total qualifications of all JV’s Parties, provided
that each JV's Party is qualified to perform their tasks in the joint venture (except for the
revenue as specified in Section 2.1); if any JV's Party is not qualified to perform their tasks
in the joint venture, the joint venture shall be considered not qualified.
The subcontractors’ qualifications shall not be evaluated when the Technical Proposal of
the Contractor is evaluated (unless the special subcontractor is employed). The Contractor
is required to satisfy all qualification criteria (regardless of the subcontractor’s
qualification).
In case of application of the prequalification, if there is any change to the information about
the Bidder’s qualification between the Bid and the application for prequalification, the new
information shall be updated; if not, the Bidder shall issue a commitment to satisfy all the
package’s criteria.
In case of non-application of the prequalification, the Bidder’s qualification shall be
evaluated as specified in Clauses 2.1, 2.2 and 2.3 of this Section. The qualified Bidder is
the one satisfying all criteria specified in Clauses 2.1, 2.2, and 2.3 of this Section.
Non-qualified Bidder's Bid shall be rejected without further consideration.

2.1. Qualification criteria:


Table of Qualification criteria
TABLE OF QUALIFICATION CRITERIA

Page 25 / 427
Criteria Compliance requirements

Joint Venture Required


Individual document
No. Description Requirement All Parties Each JV's At least one
Bidder
combined Party JV's Party

1 Previous From Must meet Not Must meet Not Form No.
Contract 01/01/2016 to requirement applicable requirement applicable 07
Non- the deadline for
fulfillment(1) submission of
Records Bid, the Bidder
did not fail to
perform any
contract.

2 Pending All pending Must meet Not Must meet Not Form No.
litigation(2) litigation shall requirement applicable requirement applicable 08
be treated as
resolved
against the
Bidder and so
shall in total
not represent
more than 70%
of the Bidder’s
net worth.
(Net asset
value = Total
assets –
Liabilities).

3 Financial requirements

3.1 Historical Submission of Must meet Not Must meet Not Form No.
Financial financial requirement applicable requirement applicable 09
Performance statements enclosed
from 2016 to with
2021 to supporting
demonstrate documents
the current
soundness of
the Bidder’s
financial
position. The
net asset value
of the Bidder in
the years shall
be positive.

Page 26 / 427
Criteria Compliance requirements

Joint Venture Required


Individual document
No. Description Requirement All Parties Each JV's At least one
Bidder
combined Party JV's Party

4 Experience in performing similar bid package (4)

4.1 Experience The bidder Must meet Must meet Not Must meet Form No.
in shall have requirement requirement applicable requirement 13
performing experience in
Smart implementing/
Industrial upgrading/mai
Park, Smart ntenance Smart
Factory Industrial Park
Smart City, Smart Factory,
Smart Smart City,
Urban, Smart Urban,
Smart Smart
Residence… Residence…
system system with
implementati scopes and
on bid functions
packages similar to
with scopes VSIP, within 5
and recent years
functions (2016 - 2021)
similar to with the
VSIP III’s minimum
contract value
of 10 billion
VND: at least
01 contract or
many contracts
combined with
the mentioned
scopes,
functions and
at least 50% of
workload in
each contract is
completed

Experience The bidder Must meet Must meet Not Must meet Form No.
in shall have requirement requirement applicable requirement 13
performing experience in
Smart implementing/
Industrial upgrading/mai

Page 27 / 427
Criteria Compliance requirements

Joint Venture Required


Individual document
No. Description Requirement All Parties Each JV's At least one
Bidder
combined Party JV's Party
Park, Smart ntenance
Factory system for
Smart City, domestic
Smart and/or overseas
Urban, Industrial Park,
Smart Smart Factory
Residence… Smart City,
system Smart Urban,
implementati Smart
on bid Residence…
packages for within 5 recent
domestic years (2016 -
and/or 2021): at least
overseas 01 contract and
at least 50% of
workload in
each contract is
completed

Note:
(1) Non-fulfillment contracts include:
- Contracts that are considered as non-fulfilled by the Investor without objection of the
Bidder;
- Contracts that are considered non-fulfilled by the Investor with objection of the Bidder
but the litigation is treated as resolved against the Bidder by the arbitrator or the court.
Non-fulfilled contracts shall not include the contracts that the Investor’s decisions are
rejected by settlement of disputes. Non-fulfilled contracts shall be determined according to
all information about the dispute or litigation that is settled in conformity with the terms of
settlement of disputes as mentioned in the corresponding contracts and the Bidder could
not file any complaint.

(2) The Bidder shall submit the following documents to demonstrate its revenue: Audited
financial statements or a written confirmation for payment of the Investor for the performed
consultancy and procurement contracts or a tax return or any other legal documents.

(3) High liquidity assets are cash and equivalents, short-term financial instruments,

Page 28 / 427
available-for-sale securities, marketable securities, trade receivables, short-term financial
receivables and other assets that can easily be changed into cash within 1 year.

(4) Similar contracts are the complete contracts that are:


+ Similar regarding nature and complexity (bid package)
+ Similar regarding scope of work/workload
In case of a joint venture, at least 1 member shall fulfill similar contract requirements. Only
take into consideration the value of work performed by a bidder for the contracts in which
the bidder plays the role of a joint venture member or subcontractor.

2.2. Qualification criteria for Personnel for key positions:


The Bidder must demonstrate that it has sufficient personnel for the key positions that meet
the following requirements:

Total Work Experience (at least 7-10 Experience in Similar Work


No. Position
years) (at least 7-10 years)

...

The Bidder shall provide details of the proposed key personnel and their experience records
using forms 14, 15 and 16 of Chapter IV – Bidding Forms.
2.3. Special subcontractor (if any): not applicable

Page 29 / 427
Section 3. Technical evaluation criteria
a. Only those bidders who qualify all criteria requirements in Section-2 of this Chapter
shall be qualified for technical bid evaluation.
b. Technical presentation and/or Proof of Concept (POC) shall be a part of the process
for evaluation of the bids. Bidder shall prepare in advance required
document/material/demo solutions… for illustration of solution system to Investor.
Investor shall invite each single Bidder for their technical presentation/POC during
Technical Evaluation progress. The venue shall be decided by Investor/Bidder (Offline
at VSIP I Building Office, Online via Online meeting platforms).
c. The Investor reserves the right to reject a Product/ Solution/ Service if it is of an
opinion that the offered product/ service does not match the technical
requirements/objectives specified in the BD
d. The technical bid shall first be reviewed for determining the Compliance of the
Technical bids with the BD terms and conditions, Minimum/Mandatory Technical
requirements and the Scope of Work as defined in the PART-II of BD
e. Any bid found to be non-compliant to the mandatory Technical Requirements, BD
terms and conditions and the Scope of Work shall be rejected and shall not be
considered for further evaluation. Bids that are technically compliant would only be
taken up for financial evaluation
f. Bidders shall quote single make and model for same items across project. Request for
change of make and model of those items shall not be allowed after submission of bid,
at the time of contract signing and during the contract period. Bidders shall submit the
detailed Technical Specifications of both hardware and software quoted by them as a
part of their technical bid. Investor reserves right to ask for any further/additional
specification for any hardware or software quoted by the Bidder.
g. Bidder shall propose single Technical proposal for bidding. Any bidder propose
multiple Technical proposals will be disqualified without further
discussion/consideration.
h. Bidder is required to submit all the supporting documents as per the criteria mentioned
in the BD. Investor reserves right to summarily reject any bid which does not contain
all the mandatory supporting document or may ask bidder to resubmit documents, the
decision of Investor shall be final and binding in this regard.
i. To comply with integration requirements, Technical Proposal require to provision all
smart domains/interventions according to Bid scope in PART-II BID PACKAGE
REQUIREMENT, Chapter V, Section 2b. In case if any Smart domain/intervention is
out of Bidder’s capability, Bidder shall coordinate with multiple Sub-contractor(s)/go
into Joint venture of other Parties…for fulfillment above mentioned Bid scope

Page 30 / 427
j. Investor reserves the right to disqualify any bidder based on any criteria considered
relevant and its decision is binding. Investor shall not respond to any query raised by
bidders seeking reasons for rejection of the bid.

Page 31 / 427
Section 4. Inspecting and evaluating the eligibility of the Financial Proposal
4.1. Inspecting the Financial Proposal:
a) Inspect quantity of photocopies of Financial Proposal;
b) Inspect the documents of the original Financial Proposal, consisting of: Letter of
Financial Bid, Summary of Bid Price Quotation and other documents of the Bid as
prescribed in Chapter IV-Bidding Form;
c) Inspect the uniformity of contents between original copy and photocopies to serve the
detailed evaluation of Financial Proposal.
4.2. Evaluating the eligibility of the Financial Proposal:
A Financial Proposal is considered eligible when all of the conditions below are satisfied:
a) There is single of Financial Proposal;
b) There is a Letter of Financial Bid bearing signature and seal (if any) of the legal
representative of the Bidder. Regarding joint venture, Letter of Bid shall bear the signature
and seal (if any) of the legal representative of every JV’s Party or the head of the joint
venture authorized to sign the Letter of Bid according to the regarding joint venture
agreement;
c) The Bid Price mentioned in the Letter of Bid must be detailed, specified in both number
and words, and in conformity with the total Bid Price mentioned in the Summary of Bid
Price Quotation.
d) The validity period of Financial Proposal satisfies requirements as prescribed in ITB
Section 17.1.
The Bidder having eligible Financial Proposal shall be considered Financial Proposal. Any
Bidder having ineligible Financial Proposal shall be rejected without further consideration.

Section 5. Alternative Bid: Not applicable

Page 32 / 427
Chapter IV. BIDDING FORMS

A. BIDDING FORMS IN THE TECHNICAL PROPOSAL


Form A. Technical Bid Submission Checklist
Form No. 01. Letter of Technical Bid
Form No. 02. Power of Attorney
Form No. 03. Joint Venture Agreement
Form No. 04. Bid Security
Form No. 05 (a). Bidder's information
Form No. 05 (b). Joint Venture party information
Form No. 06. List of companies in charge of package works
Form No. 07. Previous Contract Non-Fulfillment Records
Form No. 08. Pending litigation
Form No. 09. Financial Situation of the Bidder
Form No. 10. Average Annual Turnover
Form No. 11. Non-Disclosure Agreement
Form No. 12. Approach, methodology & solution with work plan and staffing
schedule
Form No. 13. Similar contracts
Form No. 14. Table of proposed personnel for key positions
Form No. 15. Curriculum Vitae of personnel for key positions
Form No. 16. Professional qualifications of personnel
Form No. 17. Manufacturer’s Authorization Format (MAF) from OEM
Form No. 18. Scope of work items performed by subcontractors
Form No. 19 (a). Undertaking on change request
Form No. 19 (b). Undertaking on products quoted are not blacklisted
Form No. 19 (c). Undertaking for firmware/software upgrades
Form No. 19(d). Undertaking for product unit price in next 03 years and Information
security compliance.
Page 33 / 427
B. BIDDING FORMS IN THE FINANCIAL PROPOSAL
Form B. Financial Bid Submission Checklist
Form No. 20 (a). Letter of Financial Bid (applicable to the Bidder who has no
discount offer or has discount offer submitted in a separate Letter of Discount)
Form No. 20 (b). Letter of Bid (applicable to the Bidder who has no discount offer
in the Letter of Bid)
Form No. 21 (a). Summary of bid price quotation
Form No. 21 (b). Detailed bid price quotation of smart intervention software/license
Form No. 21 (c). Detailed bid price quotation of smart intervention hardware
Form No. 21 (d). Detailed bid price quotation of smart intervention implementation
services (manpower/engineering)
Form No. 21 (e). Detailed quotation of smart intervention spare parts
(commissioning & 02 years operation)

C. GENERAL BIDDING FORMS


Form C1. Request for Clarification / Pre-bid queries

Page 34 / 427
A. BIDDING FORMS IN THE TECHNICAL PROPOSAL

Form A. TECHNICAL BID SUBMISSION CHECKLIST


1. The following Checklist is intended to help the Bidders in submitting Technical
Proposals which are complete. Incomplete Technical Proposals are liable to be
rejected. Bidders are advised to go through the list carefully and submit Technical
Proposals complete in all respect.
2. Bidders are also required to submit this Checklist, duly completed, along with their
Technical Proposal.
3. Any other documents required as per any other clauses of the Bidding Documents
shall be submitted along with the Technical Proposal even if not indicated in the
following checklist.
4. Technical Proposal Checklist:

Documentary Submitted
No. Description Format
Evidence Enclosed (Yes/No)
1. Technical Bid Form A
Submission Checklist.
2. Letter of Technical Bid Form No. 01 on Company
Letter head
3. Power of Attorney Form No. 02 on Company
Letter head
4. Joint Venture Agreement Form No. 03 on Company
Letter head
5. Bid Security Form No. 04 on Banking
Letter format
6. Bidder's information Form No. 05 (a) on a. Certificate of
Company Letter head Enterprise
7. Joint Venture party Form No. 05 (b) on registration, a
information Company Letter head Establishment
Decision or
equivalent
document issued by
a competent
authority of the
country in which

Page 35 / 427
Documentary Submitted
No. Description Format
Evidence Enclosed (Yes/No)
the Bidder is
operating.
b.Diagram of
organizational
structure
8. List of companies in Form No. 06 on Company
charge of package works Letter head
9. Previous Contract Non- Form No. 07 on Company
Fulfillment Records Letter head
10. Pending litigation Form No. 08 on Company
Letter head
11. Financial Situation of the Form No. 09 on Company Audited financial
Bidder Letter head statements for the
12. Average Annual Form No. 10 on Company last 05 financial
Turnover Letter head years (FY 2016-17,
FY 2017-18, FY
2018-19, FY 2019-
20 and FY 2020-21)
13. Non-Disclosure Form No. 11
Agreement
14. Approach, methodology Form No. 12 with Bidder’s
& solution with work own format
plan and staffing
schedule
15. Similar contracts Form No. 13 on Company Supporting
Letter head documents in-form
16. Table of proposed Form No. 14 on Company
personnel for key Letter head
positions
17. Curriculum Vitae of Form No. 15 on Company
personnel for key Letter head
positions
18. Professional Form No. 16 on Company
qualifications of Letter head
Page 36 / 427
Documentary Submitted
No. Description Format
Evidence Enclosed (Yes/No)
personnel
19. Manufacturer’s Form No. 17 on
Authorization Format OEM/Manufacturer Letter
(MAF) from OEM head
20. Scope of work items Form No. 18 on Company
performed by Letter head
subcontractors
21. Undertaking on change Form No. 19 (a) on
request Company Letter head
22. Undertaking on products Form No. 19 (b) on
quoted are not blacklisted Company Letter head
23. Undertaking for Form No. 19 (c) on
firmware/software OEM/Manufacturer Letter
upgrades head
24. Undertaking for product Form No. 19 (d) on
unit price in next 03 years OEM/Manufacturer/Bidder
and information security Letter head
compliance

Page 37 / 427
Form 01. LETTER OF TECHNICAL BID (1)
Date:________ [insert date of signing of Letter of Bid]
The package’s name: Design, Develop, Implement for Phase 1, 2 and 3A
Project’s name: VSIP III Smart Industrial Park
Invitation to Bid No.: ___[insert the number of the Invitation to Bid regarding selective
bidding]
To: VIETNAM SINGAPORE INDUSTRIAL PARK (VSIP) JV CO., LTD
After carefully examining the Bidding Documents and addendum No. ___[insert the
number of the addendum (if any)], we, ___[insert the Bidder’s name], pledge ourselves to
perform _____[insert the package’s name] in accordance with the Bidding Documents
with the contract duration of ____[insert the total performance duration of all the work as
required by the package] (2). Our Bid includes Technical Proposal and Financial Proposal
separately sealed.
We hereby declare that:
1. We only participate in this Bid as the Contractor.
2. We are not undergoing dissolution process, are not thrown into bankruptcy, and do not
incur bad debts.
3. We do not commit violations against regulations on assurance of competitiveness in
bidding.
4. We are not involved in corrupt, fraudulent or conclusive practice and other violations.
5. Every information provided herein is truthful to be the best of our knowledge.
If the our Bid is accepted, we shall provide the Performance Security as prescribed in
Section 41 - Instructions to Bidders of the Bidding Documents.
This Letter of Technical Bid takes effect within 120 days, from __________[date] (3).

Legal representative of Bidder(4)


[Full name, position, signature and
seal(5)]
Notes:
(1) Bidder must provide sufficient and accurate information including names of the
Investor and the Bidder, effective period of the Bid, which bears the signature and seal (if
Page 38 / 427
any) and of the bidder’s legal representative.
(2) The contract duration mentioned in the Letter of Bid must conform to the Technical
Proposal and Schedule of Construction in the Bid.
(3) Insert the bid closing date as prescribed in Section 21.1 of the BDS.
(4) If the bidder’s legal representative authorizes his/her subordinate to sign the Letter of
Bid, a Power of Attorney (Form 02 provided in this Chapter) must be enclosed. If the
company’s charter or another document permits such subordinate to sign the Letter of Bid,
such document shall be enclosed (In this case, the Power of Attorney is not required).
Regarding joint venture, the Letter of Bid shall be signed by legal representative of every
JV’s Party, unless the head of the joint venture may sign the Letter of Bid according to the
joint venture agreement as mentioned in Form 03 of this Chapter. Each JV's Party may give
authorization similarly to an individual Bidder. If the successful bidder must present
certified true copies of these documents to the Investor before contract conclusion. If
information provided is found inaccurate, the bidder will be considered fraudulent.
(5) If a foreign bidder has no seal, it must furnish there must be a certification issued by a
competent agency that the signature in the Letter of Bid and any other documents of the
Bid belongs to its legal representative.

Page 39 / 427
Form 02. POWER OF ATTORNEY (1)
[Location and date]_______________
I am __________[insert name, ID/passport number, position of bidder’s legal
representative], the legal representative of _______ [insert name of bidder] at
_____________ [insert address of bidder] hereby authorizes _____________ [insert
name, ID/passport number, position of authorized person] to perform the following tasks
during the participation in the process of bidding for Design, Develop, Implement for Phase
1, 2 and 3A of VSIP III Smart Industrial Park held by Vietnam Singapore Industrial Park
(VSIP) JV CO., LTD:
[-Sign the Letter of Technical Bid and Letter of Financial Bid;
- Sign the Joint venture agreement (if any);
- Sign documents with the Investor during the shortlisting processing, including the request
for Clarification of Bidding Documents and Bids; sign requests for withdrawal,
modification or substitutions of Technical Proposal and Financial Proposal;
- Participate in contract negotiation and finalization;
- Sign complaint letter (if any);
- Sign contract with the Investor if it is successful] (2)
The authorized person only performs the tasks within the area of competence of a legal
representative of __________ [insert name of bidder]. ____________ [insert name of
bidder’s legal representative] is totally responsible for the tasks performed by
___________ [insert name of authorized person] within the authorization scope.
The Power of Attorney is effective from __________ [date] to _________ [date] (3) and is
made into _______ copies with equal value. _____ copies are kept by the authorizer, and
_______ copies are kept by the authorized person.

Authorized person Authorizer


[Full name, position, signature and [Full name, position, signature and
seal] seal of the legal representative]

Notes:
(1) The original copy of the Power of Attorney shall be sent to the Investor in conjunction
with the Letter of Bid as prescribed in ITB Section 19.3. The Bidder’s legal representative

Page 40 / 427
may authorize their deputies, subordinates, directors of branches, heads of representative
offices of the Bidder to perform the tasks on behalf of the Bidder. The authorized person
may use the seal of the Bidder or their seal. The authorized person may not authorize
another person.
(2) Area of authorization includes one or multiple tasks above.
(3) Insert the effective date and expiration date of the Power of Attorney in conformity
with the bidding process.

Page 41 / 427
Form 03. JOINT VENTURE AGREEMENT (1)
[Location and date]___________________
Package: Design, Develop, Implement for Phase 1, 2 and 3A
Project’s name: VSIP III Smart Industrial Park
In response to Bidding Documents for “Design, Develop, Implement for Phase 1, 2 and
3A” dated __________ [insert date written on the Bidding Documents];
Representatives of signatories to the joint venture agreement include:
Name of JV’s Party ____[insert name of each JV’s Party]
Represented by Mr./Ms. ___________________________________________
Position: ____________________________________________________
Address: _____________________________________________________
Phone number: ___________________________________________________
Fax: ________________________________________________________
Email: ______________________________________________________
Account: ___________________________________________________
TIN: ___________________________________________________
Power of Attorney No. ___________ dated ___________ (in case of authorization).
The Parties have reached a consensus on entering into a joint venture agreement with the
following contents:
Article 1. General rules
1. Parties voluntarily establish this joint venture to participate in the process of bidding for
Design, Develop, Implement for Phase 1, 2 and 3A of VSIP III Smart Industrial Park
2. Official name of the joint venture used in every transaction related to the package with
the consent of all Parties: ______________ [insert the agreed name of the joint venture].
3. Every JV's Party is committed not to unilaterally participate or establish a joint venture
with another JV's Party to participate in this package. If awarded the contract, no JV's Party
is entitled to refuse to fulfill the duties and obligations prescribed in the contract except for
a written consent of other Parties. Any JV's Party of the joint venture that refuses to perform
their duties as agreed must:
- Pay damages to other parties in the joint venture;

Page 42 / 427
- Pay damages to the Investor as prescribed by the contract;
- Incur other disciplinary actions __________ [specify the action].
Article 2. Assignment of duties
All Parties unanimously to undertake joint and separate responsibility to execute Design,
Develop, Implement for Phase 1, 2 and 3A of VSIP III Smart Industrial Park:
1. Leading JV's Party of the joint venture
All parties unanimously authorize ________ [insert name of a party] as the leading JV's
Party of the joint venture who represents the joint venture to perform the following tasks(2):
[- Sign the Letter of Technical Bid and Letter of Financial Bid].
- Sign documents with the Investor during the shortlisting processing, including the request
for Clarification of Bidding Documents and Bids; sign requests for Bid withdrawal,
Technical and Financial Proposal modification or substitution;
- Provide Bid Security for the joint venture;
- Participate in contract negotiation and finalization;
- Sign complaint letter (if any);
- Perform other tasks except for contract conclusion: _______________ [specify other
tasks (if any)].
2. Tasks of JV’s Parties with the consent of all Parties are specified in the table below(3):
Proportion of
No. Name Tasks
value to bid price)

1 Name of leading JV's Party -___ -___%


-___ -___%

2 Name of second JV's Party -___ -___%


-___ -___%

.... .... .... ....

All tasks of the


Total 100%
package

Article 3. Effect of Joint venture agreement

Page 43 / 427
1. The Joint venture agreement takes effect from the day on which it is signed.
2. The Joint venture agreement expires in the following cases:
- All parties have fulfilled their duties and finalize the contract;
- The agreement is unanimously terminated by all parties;
- The joint venture is not awarded the contract;
- The bidding for Design, Develop, Implement for Phase 1, 2 and 3A of VSIP III Smart
Industrial Park is cancelled as notified by the Investor.
The joint venture agreement is made into _______ copies with equal legal value, each party
keeps _________ copies.

LEGAL REPRESENTATIVE OF LEADING JV'S PARTY


[full name, position, signature and seal]

LEGAL REPRESENTATIVE OF JV’S PARTY


[Full name, position, signature and seal of each JV's Party]

Notes:
(1) According to the scope and nature of the package, this Joint venture agreement may be
amended.
(2) Area of authorization includes one or multiple tasks above.
(3) The Bidder shall specify detailed tasks and estimate equivalent value of tasks performed
by every JV’s Party, common and private responsibilities of JV's Party, including the
leading JV's Party.

Page 44 / 427
Form 04. BID SECURITY (1)

Beneficiary: Vietnam Singapore Industrial Park (VSIP) JV CO., LTD


08 Huu Nghi St, Binh Hoa Ward, Thuan An City, Binh Duong Province

Date of issue: [insert date of issue]

BID SECURITY NO. [insert number of the Bid Security]

Guarantor: [insert name and address of issuing bank, if it is not written in the title]
We have been informed that __________________________ [name of the Bidder](2)
(hereinafter called "the Bidder") has submitted to participate in the bid for the execution of
Design, Develop, Implement for Phase 1, 2 and 3A of VSIP III Smart Industrial Park under
Invitation to Bid No. ___ [insert number of Invitation to Bid].
We hereby act as a guarantee for the Bidder to participate in the bid for this package with
an amount of _________[amount in figures, in words and currency].
This Guarantee takes effect within 120 days, from __________[date] (3).
At the request of the Bidder, we, as the Guarantor, hereby undertake to pay you any sum
or sums not exceeding in total an amount of ___________ [amount in figures]
(____________) [amount in words] upon receipt by us of your first demand in writing
accompanied by a written statement stating that the Bidder is in breach of its obligation(s),
because the Bidder:
1. has withdrawn its Bid after the deadline for submission of Bid and during the period of
bid validity;
2. has violated leading bid cancellation as prescribed in Point d of Section 39 – Instruction
to Bidder of the Bidding Documents;
3. fails or refuses to execute the contract within 05 working days, from the date on which
the notification of contract negotiation sent by the Investor is received, excluding force
majeure events;
4. fails or refuses to complete the contract within 20 working days, from the date on which
the notification of bid acceptance sent by the Investor is received, or refuses to conclude

Page 45 / 427
the contract after the contract completion excluding force majeure events;
5. fails to furnish the Performance Security as prescribed in Section 41.1- - Instructions to
Bidders of the Bidding Documents.
If any JV’s Party violates regulations of law leading ineligible for Bid Security return as
prescribed in Section 18.5 –Instructions to Bidder, the Bid Security of all JV’s Parties shall
not be returned.
If the Bidder has option: this Guarantee shall expire when the Bidder conclude the contract
and furnish the Performance Security to the beneficiary as agreed.
If the Bidder has no option: this Guarantee shall expire when the Bidder receives the
photocopy of notification of bidder selection result sent by the beneficiary; within 30 days
after the expiration date of the Bid.
Consequently, any demand for payment under this guarantee must be received by us at the
address on or before that date.

Legal representative of Bank


[Full name, position, signature and seal]
Notes:
(1) Applicable to Bid Security in the form of Bid Guarantee issued by a credit institution
or a branch of foreign bank established under Vietnamese law. This Form is encouraged to
be used, if another form that is not accordant with ITB Section 18.3 is used, the Bid security
shall be considered invalid.
(2) The Bidder may have one of the following names:
- Name of the joint venture, for example A bidder and B bidder enter into a joint venture
to make a bid, their name shall be “A + B joint venture”;
- Name of the Party in charge of the Bid Security for the joint venture or another Party in
the joint venture, for example, A + B + C joint venture makes a bid, if their joint venture
agreement assign A bidder to furnish Bid Security for the joint venture, the joint venture’s
name shall be “A bidder (on behalf of A + B + C joint venture);
- Name of every joint venture Party separately furnishing the Bid Security.
(3) Insert the deadline date as prescribed in Section 21.1 of the BDS.

Page 46 / 427
Form 05(a). BIDDER INFORMATION
Date:_____________
Bid package number and name: _____________

Bidder’s name: _______________

In case of joint venture, name of each Party: __

Place of business registration and operation:


____[insert province/city where the Bidder registers and operate business]

Year of establishment:

Bidder’s legal address: ____[insert the registered address]

Bidder’s legal representative information


Name ___________________________________
Address: _________________________________
Phone number/Fax: _________________________
Email address: ____________________________

1. Attached are photocopies of one of the following documents: 4.1. The Bidder has been
granted a Certificate of Enterprise registration, a Establishment Decision or equivalent
document issued by a competent authority of the country in which the Bidder is
operating.
2. Diagram of organizational structure of the Bidder.

Page 47 / 427
Form 05(b). JOINT VENTURE PARTY INFORMATION
FORM (1)
Date:_____________
Bid package and number: _____________

Bidder’s name:

JV's Party name:

JV's Party Country of Registration:

JV's Party Year of Establishment:

JV's Party Legal Address in Country of Registration:

JV's legal representative information


Name ___________________________________
Address: _________________________________
Phone number/Fax: _________________________
Email address: ____________________________

1. Attached are photocopies of one of the following documents: The Bidder has been
granted a Certificate of Enterprise registration, a Establishment Decision or equivalent
document issued by a competent authority of the country in which the Bidder is
operating.
2. Diagram of organizational structure.

Note:
(1) Regarding joint venture, each joint venture member shall declare information using
this Form

Page 48 / 427
Form 06. LIST OF COMPANIES IN CHARGE OF PACKAGE
WORKS (1)

Name of subsidiary Work Proportion


No. company, associate performed in of value to Notes
company(2) the package (3) bid price(4)

...
Notes
(1) If the Bidder is a parent company (namely a corporation), it must declare specific tasks
assigned to subsidiary companies, associate companies. The qualification of the Bidder
shall be evaluated according to the value and volume of work performed by the parent
company, subsidiary companies, associate companies. If the Bidder is not a parent
company, this Form shall not be used.
(2) Insert name of the subsidiary companies, associate companies.
(3) Insert work performed by the subsidiary companies, associate companies.
(4) Insert proportion of value of work performed by the subsidiary companies, associate
companies to the bid price.

Page 49 / 427
Form 07. PREVIOUS CONTRACT NON-FULFILMENT RECORDS (1)
Bidder’s name:____________
Date: ____________
JV's Party name (if any):____________

Previous contract non-fulfillment records prescribed in Section 2.1 of Chapter III -


Evaluation and Qualification Criteria

□ No concluded contract without fulfillment from January 1, ___[year] prescribed in


criterion 1 in the Financial Qualification Criteria in Section 2.1 of Chapter III -
Evaluation and Qualification Criteria.
□ At least one concluded contract without fulfillment from January 1, ___[year]
prescribed in criterion 1 in the Financial Qualification Criteria in Section 2.1 of Chapter
III - Evaluation and Qualification Criteria.

Year Unfinished Description of contract Total value of


tasks in the contract (current
contract value, currency
unit, exchange
rate, equivalent
value in VND)

Description of contract
Investor’s name:
Address:
Reasons for contract non-fulfillment:
Notes:
(1) The Bidder must declare accurately and truthfully history of unfinished contracts;
any unfinished contract being not declared shall be considered “fraudulent” and
rejected.
Regarding joint venture, each joint venture member shall declare information using
this Form.

Page 50 / 427
Form 08. PENDING LITIGATION (1)
Bidder’s name:__________
Date:_ _________
JV's Party name (if any) : __________

Pending litigation

Choose one of two information below:


□ No pending litigation.
□ Description of pending litigation in which the Bidder is a litigant (or each JV' Party is
a litigant regarding JV).

Value of Pending
Value of
Claim as a
Year Matter in Dispute Pending
Percentage of Net
Claim
Worth

Notes:
(1) The Bidder must declare accurately and truthfully involved lawsuits; any involved
lawsuit being not declared shall be considered “fraudulent” and rejected.
Regarding joint venture, each JV' Party shall declare information using this Form.

Page 51 / 427
Form 09. FINANCICAL SITUATION OF BIDDER (1)
Bidder’s name: ___________
Date:___________
JV's Party name (if any): __________

Financial Data in Previous 05 Financial Years

FY1: 2016-17 FY2: 2017-18 FY3: 2018-19 FY4:2019-20 FY5:2020-21

Information from Balance Sheet


FY 1 FY 2 FY 3 FY 4 FY 5

Total Assets

Total Liabilities

Net Worth

Current Assets

Current Liabilities

Working Capital
Information from Income Statement
Total Revenues

Profits Before
Taxes

Profits After Taxes

Attached are copies of financial statements (balance sheets including all related notes,
and income statements) for last 5 financial years, as indicated above, complying with the
following conditions:
1. All such documents reflect the financial situation of the Bidder or JV's Party, and not
sister or parent companies.
2. Historic financial statements must be complete, including all notes to the financial

Page 52 / 427
statements as prescribed.
3. Historic financial statements must correspond to accounting periods already
completed, attached are certified true copies of one of the following documents:
- Inspection record of tax declaration;
- Tax statement (VAT and enterprise income tax) whose time of submitting certified by
tax authority;
- Documentary evidence on electronic tax declaration by the Bidder;
- Certification of tax liability issued by the tax authority (certifying amount paid in the
whole year);
- Auditor's report (if any);
- Other documents;
Notes:
(1) Regarding joint venture, each JV' Party shall declare information using this Form..

Page 53 / 427
Form 10. AVERAGE ANNUAL TURNOVER(1)

Each Bidder or a JV's Party must fill in this form.


Information supplied should be the Annual Turnover of the Bidder or each JV's Party in
terms of the goods and services for each financial year for contracts in progress or
completed.
Annual Turnover Data for the Last 05 Years

Financial Year Amount

FY 2016-17

FY 2017-18

FY 2018-19

FY 2019-20

FY 2020-21

Average Annual Turnover(2)


Notes:
(1) Regarding joint venture, each JV' Party must fill in this form.
(2) Average Annual Turnover shall be determined by dividing total turnover by number of
years according the information supplied.

Page 54 / 427
Form 11. NON-DISCLOSURE AGREEMENT (1)

Date:________ [insert date of signing of Agreement]


The package’s name: Design, Develop, Implement for Phase 1, 2 and 3A
Project’s name: VSIP III Smart Industrial Park

This Agreement is made on 20__.

BETWEEN

_____________________________whose address is ____________

(hereinafter known as the “Receiving Party”)

AND

VSIP whose office is at 08 Huu Nghi Street, Binh Hoa ward, Thuan An City, Binh Duong
province, Vietnam

(hereinafter known as the “Company”).

WHEREAS in connection with Receiving Party regarding Proposal of “Design, Develop,


Implement for Phase 1, 2 and 3A” of “VSIP III Smart Industrial Park” project (the
“Purpose”), the Receiving Party understands that it may obtain certain Confidential
Information (as defined below) pertaining to the Company, its branches, parent companies,
subsidiary and affiliated companies.

NOW THEREFORE, IN CONSIDERATION of the Company furnishing to the Receiving


Party such Confidential Information, the Receiving Party agrees to the following terms and
conditions:

“Confidential Information” means

(i) all information which is obtained, whether in writing, pictorially, in machine


readable form or orally or by observation by the Receiving Party in connection with
the Purpose (including, but without limitation, financial information, know-how,
processes, ideas, inventions (whether patentable or not), schematics, trade secrets,
technology, customer lists (potential or actual) and other customer-related
information, supplier lists, sales statistics, market intelligence, marketing and other
business strategies and other business or commercial information of a confidential
nature) whether or not such information is specifically identified as “confidential”
(“Primary Confidential Information”), and all analyses, compilations, studies and

Page 55 / 427
other records and documents prepared by the Receiving Party or its Representatives
(as defined below) which contain or otherwise reflect such information or the
Receiving Party’s review or analysis of such information (“Secondary Confidential
Information”); and

(ii) this Agreement, information relating to the Purpose and the fact that discussions
pertaining to the Purpose are taking (and in the event of their termination, have
taken) place and the content of such discussions;

but does not include information (i) which is or becomes publicly available, other than as
a result of a breach of this Agreement by the Receiving Party, (ii) which is obtained by the
Receiving Party or its Representatives from a third person who, insofar as the Receiving
Party or its Representatives are aware, after having made all reasonable inquiries, is not
prohibited from transmitting the information to the Receiving Party or its Representatives
by a contractual, legal, fiduciary or other obligation to the Company, (iii) which was
already in the Receiving Party’s or its Representatives’ possession not pursuant to any
breach of any contractual, legal, fiduciary or other obligation to the Company prior to
receipt of such Confidential Information pursuant to this Agreement and (iv) which
becomes lawfully available to the Receiving Party pursuant to any disclosure under any
relevant law or any binding judgment or order of court or any stock exchange regulation.

1) The Receiving Party shall use the Confidential Information only for the Purpose.
The Receiving Party shall take all necessary steps and precautions to protect the
Confidential Information against any unauthorized disclosure in violation of this
Agreement.

2) Without the prior written consent of the Company, the Receiving Party shall not,
except as hereinafter provided, disclose, in any manner whatsoever, in whole or in
part, any of the Confidential Information or any information derived therefrom to
any person, nor shall it use the Confidential Information for any purpose other than
that stated in paragraph 1.

3) The Receiving Party shall notify the Company in writing as soon as reasonably
practicable upon it becoming aware of the occurrence of any unauthorized release
of Confidential Information or other breach of this Agreement.

4) The Receiving Party shall not copy or reproduce in any way (including, without
limitation, store in any computer or electronic system) any information or any
documents containing Primary Confidential Information without the Company’s
prior written consent in connection with the Purpose.

5) The Receiving Party (i) shall limit the use of and access to the Company’s
Confidential Information to those directors, advisers and employees of the
Receiving Party (“Representatives”) who need to know the Confidential

Page 56 / 427
Information in order for the Receiving Party to carry out the Purpose, and (ii) shall
ensure that its Representatives will comply with the obligations set forth herein.

6) The Receiving Party shall immediately (i) upon request by the Company or (ii) in
the event that the Purpose is aborted, deliver to the Company all material containing
Confidential Information, including, but not limited to, copies thereof (if any)
(including, but not limited to, all analyses, compilations, studies and other records
and documents containing Confidential Information prepared by the Receiving
Party or its Representatives) provided that the Receiving Party may, in respect of
material containing Secondary Confidential Information, opt instead to destroy such
material, such destruction to be certified in writing by an officer of the Receiving
Party.

7) In the event that the Receiving Party or any Representative becomes compelled
(pursuant to any law or regulation or the requirements of any stock exchange or other
regulatory authority, with whose rules the Receiving Party or the Representative are
required by law to comply, with the exception of authorities to whom the Confidential
Information shall be disclosed in order to fulfill the Purpose) to disclose any part of
the Confidential Information, the fact that Confidential Information has been made
available, that discussions or negotiations are taking place or have taken place
concerning the Purpose or any of the terms, conditions or other information relating
to the Purpose, including the status thereof, the Receiving Party or the Representative
(as the case may be) shall promptly (and, in any event, before complying with any
such requirement) notify the Company in writing of the same and of the action which
is proposed to be taken in response. In such event the Receiving Party or the
Representative (as the case may be) shall take full account of any reasonable
representations made by the Company, whether concerning resistance to the
requirement or the form, manner or extent of disclosure, and the Receiving Party or
the Representative (as the case may be) shall only disclose such information to the
extent that the Receiving Party or the Representative (as the case may be) is advised
by written opinion of its legal advisers that they are so compelled to disclose, and the
Receiving Party or the Representative (as the case may be) shall exercise its
reasonable efforts to ensure that to the maximum extent possible in the circumstances
confidential treatment will be accorded to such information.

8) The Receiving Party acknowledges that damages are not a sufficient remedy for the
Company for any breach of any of the Receiving Party’s undertakings herein
provided and the Receiving Party further acknowledges that the remedies of specific
performance or injunctive relief (as appropriate) are appropriate remedies for any
breach or threatened breach of such undertakings by the Receiving Party, in addition
to, and without prejudice to, any other remedies available to the Company at law or
in equity.

Page 57 / 427
9) The Receiving Party and its Representatives do not acquire any intellectual property
rights or other rights to Confidential Information or other information of the
Company under this Agreement or disclosed or obtained hereunder, except the
limited right to use Confidential Information in accordance with this Agreement.
The Receiving Party acknowledges and agrees that no warranties of any kind,
whether express or implied, are given with respect to any information disclosed or
obtained pursuant to this Agreement or the accuracy, completeness or correctness
thereof and none of the Company or any of its officers, representatives or agents
shall have any liability to the Receiving Party or any other person in connection with
the use of such information or for any errors therein or omissions therefrom.

10) No failure or delay by either party in exercising or enforcing any right, remedy or
power hereunder shall operate as a waiver thereof, nor shall any single or partial
exercise or enforcement of any right, remedy or power preclude any further exercise
or enforcement thereof or the exercise or enforcement of any other right, remedy or
power.

11) This Agreement shall be governed by and construed in accordance with the laws of
Vietnam.

12) If there is any dispute arising from this Agreement, firstly the parties shall make
their effort to settle such dispute by negotiation. If such dispute is not settled by
negotiation within thirty (30) days from its occurrence date by the parties, one of
parties can submit it to competent courts in Binh Duong Province for resolution.

13) This Agreement supersedes all prior discussions and writings with respect to the
subject matter hereof, and constitutes the entire agreement between the parties with
respect to the subject matter hereof. No waiver or modification of this Agreement
will be binding upon either party unless made in writing and signed by a duly
authorized representative of each party and no failure or delay in enforcing any right
will be deemed a waiver. In the event that any of the provisions of this Agreement
shall be held by a court or other tribunal of competent jurisdiction to be
unenforceable, the remaining portions hereof shall remain in full force and effect.

14) This Agreement shall be valid from the date hereof for a period of twenty-four (24)
months.

IN WITNESS WHEREOF, the Parties hereto have signed this Agreement the date and year
first above written

[ insert name of Receiving Party]

Page 58 / 427
Name :
Designation : General Director

[ insert name of Company ]

Name :
Designation : General Director

Page 59 / 427
Form 12. APPROACH, METHODOLOGY & SOLUTION WITH WORK PLAN
AND STAFFING SCHEDULE
A description of the Approach, Methodology & Solution with work plan and staffing
schedule for performing the assignment, including a detailed description of the proposed
methodology.
{Suggested structure of your Technical Proposal:
a) Approach, Methodology & Solution Proposed: {Please explain your
understanding of the objectives of the assignment as outlined in the Scope of
Services, the technical approach, the methodology you would adopt for
implementing the tasks to deliver the expected output(s), and the degree of detail of
such output. Please do not repeat/copy the Scope of Services in here.}
b) Work Plan: {The proposed work plan should be consistent with the technical
approach and methodology, showing your understanding of the Scope of Services
and ability to translate them into a feasible working plan. A list of the final
documents (including reports) to be delivered as final output(s) should be included
here. The work plan should be consistent with the Work Schedule Form.}
c) Staffing Schedule: {Please describe the structure and composition of your team,
including the list of all Experts and relevant technical and administrative support
staff}
Note: Please enclose detail for category a, b and c separately (to be provided by the bidder
in their own format)

Page 60 / 427
Form 13. SIMILAR CONTRACTS

Similar Contracts

The Contract Information:


Agreement
No._____dated______

Date of Award of Contract: _________ Finish date: _________

Total Contract Price ________________

For JV's Party or


Value as a
subcontractor, insert
percentage of total Amount:________
its contribution in total
contract price
contract price

Investor’s name:
Address:
Phone number/Fax:
Email:

Description of similar characteristics prescribed in criterion 4 Financial Qualification


Criteria Section 2.1 of Chapter III - Evaluation and Qualification Criteria.

Similar characteristics Similar characteristics of completed contracts(2)


required(1)

Supporting document Letter from the client to indicate the completion of the
Projects (if any), or
Copy of Work Order/ Apostle/ Agreement/ Client Certificate,
or
Self-certificate from authorized signatory
Notes:
(1) The Investor must specify scope, complexity, methods, technology, or other
characteristics of the contracts as specified in Part 2 – Investor’s requirements.
(2) The Bidder must specify similar characteristics of the similar contracts to demonstrate
their responsiveness.

Page 61 / 427
Form 14. TABLE OF PROPOSED PERSONNEL FOR KEY POSITIONS
Regarding every position prescribed in this Form, the Bidder shall declare detailed
information according to Forms 13 and 14 of this Chapter.
The Bidder shall propose personnel for key positions having qualifications satisfying
requirements prescribed in Point a Section 2.2 of Chapter III - Evaluation and Qualification
Criteria and be available to perform the package; no personnel being in charge of another
package with the same working time is proposed in this Table. If the declaration is not
truthful, the Bidder shall be considered fraudulent.
1 Position: [insert detailed position in charge]

Name [insert the employee’s name for key position]

2 Position: [insert detailed position in charge]

Name [insert the employee’s name for key position]

3 Position:

Name

4 Position:

Name

5 Position:

Name

.... Position:

Name

Page 62 / 427
Form 15. CURRICULUM VITAE OF PERSONNEL FOR KEY POSITION
The Bidder shall provide adequate information required below and enclose certified true
photocopies of relevant degrees, certificates.

Position

Personnel Name Date of birth:


information
Professional qualifications

Present Investor’s name


work

Investor’s address

Phone number: Contact person


(manager/personnel officer)

Fax: Email:

Job title Years with present Investor

Page 63 / 427
Form 16. PROFESSIONAL QUALIFICATIONS OF PERSONNEL
Summarize professional experience in reverse chronological order. Indicate particular
technical and managerial experience relevant to the package.
Company/Project/Position/Relevant technical and
From To
management experience

Page 64 / 427
Form 17. MANUFACTURER’S AUTHORIZATION FORMAT (MAF) FROM
OEM(1)
Date:________ [insert date of signing this letter]
The package’s name: Design, Develop, Implement for Phase 1, 2 and 3A
Project’s name: VSIP III Smart Industrial Park

We, [insert OEM Name] having our registered office at [insert OEM address], hereinafter
referred to as OEM are an established manufacturer of the following items quoted by
[insert Bidder’s Name] having their registered office at [insert Bidder’s address],
hereinafter referred to as Bidder.
We [insert OEM Name] authorize [insert Bidder’s Name] to quote our product, including:
[insert/list down products/solutions/services from OEM] (2)
[insert/list down products/solutions/services from OEM](2)
[insert/list down products/solutions/services from OEM](2)
for Bidding Documents [as our Authorized partner](3)

We
(i) Confirm that we have understood the delivery & installation timelines defined in
the Bidding Documents.
(ii) Confirm that we have worked out all necessary logistics and pricing agreement
with [insert Bidder’s Name], and there won’t be any delay in delivery, installation and
support due to any delay from our side. Our full support as per pre-purchased support
Contract is extended in all respects for supply, warranty and maintenance of our
products.
(iii) Ensure to provide the required spares and service support as pre-purchased for the
supplied equipment for Contract Term. In case of any difficulties in logging complaint
at bidder end, user shall have option to log complaint at our call support centre.
(iv) We also undertake that in case of default in execution of this bid by Bidder, we
shall provide necessary support to Investor in identifying another authorized partner
with similar certifications/ capabilities and extend support to the new partner in
accordance with OEM’s agreement with the new partner.
(v) Should not have been blacklisted/ debarred by any Government Institution/
Authority in Vietnam. Also, have not been under any legal action for indulging in
corrupt practice, fraudulent practice, coercive practice, undesirable practice, breach of
contract or restrictive practice with any Vietnam Government in last three (3) years as
on bid submission date and the same must have been revoked prior to bid submission
(vi) Undertake that all our quoted products (Hardware / Software equipment) by the

Page 65 / 427
bidder has compliance to the product specifications and requirements of above
mentioned Bidding Documents.
(vii) We understand that any false information/commitment provided here may result
in [insert OEM Name] getting debarred from doing business with Investor.

Yours sincerely,
For [OEM/ Manufacturer name]
Authorized Signature [In full and initials]: _________________
Name and Title of Signatory: ___________________
Name of Firm: ________________
Address: _______________________
Location: _____________________________________ Date: _________________

Note:
(1) The letter should be submitted on the letter head of the Manufacturer/ OEM and should
be signed by the authorized signatory
(2) OEM/Manufacturer should list down all products/solutions/services which they are
quoting under this Bid.
(3) In case Bidder is Manufacturer/OEM of products/solutions/services, this letter is
applicable as self-authorization letter and delete “as our Authorized partner”

Page 66 / 427
Form 18. WORK ITEMS PERFORMED BY SUBCONTRACTORS (1)

Contract/agreement
Subcontractor’s Work (4) Estimated
No. Volume concluded with
name(2) items(3) value(5) (6)
subcontractor

...
Notes:
(1) In case of employment of subcontractors, then fill in this form.
(2) Indicate name of subcontractor(s). In case names of subcontractors are not determined,
this column may be leaved blank and only the column “Work items” is filled. If the Bidder
is selected, it may employ subcontractors with the work items as indicated in the table only
with the consent of the Investor.
(3) Indicate name of work items for subcontractor(s).
(4) Indicate volume of work items for subcontractor(s).
(5) Indicate value of work items performed by subcontractor(s) as percentage of the bid
price.
(6) Indicate number of contract/agreement, enclosed with the original or certified true copy
of such document.

Page 67 / 427
Form 19 (a). UNDERTAKING ON CHANGE REQUEST (1)

The package’s name: Design, Develop, Implement for Phase 1, 2 and 3A


Project’s name: VSIP III Smart Industrial Park

We, [insert Bidder’s Name], the undersigned, offer to provide Goods and Services of Smart
Solutions in response to the Bidding Documents for “Design, Develop, Implement for
Phase 1, 2 and 3A” of “VSIP III Smart Industrial Park”. We hereby confirm that the
assumptions mentioned in our Approach & Methodology document submitted as part of
the bid proposal will not become the basis for Change Request.

Authorized Signature: _________________


Name and Title of Signatory: ___________________
Location: _____________________________________ Date: _________________

Note:
(1) Bidder submit on Letter Head of Bidder’s firm

Page 68 / 427
Form 19 (b). UNDERTAKING ON PRODUCTS QUOTED ARE NOT
BLACKLISTED (1)
The package’s name: Design, Develop, Implement for Phase 1, 2 and 3A
Project’s name: VSIP III Smart Industrial Park

We, [insert Bidder’s Name], hereby certify that the products quoted by us in response to
the Bidding Documents, are not blacklisted by any Government Institution/ Authority in
Vietnam as on bid submission date

Authorized Signature: _________________


Name and Title of Signatory: ___________________
Location: _____________________________________ Date: _________________

Note:
(1) Bidder submit on Letter Head of Bidder’s firm

Page 69 / 427
Form 19 (c). UNDERTAKING FOR FIRMWARE/SOFTWARE UPGRADES (1)

The package’s name: Design, Develop, Implement for Phase 1, 2 and 3A


Project’s name: VSIP III Smart Industrial Park

We [insert OEM’s Name] hereby undertake that Firmware/ software upgrades shall be
provided by the [OEM’s Name] free of cost during the warranty period and Annual
Maintenance Contract Period (if any)

Authorized Signature (Sign and stamp of OEM) : _________________


Name and Title of Signatory: ___________________
Location: _____________________________________ Date: _________________

Page 70 / 427
Form 19 (d). UNDERTAKING FOR PRODUCT UNIT PRICE IN NEXT 03
YEARS AND INFORMATION SECURITY COMPLIANCE (1)

The package’s name: Design, Develop, Implement for Phase 1, 2 and 3A


Project’s name: VSIP III Smart Industrial Park

We [insert Bidder’s/OEM/Manufacturer Name] hereby undertake that:


1. Do not increasing Unit price when the Investor purchases more Goods (Hardware and
Software License) for in the next 3 years, from the date that the system is estimated to be
officially operated.
2. Information security agreement:
(a) We has no activities leading to information insecurity in providing software and
hardware in Vietnam and on the global scale.
(b). We comply with the State of Vietnam’s laws and regulations on IT application and
security

Authorized Signature (Sign and stamp of Bidder) : _________________


Name and Title of Signatory: ___________________
Location: _____________________________________ Date: _________________

Page 71 / 427
B. BIDDING FORMS IN THE FINANCIAL PROPOSAL

Form B. FINANCIAL BID SUBMISSION CHECKLIST


1. The following Checklist is intended to help the Bidders in submitting Financial
Proposals which are complete. Incomplete Financial Proposals are liable to be rejected.
Bidders are advised to go through the list carefully and submit Financial Proposals
complete in all respect.
2. Bidders are also required to submit this Checklist, duly completed, along with their
Financial Proposal.
3. Any other documents required as per any other clauses of the Bidding Documents shall
be submitted along with the Financial Proposal even if not indicated in the following
checklist.
4. Financial Proposal Checklist
Documentary Submitted
No. Description Format
Evidence Enclosed (Yes/No)
1. Financial Bid Submission Form B
Checklist
2. Letter of Financial Bid Form 20
(a) or
Form 20
(b)
3. Summary of bid price quotation Form 21
(a)
4. Detailed bid price quotation of Form 21
smart intervention (b)
software/license
5. Detailed bid price quotation of Form 21
smart intervention hardware (c)
6. Detailed bid price quotation of Form 21
smart intervention (d)
implementation services
(manpower/engineering)
7. Detailed price quotation of smart Form 21
intervention spare parts (e)
(Commissioning & 02 years
operation)

Page 72 / 427
Form 20 (a). LETTER OF FINANCIAL BID(1)
(applicable to the Bidder who has no discount offer or has discount offer submitted in a
separate Letter of Discount)

Date:________ [insert date of signing of Letter of Bid]


The package’s name: Design, Develop, Implement for Phase 1, 2 and 3A
Project’s name: VSIP III Smart Industrial Park

To: Vietnam Singapore Industrial Park (VSIP) JV Co., Ltd


After carefully studying the Bidding Documents and revisions thereof number ____[insert
the number of the revisions (if any)], we, ____[insert the Bidder’s name], pledge ourselves
to perform “Design, Develop, Implement for Phase 1, 2 and 3A” of “VSIP III Smart
Industrial Park” project in accordance with the Bidding Documents. In conjunction with
Technical Proposal, we hereby enclose Financial Proposal with the total amount
____[insert the amount in figures, in words, and currency] (2) together with the Table of
bid price.
This Bid takes effect within 120 days, from __________[date] (3).

Legal representative of bidder(4)


[Full name, position, signature
and seal] (5)
Notes:
(1) Bidder must provide sufficient and accurate information including names of the
Investor and the Bidder, effective period of the Financial Proposal, which bears the
signature and seal (if any) and of the bidder’s legal representative.
(2) The Bid Price mentioned in the Letter of Bid must be detailed, specified in both number
and words, and in conformity with the total Bid Price mentioned in the Grand Summary.
There is must be only one Bid Price which does not cause any disadvantage condition to
the Investor or the Investor. If permitted, the Bidder may offer the Bid price in other
currencies and clarify the price in words and figures in respect of each currency.

Page 73 / 427
(3) Insert the bid closing date as prescribed in Section 21.1 of the BDS.
(4) If the bidder’s legal representative authorizes his/her subordinate to sign the Letter of
Bid, a Power of Attorney (Form 02 provided in this Chapter) must be enclosed. If the
company’s charter or another document permits such subordinate to sign the Letter of Bid,
such document shall be enclosed (In this case, the Power of Attorney is not required).
Regarding joint venture, the Letter of Bid shall be signed by legal representative of every
JV's Party, unless the leading Party may sign the Letter of Bid according to the joint venture
agreement as mentioned in Form 03 of this Chapter. Each JV's Party may give authorization
similarly to an individual Bidder. If the successful bidder must present certified true copies
of these documents to the Investor before contract conclusion. If information provided is
found inaccurate, the bidder will be considered fraudulent
(5) If a foreign bidder has no seal, it must furnish the there must be a certification issued
by a competent agency that the signature in the Letter of Bid and any other documents of
the Bid belongs to its legal representative.

Page 74 / 427
Form 20 (b). LETTER OF FINANCIAL BID (1)
(applicable to the Bidder who has no discount offer in the Letter of Bid)

Date:________ [insert date of signing of Letter of Bid]


The package’s name: Design, Develop, Implement for Phase 1, 2 and 3A
Project’s name: VSIP III Smart Industrial Park

To: Vietnam Singapore Industrial Park (VSIP) JV Co., Ltd


After carefully studying the Bidding Documents and revisions thereof number ____[insert
the number of the revisions (if any)], we, ____[insert the Bidder’s name], pledge ourselves
to perform “Design, Develop, Implement for Phase 1, 2 and 3A” of “VSIP III Smart
Industrial Park” in accordance with the Bidding Documents. In conjunction with Technical
Proposal, we hereby enclose Financial Proposal with the total amount ____[insert the
amount in figures, in words, and currency] (2) together with the Table of bid price.
In addition, we voluntarily offer a discount of bid price with an amount ____[insert the
discount amount in figures, in words and in currency].
The bid price after deducting discount is: ________[insert the amount in figures, in words
and in currency].This Financial Proposal takes effect within 120 days, from
__________[date] (3).

Legal representative of bidder(4)


[Full name, position, signature and seal] (5)
Notes:
(1) Bidder must provide sufficient and accurate information including names of the
Investor and the Bidder, effective period of the Financial Proposal, which bears the
signature and seal (if any) and of the bidder’s legal representative.
(2) The Bid Price mentioned in the Letter of Bid must be detailed, specified in both number
and words, and in conformity with the total Bid Price mentioned in the Grand Summary.
There is must be only one Bid Price which does not cause any disadvantage condition to
the Investor or the Investor. If permitted, the Bidder may offer the Bid price in other
currencies and clarify the price in words and figures in respect of each currency.

Page 75 / 427
(3) Insert the bid closing date as prescribed in Section 21.1 of the BDS.
(4) If the bidder’s legal representative authorizes his/her subordinate to sign the Letter of
Bid, a Power of Attorney (Form 02 provided in this Chapter) must be enclosed. If the
company’s charter or another document permits such subordinate to sign the Letter of Bid,
such document shall be enclosed (In this case, the Power of Attorney is not required).
Regarding joint venture, the Letter of Bid shall be signed by legal representative of every
JV's Party, unless the leading Party may sign the Letter of Bid according to the joint venture
agreement as mentioned in Form 03 of this Chapter. Each JV's Party may give authorization
similarly to an individual Bidder. If the successful bidder must present certified true copies
of these documents to the Investor before contract conclusion. If information provided is
found inaccurate, the bidder will be considered fraudulent
(5) If a foreign bidder has no seal, there must be a certification issued by a competent
agency that the signature in the Letter of Bid and any other documents of the Bid belongs
to its legal representative.

Page 76 / 427
Form 21 (a). SUMMARY OF BID PRICE QUOTATION(1)
Total amount
No. Item Description Unit Quantity Unit price Note/Remark
(Quantity x Unit Price)
[P1] = [A] + [T1] + [T2]
A. Project Implementation Cost (EPIC)
+[T3]
1. Summary of Hardware Price (H) Package 01 [AH] [AH]
2. Summary of Software/License Price (S) Package 01 [AS] [AS]
Summary of Implementation Services
3. Package 01 [AM] [AM]
(Manpower/ Engineering ) Price (M)
Total ( excluding Tax/Fee ) [A] = [AH] + [AS] +[AM]

Tax or Fee ([ ]%) applied for A.1 Hardware (H) [T1]

Tax or Fee ([ ]%) applied for A.2 Software (H) [T2]

Tax or Fee ([ ]%) applied for A.3 Implementation Services (M) [T3]
B. Total bid price (excluding tax and fee) (In Figures) [A]
C. Tax or fee (if any) (In Figures) [T1] + [T2] +[T3]
D. Total bid price (including tax and fee) (In Figures) [P] = [P1]
E. Total bid price (including tax and fee) (In Words) Wording of [P]
Note:
(1) The bidder proposes the goods delivery schedule suitable with the project timeline.
Legal representative of the Bidder
[Full name, position, signature and stamp]

Page 77 / 427
Form 21 (b). DETAILED BID PRICE QUOTATION OF SMART INTERVENTION
SOFTWARE/LICENSE(1)
The bidder provides prices and the total cost of software/license for the implementation period
and 1 year after Go-live (during Warranty period), including software license package and
the accompanying services, such as installation, maintenance and software license support by
software license package

Scope: [Intervention Name](2)


Origin,
Item / Unit Total amount
No. Unit Quantity number,
Description price (Quantity x Unit Price)
label
1 [AS1]
2 [AS2]
… …
n [ASn]
Total bid price (excluding tax and fee) [AS]=[AS1]+[AS2]+…+[ASn]
Tax or fee (if any) [T2]
Total software/license bid price (including tax and fee) (if [AS]+[T2]
any)
(Refer to the summary of bid price quotation)
Note:
(1)The bidder proposes the goods delivery schedule suitable with the project timeline.
(2) Bidder shall submit this Form for each Intervention (Scope) in Part II. BID PACKAGE
REQUIREMENTS of this Bidding Document.

Legal representative of the Bidder


[Full name, position, signature and stamp]

Page 78 / 427
Form 21 (c). DETAILED BID PRICE QUOTATION OF SMART INTERVENTION
HARDWARE(1)

Scope: [Intervention Name](2)


Origin,
Total amount
No. Item Unit Quantity number, Unit price
(Quantity x Unit Price)
label
1 Goods No. 1 [AH1]
2 Goods No. 2 [AH2]
… …
n Goods No. n [AHn]
Total bid price (excluding tax and fee) [AH]=[AH1]+
[AH2]+…+ [AHn]
Tax or fee (if any) [T1]
Total hardware bid price (including tax and fee) (if any) [AH]+[T1]
(Refer to the summary of bid price quotation)
Note:
(1) The bidder proposes the goods delivery schedule suitable with the project timeline.
(2) Bidder shall submit this Form for each Intervention (Scope) in Part II. BID PACKAGE
REQUIREMENTS of this Bidding Document.

Legal representative of the Bidder


[Full name, position, signature and stamp]

Page 79 / 427
Form 21 (d). DETAILED BID PRICE QUOTATION OF SMART INTERVENTION
IMPLEMENTATION SERVICES (MANPOWER/ENGINEERING) (1)

Scope: [Intervention Name](2)


Unit Total amount
No. Item Quantity Unit Venue
price (Quantity x Unit Price)

[AM] =
A. Software/License implementation service
[AM1]+[AM2]
Installation software,
Design, Development,
Customization,
Integration with
Integrated Command
Control Center, Testing
( including Factory
Acceptance Testing Off-site
(FAT), Site Acceptance 1 Pack /On-site/ [AM1]
Test (SAT), User Factory(4)
Acceptance Test
(UAT)) and
Commissioning,
Training, Acceptance
and System handover
for Completed
(3)
Solution
B. Hardware implementation service for Completed Solution (
including all Hardware component in Bid and installation [AM2]
supporting tool, vehicle during installation ) (5)
Total bid price (excluding tax and fee) [AM]=[AM1]+[AM2]
Tax or fee (if any) [T3]
Total implementation services (manpower / engineering /
maintenance) bid price (including tax and fee) (if any) [AM] + [T3]
(Refer to the summary of bid price quotation)

Legal representative of the Bidder


Page 80 / 427
[Full name, position, signature and stamp]

Note:
(1)The bidder proposes the all Engineering/Manpower suitable with the project timeline and
project requirement.
(2) Bidder shall submit this Form for each Intervention (Scope) in Part II. BID PACKAGE
REQUIREMENTS of this Bidding Document
(3) The proposed scope is in general only. Based on the bidder’s approach, methodology,
and solution with work plan and staffing schedule declared in Form No. 12 of this Chapter,
the bidder shall propose the detailed description of activities to full-fill completed whole
smart solutions.
(4) The venue shall depend on each bidder’s activity. For example, design and development
can be at the bidder’s office (off-site), FAT/iFAT Testing is at the factory, SAT is on-site,
etc.
(5) Hardware implementation service including, but not limited to:
- Manpower;
- Direct/indirect supervisor installation;
- Installation support tools, equipment (scaffolding, ladder…), vehicle ( such as Crane,
Truck Cranes, Forklift, Pallet Jack, Boom Lift…)
- Required Personal Protective Equipment (PPE) to complied with Investor’s HSE policy.

Page 81 / 427
Form 21 (e). DETAILED PRICE QUOTATION OF SMART INTERVENTION
SPARE PARTS (COMMISSIONING & 02 YEARS OPERATION)(1)(2)
Scope: [Intervention Name](3)
Origin, Total amount
No. Item Unit Quantity number, Unit price (Quantity x Unit
label Price)
Commissioning Spare Parts [ACSP] = [ACSP1]+
[ACSP2]+
…+[ACSPn]
1 Goods No. 1 [ACSP1]
2 Goods No. 2 [ACSP2]
… … …
n Goods No. n [ACSPn]
02-Years Operation Spare [AOSP] = [AOSP1]+
Parts [AOSP2]+
…+[AOSPm]
1 Goods No. 1 [AOSP1]
2 Goods No. 2 [AOSP2]
… … …
m Goods No. m [AOSPm]
Total price (excluding tax and fee) [ASP] = [ACSP] +
[AOSP]
Tax or fee (if any) [T4]
Total Spare Parts price (including tax and fee) (if any) [ASP] + [T4]
Note:
(1)The bidder proposes the goods delivery schedule suitable with the project timeline.
(2)This spare parts quotation shall not take into account of Bidding price ( Form 20a, Form
20(b) and Form 21a)
(3) Bidder shall submit this Form for each Intervention (Scope) in Part II. BID PACKAGE
REQUIREMENTS of this Bidding Document.
Legal representative of the Bidder
[Full name, position, signature and stamp]

C. GENERAL BIDDING FORM

Page 82 / 427
FORM C1. REQUEST FOR CLARIFICATION / PRE-BID QUERIES
Bidders requiring specific points of clarification may submit queries through email
To: hau.vp@vsip.com.vn;
cc: buu.tt@vsip.com.vn; vinh.ln@vsip.com.vn;
phuong.truc.tran@vn.ey.com; tri.m.dang@vn.ey.com; anh.T.Le2@vn.ey.com;
hoang.v.lam@vn.ey.com; long.thanh.ngo@vn.ey.com; jamaal.raazi@in.ey.com;
varun.sharma7@in.ey.com;
in Microsoft Excel document only using the following format:

Bidder’s Request for clarification / Pre-bid queries


Full address of the
Name & position of Organization
Name of Organization submitting request person submitting including phone, fax
request and email points of
contact
Tel:
Fax:
Email:

Bidding Document
Reference(s) Content of Bidding
Section Document Points of clarification
Bidding
No. number / Page requiring Required
Document
Chapter number Clarification
Part
number
1
2
Note:
- The name of the organization and the date shall appear in each page of such as
document/email in the header or footer portion.
- Pre-bid queries of the Bidders who have not purchased the Bidding document shall not
be entertained. The bidder shall submit proof of Bidding Document fee payment along
with the Pre-bid queries

Page 83 / 427
Part II. BID PACKAGE REQUIREMENTS
Chapter V. PROJECT AND BID PACKAGE SUMMARY
1. Project overview:
- Project name: VSIP III Smart Industrial Park
- Investor: VietNam Singapore Industrial Park JV Company Ltd (VSIP)
- Source of Funds: Owners equity
2. Bid package overview, Scope of Work and Exclusions:
a) Bid package overview:
- Bid package name: “Design, Develop, Implement for Phase 1, 2 and 3A” of “VSIP III Smart
Industrial Park” project.
- Project Overview:
The plan for a third VSIP – VSIP III was officially announced in 2018 with a scale of 1,000
hectares in Hoi Nghia Ward, Tan Uyen Town and Tap Lap Ward, Bac Tan Uyen District Binh
Duong Province. The project implementation period is Ten years. VSIP III locates on Ring
Road No. 4 and is conveniently connected to My Phuoc – Tan Van road. VSIP III – Binh
Duong is strategically located to connect future Purchasers with Dong Nai and Ba Ria – Vung
Tau. In addition, with the advantage of proximity to develop industrial parks such as VSIP I
and VSIP II, as well as many other industrial parks around Binh Duong New City, VSIP III
is expected to become soon a high-tech industrial park located in the most vibrant industrial
development centre of the Southern Key Economic Region of the country.
The construction planning of this industrial park will be divided into many phases.
Construction planning for the entire new Industrial Park includes the below:

Total area: 1,000 ha ( for 07 Phases )


• 05 – Entrances
• 01 – Office building
• 04 – Power stations
• 02 – Wastewater treatment plants
• 04 – Pump stations for wastewater
• 02 – Open rainwater ditches
• 01 – Office parking
- Project objectives:
VSIP III is expected to become the first Industrial Park in Vietnam to apply synchronously

Page 84 / 427
smart solutions. VSIP III should raise the industrial park standards in Vietnam for others to
follow suit. In addition, with cutting-edge technology being incorporated, enhancements can
be made for the following areas:
• Integrated Park Management & Governance: Adopting global technology and best
practices to attain a better governance system.
• Operational Performance & Efficiency: Artificial intelligence would deeply analyze the
data collected at sensory devices and leverage it for real-time measurements and
inefficiency minimization.
• Competitive Advantages to tenants: lower operational costs, the safety of workers,
compliance to regulations and digital access to services.
• Health, Safety and Environment: Compliance and monitoring systems shall ensure all
potential hazardous risks and activities are identified on time.
• Centralized Platforms & Cyber-Physical Security Systems: Securing the central system
from both physical and non-physical attacks.
- Place of implementation: Hoi Nghia Ward, Tan Uyen Town and Tap Lap Ward, Bac Tan
Uyen District, Binh Duong Province.
b) Bid package scope of work:
- General information of Smart Domain and Intervention:
Place of
Domain name General smart intervention
implementation
•ATCS (Adaptive Traffic Control
System): Provisioning of Traffic
light controllers at all the junctions
work in synchronization to provide
an optimized and efficient traffic
flow.
• Red Light Violation Detection
Traffic Management (RLVD): Phase 1, 2 and 3A
Red light enforcement systems
•Automatic Number-Plate
Recognition (ANPR):
Automatic number plate/ license
plate recognition for tracking and
identification of vehicles

Page 85 / 427
• Variable Message and Traffic
Guidance (VMTG):
Customizable billboard-sized
messages inform real-time traffic
updates
• AI&ML Traffic Analysis:
Automatically monitoring,
analyzing, and management of large
volumes of video data (by AI & ML)
• Closed-circuit Television
(CCTV): Surveillance system

• Contact centre based emergency


response:
Serving as Primary and single contact
point for pre-defined Crisis situations
Security
Phase 1, 2 and 3A
Management •PA System:
A public address system Access
management

•Face Recognition based Access


Control System (FRS):
Access management bases on facial
recognition
•Advanced Water Metering
Infrastructure (AMI):
Smart water metering solution

Water & Waste •Intelligent Pump Automation and


Water Predictive Maintenance - Waste Phase 1, 2 and 3A
Management water: Electronically controlled
pumps (Intelligent Pump) with
energy conservation and increased
convenience to operators

Page 86 / 427
•Online Water Quality Monitoring
System (OWQMS) - Supply and
Waste water:
Live water & wastewater quality
control
•Centralized Water Network
Modelling:
Water distribution Network
modelling, simulation, and
management
•Rainwater Color Monitoring:
Detecting abnormal of rainwater
colour in open/close drainage by
Coloring sensor and via naked-eye by
Fix Box camera streaming.
•Intelligent Street Light
Automation (ISLA):
Guarantees a continuous, seamless
Energy and autonomous street lighting
Management operation. The system offers lamp- Phase 1, 2 and 3A
level management and feedback
capabilities, reduces the overall grid
management effort and increases its
performance.
•Ambient Air Quality Monitoring
(AAQM):
Environment
Management provides quantification of received Phase 1, 2 and 3A
data from the sensors for extent of
pollution, hazard to human health
•Integrated Command & Control
Center (ICCC):
Common
Infrastructure & IT acts as the “nerve center” for Phase 1, 2 and 3A
operations management, day-to-day
exception handing and disaster

Page 87 / 427
management. It also provides
insights by processing complex data
sets at an aggregated level to derive
intelligence for improved planning
and policy making. The ICCC is
envisaged to aggregate information
across multiple applications and
sensors deployed across the city, and
then provide actionable information
with appropriate visualization for
decision makers
•Last-mile network:
talks about the connectivity between
different smart interventions across
above domains. It includes
connectivity from the Access
Switches placed within the Junction
Box across the Industrial Park to the
smart end devices. This Mile includes
active and passive IT components
inside and outside the junction box,
which is required to connect the
smart end devices. Connectivity can
be provided either via OFC cables or
Twisted pair cabling as per the
solution requirement.
•Mini-Data Center ( Colocation or
On-cloud ):
Colocation is a physical facility
outside VSIP III premises that offers
rack space with proper power,
cooling, and physical security to host
VSIP III computing hardware,
storage, and networking equipment’s
Cloud based hosting environment for

Page 88 / 427
Data Center is a remote location
outside VSIP III which will provide
services like Infrastructure as a
Service (IaaS), Platform as a Service
(PaaS), Software as a Service (SaaS),
etc..
•Server Room in Visitor Building:
house the non-IT and core IT
Infrastructure Hardware & Software
to facilitate data traffic to and from
the Mini-DC colocation facility,
ICCC room and Last Mile IT devices.
This room will act as an Entry/Exit
point for Industrial Park internet &
intranet traffic. ISP Internet Leased
Line connections will be terminated
to the Server room from ISP’s POP
location at Industrial park

- Brief Scope of Work and Supplies:

+ The EPIC Scope of Work includes but not limited to the Detail Engineering,
Procurement, Supply, Factory Fabrication, FAT and/or iFAT, Installation and
Supervision installation, Site Acceptance Test/User Acceptant Test, Pre-
commissioning, Commissioning, Start up and Hand over to Investor, provision of as-
built drawing and close-out documentation for the full package, that the Investor
don't need to do/pay to do any additional work to complete the Phase 1,2 and 3A of
VSIP III Smart Industrial Park project. Detail Scope of Work and Supplies are listed
out in Appendix 1.

+ Investor may enter into a separate contract for Annual Maintenance Services with
the same Contractor(s)/Sub-Contractor (Optional) after warranty expiration.

+ The above systems shall be integrated, connected and interfaced with each other
within Integrated Command and Control Center (ICCC) as completed Smart IP
solution. Contractor's Scope of Work also includes complete connection and
Page 89 / 427
communication (hardware, software, cabling, materials for connection/wiring, etc)
for internal systems mentioned above.

+ The Contractor shall address the following criteria at every stage of the project:
• Design for safe operation and construction to "international best practice" level
of safety.
• Design for minimum environmental impact of operations and construction to
international best practice to minimize damage to the environment.
• Design shall be simple and robust and the operation shall be reliable and flexible
and result in a low initial and operating expenditures.
• Proven technology and equipment to be used.
• Adherence to the project schedule through all phases of the project work.
• Adherence to all applicable Vietnamese laws and regulations
• Easily maintained without disruption to operation.

+ The Contractor shall provide all resources, technology, plant, materials, equipment
and support facilities necessary to enable the Contractor to carry out all EPIC works
under Contract.

+ The Contractor shall address and incorporate site and access conditions into its
engineering, construction and commissioning procedures and activities.

+ Contractor shall provision for warehouse services for the storage at Project site of
all the project related infrastructure and accessories at Contractor own cost

+ Contractor shall provide an access, transport and logistics procedure, temporary


power supply… for installation, installation supervision & commissioning activities.

+ During the contract, Contractor shall coordinate with Investor for finalizing the
locations, site preparation activity, installation and commissioning of various devices
and systems

+ Contractor shall be required to deploy sufficient manpower, during the


implementation phase and under warranty period, to implement, manage and warranty
end to end systems.

+ The Contractor shall integrate proposed ICCC platform with third party system or

Page 90 / 427
data exchange through standard API mechanism to consume data streams/sets to
enhance the decision making or analytics capability of various business applications
configured over ICCC platform.

+ The Contractor shall take full responsibility for all activities required to build and
put into operation the facilities as described in this document, including but not limited
to:

• Completing the engineering including detail design, field engineering,


surveying (e.g. pre-construction survey of fiber optic cable route,…) and all
construction engineering and analysis required for safe installation and operation of
the facilities.
• Provision of quality control inspection and supervision of all construction
activities for the Smart Industrial park solution.
• Provide Certifying Authority approval and inspection where required.
• Provide Investor approval and inspection.
• Provision of all technical and professional services necessary for procurement
of equipment, materials, consumables, spare parts, inspection and expediting.
• Fabrication of material and equipment assemblies.
• Performance FAT at Contractor’s office/Factory for single/multiple above
systems and iFAT (Integrated FAT) with ICCC Platform.
• Performance of as-built surveys, preparation completion and issue of all as-built
drawings and associated documentation.
• Preparation of the end of job documentation, including operation and
maintenance manuals.
• Commissioning, start up, performance run test, Site Acceptance test, User
Acceptance Test and training of Investor's personnel for system operation.
• Manage and facilitate interfaces with the other Vendor packaged equipment
contractors (, etc.)
• Coordination of activities with Project Interfaces.
• On site safety program and employee training: Contractor is responsible for
providing all safety equipment for employees during site activities to meet HSE site
policy.

+ The Contractor shall guarantee the operation and functionality of the systems at the
conclusion of the project.

Page 91 / 427
+ It shall be the responsibility of the Contractor to verify and confirm the data and
specifications for above systems.

+ Any data to be provided to the Contractor by Investor and or relevant Vendors may
be provided in whatever form that it is readily available. It is the Contractor's
responsibility to convert such data into whatever forms that may be required.

+ Contractor shall be responsible for collecting the GIS coordinates for each of the site
/ IOT device location during the site installation, pertaining to the installation of IoT
device/ sensors and all the assets, and shall be responsible for populating the same for
further integration (done by other Vendor). Contractor shall coordinate with EAM/GIS
Solution Vendor from Investor for the requisite integration of the proposed solution
with VSIP’s GIS engine for enabling GIS based Decision Support System

+ No review, consent, approval or acknowledgement by Investor shall relieve the


Contractor from any liability or obligation under the Contract.

+ Based the on preliminary quantities listed in Appendix 1, Contractor shall quote as


the Smart IP system as a completed package included all necessary equipment and
services with costs and fees to complete the systems. If any inconsistences from initial
design found, Contractor is responsible for highlight in quotation in order to discuss
during negotiation stage to correct and adjust to meet fully initial design. The
adjustments if any shall not increase the Contractor price of the packaged quotation.
c) Exclusion: The work and supplies under this Contract does not include the following
items:
• Construction infrastructure without serving for Smart iOT device/equipment
installation-based (Road, Open-Drainage, Main Power supply, Mechanical building,
Street Lighting pole and earthing, Water-waste water manhole, Water and waste
Pipeline, Traffic Light, Traffic Signal Board)
d) Important Notes:
In case of conflict or discrepancies between any requirements of technical specifications,
the requirement which more benefit for Investor/Client shall be applied.
Any claim based on conflicts or discrepancies between the requirements of this Scope of
Work and the reference documents, or among the reference documents will not be
entertained by Investor after signing Contract. Contractor shall identify all potential
conflicts, discrepancies, or deficiencies in the information provided by Investor, including

Page 92 / 427
this Scope of Work and all its attachments and referenced documents and drawings prior
to award of Contract for resolution by Investor.
e) Delivery Schedule:
Refer Chapter VI – Progress and Timeline Requirements
f) Warranty:
Refer Section 4.1 and 4.2, Chapter VII – Requirements Specification

Page 93 / 427
Chapter VI. PROGRESS AND TIMELINE REQUIREMENTS
1. General requirements on project timeline
a. The project is implemented in 13 months from the contract signoff date (including holidays
and weekends).
b. Contractor is full responsible for resource planning (including but not limited: Project
Manager, Site Leader, Lead Engineer, Site supervisor, and Technicians…) and order
planning arrangement to full-fill project timeline in time.
c. Any extension/adjustment on project timeline shall be discussed and agreed between
Investors and Contractor during project implementation.
d. The Bidder can propose the detail of implementing milestones to ensure the efficiency of
system implementation; however, the bidder shall ensure that after 13 months from the
contract signoff date (including holidays and weekends), Smart IP system implementation
mentioned in the work item are completed. The Bidder shall ensure that the hardware
installation is completed after the Blueprint stage, so that system configuration and testing is
ready.
2. Timeline and milestone requirements
Key project milestones of this project are planned as follows:

No Work Item Timeline Deliverables/Milestone


1. Issuance of Letter of Award (LoA) A -
2. Signing of Contract with A + 15 -
Contractor days = T
3. Kick-off meeting, Site survey and T + 15 days • Final Project Plan
Mobilization of core Team from • Project Inception Report
Contractor (Project Manager,
Engineering expert design)
4. Establishing design requirements, T + 5 • Approved Detail Design
preliminary design, detailed months documents
design, initial Configurations for
production planning and getting
approval
5. FAT ( Factory Acceptance Test ) T + 6.5 • FAT and IFAT reports
and IFAT (Integrated Factory months
Acceptance Test ) with Investor

Page 94 / 427
No Work Item Timeline Deliverables/Milestone
representatives, Contractor, Sub-
Contractor (if any) and Project
Consultant
6. Delivery of all hardware including T + 7.5 • Delivery receipt/note with
software licenses for the all field months=W date & stamp on delivery
IT/Non-IT equipment/ components proof
• Quality and Quantity
Certificate issued by
Contractor/Manufacturers
• Warranty certificate issued
by
Contractor/Manufacturers
• Certificate of origin (CO)
declaring in which country
a commodity or good was
manufactured
• Verification Report of
Goods issued by the
Independent Inspection
unit.
• Warranty certificate issued
7. Installation (Hardware and T + 12 • Installation Completion
Software), Pre-SAT/UAT, Pre- months Report
Commissioning of system and • Testing and Pre-
O&M Training of all smart Commissioning Report
components. • Pre-SAT/UAT Report
• O&M Training completion
and Knowledge Transfer
report/certificate
• Complete set of Technical,
Operations & Maintenance
Manual
• Software Installation Guide
and Checklist
8. Final Site Acceptance Test / User T + 13 • SAT/UAT Certificate

Page 95 / 427
No Work Item Timeline Deliverables/Milestone
Acceptance Testing, months = G • Final Acceptance Test Cert
Commissioning and Go-Live • Go-Live of all Smart
system of all Smart Solutions (G) Solutions and Operational
Certificate from
Competent/Authorized
representatives of Investor
9. Warranty G + 12 Warranty Certificate (sent
Note: In the event of delay in months or from Contractor to
contract performance due to any W+18 acknowledge Starting date of
reason caused by Contractor’s months effective Warranty period) is
fault, the warranty period will be which ever expired.
extended at least by the length of come first
time lost due to such delay.

Page 96 / 427
Chapter VII. REQUIREMENTS SPECIFICATION
1. Functional Requirements on the provision of the Smart IP Interventions
1.1. General requirements
- The provided good shall fulfill all functional requirements in the Bidding Document,
regarding the type, quantity and technical features, and shall meet the conditions in the
Bidding Document;
- Functional standards of the goods shall comply with manufacturer’s documents.
- All software/application shall be installed on Investor’s servers (Colocation option) or
Cloud solution.
- The bidder providing software license and accompanying services shall comply with the
State of Vietnam’s laws and regulations on IT application and security.
1.2. Detailed requirements
1.2.1 Smart Traffic Management System
1.2.1.1 Adaptive Traffic Control System (ATCS)

No. Requirements Specification

The ATCS System shall primarily be installed at important junctions and


ATCS.FR.01 mid-blocks in the Industrial Park. The ATCS System shall help in
continuous monitoring of the traffic conditions in the Industrial Park.
The ATCS Sub-system shall support the following four use-cases with
other Sub-systems provided by 3rd parties as a minimum:
• Use case 1: Signal Timing Optimization using ATCS Data in Real-
time
ATCS.FR.02 • Use case 2: Changes in Signal timing based on Maximum Queue
Alert from ATCS
• Use case 3: Passing Congestion Information to VMD
• Use case 4: Using Traffic Data Archive for future
planning/Design/Analysis purposes
Monitor and control traffic signals, including signalled pedestrian
crossings, using a traffic responsive strategy based on real time traffic
ATCS.FR.03
flow and vehicle presence information. However, the system shall also be
capable of operating under fixed time plan.

Page 97 / 427
No. Requirements Specification

All junctions under Adaptive Traffic Control System shall be provided


with vehicle detection system & communication equipment.
Allow each intersection controller to be monitored from Industrial Park
operation system for proper functionality. Any corrective action can be
ATCS.FR.04
initiated either automatically based on status information or by an
operator.
The real time detection data shall be communicated to the Industrial Park
operation centre by each controller.
ATCS shall be driven by ICCC in real time with the capacity to calculate
the optimal cycle times, effective green time ratios, and change intervals
for all system traffic signal controllers connected to it which in turn can
also work in configurable manner. These calculations shall be based upon
ATCS.FR.05
assessments carried out by the ATCS central application software running
on ICCC platform based on the data and information gathered by vehicle
detectors at strategic locations at the intersections controlled by the
system
Signal Synchronization - manage network of signals to synchronize
ATCS.FR.06 timing cycle to ensure probability of maximum greens to the vehicle
moving in a particular direction.
Pedestrian Priority:
• The controller site-specific data shall provide independent control
for each of the pedestrian movements. It is also possible for a
pedestrian phase to be configured to appear alone, in conjunction
with other pedestrian phases, with non-conflicting vehicle phases,
or in conjunction with a combination of pedestrian and non-
conflicting vehicle phases
ATCS.FR.07
• Allow pedestrian movements to be introduced automatically or by
demand, whichever is required. Vehicle movements configured to
run in parallel with a pedestrian phase shall continue to hold right
of way until the end of the pedestrian clearance interval
• Shall allow the pedestrian green and/or flashing red intervals to
overlap between one or more stages with non-conflicting phases if
so required

Page 98 / 427
No. Requirements Specification

Emergency Vehicle Priority


Provision to make way for emergency vehicle priority like fire, police,
ATCS.FR.08 and ambulance in some exceptionally important situations. The priority
could be assigned by the central system and could be activated using an
incident response system.
The field of view of ATCS on a road stretch shall be able to cover from
ATCS.FR.09 end to end of the traffic lane irrespective of the number of lanes on the
particular road stretch
ATCS sensors/cameras shall capture the traffic data 24x7 lane wise, leg
ATCS.FR.10 wise and transfer the traffic data to Integrated Command and Control
Centre (ICCC) through fibre backbone in real time.

There shall be an operator at central control room to operate the ATCS


ATCS.FR.11
application on ATCS workstation.

The data of ATCS shall also be available in open data source which can
ATCS.FR.12
further be used in other applications.

The overall system shall work in an integrated fashion whereby data from
ATCS.FR.13 the ATCS shall be continuously recorded, processed, and transferred to
CCC.

On this dashboard there shall be a schematic layout of the ATCS showing


ATCS.FR.14
all the connected nodes on the Graphical User Interface (GUI)

The various nodes when connected & disconnected shall be represented


ATCS.FR.15 in different colour schema on the GUI of the ICCC operator

The solution proposed shall use or shall be able to integrate with industry
ATCS.FR.16 standard communication protocols like UTMC/UG405 or NTCIP. No
proprietary communication protocols shall be allowed
The application shall interface with a simulation software to evaluate
ATCS.FR.17 potential traffic control strategies in case of any anomalies and identify
the appropriate strategies for the traffic control

Page 99 / 427
No. Requirements Specification

The application shall be able to estimate comprehensive network state by


fusing detector data with data from ANPR, GPS or any other such data
ATCS.FR.18
collected from other third-party sensors/detectors/cameras. It should also
predict the future network state in terms of traffic demand for up to 1 hour
The ATCS application shall have a GUI with an underlying GIS map that
shall display the network and the traffic signals, traffic cameras/detectors,
ATCS.FR.19
Variable Message Display (VMD) boards and Public Address (PA)
systems deployed, in one view

API shall provide near real-time detector data and accept controller
ATCS.FR.20
instructions

Application shall be supplied with Simulation software and Simulation


ATCS.FR.21 Models so that it shall be grouped into regions with clusters of signals
covering all ATCS junctions.
Provision of calibrated traffic simulation models for AM peak, PM peak,
ATCS.FR.22 inter-peak and off-peak for weekdays and peak and off-peak for Saturday
& Sundays covering all the ATCS junctions

True real-time adaptivity. Adapts to traffic present at this very instant (not
ATCS.FR.23
only statistically)

The Proposed solution should be AI based to deliver improved efficiency


ATCS.FR.24
down the time

Proposed solution should have functionality of prediction of future traffic


ATCS.FR.25
flow

Traffic signal communicates directly with nearby signals for prediction


ATCS.FR.26
of future traffic flows

Sharing of data among traffic signals improves future prediction which


ATCS.FR.27 increases the likelihood of getting "through greens" without hampering
adaptivity

Page 100 / 427


No. Requirements Specification

ATCS.FR.28 Decisions are optimized based on statistics as well

Traffic signal adaptation continues even if communication with the server


ATCS.FR.29
is interrupted

Cameras see all traffic in a deep and wide field of view to capture queues
ATCS.FR.30
and not just the stop line

Adaptivity is based on detected traffic densities and patterns, not just on


ATCS.FR.31
presence of vehicles

Vision algorithms well suited for non-lane-based mixed-carriage-width


ATCS.FR.32
traffic

ATCS.FR.33 Countdown displays can be implemented without hampering adaptivity

Countdown displays increase driver response speed (to light changes) as


ATCS.FR.34
well as decrease anxiety

Even if one or multiple cameras fail, information from nearby signals,


from the cameras that continue to function (and there is some overlap),
ATCS.FR.35
and from previously generated statistics is used to continue adaptivity; till
the fault is corrected
If any particular node is disconnected from the control room, the same
ATCS.FR.36 shall raise an alarm to the ICCC operator GUI & appropriate action shall
be taken to rectify the same.
In case of any fault in the devices connected to a node, or connectivity
failure with a node, a pop-up message shall appear on the monitoring
ATCS.FR.37 dashboard workstation. The operator has to acknowledge the pop-up
message & report the type of fault to the maintenance team & shall record
the details to the assigned team/individual into the system

Page 101 / 427


No. Requirements Specification

Fault assignment to the maintenance team shall be managed and


controlled by the system software only. Once a fault is assigned by the
Control Centre operator or authorized user to the maintenance team, the
ATCS.FR.38 same shall be displayed in the maintenance module and once fault is
closed/resolved by the maintenance team it shall be updated automatically
(in case of active devices) or else updated manually in the software
application/maintenance module.
The access to monitoring dashboard shall be specific to the privilege of
ATCS.FR.39 the user which can be defined in the system & shall be specific to a
group/part of node locations.
ATCS.FR.40 Should be able to integrate with ICCC Platform for complete dashboard

1.2.1.2Red Light Violation Detection System (RLVD)


No. Requirements Specification

RLVD.FR.01 The RLVD System shall help VSIP and Traffic Police department to
monitor the traffic movement by enforcing traffic laws in VSIP3

RLVD.FR.02 The RLVD sub-system shall help traffic police in generating evidence
which can help Police to legally challenge the traffic violator/ offender

RLVD.FR.03 RLVD will be operational and detect violations on 24 x 7 basis

RLVD.FR.04 The RLVD sub-system shall have an ANPR based on non-intrusive


type of enforcement for detecting various traffic violations

RLVD.FR.05 The RLVD in integration with ANPR shall automatically detect the
license plate in the captured video feed in real-time

The system should work seamlessly with the ANPR sub-system to


RLVD.FR.06 perform OCR (Optical Character Recognition) of the license plate
characters (English alpha-numeric characters in standard fonts) and
convert into machine readable format for further processing

Page 102 / 427


No. Requirements Specification

The system shall be capable of storing JPEG image of the violating


RLVD.FR.07 vehicle along with its license plate and enter the license plate number
into the database along with date, timestamp, and site location details

The RLVD system should instantaneously (within 4 seconds) receive


RLVD.FR.08 the processed ANPR of the violating vehicle from the ANPR sub-
system

RLVD.FR.09 The system should store a continuous unaltered video clip of the vehicle
approaching and leaving the violation location in the database

RLVD.FR.10 The RLVD system should work in both day and night conditions with
the defined minimum accuracy levels

RLVD.FR.11 The RLVD system should work with minimum intervention and
maximum accuracy levels in all weather conditions

The system should at least have 95% of violation detection accuracy as


RLVD.FR.12 the minimum accuracy level irrespective of the type of violation, time,
and condition of the violation in the field

RLVD.FR.13 The system should be able to provide Unique Case number for each of
the violation detected

RLVD.FR.14 The system should be capable of providing a search and filter option to
find specific cases at any point of time

RLVD.FR.15 There shall be an operator at ICCC to operate the RLVD application on


RLVD system

Type of Violations – The following type of traffic violations should be


automatically detected using the appropriate non-intrusive technology
in each case as applicable. All the traffic violations should be
RLVD.FR.16 seamlessly integrated with the ANPR sub-system and maintain the
status of each violation till closure in the database.
• Red Light Violation & Detection (RLVD)
• Zebra Crossing Violation/ Stop Line Violation
• Speed Violation

Page 103 / 427


No. Requirements Specification

• Wrong Direction Vehicle Movement

Red Light Violation Detection (RLVD) – The non-intrusive RLVD


RLVD.FR.17 sub- system should be capable of capturing multiple Infrastructurection
Vehicle Data (IVD) simultaneously on each arm of the junction at any
point of time

Zebra Crossing / Stop Line Violation at Junctions – The non-intrusive


RLVD.FR.18 system should be capable of detecting the violations and capturing
multiple IVD simultaneously on each arm of the junction at any point
of time

Speed Violations – The nonintrusive system shall be capable of


RLVD.FR.19 measuring speed of vehicles and capture over speed vehicles The Speed
measurement should support multiple methods for calculation of speed
– either Average or Instantaneous Speed Measurement methods

RLVD.FR.20 The system shall have the provision of setting different speed
thresholds for different class of vehicles

Wrong Direction Vehicle Movement – The non-intrusive system


RLVD.FR.21 should be installed at critical junctions to capture the wrong direction
vehicle movement. The system should identify and capture multiple
IVD.

RLVD.FR.22 On this dashboard there shall be a schematic layout of the RLVD


showing all the connected nodes on the GUI

RLVD.FR.23 The various nodes when connected & disconnected shall be represented
in different color schema on the GUI of the ICCC operator

If any particular node is disconnected from the ICCC, the same shall
RLVD.FR.24 raise an alarm to the ICCC operator GUI & appropriate action shall be
taken to rectify the same

The monitoring dashboard shall allow the Centre operator to click on


RLVD.FR.25 any node & view the details of “operator” logged in, time duration since
logged in, summary of operations performed

Page 104 / 427


No. Requirements Specification

If ICCC operator disable/enable/operate any active device remotely, the


RLVD.FR.26 same shall be captured in ICCC activity report with all details including
but not limited to date, time, device, action performed etc.

The monitoring dashboard shall show the status


(connected/disconnected, faulty/working) of all logical devices (ANPR
RLVD.FR.27 Camera, Overview camera, RLVD Sensor, other units etc.) connected
to a particular node when clicking on a node from the monitoring
dashboard GUI

In case of any fault in the devices connected to a node, or connectivity


failure with a node, a pop-up message shall appear on the monitoring
RLVD.FR.28 dashboard workstation. The operator has to acknowledge the pop-up
message & report the type of fault to the maintenance team & shall
record the details to the assigned team/individual into the system

Fault assignment to the maintenance team shall be managed and


Controlled by the system software only. Once a fault is assigned by the
ICCC operator or authorized user to the maintenance team, the same
RLVD.FR.29 shall be displayed in the maintenance module and once fault is
closed/resolved by the maintenance team it shall be updated
automatically (in case of active devices) or else updated manually in
the software application/maintenance module.

The access to monitoring dashboard shall be specific to the privilege of


RLVD.FR.30 the user which can be defined in the system & shall be specific to a
group/part of node locations.

The TVDS along with the ANPR system when seamlessly integrated
RLVD.FR.31 with the e-challan system shall generate challans (tickets) to various
traffic violators.

Apart from standard printed and High Security license plates, the
RLVD.FR.32 system should be able to recognize hand painted straight font alpha
numeric number plates in standard formats found on Vietnamese
license plates

Page 105 / 427


No. Requirements Specification

The tamper-proof video extract shall be provided as supporting


evidence (for submission in a court of law) to each Infrastructurecting
RLVD.FR.33 vehicle and the video length shall be t-5 to t+5 seconds where t being
the instant at which the Infrastructurection occurred. The video output
should be in color in any industry standard format such as MJPEG,
MP4, AVI etc.,) with visually readable license plate number

1.2.1.3Automated Number Plate Recognition System (ANPR)

No. Category Requirements Specification

ANPR System is the core to identify the


Infrastructure vehicle from the traffic violation
perspective. The ANPR System identifies the
General
ANPR.FR.01 number plates of these vehicles which is then passed
Requirements
on to various other sub-systems for further
processing. The following are the Functional
Requirements related to the ANPR System.
The ANPR System shall be core to identifying the
General
ANPR.FR.02 exact violating vehicle which is detected using the
Requirements
other traffic sub-system.
The ANPR system shall capture vehicle license plate
General from front or from rear depending on the proposed
ANPR.FR.03
Requirements solution and ensuring the performance Parameters
are met
General
ANPR.FR.04 Cameras shall cover 1 lane of 4 meters
Requirements
The system shall have IR illuminators to provide
illumination for night-time scenario. Camera with IR
General
ANPR.FR.05 illuminators should be deployed at heights between
Requirements
20 feet to allow HMV (high motor vehicle) to pass
underneath it, and to minimize occlusion
General The system should have the facility to provide the
ANPR.FR.06
Requirements live feed of the camera at ICCC or as per user

Page 106 / 427


No. Category Requirements Specification

requirement
The system should be able to provide video clips of
General
ANPR.FR.07 the transaction from the ANPR lane cameras as
Requirements
evidence
For each detected violation, the system would store
General 5 snapshots of both cameras, date and time, location,
ANPR.FR.08
Requirements ANPR recognized license plate number, thumbnail
of the license plate region
The system should perform ANPR on all the vehicles
General passing the site and send alert to ICCC on detection
ANPR.FR.09
Requirements of any Hot-listed vehicles (whose numbers have been
marked as Stolen, Wanted, etc. at the Central server).
With the detected number plate text, picture should
General
ANPR.FR.10 also be sent of hot listed vehicle. It is highly likely to
Requirements
misread similar alphabets like 7/1/L or 8/B
The system should work 24 x 7 in both day and night,
General
ANPR.FR.11 any weather conditions with good accuracy for the
Requirements
duration of the project
System should be able to detect and recognize the
General English alpha numeric License plate standard fonts
ANPR.FR.12
Requirements and formats, defined under government regulatory of
Vietnam and Vietnamese alpha numeric fonts
General The system should have ANPR/ OCR to address the
ANPR.FR.13
Requirements Alpha numerical character of irregular font sizes
The system should capture standard vehicle’s
General number plates with an accuracy of at least 70% at
ANPR.FR.14
Requirements daytime and at least with an accuracy of 60% at
nighttime. (On basis of number of vehicles)
The system should have an option for the user to
General enter Hot-Listed vehicles at the Central Server and
ANPR.FR.15
Requirements the same should be sent to all the sites automatically
over the network
General Local processing unit should be industrial grade
ANPR.FR.16
Requirements type, Capable of working up to 70-degree

Page 107 / 427


No. Category Requirements Specification

temperature
The system shall have options to search historical
General records for post event analysis by the vehicle color
ANPR.FR.17
Requirements or the vehicle color with license plate and date time
combinations
The system should have option to input certain
Vehicle
license plates according to the hot listed categories
ANPR.FR.18 detection
like “Wanted”, “Suspicious”, “Stolen”, etc. by
by Color
authorized personnel
The system should be able to generate automatic
Alert alarms to alert the ICCC personnel for further action,
ANPR.FR.19
Generation in the event of detection of any vehicle falling in the
Hot listed categories
The system shall enable easy and quick retrieval of
Alert
ANPR.FR.20 snapshots, video and other data for post incident
Generation
analysis and investigations
The system should be able to generate suitable MIS
reports that will provide meaningful data to
concerned authorities and facilitate optimum
utilization of resources
A. Report of vehicle flow at each of the installed
locations for Last Day, Last Week and Last
ANPR.FR.21 Logs
Month
B. Report of vehicles in the detected categories
at each of the installed locations for Last Day,
Last Week and Last Month
Report of Vehicle Status change in different Vehicle
Categories
The system shall have Search option to tune the
ANPR.FR.22 Logs reports based on license plate number, date and time,
site location as per the need of the authorities
The system shall have option to save custom reports
ANPR.FR.23 Logs for subsequent use. The system shall have option to
export report being viewed to common format for

Page 108 / 427


No. Category Requirements Specification

use outside of the ANPRS or exporting into other


systems

1.2.1.4 Variable Message and Traffic Guidance (VMTG)


No. Requirements Specification
The system should be capable to display warnings, traffic advice, route
VMD.FR.01 guidance and emergency messages to tenants and public in real time
through central software or through Local PC/laptops.
The VMD should display text (multilingual – Vietnamese, Chinese,
VMD.FR.02 Korean, Japanese & English) and graphic messages using Light Emitting
Diode (LED) arrays.
VMD.FR.03 The System should be able to display failure status of any LED at
Integrated Control and Command Centre (ICCC)
VMD.FR.04 The System should support Display characters in true type fonts and
adjustable based on the Operating system requirement
The VMD workstation at the ICCC should communicate with the Video
Management System (VMS) controller through the network. It should send
VMD.FR.05 out command data to the variable message sign controller and to confirm
normal operation of the signboard. In return, the VMD workstation should
receive status data from the VMD controller
VMD.FR.06 VMD controllers should continuously monitor the operation of the VMD
via the provided communication network
VMD.FR.07 Operating status of the variable message display and sign should be
checked periodically (define time) from the ICCC
It shall be capable of setting an individual VMD or group of VMD’s to
VMD.FR.08 display either one of the pre-set messages or symbols entered via the
control computer keyboard or by another means
VMD.FR.09 It shall be capable of being programmed to display an individual message
to a VMD or a group of VMD’s at a pre-set date and time
A sequence of a minimum of 10 messages/pictures/ pre-decided sign or
VMD.FR.10 group of signs shall be possible to assign for individual VMD or group of
VMD’s

Page 109 / 427


No. Requirements Specification
It shall also store information about the time log of message displayed on
VMD.FR.11 each VMD. The information stored shall contain the identification number
of the VMD, ID of the operator (who made the changes), content of the
message, date, and time at which displayed message/picture starts and ends
The central control computer shall perform regular tests (pre-set basis) for
each individual VMD. Data communication shall be provided with enough
security check to avoid unauthorized access.
VMD.FR.12
● The System
a. Shall be designed to offer a full IP based distributed architecture
b. shall authenticate user access, user rights and privileges of all
operators
VARIABLE MESSAGE DISPLAY APPLICATION

VMD.FR.13 ICCC Software allows controlling multiple VMDs (up to 10) from one
console
Capable of programming to display all types of Message/ advertisement
VMD.FR.14 having alphanumeric character in English, Vietnamese, and combination
of text with pictograms signs
VMD.FR.15 Capable of controlling and displaying messages on VMD boards as
individual/ group
● Capable of controlling and displaying multiple font types with flexible size
VMD.FR.16
and picture sizes suitable as per the size of the VMD
VMD.FR.17
● Capable of controlling brightness & contrast through software
● Capable to continuously monitor the operation of the Variable Message
VMD.FR.18 Display, implemented control commands and communicate information to
the Traffic Monitoring Centre via communication network
● Real time log facility – log file documenting the actual sequence of display
VMD.FR.19
to be available at ICCC
VMD.FR.20
● Multilevel event log with time & date stamp
● Access to system only after the authentication and acceptance of
VMD.FR.21
authentication based on hardware dongle with its log
● Location of each VMD will be plotted on GIS Map with their functioning
VMD.FR.22
status which can be automatically updated

Page 110 / 427


No. Requirements Specification
● Report generation facility for individual/group/all VMD with date and time
VMD.FR.23 which includes summary of messages, dynamic changes, fault/repair report
and system accessed logs, link breakage logs, down time reports or any
other customized report
● Configurable scheduler on date/day of week basis for transmitting pre-
VMD.FR.24
programmed message to any VMD unit
● Apart from role-based access, the system should also be able to define
VMD.FR.25
access based on location
● Rights to different modules / Sub-Modules / Functionalities should be role
VMD.FR.26 based and proper log report should be maintained by the system for such
access
● Components of the architecture must provide redundancy and ensure that
VMD.FR.27 there are no single points of failure in the key project components. To take
care of remote failure, the systems need to be configured to mask and
recover with minimum outage
● Ease of configuration, ongoing health monitoring, and failure detection are
VMD.FR.28
vital to the goals of scalability, availability, and security
VMD.FR.29
● System shall use open standards and protocols to maximum extent possible
VMD.FR.30
● Facility to export reports to excel, csv and PDF formats
● All VMD shall be connected/configured to ICCC for remote monitoring
VMD.FR.31 through network for two-way communication between VMD and ICCC to
check system failure, power failure & link breakage
● Remote Diagnostics to allow identifying reason of failure up to the level of
VMD.FR.32
failed individual LED

1.2.1.5 AI & ML based Video Traffic Analytics System and Video Management Software
a. AI&ML Function
No. Category Requirements Specification
The System shall be a real-time video analytics
engine that utilizes advanced image processing
VCA.FR.01 General Requirements
algorithms to turn video into actionable
intelligence

Page 111 / 427


No. Category Requirements Specification
The system shall provide configurable detection
zones and lines to detect events of interest,
VCA.FR.02 General Requirements Detection zones define an area of interest and
Detection lines define a perimeter instead of a
region
The system shall facilitate creating multiple zones
VCA.FR.03 General Requirements
and lines in a single scene to trigger various alerts
The system shall allow the configuration of
VCA.FR.04 General Requirements
applicable rules and manage them
The system shall also enable editing the Zones and
VCA.FR.05 General Requirements
lines to the desired shape or size
The triggers generated by the applied rules shall
provide visual indicators to identify the event. Such
VCA.FR.06 General Requirements
as a yellow-coloured target changing the colour to
red on event
The system shall enable masking of areas which
VCA.FR.07 General Requirements
interfere detection zones in other areas of the scene
The system shall enable detecting rules in the
VCA.FR.08 General Requirements
defined areas (zones/ lines)
The system shall provide a functionality for
VCA.FR.09 General Requirements configuring timelines for various events such as
abandoned object, camera tampering etc
The system shall be able to filter large amounts of
VCA.FR.10 General Requirements video and do a video summarization for the
operator
The system shall allow classification of different
VCA.FR.11 General Requirements
objects like animals, vehicles, people etc
The System shall have Automated zooming in on
interesting events like motion Detection etc. as
VCA.FR.12 General Requirements
picked up by Camera without the need for human
intervention
VCA shall provide secured feeds with encryption,
VCA.FR.13 General Requirements
watermarking for data authenticity
VCA shall be able to trigger alerts for the vehicle
VCA.FR.14 General Requirements direction, vehicle speed, vehicle parked in defined
zones etc

Page 112 / 427


No. Category Requirements Specification
The system shall have a reporting generation
VCA.FR.15 General Requirements functionality to provide inputs on various instances
of events triggered in the system
VAS should allow to add, edit, delete, or disable
VCA.FR.16 General Requirements
and enable Policies
The IP-wide surveillance system needs to have the
capability to deploy intelligent video analytics
VCA.FR.17 Features software on any of selected cameras. This software
should have the capability to provide various
alarms & triggers.
AI-based video analytics:
1. Traffic accidents (Based on change in default
view of camera for longer duration)
2. Falling trees/poles/big objects (Based on change
VCA.FR.18 Traffic Management
in default view of camera for longer duration)
3. Goods falling out on the road (Based on change
in default view of camera for longer duration)
4. On-road vehicles speed enforcement
Motion Detection component that automatically
detects moving objects in the field of view of a
VCA.FR.19 General Requirements camera, and is capable of filtering out movement in
configurable directions and movement due to
camera motion (e.g., from wind)
System shall have a sophisticated rule-based
VCA.FR.20 General Requirements engine with powerful analytics capabilities that
provides automatic event notification
System should have a proper Management
Information Systems (MIS) for recording of
various video analytics as per need. There should
VCA.FR.21 Log Management
be provisions for acknowledging the events with
remarks in the system itself & print out of a period
specific list can be taken for recording purpose
System should support advanced Video Analytics
with supportive Artificial Intelligence System.
VCA.FR.22 Artificial Intelligence
This can implement through either edge / hybrid /
DC based advanced analytical solution

Page 113 / 427


No. Category Requirements Specification
It should support commonly used Deep Learning
based AI frameworks like TensorFlow / Microsoft
VCA.FR.23 Artificial Intelligence
Cognitive Toolkit (CNTK) / any other equivalent
frameworks
No dependencies- The system should be
completely handling the dependencies implicitly
VCA.FR.24 Artificial Intelligence
such as hardware, software, environment, libraries,
versioning etc
Scalability- The algorithms or the platform should
scale automatically and dynamically depending on
VCA.FR.25 Artificial Intelligence the demand and load. The system should include
components that are self-optimizing for resources
and cost depending on the load
Should support software libraries for continuous
learning and improvement for betterment of
VCA.FR.26 Artificial Intelligence Intelligent video analytics software installed in
edge/field devices using Deep Learning based AI
methodologies
Artificial Intelligence with Continuous Learning &
Improvement system:
a. Should deliver processing units’ performance of
1 petaFLOPS on FP16 or better
b. Should have software tools for achieving the
following tasks- Resource allocation, queueing of
jobs, performance monitoring and creating
software containers
c. Should have minimum 512GB system memory
VCA.FR.27 Artificial Intelligence
per system or better
d. Should have dual 10GbE and 4 IB EDR per
system or better
e. Should have minimum power consumption
requirements
f. Should have dual 20-core Intel Xeon E5-2698 or
better per system
g. Should support parallel computing architecture
h. Should support software libraries for continuous

Page 114 / 427


No. Category Requirements Specification
learning and improvement for betterment of
Intelligent video analytics software installed in
edge/field devices using Deep Learning based AI
methodologies

The system should be able to use algorithms and


unsupervised deep learning methods to provide
alerts and useful actionable insights from live
VCA.FR.28 Artificial Intelligence
streaming video feed data. System shall have
capability to automatically analyse hours of video
data for defining own rule
The system should be capable of fully self-learning
with no initial programming input by the end user.
The solution should learn what is normal behaviour
for people, vehicles, machines, and the
VCA.FR.29 Artificial Intelligence
environment based on its own observation of
patterns of various characteristics such as size,
speed, reflectivity, colour, grouping, vertical or
horizontal orientation and so forth
The System should normalize the visual data,
meaning that it classifies and tags the objects and
patterns it observes, building up continuously
refined definitions of what is normal or average
VCA.FR.30 Artificial Intelligence behaviour for the various observed objects. After
several weeks of learning in this fashion it can
recognize when things break the pattern. When it
observes any such anomaly, it should generate an
alert to the authorized user
Ability to integrate with main/sub systems at
VCA.FR.31 Integration Command Centre & with other third-party
application systems

b. Video Management Software

Page 115 / 427


No. Category Requirements Specification
The Video Management System shall support
archiving for optimizing recorded data storage
VMS.FR.01 General Requirements through unique data storage solutions by
combining performance and scalability with cost
efficient long-term video storage
The Video Management System shall incorporate
intuitive map functions allowing for multi layered
map environment. The map functionality shall
VMS.FR.02 General Requirements allow for the interactive control of the complete
surveillance system, at-a-glance overview of
system integrity, and seamless drag-and-drop
integration with video wall module option
The System should support Maps integration with
below features.
1. Adding Image Layers to the location
map
2. Define the location map for each
location
VMS.FR.03 General Requirements
3. Add cameras to the map images
4. Add image layers to the map
5. Add a Maps Server
6. System should support raster format
images of jpeg/jpg and png file and
Vector (shape files)
The Video Management System shall incorporate
fully integrated matrix functionality for distributed
VMS.FR.04 General Requirements
viewing of any camera in the system from any
computer with the client viewer
VMS.FR.05 General Requirements VMS shall be ONVIF compatible
VMS shall be scalable to support minimum 1500
or more cameras, which can be added into the
VMS.FR.06 General Requirements
system by only addition of software licenses and
servers
It shall be possible to integrate VMS into the
VMS.FR.07 General Requirements Integrated Command & Control system. In that
respect bidders shall provide their SDK/API (or

Page 116 / 427


No. Category Requirements Specification
any other integration means) libraries and
documentation to ensure a seamless integration
with any other system
VMS shall be open to any standard storage
VMS.FR.08
technologies integration
VMS shall already support Storage system from
VMS.FR.09
multiple vendors
VMS shall provide the ability to save any event
that was tagged as an alarm (video motion
VMS.FR.10
detection, video loss or input) received, to be saved
in a manner in which it cannot be overwritten
VMS shall have ready plug-ins and compatibility
VMS.FR.11
with industry-leading video wall OEMs
VMS shall offer the possibility to integrate
VMS.FR.12
external Video Analytics systems
It shall be possible to access VMS without
VMS.FR.13 installing dedicated client software (e.g., using
common web browser such as Internet Explorer…)
VMS shall be designed to offer a full IP based
VMS.FR.14 General Requirements
distributed architecture
VMS shall have the capability to handle software
VMS.FR.15 General Requirements clients (operators) connected in different locations
on the same network
Simultaneous quantity of operators per location
VMS.FR.16 General Requirements
shall not be limited
VMS shall store the system’s configuration in a
VMS.FR.17 General Requirements relational database, either on the management
server computer or on the network
VMS shall authenticate user access, user rights and
privileges of all operators through Active
Directory
VMS shall have feature of blocking user after
VMS.FR.18 General Requirements
multiple unsuccessful login attempts and sending
alert to system admin. Only the system admin
should have right to reset and unblocking the
blocked users.

Page 117 / 427


No. Category Requirements Specification
Access rights and privileges shall consist in but not
limited to:
o Visibility of devices, live view, playback,
AVI/ ASF/ MP4 export, JPEG export,
database export, sequences, smart search,
VMS.FR.19 General Requirements input status, output control
o PTZ control, PTZ priority, PTZ pre-set
control
o Smart/Remote Client, live playback/setup,
status API, service, registration API and
privileges for the map feature
Registration of the system shall allow for online
VMS.FR.20 Distributed Architecture
activation and off-line activation of licenses
The system shall support automatic failover for
Recording Servers. This functionality shall be
accomplished by one Failover Server as a standby
unit for max. 5 servers that shall take over in the
VMS.FR.21 Distributed Architecture
event that one of a group of designated Recording
Servers fails. Recordings shall be synchronized
back to the original Recording Server once it is
back online
VMS shall operate in multicast, unicast and
VMS.FR.22 Management bandwidth throttling protocol to minimize the
network bandwidth
VMS shall support video streams up to at least
VMS.FR.23 Management
25fps
Monitoring module shall allow for continuous
monitoring of the operational status and event-
triggered alarms from servers, cameras, and other
VMS.FR.24
devices
VMS should have capability to detect and alert any
Management
camera disconnection to the user/admin
The Monitoring module shall provide a real-time
overview of alarm status or technical problems
VMS.FR.25
while allowing for immediate visual verification
and troubleshooting

Page 118 / 427


No. Category Requirements Specification
Module shall include flexible access rights and
VMS.FR.26 allow each user to be assigned several roles where
each shall define access rights to cameras
Viewing live video from cameras on the
surveillance system with Playback recordings from
VMS.FR.27 cameras on the surveillance system, with a
selection of advanced navigation tools, including
an intuitive timeline browser
The system shall allow views to be created which
are only accessible to the user, or to groups of users
based on different layouts optimized for 4:3 and
VMS.FR.28 16:9 display ratios. It should be able to create and
switch between an unlimited number of views and
able to display video from at least 64 cameras from
multiple servers at a time
It shall be possible to schedule recording and
archiving by a recurrence pattern (daily, weekly,
VMS.FR.29
specific time and dates) and by specific time ranges
(all day, time range, daytime, night-time…)
It shall be possible to schedule recording on per
VMS.FR.30 Management camera basis (Continuous, manual or motion
based)
VMS shall allow the control of the amount of used
VMS.FR.31 Management
disk space
It shall be possible to protect specific video streams
VMS.FR.32 Management
against any deletion and for any period of time
The system log shall be searchable by Level,
VMS.FR.33 Multicasting
Source and Event Type
The Alert Log records alerts triggered by rules
VMS.FR.34 Multicasting
(searchable by Alert type, Source and Event type)
The system shall have smart recording wherein no
recording or recording at lower frame rate is done
VMS.FR.35 Monitoring Module when there is no movement. The VMS shall be
able to record higher-quality video and shall
reduce fps when not in use during VAS night-time

Page 119 / 427


No. Category Requirements Specification
System should support recording management to
view the recordings available on a camera’s local
VMS.FR.36 Monitoring Module
storage device (such as an SD card) and auto
synchronise them to the server
System should support thumbnail search,
Thumbnail Search to quickly locate specific scenes
or events in recorded video without fast-
VMS.FR.37 Monitoring Module forwarding or rewinding. Thumbnail Search
should display a range of video as thumbnail
images, should allow to identify a portion of the
recording to review
System should support Clip Management—Use
Clip Management to view, download and delete
clips that are stored on the server. Videos in the
VMS.FR.38 Monitoring Module
system shall be deleted / overwritten only by the
pre-programmed logic of FIFO or based on expiry
(retention period)
Security Platform shall have strong security
mechanism such as the use of advance encryption,
digital certificates, and claims-based
VMS.FR.39 VMS Storage authentication to ensure that only authorised
personnel have access to critical information,
prevent man-in-the-middle attacks, and that the
data is kept private
It shall be possible to schedule recording on per
VMS.FR.40 VMS Storage camera basis (Continuous, manual or motion
based)
VMS shall allow the control of the amount of used
VMS.FR.41 VMS Storage
disk space
No of operators shall not be software licenses
dependant. In case of emergency situation, threats,
VMS.FR.42 Management natural catastrophe the control room shall be able
to reconfigure the VMS by adding more operators
without any Contractor’s intervention
Enhanced Monitoring 1. Video Stitching with Object Tracking
VMS.FR.43
Features It indicates to find a defined person / object. VMS

Page 120 / 427


No. Category Requirements Specification
should be capable of opening the cameras in one
Video matrix, which will help to trace the person
from one camera to another camera and same can
be tracked on a map.
2. Video digging
It can search and track the person / object from the
stored video in minutes by defining the time and
sets of cameras

1.2.2 Smart Security Management System


1.2.2.1 Surveillance Closed-Circuit Television (CCTV) system
No. Category Requirements Specification
The Video Management System shall support
archiving for optimizing recorded data storage
VMS.FR.44 General Requirements through unique data storage solutions by
combining performance and scalability with cost
efficient long-term video storage
The Video Management System shall incorporate
intuitive map functions allowing for multi layered
map environment. The map functionality shall
VMS.FR.45 General Requirements allow for the interactive control of the complete
surveillance system, at-a-glance overview of
system integrity, and seamless drag-and-drop
integration with video wall module option
The System should support Maps integration with
below features.
7. Adding Image Layers to the location
map
VMS.FR.46 General Requirements 8. Define the location map for each
location
9. Add cameras to the map images
10. Add image layers to the map
11. Add a Maps Server

Page 121 / 427


No. Category Requirements Specification
12. System should support raster format
images of jpeg/jpg and png file and
Vector (shape files)
The Video Management System shall incorporate
fully integrated matrix functionality for distributed
VMS.FR.47 General Requirements
viewing of any camera in the system from any
computer with the client viewer
VMS.FR.48 General Requirements VMS shall be ONVIF compatible
VMS shall be scalable to support minimum 1500
or more cameras, which can be added into the
VMS.FR.49 General Requirements
system by only addition of software licenses and
servers
It shall be possible to integrate VMS into the
Integrated Command & Control system. In that
respect bidders shall provide their SDK/API (or
VMS.FR.50
any other integration means) libraries and
documentation to ensure a seamless integration
with any other system
VMS shall be open to any standard storage
VMS.FR.51
technologies integration
VMS shall already support Storage system from
VMS.FR.52
multiple vendors
General Requirements VMS shall provide the ability to save any event
that was tagged as an alarm (video motion
VMS.FR.53
detection, video loss or input) received, to be saved
in a manner in which it cannot be overwritten
VMS shall have ready plug-ins and compatibility
VMS.FR.54
with industry-leading video wall OEMs
VMS shall offer the possibility to integrate
VMS.FR.55
external Video Analytics systems
It shall be possible to access VMS without
VMS.FR.56 installing dedicated client software (e.g., using
common web browser such as Internet Explorer…)
VMS shall be designed to offer a full IP based
VMS.FR.57 General Requirements
distributed architecture

Page 122 / 427


No. Category Requirements Specification
VMS shall have the capability to handle software
VMS.FR.58 General Requirements clients (operators) connected in different locations
on the same network
Simultaneous quantity of operators per location
VMS.FR.59 General Requirements
shall not be limited
VMS shall store the system’s configuration in a
VMS.FR.60 General Requirements relational database, either on the management
server computer or on the network
VMS shall authenticate user access, user rights and
privileges of all operators through Active
Directory
VMS shall have feature of blocking user after
VMS.FR.61 General Requirements
multiple unsuccessful login attempts and sending
alert to system admin. Only the system admin
should have right to reset and unblocking the
blocked users.
Access rights and privileges shall consist in but not
limited to:
o Visibility of devices, live view, playback,
AVI/ ASF/ MP4 export, JPEG export,
database export, sequences, smart search,
VMS.FR.62 General Requirements input status, output control
o PTZ control, PTZ priority, PTZ pre-set
control
o Smart/Remote Client, live playback/setup,
status API, service, registration API and
privileges for the map feature
Registration of the system shall allow for online
VMS.FR.63 Distributed Architecture
activation and off-line activation of licenses
The system shall support automatic failover for
Recording Servers. This functionality shall be
accomplished by one Failover Server as a standby
VMS.FR.64 Distributed Architecture unit for max. 5 servers that shall take over in the
event that one of a group of designated Recording
Servers fails. Recordings shall be synchronized
back to the original Recording Server once it is

Page 123 / 427


No. Category Requirements Specification
back online

VMS shall operate in multicast, unicast and


VMS.FR.65 Management bandwidth throttling protocol to minimize the
network bandwidth
VMS shall support video streams up to at least
VMS.FR.66 Management
25fps
Monitoring module shall allow for continuous
monitoring of the operational status and event-
triggered alarms from servers, cameras, and other
VMS.FR.67
devices
VMS should have capability to detect and alert any
camera disconnection to the user/admin
The Monitoring module shall provide a real-time
overview of alarm status or technical problems
VMS.FR.68
while allowing for immediate visual verification
and troubleshooting
Module shall include flexible access rights and
VMS.FR.69 allow each user to be assigned several roles where
each shall define access rights to cameras
Management Viewing live video from cameras on the
surveillance system with Playback recordings from
VMS.FR.70 cameras on the surveillance system, with a
selection of advanced navigation tools, including
an intuitive timeline browser
The system shall allow views to be created which
are only accessible to the user, or to groups of users
based on different layouts optimized for 4:3 and
VMS.FR.71 16:9 display ratios. It should be able to create and
switch between an unlimited number of views and
able to display video from at least 64 cameras from
multiple servers at a time
It shall be possible to schedule recording and
VMS.FR.72
archiving by a recurrence pattern (daily, weekly,

Page 124 / 427


No. Category Requirements Specification
specific time and dates) and by specific time ranges
(all day, time range, daytime, night-time…)
It shall be possible to schedule recording on per
VMS.FR.73 Management camera basis (Continuous, manual or motion
based)
VMS shall allow the control of the amount of used
VMS.FR.74 Management
disk space
It shall be possible to protect specific video streams
VMS.FR.75 Management
against any deletion and for any period of time
The system log shall be searchable by Level,
VMS.FR.76 Multicasting
Source and Event Type
The Alert Log records alerts triggered by rules
VMS.FR.77 Multicasting
(searchable by Alert type, Source and Event type)
The system shall have smart recording wherein no
recording or recording at lower frame rate is done
VMS.FR.78 Monitoring Module when there is no movement. The VMS shall be
able to record higher-quality video and shall
reduce fps when not in use during VAS night-time
System should support recording management to
view the recordings available on a camera’s local
VMS.FR.79 Monitoring Module
storage device (such as an SD card) and auto
synchronise them to the server
System should support thumbnail search,
Thumbnail Search to quickly locate specific scenes
or events in recorded video without fast-
VMS.FR.80 Monitoring Module forwarding or rewinding. Thumbnail Search
should display a range of video as thumbnail
images, should allow to identify a portion of the
recording to review
System should support Clip Management—Use
Clip Management to view, download and delete
clips that are stored on the server. Videos in the
VMS.FR.81 Monitoring Module
system shall be deleted / overwritten only by the
pre-programmed logic of FIFO or based on expiry
(retention period)

Page 125 / 427


No. Category Requirements Specification
Security Platform shall have strong security
mechanism such as the use of advance encryption,
digital certificates, and claims-based
VMS.FR.82 VMS Storage authentication to ensure that only authorised
personnel have access to critical information,
prevent man-in-the-middle attacks, and that the
data is kept private
It shall be possible to schedule recording on per
VMS.FR.83 VMS Storage camera basis (Continuous, manual or motion
based)
VMS shall allow the control of the amount of used
VMS.FR.84 VMS Storage
disk space
No of operators shall not be software licenses
dependant. In case of emergency situation, threats,
VMS.FR.85 Management natural catastrophe the control room shall be able
to reconfigure the VMS by adding more operators
without any Contractor’s intervention
1. Video Stitching with Object Tracking
It indicates to find a defined person / object. VMS
should be capable of opening the cameras in one
Video matrix, which will help to trace the person
Enhanced Monitoring from one camera to another camera and same can
VMS.FR.86
Features be tracked on a map.
2. Video digging
It can search and track the person / object from the
stored video in minutes by defining the time and
sets of cameras

1.2.2.2 Contact Centre based Emergency Response (CCER)


No. Requirements Specification
● The proposed helpdesk system shall provide flexibility of logging, viewing,
HMS.FR.01 updating, and closing incident manually via web interface

HMS.FR.02● Each incident shall be able to associate multiple activity logs entries via
manual update or automatic update from other enterprise management tools

Page 126 / 427


No. Requirements Specification

HMS.FR.03● The proposed helpdesk system shall be able to provide flexibility of incident
assignment based on the workload, category, location etc

HMS.FR.04● Each escalation policy shall allow easy definition on multiple escalation levels
and notification to different personnel via window GUI/console with no or
minimum programming

HMS.FR.05● The proposed helpdesk system shall provide grouping access on different
security knowledge articles for different group of users

HMS.FR.06● The proposed helpdesk system shall have an updateable knowledge base for
technical analysis and further help end-users to search solutions for previously
solved issues

HMS.FR.07● The proposed helpdesk system shall support tracking of SLA (service level
agreements) for call requests within the help desk through service types. All
detail SLA parameters/objectives should be able to change by VSIP without
addition cost required.

HMS.FR.08● The proposed helpdesk system shall be capable of assigning call requests to
technical staff manually as well as automatically based on predefined rules,
and shall support notification and escalation over email, web etc

HMS.FR.09● The proposed helpdesk system shall integrate tightly with the Knowledge
tools and CMDB and shall be accessible from the same login window

● It shall support remote management for end-user & allow analysts to do the
HMS.FR.010
desktop sharing for any system located anywhere, just connected to internet

● Remote desktop sharing in the system shall be agent less & all activity shall
HMS.FR.011
be automatically logged into the service desk ticket

● It shall allow admin user to create solution & make them available on the end
HMS.FR.012
– user login window for the most common requests

Page 127 / 427


No. Requirements Specification

● The system should have capability to develop sub-modules or to integrate with


HMS.FR.013
separate application to digitize/configure/manage below mentioned 14 pre-
defined crisis incidents/scenarios by VSIP.

1. Water contamination
2. Labour Strike
3. Medical Emergency
4. Chemical/Oil spillage on the VSIP roads
5. Fire
6. Natural disaster (flood/storm/earthquake…)
7. Riot/ Civil unrest
8. Fire or attack on key installations
9. Emergency Power Outage
10. Bomb threat or security event
11. Major critical services failure
12. Regulatory/ governance lapses
13. Injury/ Accident
14. No access to VSIP’s office
General requirement:
- Flexibility in term of scenes change
- Capability of Decentralization rights Department / Level / Access…
- Configurable scene / escalation / tolerance time…
- Logging the Start / duration progress / End time for each activity/task.
- Ability to handle multi-tasking incident/crisis in case of concurrency
● System shall be able to add more over 14 scenarios (as above) by VSIP in
HMS.FR.014
future without additional cost
● Support an interactive/conversation environment between the parties involved
HMS.FR.015
in the processing ticket/incident/crisis. All conversations/interactions are
recorded in the report of each closed ticket/incident/crisis
● System shall be able to interface with ArcGIS to monitor progress of
HMS.FR.016
activities/people

Page 128 / 427


1.2.2.3 Public Address (PA) system
No. Requirements Specification
● The PAS can be used by VSIP3, Police and other stakeholders of the project to
PA.FR.01 disseminate information to road users/public

● The objective of the voice based sub-system is to disseminate the information
PA.FR.02 to the tenants particularly during emergencies for the messages to reach quickly

● The system should have the capability of designing the messages based on the
PA.FR.03 situation or context for broadcasting across PA System

● The software and solution of PA System shall comply with all functional and
PA.FR.04 business requirement as specified in this Bidding Document, elsewhere

● The PA system shall provide provision for emergency announcements to be
PA.FR.05 made on per-location, selection of locations, or a system wide basis

● The PA system shall have provision for announcements to be made from central
PA.FR.06 location

● The Integrated Traffic Management system shall provide for the ability to
PA.FR.07 produce and play-out either pre-recorded messages or make live
announcements through PA software
● The PA system shall be integrated with the Integrated Traffic Management &
PA.FR.08 Emergency Response Management System for making automated, system
generated, or manual announcements as per the standard operating procedure

● The system should have ability to integrate with CCTV systems, other main/sub
PA.FR.09 systems at ICCC for configuring and broadcasting the messages

● The system should have ability to configure the messages with the static or
PA.FR.10 dynamic text from various applications/systems to form a complete message as
and when required

Page 129 / 427


No. Requirements Specification
● The system should recognize, and broadcast messages based on some of the
PA.FR.11 analytics such as sound alerts, system alerts, incident alerts and various other
alerts

● The system should be able to integrate other network’s PA systems or third-
PA.FR.12 party application systems where the alerts are generated to broadcast messages

● There shall be an operator at central control room to operate the PA System


PA.FR.13 application on PA System console

● The system should be able to generate various statistics, reports & MIS from
PA.FR.14 time to time

PA.FR.15● The speaker shall be designed to minimize reverberation effects, howling etc.,
caused due to reflection of sound from hard surfaces
● The system shall be designed and installed so that it automatically minimizes
PA.FR.16 community sound pollution

● The requirements of local noise level standards & by-laws shall be respected
PA.FR.17 by this system

● The system should have the ability to schedule category wise system messages
PA.FR.18 or overall messages in advance for a period of time to selective or all PA System
locations

● The PAS message quality shall be such that it is clearly audible from its location
PA.FR.19 to up to 100 metres. without any distortion and loss in quality of the sound
during the prevailing situation in street

● Ability to integrate with CCTV systems, VMD and other main/sub systems at
PA.FR.20 Command Centre for configuring and broadcasting the messages to the road
users

PA.FR.21● Ability to configure the messages with the static or dynamic text from various
applications/systems to form a complete message as and when required

Page 130 / 427


No. Requirements Specification

● Ability to categorize the messages as per the business need and able to
PA.FR.22 configure as per category

● The PAS should provide the status indicators on the system and as well at
PA.FR.23 various command centre

● The PA system shall have an operations monitoring dashboard, located at the
PA.FR.24 control centre

PA.FR.25● Should support Automatic Volume Control, Call recording of all PA
announcements with date and time
● On this dashboard there shall be a schematic layout of the PA system showing
PA.FR.26 all the connected nodes on the GUI

● The various nodes when connected & disconnected shall be represented in
PA.FR.27 different colour schema on the GUI of the Control Centre operator

● If any particular node is disconnected from the control room, the same shall
PA.FR.28 raise an alarm to the ICCC operator GUI & appropriate action shall be taken to
rectify the same

● The monitoring dashboard shall allow the ICCC operator to click on any node
& view the details of “operator” logged in, time duration since logged in,
summary of operations If ICCC operator or any other user form ICCC
PA.FR.29 disable/enable/operate any active device remotely, the same shall be captured
in ICCC activity report with all details including but not limited to date, time,
device, action performed etc

● The monitoring dashboard shall show the status (connected/disconnected,
PA.FR.30 faulty/working) of all logical devices (PA system) connected to a node when
clicking on a node from the monitoring dashboard GUI

PA.FR.31● In case of any fault in the devices connected to a node, or connectivity failure
with a node, a pop-up message shall appear on the monitoring dashboard

Page 131 / 427


No. Requirements Specification
workstation. The operator must acknowledge the pop-up message & report the
type of fault to the maintenance team & shall record the details to the assigned
team/individual into the system

● Fault assignment to the maintenance team shall be managed and controlled by
the system software only. Once a fault is assigned by the ICCC operator or
authorized user to the maintenance team, the same shall be displayed in the
PA.FR.32 maintenance module and once fault is closed/resolved by the maintenance team
it shall be updated automatically (in case of active devices) or else updated
manually in the software application/maintenance module

● The access to monitoring dashboard shall be specific to the privilege of the user
PA.FR.33 which can be defined in the system & shall be specific to a group/part of node
locations

● Integrated 100W amplifier, POE or 12V power, 10/100Base-TX Ethernet, The
PA.FR.34 slot for Micro SDcard, 1x digital input and output, Remote configuration &
administration

● The System

PA.FR.35 a. Shall be designed to offer a full IP based distributed architecture


b. shall authenticate user access, user rights and privileges of all operators
through Active Directory

PA.FR.36● Broadcast emergency signals in multiple languages (support at least English


and Vietnamese)
PA.FR.37● Should support for playing AM/FM radio channel (with Vietnamese AM/FM
Radio Channel)

1.2.2.4 Face Recognition based Access Control System (FRS)


No. Category Requirements Specification
Face Recognition System shall work on real time for
FRS.FR.01 Detection identifying or verifying a person from live video source from
any IP Camera

Page 132 / 427


No. Category Requirements Specification
FRS must be a latest generation Convolutional Neural
Networks based facial and person tracking technology with
Deep Learning
FRS.FR.02 Real-time 1:1 (one to one), 1: N (one to many) and N: N
Technology
(many to many) matching application for various purposes
for non- voluntary face detection & recognition in the open
Live and FRS shall be able to capture face images from live & pre-
FRS.FR.03 Offline recorded CCTV feeds received and generate alerts if a
Mode blacklist (face from suspect list) match is found.
Ability to add The system shall be able to add photographs obtained from
FRS.FR.04 reference law enforcement agencies to the criminals’ repositories for
Images future searches.
The system shall support diverse graphic & video formats as
Support for well as live cameras. FRS shall support day/night operation
FRS.FR.05 cameras/video with ability to detect faces both in colour and in black/white
formats mode by using any H.264, H.265 Fixed IP Cameras with IR
Illuminators without any special configurations required
FRS must support a user management module that enables
different user level groups to support various permission
User-
FRS.FR.06 levels. FRS client shall have ability to share recognition data
management
like images & videos with multiple users and operators for
better reference, alarm & incident management.
FRS system must have capability to enrol whatever images
Image fed in the system with image enhancement and ability to
FRS.FR.07 Enhancement verify the quality of the enrolled images with different
Capabilities colour indicator for low quality images enrolled in watch
list/database.
The system shall be able to utilize any of the file formats like
Image Format
FRS.FR.08 JPEG, PNG, BMP, TIFF etc. format for enrolment.
support

FRS shall be able to check if new enrolled face is already


enrolled in the database before registering the new enrolled
FRS.FR.09 De-duplication face in the system. Also, the system shall be able to find a
previous detection of a POI (person of interest) upon
enrolment to watch list (retrospective search)
Enrolment of The system shall have option to automatically enrol face
FRS.FR.10
faces images from CCTV cameras/video source.

Page 133 / 427


No. Category Requirements Specification
The system shall have capacity to create different categories
Categories of
FRS.FR.11 of people with option to customize the matching threshold
database faces
for different categories.
Full HD The system shall be able to work on full HD Camera video
FRS.FR.12
Support with maximum performance.
Simple Search UI that facilitates quick and easy access to
the collection of events recorded by the system without the
constant monitoring by operators and must perform a full 1:
N search of the probe image against a database. It shall
Search support following
FRS.FR.13
Capabilities a. Search previous events by images from previous
detections
b. Search previous events by images uploaded by operator
c. Search previous events by enrolled names
d. Search previous events by date and time
FRS shall have capability of Search backwards for previous
Retrospective detections and/or recognitions (events) of the detected
FRS.FR.14
Search person without enrolment from live CCTV & other forensic
videos / offline videos
FRS shall have ranking features to show next 5 closest &
Up to 5 nearest similar subjects in the Watch list with nearest score to the
FRS.FR.15 matches detection. This option enables you to review POIs that are
support potential matches for this detection for efficient system
performance.
The FRS OEM should have ownership of Face Recognition
OEM owned
FRS.FR.16 Engine /Algorithm for any custom specific development as
algorithm
required by client
FRS shall provide an SDK/API for integration with any
SDK/API for third-party software. API must be available with a full set of
FRS.FR.17
integration documentation of each method with accompanying sample
code. All FRS function shall be fully accessible via API.
FRS shall be able to play a short video clip of the moment
FRS.FR.18 Video Alert of face detection without dependency on VMS which can be
downloaded/exported/saved for evidence proof.
Timeline of FRS shall provide timeline sequence of all detections of
FRS.FR.19
detections subject with date, time & location.

Page 134 / 427


1.2.3 Smart Water and Waste water Management System
1.2.3.1 Advanced Water Metering Infrastructure (AWMI)
a. Meter Data Acquisition System (MDAS) Water Meter Measurements
No. Category Requirements Specification
Water Meter Data Acquisition System (MDAS)
Real-time data acquisition from the deployed IEG, and
MDAS.FR.01 organise the data in the database in a Common Data Format
(CDF)
System shall be provided with online Alerts, dynamic
MDAS.FR.02
formation for observation groups of suspicious meters
MDAS shall be a web-based software for meter-data
MDAS.FR.03
acquisition and presentation
General MDMS shall be scalable with regards to the frequency of
data acquisition and shall be able support maximum meter
MDAS.FR.04
level from 1000 to 2000 with scalability up to 200.000
energy meters simultaneously
The system shall enable remote monitoring of the electrical
MDAS.FR.05
parameters of water and wastewater pumps
Shall show on a map the point of connection with
MDAS.FR.06
respective Meter ID and other associated details
System shall establish communication with modem
MDAS.FR.07
associated to IEG using GPRS/FO/Ethernet links
System shall have OPC server license to integrated with the
MDAS.FR.08
Control Centre SCADA system
Communication Shall have the Web service interface to be integrated with
MDAS.FR.09
Interfaces EMS application for energy audits and analysis
Shall be able to generate the reports based on the point of
MDAS.FR.10 connection. Shall be able to export the data into spread
sheets i.e.xls format.
MDAS.FR.11 Shall be able to export the data into spread sheets

Page 135 / 427


No. Category Requirements Specification
MDAS.FR.12 System shall convert the data in the form of flat files
Meter Master Module shall contain the make, model, ID &
MDAS.FR.13
other configuration details of Meters
Shall be able to read and collect the missing meter data
MDAS.FR.14 Meter Module after the re-establishment of the link in case of any
communication failure
Shall be able to read the data from each energy meter using
MDAS.FR.15
open standard protocol like Modbus/DLMS protocol
Shall provide the facility to generate the reports using
MDAS.FR.16
reporting tool in case of any customized reports at any level
MDAS system shall have the options for selecting chart
MDAS.FR.17
type like flow,.. etc.
Reports Select the meter from the list to generate the following
MDAS.FR.18 reports by providing "From" and "To" date, based on the
meter type options are enabled and disabled
Extensive search options and shall provide fixed format as
MDAS.FR.19
well as query-based reports in tabular & graphic format
Shall be used to request data from the selected meter by
MDAS.FR.20
providing meter number
Request data
Based on the meter number/ type selection option shall be
MDAS.FR.21
selected automatically
System shall be supplied with database for data storage and
MDAS.FR.22
retrieving facilities.
MDAS.FR.23 Shall have data backup and data archiving functionality
System shall exist in conjunction with several other
Database server systems. It would therefore be required to interface with
MDAS.FR.24 other systems for seamless flow of business information in
Web Services or W3C XML industry format/ OPC/ DDE/
ODBC Interface
MDAS.FR.25 Multiple database support

Page 136 / 427


No. Category Requirements Specification
MDAS.FR.26 Security –Access Level Control
MDAS.FR.27 Real Time Meter Data: Individual Meter data
Powerful Server Client Architecture, with data web view
MDAS.FR.28
even from smart phones (iOS, Android)

b. Meter Data Management System (MDMS) for Automated Water Metering with High
Availability Architecture
No. Category Requirements Specification
Water Meter Data Management System (MDMS)
The MDMS application shall do the real-time data
acquisition from the deployed "DCUs, HHU or Drive by
MDMS.FR.01
Units and organise the data in the database in a Common
Data Format (CDF).
System include the MDAS and MDMS system which shall
provide acquire the meter data, manage the meter data, and
MDMS.FR.02
provide the online Alerts, dynamic formation for
observation groups of suspicious meters
MDMS system shall do meter data acquisition and have a
MDMS.FR.03
web-based interface for presentation of meter data
General MDMS shall be scalable with regards to the frequency of
data acquisition and shall be able support maximum meter
MDMS.FR.04
level from 1000 to 2000 with scalability up to 200.000
meters.
Shall enable remote monitoring of the water distribution
MDMS.FR.05
Infrastructure structure
Shall show on a map the point of connection with
MDMS.FR.06
respective Meter ID and other associated details
The system shall provide complete security on all device
MDMS.FR.07 interfaces and other software systems via measures like
encryption, firewalls, authentication, authorization etc.

Page 137 / 427


No. Category Requirements Specification
The system shall allow remote management and
MDMS.FR.08
configuration of DCU, HHU and Drive By units
The system shall provide Powerful Diagnostic Tools to do
MDMS.FR.09 root cause analysis of problems in the system related to
connectivity, data corruption, data loss etc.
The system shall be scalable to support 200.000 water
MDMS.FR.10
meters
Communication
It shall establish communication with DCU and process the
MDMS.FR.11 server
device data sent by the DCU /HHU or Drive by Unit
application
The system shall have OPC DA client license to integrate
OPC server
MDMS.FR.12 with the Control Centre SCADA system for collecting data
application
from Water Pumping Stations
Shall have the ODBC interface for the data integration with
MDMS.FR.13
Existing Billing Database.
Shall have ability to integrate with the existing ERP/Billing
MDMS.FR.14
system over web services
Shall have ability to communicate with control centre
MDMS.FR.15
User interface SCADA application over OPC
using web Shall be able to integrate with GIS system to map the
MDMS.FR.16 Services locations of the Water meter and DCU / HHU / Drive By
units
Shall be able to export the data into spread sheets i.e.Excel
MDMS.FR.17
format
Shall convert the data in the form of flat files i.e., csv
MDMS.FR.18
format, pdf formats etc.
Meter Master Module should contain the make, model, ID
& other configuration details of Meters. It should also
MDMS.FR.19 Meter Module
include the internal field to key-in latest
Inspection/Calibration date of Meter (manual update)

Page 138 / 427


No. Category Requirements Specification
Shall be able to read and collect the missing meter data
after the re-establishment of the link in case of any
communication failure. The system shall be able to provide
Validation, Estimation and Editing (VEE) functionality to
MDMS.FR.20
validate the accuracy and performance of meter reads and
outage event data to provide correct data that is acceptable
for billing. MDMS shall be able to improve estimation and
validation using multi-dimensional analytics.
Shall be able to read the data from each water meter using
MDMS.FR.21 open standard protocol like M-Bus, Modbus protocol, etc.
over Low Power Wide Area Communication networks
Shall provide the facility to generate the reports using
MDMS.FR.22
reporting tool in case of any customized reports.
The system shall be able to generate chart types like
totalized flow, forward flow, reverse flow, tamper alerts
MDMS.FR.23 etc.
Automated alert on the operation time of water meter /
disconnected status / Low battery of Water meter.
Reports
The system shall be able to select any meter from list and
MDMS.FR.24
generate the reports by providing "From" and "To" date
The system shall allow user can interact with
MDMS.FR.25 Metering/Billing database to provide extensive analysis &
reporting facility
Extensive search options and shall provide fixed format as
MDMS.FR.26
well as query-based reports in tabular & graphic format
shall be used to request data from the selected meter by
MDMS.FR.27
providing meter number
Request data
Based on the meter number/ type, selection option shall be
MDMS.FR.28
selected automatically
Real time Database Management system shall be supplied
MDMS.FR.29 Database server
along with MDMS application

Page 139 / 427


No. Category Requirements Specification
Database application shall have data backup and data
MDMS.FR.30
archiving facilities.
System shall be required to maintain daily backups of the
MDMS.FR.31 database on reliable backup media like DAT drives, CDs,
tape etc.
System shall maintain only five years of operations data
online. Operations data of more than five years old to be
MDMS.FR.32
archived and the archives may be maintained at the various
locations
System shall exist in conjunction with several other
systems. It would therefore be required to interface with
MDMS.FR.33 other systems for seamless flow of business information in
Web Services or W3C XML industry format/ OPC/ DDE/
ODBC Interface
The system shall require integrating with existing
MDMS.FR.34
databases support and synchronize data with them.
Solution shall be able to interoperate with multiple industry
standard RDBMS platforms like Oracle, MS SQL and
MDMS.FR.35 MYSQL. System shall provide data logging to any
standard RDBMS (Database like Oracle / MS SQL Server
/ MySQL)
MDMS shall have the capability for DMA bulk meter
MDMS.FR.36
integration
The system shall provide Role Based Access Control to
MDMS.FR.37 allow users to access data and web portal based on their
permission level
Powerful Server Client Architecture, with data web view
MDMS.FR.38
even from smart phones (iPhone, Android etc.)
The system shall be able to do the analysis using Trends,
MDMS.FR.39
Alarms, Reports
System shall provide the facility for SMS / Email
MDMS.FR.40
notification

Page 140 / 427


No. Category Requirements Specification
System shall provide connectivity to Billing / GIS / ERP
MDMS.FR.41 /SCADA and other systems as required to provide
complete functionality
The Network shall have adequate cyber security measures
not limited to the measures as described below.

Secure Access Controls: The system shall include


mechanisms for defining and controlling user access to the
operating system environment and applications. Best
practices from enterprise security including password
strength, password aging, password history, reuse
prevention etc. must be followed for access control.
Authorization Controls: A least-privilege concept such that
users are only allowed to use or access functions for which
MDMS.FR.42 Cybersecurity they have been given authorization shall be available.
Hardening: All unnecessary packages must be removed
and/or disabled from the system. Additionally, all unused
operating system services and unused networking ports
must be disabled or blocked. Only secure maintenance
access shall be permitted, and all known insecure protocols
shall be disabled.
Malicious Software Prevention: Implementation of anti-
virus software and other malicious software prevention
tools shall be supported for all applications, servers, data
bases etc.

1.2.3.2 Intelligent Pump Automation (IPA) for Waste Water Pump Stations
No. Requirements Specification
Intelligent Pump Automation Application must be modular and scalable so that
IPAS.FR.01
it can later be integrated into an Integrated Command & Control Centre
Group Management: The web application should have provision to define
IPAS.FR.02 Groups based on various parameters like area, rating, etc. There should be
provision to take collective action or define reports on defined groups.

Page 141 / 427


No. Requirements Specification
Reporting: The software should provide tabular as well as graphical reports on
following intervals:
• 15 minutes
• Hourly
• Daily
• Weekly
IPAS.FR.03
• Monthly
• Yearly

There should be provision to export reports in Excel format/PDF format. There


should be provision to define reports on the quality of power supply like
Voltage imbalance, Current imbalance, Voltage fluctuations, etc.
Alarms and Events: There should be provision to display Alarms / Events in
IPAS.FR.04
near real time and maintain the history of Alarms / Events.
Remote Management: There should be provision to remotely send on/Off
IPAS.FR.05
command to a pump or a group of pumps.
Schedule Definition: There should be provision to define unlimited schedules
and apply to IPA device or to a group of devices. Application should have
IPAS.FR.06 capability to
identify conflicting schedules and should not allow Users to define conflicting
schedules
Rule Definition There should be provision to define various rules for Alarms
IPAS.FR.07 /Events reporting. The rule engine at Data Centre should work on real time
basis.
System Monitoring: The application should be able to indicate the following
conditions:
IPAS.FR.08 • Phase failure
• Power Outage
• Communication failure
The IPA field device should be able to send data to the centralized Application.
IPAS.FR.09

The integrated energy meter of IPA should be based on open protocol like
IPAS.FR.10
Modbus and should not be proprietary protocol.
Control wiring in the Motor starter should be designed in a way that the Motor
IPAS.FR.11
can be operated manually by pressing Start and Stop buttons on Starter Panel

Page 142 / 427


No. Requirements Specification
or automatically by IPA device without any changeover switch
The proposed IPA application system should be hosted at a Data Centre and
the system must be web based. The IPA application software should be
IPAS.FR.12 controllable
through a web browser via Internet. There should not be any requirement of
paid client license on the User workstation.
The proposed IPA application system should be hosted at a Data Centre
and the system must be web based. The IPA application software should be
IPAS.FR.13
controllable through a web browser via Internet. There should not be any
requirement of paid client license on the User workstation.
The IPA field device should log the following electrical parameters at
configurable interval and send to Data Centre:
• Voltage and Current for all 3 phases
• Frequency
IPAS.FR.14
• Energy (Active, Apparent, Reactive)
• Power Factor phase wise
• Total Power Factor (calculated and displayed for each interval)
• Power (Active, Apparent, Reactive)
Scheduled “On”/” Off” of the motor (scheduled “On/Off” should be
IPAS.FR.15
programmed through the Web-application)
There should be provision to define schedules with the conditions like:
a) Pump operations for fixed hours despite power outage, as per defined
IPAS.FR.16
schedule
b) Operational hours reset on daily basis
There should be provision for online display of graphical charts for:
a. Active Power
IPAS.FR.17
b. Apparent Power
c. Reactive power
The web application should generate Alarms and send SMS messages to
minimum four
IPAS.FR.18
mobile users i.e. (SSE, AEE, DEE & Sr. DEE) for the following conditions:
a) Electricity Supply failure to the motor
Pump Failure History:
a) The system should be capable of keeping the history of pump failure data for
IPAS.FR.19
the last few years.
b) History of replacement of different pumps with makes.

Page 143 / 427


No. Requirements Specification
The system should have the facility to view reports for pumps stopped due to
the following reasons:
a. Single phasing
b. Reverse phase sequence
IPAS.FR.20
c. Unbalance in phase voltages
d. Overloading of pump motor
e. Dry run
f. Earth leakage in pump motor
Field Data Acquisition: The IPA unit should be able to read the data from
Single or Multiple Energy Meters at fixed intervals (typically 15 minutes) and
should send the data-to-Data Center. Meter data should be stored in non-
volatile memory of the IPA device and should be cleared only after successful
IPAS.FR.21
data transfer to the Data center. The IPA device should be able to keep
minimum 7 days of Meter data in its non-volatile memory during
communication failure with the Data center.

IPAS.FR.22 Protection against overloading of the pump motor & dry run protection.
The IPA system should bifurcate the monitoring parameters in to three basic
IPAS.FR.23
types:
An analog parameter should provide output at regular interval of 15 minutes
which should be remotely configurable via web-based Central SCADA
software application. For a typical water system, it can be (say):
• Flow
• Temperature
• Pressure
• level

IPAS.FR.24 A digital parameter should provide status or alarm situation for the monitored
equipment; for a typical pumping system, it can be:
Pump status
• Pump Status/Command
• Overload failure
• Level switch
• Valve open/close etc.

The typical list of Electrical parameters to be captured are as follows:

Page 144 / 427


No. Requirements Specification
• Voltage of each phase
• Current in each phase
• Neutral Current
• PF
• kW each phase and total
• kVA each phase and total
• kVAR each phase and total
• Metering kWH cumulative
• Metering kVAH cumulative

1.2.3.3 Online Water Quality Monitoring System (OWQMS) - Supply Water and Tenant
Waste Water Discharge
a. On-line Water Supply Quality Monitoring System with Web application with Mobile
APIs License (OWSQMS)
No. Category Requirements Specification
On-line Water Supply Quality Monitoring System (OWSQMS)
WQMS shall be a web-based application to provide
systematic framework for enhancing water
OWSQMS.FR.01 distribution system monitoring activities to detect
emerging water quality issues and respond prior to the
problem occurs.
Shall utilize real-time water quality parameters
collected from quality sensors across the distribution
OWSQMS.FR.02 General network to analyse and detect water quality
anomalies.
Monitoring shall include quality parameters such as
OWSQMS.FR.03
Turbidity, Chlorine Residual, pH, and Pressure
The system shall have the desired interfaces for the
OWSQMS.FR.04 data integration with other existing applications as
necessary.

Page 145 / 427


No. Category Requirements Specification
Import and store sensor measurement and stated data
(operational and communication status) at a specified
OWSQMS.FR.05 frequency from other relevant databases and systems
to analyse and visualize the water quality data on a
continuous basis.
Based on operational and communication status and
other characteristics, it shall determine whether data
OWSQMS.FR.06
are valid or invalid, and whether the quality of the
data is enough to assess water quality.
Shall analyse valid sensor data to assess water quality
OWSQMS.FR.07
and sensor status.
Information Shall perform advanced data analyses, such as time‐
Management & series trend analysis, multi‐parameter clustering, and
OWSQMS.FR.08 Analysis single parameter thresholding for identifying unusual
water quality events due to either intentional or
unintentional causes
Based on operational and communication status and
other characteristics, it shall determine whether data
OWSQMS.FR.09
are valid or invalid, and whether the quality of the
data is sufficient to assess water quality
Shall generate and manage alarms based on sensor
status and water quality determined by the analysis of
OWSQMS.FR.10
a) valid sensor data and b) calculated water quality
Alert parameters
Investigation Shall generate notifications, follow‐up notifications,
and escalated notifications to appropriate personnel in
OWSQMS.FR.11 the
event of alarms
Update countdown timer for Sensor/Analyser to
OWSQMS.FR.12 warning reaching the Inspection/Calibration. It will
be reset manually after completing
Inspection/Calibration and continue count down for

Page 146 / 427


No. Category Requirements Specification
next cycle (Operation timer of sensor)
OWSQMS.FR.13 Shall generate standard and user-configured reports.
Water Quality Index calculation with Quality
OWSQMS.FR.14
Reports parameters.
Shall have the control access to all data, results,
OWSQMS.FR.15
reports, and system administration tools
System support to provide the quality parameters to
OWSQMS.FR.16 Interface Centre SCADA (system in 1.2.3.4 Item b ) for further
data analysis using OPC interface

b. On-line Wastewater Quality Monitoring System with web application with Mobile
APIs License (OWWQMS)
No. Category Requirements Specification
On-line Wastewater Quality Monitoring System (OWWQMS)
OWWQMS shall be a web-based application to
provide systematic framework for enhancing
OWWQMS.FR.01 wastewater system monitoring activities to detect
emerging wastewater quality issues and respond prior
to the problem occurs.
Shall utilize real-time wastewater quality parameters
collected from quality sensors across the Tenant
OWWQMS.FR.02
discharge to analyse and detect wate water quality
General anomalies.
Monitoring shall include quality parameters such as
OWWQMS.FR.03
COD, TSS, pH measurements
The system shall have the desired interfaces for the
OWWQMS.FR.04 data integration with other existing applications as
necessary.
Import and store sensor measurement and stated data
OWWQMS.FR.05 (operational and communication status) at a specified
frequency from other relevant databases and systems

Page 147 / 427


No. Category Requirements Specification
to analyse and visualize the water quality data on a
continuous basis.
Based on operational and communication status and
other characteristics, it shall determine whether data
OWWQMS.FR.06
are valid or invalid, and whether the quality of the
data is enough to assess water quality.
Shall analyse valid sensor data to assess wastewater
OWWQMS.FR.07
quality and sensor status.
Information Shall perform advanced data analyses, such as time‐
Management series trend analysis, multi‐parameter clustering, and
OWWQMS.FR.08 & Analysis single parameter thresholding for identifying unusual
water quality events due to either intentional or
unintentional causes
Based on operational and communication status and
other characteristics, it shall determine whether data
OWWQMS.FR.09
are valid or invalid, and whether the quality of the
data is sufficient to assess water quality
Shall generate and manage alarms based on sensor
status and water quality determined by the analysis of
OWWQMS.FR.10
a) valid sensor data and b) calculated waste water
Alert quality parameters
Investigation
Shall generate notifications, follow‐up notifications,
OWWQMS.FR.11 and escalated notifications to appropriate personnel in
the event of alarms
Update countdown timer for Sensor/Analyser to
warning reaching the Inspection/Calibration. It will
OWWQMS.FR.12 be reset manually after completing
Inspection/Calibration and continue count down for
next cycle (Operation timer of sensor)
OWWQMS.FR.13 Shall generate standard and user-configured reports.
Reports
OWWQMS.FR.14 Wastewater Quality Index with Quality parameters.

Page 148 / 427


No. Category Requirements Specification
Shall have the control access to all data, results,
OWWQMS.FR.15
reports, and system administration tools
System support to provide the quality parameters to
OWWQMS.FR.16 Interface Centre SCADA (system in 1.2.3.4 Item b ) for further
data analysis using OPC interface

1.2.3.4 Centralized Water Network Modelling (CWNM)


a. Water Network Modelling and Management Software (WNMM)
No. Category Requirements Specification
Water Network Modelling and Management
System shall effectively identify potential problem
WNMM.FR.01 areas, accommodate service area growth, and plan
capital improvements
System shall optimize pumping strategies, and plan
General
WNMM.FR.02 shutdowns and routine operations to minimize
disruption
System shall analyse and compare a wide range of
WNMM.FR.03
variables to prioritize renewal decisions
System shall be able to find the weak links in water
WNMM.FR.04 Sewage system and assess the adequacy of isolation
valves
System shall evaluate the ability to isolate portions of
WNMM.FR.05 the system and serve customers using different valve
locations
Analysis
System shall generate network segments once the
WNMM.FR.06
isolation valve data is supplied
System shall leverage flow and pressure data to find
WNMM.FR.07
locations for detailed leak detection test
Application shall analyse the impact that different
WNMM.FR.08
pump operational strategies have on energy usage

Page 149 / 427


No. Category Requirements Specification
Application shall be creating real-time system
WNMM.FR.09
simulators as a reliable decision-support tools
ArcGIS-based interface (ArcMap) and Micro-Station
WNMM.FR.10
Interfaces and based interface with AutoCAD-based interface
Interoperability Application shall have the features like Shapefile,
WNMM.FR.11
Geodatabase, Geometric Network and SDE etc.
It shall have the support functions like Spreadsheet,
WNMM.FR.12
database, and ODBC connections
WNMM.FR.13 System shall have facilities for Steady-state simulation
WNMM.FR.14 System shall do the Criticality analysis
Hydraulics, Application shall have the rule-based or logical
WNMM.FR.15
operations, and controls
water quality
WNMM.FR.16 It shall have the leakage and sprinkler modelling
The application shall have Scenario modelling-based
WNMM.FR.17
unidirectional flushing and valve modelling
WNMM.FR.18 Direct ArcMap visualization and mapping
It shall be using Dynamic, multi-parameter, and multi-
WNMM.FR.19 Results
scenario graphing techniques for the presentation.
presentation
The application shall have property-based colour
WNMM.FR.20
coding
The application shall have unlimited scenarios and
alternatives
Model
WNMM.FR.21 It shall have the features for Dynamic and static
management
selection sets
It shall have the Automatic topology review facilities.
System shall have the genetic algorithm calibration,
design, and rehabilitation
WNMM.FR.22 Optimization
System shall have the Optimized design and
rehabilitation with Darwin Designer

Page 150 / 427


No. Category Requirements Specification
Facility for Energy cost analysis
Energy and capital-
WNMM.FR.23 Facility for Capital cost analysis
cost management
Facility for Automatic design and rehabilitation

b. SCADA Server Software with Historian License ( for Supply Water )


No. Category Requirements Specification
SCADA Server software with database historian (with High Availability Architecture)
Complete SCADA system software, to monitor and
control the conditions of remote equipment while
SCADA.FR.01
ensuring data integrity, overall system visibility and
security
SCADA system shall be designed with most suitable
customized commercial software package architecture
SCADA.FR.02
and hardware capable for monitoring and control of
various devices deployed.
The system shall be supplied with minimum of 200.000
SCADA.FR.03
no. of tags in HA mode.
All SCADA software management tools and engineering
General services, necessary to administer the SCADA software
SCADA.FR.04 system shall be provided such that no additional software
or IT hardware should be required to configure or run
each feature of the SCADA system
SCADA system shall be designed to remotely control,
SCADA.FR.05 monitor, store, display and log process and equipment
operating information
The SCADA software, as delivered shall operate with a
fully developed control screens, database, and a
SCADA.FR.06
communication network for seamless real-time of data
communication

SCADA.FR.07 The SCADA software shall be configurable as a single


global database regardless of the number of nodes or

Page 151 / 427


No. Category Requirements Specification
points
The application shall have the facilities for Historical
SCADA.FR.08
process Graphics Display; Real-time screen updates etc.
There shall be no limit by the SCADA software for the
SCADA.FR.09
number of data values recorded in a historical collection
It shall have OPC DA server, Modbus, DNP 3 drivers for
downstream communication and OPC UA server for
upstream communication where the OPC UA uses a
SCADA.FR.10
“subscription and monitored item” model to control
communication between the SCADA software and OPC
server.
Communicat
OPC UA with an optimized TCP-based UA shall use the
ion
binary protocol for data exchange, in which
SCADA.FR.11
communication can be activated by opening a single user-
configurable port in the firewall
The system shall have the desired communication
SCADA.FR.12 interfaces for the data integration with other existing
applications as necessary
System support to fetch the quality parameters from
SCADA.FR.13 OWQMS/OWWQMS application ( in 1.2.3.3 Item a and
b ) for further data analysis using OPC interface
The system shall have distributed architecture to provide
SCADA.FR.14 high availability architecture using multiple
servers/hardware/systems.
The system shall be provided with high availability
architecture using virtualization technique. It shall have
SCADA.FR.15 Redundancy
the ability to switch the application without affecting any
data loss w.r.t any hardware or communication failure.
For the Hyper-V Host to function optimally, the server
SCADA.FR.16 shall have the same processor, RAM, storage, and service
pack level.

Page 152 / 427


No. Category Requirements Specification
This database shall have administrator window like user
interface that permits to monitor, supervise, archive,
SCADA.FR.17 retrieve and control data gathering functions from the
SCADA system. The Database Builder and Editor shall
be as part of the SCADA software package
The databases shall include all measured and operational
SCADA.FR.18
data fully synchronized time stamping system
The SCADA software shall provide the capability to
make configuration changes to the global process
SCADA.FR.19 Database
database from the SCADA software manager's station at
server
the ICCC
Database shall be logging and archiving of observed data
into a structured database, displaying them in user
SCADA.FR.20
friendly formats, editing, running operation and for
exchanging data with other applications at COC
Database shall be capable for being placed on a network
and have multiple users sharing and updating data
SCADA.FR.21
without overwriting each other's work. Data is to be
locked at the record level.
The operator shall select subsets of the displayed data.
The plot function shall automatically scale the requested
SCADA.FR.22 data to fit the time frame requested by the operator. The
plot function shall display these data as a multiline chart
with each variable easily determined by colour.
The SCADA HMI software shall support curve display
HMI / User with the line graphs with time on a linear, continuous
SCADA.FR.23 interface horizontal axis and the trended variable on the vertical
axis.
The system shall have the capability to read the exact
SCADA.FR.24 value of any displayed variable, by selecting a point on
the graph or chart

SCADA.FR.25 Display of historical information as far back in time as

Page 153 / 427


No. Category Requirements Specification
desired, as is available in the history log

The vendor shall provide SCADA HMI applications that


shall present the operators with control screens and single
line diagrams for complete water distribution network
that provide for all the control interaction to operate the
SCADA.FR.26
water distribution network like alerts, configuration,
parameter monitoring, process representation graphics
etc. and other customization to HMI application as
requested by the purchaser.
The SCADA screen builder and editor shall be an integral
SCADA.FR.27 part of the SCADA package, supporting user building and
editing of user-friendly control screens in the project
The system shall have the desired interfaces for the data
SCADA.FR.28
integration with other existing applications as necessary.
The SCADA software shall perform all report generation,
report scheduling and management using its built-in
SCADA.FR.29
capabilities. Reports shall be defined based on historical
data
Reports Export of any portion of the historical trend database
SCADA.FR.30
CSV or TXT formats
The reports shall be either "single-point-in-time" (online
SCADA.FR.31 and historical) or "time-range", with no software limit on
the number of points in one report
The SCADA software shall support alarm and event
SCADA.FR.32
logging, including description text and time stamp
Alarm The alarms shall be logged to the SCADA database
SCADA.FR.33
Management without any limit on the number of alarm occurrences
The SCADA software shall allow viewing of alarms
SCADA.FR.34
without disrupting data collection or alarm processing

Page 154 / 427


1.2.3.5 Rainwater Color Monitoring (RWCM)
No. Category Requirements Specification
Rainwater Monitoring System (RWCM)
RWCM shall be a web-based application to provide
systematic framework for enhancing rain water
RWCM.FR.01 management system monitoring activities to detect
emerging rain water quality (Coloring) issues and respond
prior to the problem occurs.
General
Shall utilize real-time rain water quality parameter (Color)
RWCM.FR.02 collected from Color sensors across the rainwater network
to analyse and detect rainwater quality anomalies.

RWCM.FR.03 Monitoring shall include quality parameter: Color

Rain water quality parameter shall be provided to Control


RWCM.FR.04 centre SCADA / Historian ( in 1.2.3.4-Item b) system
using OPC UA interface

Data The system shall have the desired interfaces for the data
RWCM.FR.05
integration with other existing applications as necessary.
Communicatio
n Import and store sensor measurement and stated data
(operational and communication status) at a specified
RWCM.FR.06 frequency from other relevant databases and systems to
analyse and visualize the water quality data on a
continuous basis.
Based on operational and communication status and other
characteristics, it shall determine whether data are valid or
RWCM.FR.07
invalid, and whether the quality of the data is enough to
assess water quality.
Information
RWCM.FR.08 Management & Shall analyse valid sensor data to assess water quality and
Analysis sensor status.
Shall perform advanced data analyses, such as time‐series
RWCM.FR.09 trend analysis, multi‐parameter clustering, and single
parameter thresholding for identifying unusual water
quality events due to either intentional or unintentional

Page 155 / 427


No. Category Requirements Specification
causes
Based on operational and communication status and other
characteristics, it shall determine whether data are valid or
RWCM.FR.10
invalid, and whether the quality of the data is sufficient to
assess rain water quality
Shall generate and manage alarms based on sensor status
RWCM.FR.11 and water quality determined by the analysis of a) valid
Alert sensor data and b) calculated water quality parameters
Investigation Shall generate notifications, follow‐up notifications, and
RWCM.FR.12 escalated notifications to appropriate personnel in the
event of alarms
Update countdown timer for Sensor/Analyser to warning
reaching the Inspection/Calibration. It will be reset
RWCM.FR.13 manually after completing Inspection/Calibration and
continue count down for next cycle (Operation timer of
sensor)
RWCM.FR.14 Shall generate standard and user-configured reports.
RWCM.FR.15 Rain Water Quality Index with Quality parameter
Reports
Shall have the control access to all data, results, reports,
RWCM.FR.16
and system administration tools

1.2.4 Smart Energy Management System

Page 156 / 427


1.2.4.1 Intelligent Street Light Automation (ISLA)
No. Category Requirements Specification
Power supply to controller shall be single phase wire
system, (230 V L-N). Streetlight Controller shall be able
ISLA.FR.01
to control streetlight irrespective of the connected load.
Streetlight controller shall work single-phase system.
The controller shall be provided with inbuilt
ISLA.FR.02 communication modem, would wirelessly transmit data to
a dedicated server or on a cloud-based architecture.
Controller shall have options to communicate to
ISLA.FR.03 server/cloud via wireless. System shall have on field and
remote indications for the communication status.
Shall be able to show the status of
ISLA.FR.04 ON/OFF/DIM/Connectivity/Fault/Auto or Manual
override of each controller on the web.
Shall be able to schedule and switch ON/OFF/DIM of
ISLA.FR.05 streetlight remotely through web.

Shall be able to switch-over between mode: Photocell


ISLA.FR.06 General Mode, Manual Mode, Scheduling Mode. Switching action
should be done in Web and ICCC interface
Shall provide Reports in form of matrix as well as
ISLA.FR.07 graphical representation for energy consumption.

Shall be able to configure switching / dimming


schedules/shapes through web.
ISLA.FR.08 It shall be able to configure operation for each Streetlight
or/and group of Street Lights by its own Photocell or/and
specified a Photocell in group.
Cloud Server shall support minimum of 40000 luminaires
ISLA.FR.09 with further scalability options.

User shall be able to control, monitor and analyse reports


ISLA.FR.10 of one or more street light controller together, based on
the user defined configuration.
Energy report shall have following parameters:
ISLA.FR.11 ▪ Cumulative Active Energy ( kWh )
▪ Voltage ( V )

Page 157 / 427


No. Category Requirements Specification
▪ Current ( mA, A )
▪ Power Factor
▪ Frequency ( Hz )
It shall be able to record LED luminaires glowing hours
ISLA.FR.12 of a switching point.

It shall register all fault conditions like lamps failure,


ISLA.FR.13 Communication failure alearts sent to dashboard.

Shall allow defining different user roles and authorization


ISLA.FR.14 levels for monitoring and controlling via web interface.

The GUI shall have a search box to search for streetlight


light controllers and associated devices (if added): The
nameplate of each Streetlight pole has a specify QR code
ISLA.FR.15
(content Name of Street/ Feed from which Power supply
control cabinet…). User can report abnormal operation
status by QR code on-field.
The GUI shall give an overview of the communication
ISLA.FR.16 status of all the streetlight light controllers in the user
configured group of streetlight controllers.
The GUI shall indicate the photocell status history
ISLA.FR.17

It shall be possible to create reports, both in html and


ISLA.FR.18 Excel format

It shall be possible generate an alarm report, filtered on


ISLA.FR.19 alarm severity, alarm type, alarm status, alarm period,
number of user defined groups of streetlight controller
It shall be possible to generate a report on all parameters
ISLA.FR.20 Reporting
provided by the energy meter.

It shall be possible to generate a burn time report.


ISLA.FR.21

It shall be possible to create a report, based on modules,


ISLA.FR.22 light commands, alarm, photocell, or light status.

Page 158 / 427


No. Category Requirements Specification
It shall be possible to create a lamp surveillance report for
ISLA.FR.23 critical lamp failure, preventive lamp replacement or
failures before burning hours.
Energy consumption shall be able to visualize graphically
ISLA.FR.24 based on hourly, monthly, or annually time periods.

It shall be possible to generate reports from Historical data


available in streetlight control system server for
following: -
ISLA.FR.25 ▪ Switching operations (scheduled and unscheduled)
▪ Energy consumptions
▪ Alarms/ Warning generated.

It shall be possible to create programs based on a fixed


ISLA.FR.26 timetable.

In the fixed timetable program, it shall be possible to


ISLA.FR.27 define ON and OFF commands.

It shall be possible to activate the fixed timetable on a


ISLA.FR.28 daily, weekly, and monthly basis

It shall be possible to activate the fixed timetable based on


ISLA.FR.29 a time period; from day/month today/month.

It shall be possible to create programs based on a twilight


ISLA.FR.30 Scheduling table.

It shall be possible to generate a twilight table based on a


ISLA.FR.31 geographic location.

It shall be possible to combine a twilight table with


ISLA.FR.32 redundancy photocell feature.

In the twilight table program, it shall be possible to define


ISLA.FR.33 a sunrise and sunset offset.

In the twilight table program, it shall be possible to


ISLA.FR.34 include ON, OFF and DIM commands at fixed times
between sunset and sunrise.

Page 159 / 427


No. Category Requirements Specification
It shall be possible to upgrade the Firmware/software
ISLA.FR.35 Streetlight
wirelessly over the Air (FOTA)
Controller
Software It shall be possible to upgrade the software remotely
ISLA.FR.36 upgrade through the webpage application

It shall be possible to define “Customers” to limit access


ISLA.FR.37 for users within these “Customers”

It shall be possible to define permission groups to define


ISLA.FR.38 Customers,
different levels of user access.
Permission
groups and It shall be possible to subscribe users to alarms via SMS /
ISLA.FR.39 Users email /Dashboard alerts.

It shall be possible for a user to control ON, OFF, DIM


ISLA.FR.40 from web software

The streetlight management system shall feature a map


ISLA.FR.41 application that gives an overview of all Streetlight
Controller/Gateway on electronic map.
It shall be possible to visualize the light status and the
ISLA.FR.42 alarm status of the Streetlight controller.

It shall be possible to see the geo-location data of a Lora


ISLA.FR.43 WAN gateway and Lora Wan Controller (located on each
Electronic Street Light pole)
Map (Control It shall be possible to see the communication status of a
ISLA.FR.44 Room selected Streetlight Controller.
application)
It shall be possible to see the alarm status of a selected
ISLA.FR.45 Streetlight controller

ON/OFF/DIM control of streetlights from map.


ISLA.FR.46

Graphical display of energy consumption for the day,


ISLA.FR.47 week, and month of the selected streetlight controller

Page 160 / 427


No. Category Requirements Specification
Shall have group dimming functionality (If programmed
ISLA.FR.48 in Software)

Shall be able to set minimum 6 levels of dimming,


ISLA.FR.49 excluding ON & OFF mode.

Shall be able to set dim levels in steps of 10 % from 0%-


ISLA.FR.50 100%

User shall be able to configure the dim levels in the


ISLA.FR.51 scheduler on the web interface.

Light levels shall change automatically as per the


ISLA.FR.52 configured schedule.

Light levels of each streetlight shall not be affected by line


ISLA.FR.53 Dimming
voltage drop within permissible voltage.
functionality
for There shall not be any moving components in dimming
ISLA.FR.54 Individual/Gr system.
ouped
The DIM profile execution shall have +/-1 min accuracy
ISLA.FR.55 Streetlight
w.r.t scheduled DIM profile
Control
In case of power failure, the light shall turn ON back at
ISLA.FR.56 the scheduled DIM level when power is restored without
any delay.
Manual override of lights shall be possible overriding the
ISLA.FR.57 DIM schedule

Web interface shall show the dimming status of the


ISLA.FR.58 streetlight control

Drivers in the luminaires shall support dimming


functionality of Streetlight controller. In case
ISLA.FR.59 Streetlighting controller is malfunction, Driver shall do
dimming functionality with pre-defined schedule.

Operational CCMS (Central Control Monitoring System) shall have


ISLA.FR.60 secured server/ cloud hosted server setup to ensure 100%
requirements

Page 161 / 427


No. Category Requirements Specification
of Streetlight guarantee of the data transmission and real time data
Control storage for last 2 years (24 Months).
System
Data authenticity and validation has to be ensured.
ISLA.FR.61

Cyber security, safe database management, data retrieval


ISLA.FR.62 and trouble-free operation of software and allied systems
(24*7) to be ensured.
Integration capability with Tenant Interaction/Helpdesk
ISLA.FR.63 sytem support lodge a complaint by utility
Officials/Public in respect of system problems
The system shall detect the fault in the individual
ISLA.FR.64 luminaire and create an alarm/event at application

The system shall create a reports and trends Analysis in


ISLA.FR.65 terms of burn hours for the individual streetlight
Supports remote configuration and management of
ISLA.FR.66 individual streetlight through software application.

Identify system faults through user friendly hotspot maps


ISLA.FR.67

The system shall provide navigation to the individual


ISLA.FR.68 luminaire

Relevant reports can be download based on the selected


ISLA.FR.69 luminaire in CSV/excel/pdf format.

Network topology for connecting the multiple streetlights


ISLA.FR.70 with the gateway shall be either Mesh network or Start
Network
Wireless data rate per controller shall be adequate for
ISLA.FR.71 seamless integration between luminaire and gateway

Average Latency shall be equal to less than 1S


ISLA.FR.72

Page 162 / 427


No. Category Requirements Specification
The controller/Luminaire shall have built-in energy meter
ISLA.FR.73 for each luminaire and the system shall create a trend
analysis for each fixture/luminaire
The system shall have a function to either select
individual/multiple luminaires in a group, create a
ISLA.FR.74
schedule table based on fixed time/photocell/twilight
table etc.
Integration with ICCC: The intelligent street light
automation system shall be seamlessly integrated with
ISLA.FR.75 the Integrated command and control center. The
integration shall be API based/SDK from ISL for
development at ICCC end.

1.2.5 Smart Environment Management System


1.2.5.1 Ambient Air Quality Monitoring (AAQM)
No. Category Requirements Specification

Environmental sensor station shall have a pre- installed


WMS.FR.01 General software to integrate with proposed Variable Message
Displays (VMD) through ICCC.

System shall give consolidated dashboard at ICCC


operator level and system shall have the capability to
WMS.FR.02 General customize the received dashboard into display ranges
such as “Good, Ok, Bad” etc. and publish over display
platforms.

The data shall be collected in a software platform that


allows third party software applications to read that data.
Various environment sensors shall sense the prevailing
environment conditions and send the data to the
WMS.FR.03 Application
integrated control system where real-time data resides
and the same shall be made available to various other
departments of VSIP and applications for decision
making.

Page 163 / 427


No. Category Requirements Specification

System shall display real time and historical data in chart


WMS.FR.04 Application
and table views for dashboard view of the Client.

System shall display trends of environmental parameters


WMS.FR.05 Application
based on user specific time periods.

It shall be possible to configure and calibrate the sensors


WMS.FR.06 Application
through the software from a remote location.

Alarms shall be generated for events where the


environmental parameters breach the safe or normal
WMS.FR.07 Application levels. System shall be able to identify and generate alarm
when same reading of data is continuously published by
the same field device for a longer period of time.

Application shall route the raw collected data from


sensors directly to ICCC operators first and then post
WMS.FR.08 Application
customization under decided display ranges shall be
published over different

System shall generate automatic alerts when any


malfunction is detected. System shall also generate alerts
WMS.FR.09 Application
when any specific field device is found disconnected
from the network

System /Application shall be scalable and extendible for


WMS.FR.10 Application
future use and expansion of entire solution

VMDs shall be integrated with the environmental station


WMS.FR.11 VMDs for automatically displaying information from
environmental sensors.

VMDs software application will provide the normal


operator to publish predefined sets of messages (textual /
WMS.FR.12 VMDs
image) along with information from environmental
sensors.

Page 164 / 427


1.2.6 Common Infrastructure & IT
1.2.6.1 Integrated Command & Control Center (ICCC)
a. Video Wall Management Software (VWMS)
No. Category Requirements Specification
The software should be able to preconfigure various
VWS.FR.01 General display layouts and access them at any time with a
simple mouse click or based on the timer.
The software should enable the users to see the desktop
of the graphics display wall remotely on any PC
VWS.FR.02 General connected with the Display Controller over the
Ethernet and change the size and position of the various
windows being shown.
The wall management software shall be having
VWS.FR.03 General
interoperability with Video management system.
The wall management software may be centrally
VWS.FR.04 General
Server based or local controller-based architecture.
The software should enable various operators to access
the display wall from the local keyboard and mouse of
VWS.FR.05 General
their workstation connected with the Display
Controller on the Ethernet.
The software should copy the screen content of the PC
/ workstation connected on the Ethernet with the
VWS.FR.06 General Display Controller to be shown on the Display wall in
scalable and moveable windows in real time
environment.
The wall management software should enable system
VWS.FR.07 General
integrators to integrate it with their Software.
Key features of Wall management Software: Central
VWS.FR.08 General
configuration database
The Wall Control software shall perform health
VWS.FR.09
monitoring that allows timely detection of faults:
VWS.FR.10 a. Wall health
General
VWS.FR.11 b. Cube health
VWS.FR.12 c. Cube IP-address
VWS.FR.13 d. Brightness

Page 165 / 427


No. Category Requirements Specification
Wall Control Software shall allow commands on wall
VWS.FR.14
level or cube level or a selection of cubes
General
VWS.FR.15 a. Switching the entire display wall on or off.
VWS.FR.16 b. Fine-tune colour of each cube
VWS.FR.17 General Log file functions
The Videowall content will be able to show live on any
VWS.FR.18 General remote display such as mobile with IE or any other
browser

b. ICCC Platform (ICCCP)


No. Category Requirements Specification
General The Platform shall be a fully integrated portal-based
ICCCP.FR.01 solution that provides seamless incident–response
management, collaboration, and geo-spatial display.
General The Platform shall provide real-time communication,
collaboration and constructive decision making amongst
different agencies by envisaging potential threats,
challenges and facilitating effective response
mechanisms. Thus, the platform shall provide a
ICCCP.FR.02
Common Operating Picture (COP) of various events in
real-time on a unified platform with the means to make
collaborative and consultative decisions, anticipate
problems to resolve them proactively, and coordinate
resources to operate effectively.
General The platform should have high processing power and
adequate data storage with a high-performance
information highway to provide process information in
ICCCP.FR.03
real-time and serving decision support system. The
platform should also provide portability to meet
changing VSIP scenarios.
General The solution should be capable of seamless integration
to various government and emergency services such as
ICCCP.FR.04
law enforcement, disaster and emergency services,
utility services etc.

Page 166 / 427


No. Category Requirements Specification
General The platform shall support adding more layers of
solutions seamlessly with minimal effort which the
ICCCP.FR.05
VSIP intends to develop in time to come (But not limited
to mentioned solution only)
General On the ICCC platform, the system shall provide SOP,
step-by-step instructions based on the VSIP policies to
ICCCP.FR.06 resolve the situation and presents the relevant situation
information in a quick and easily digestible format for
an operator to verify the situation.
General The inputs/feeds from the different components of smart
interventions shall be received at ICCC video wall for
monitoring, tracking and decision support purpose on
ICCCP.FR.07 real-time basis supported with GIS technology. Further,
operators shall be working on their respective monitors
for assessing the inputs and triggering actions at ground
level.
General Solution should conduct a detailed assessment, design a
comprehensive technical architecture, implement, and
ICCCP.FR.08
operate the common Integrated Command & Control
Centre Platform
General The proposed ICCC Platform shall be hosted at
collocated data centre and all field level smart
ICCCP.FR.09
interventions use cases needs to be integrated with this
platform
General Proposed Solution architecture should have
combination of data normalization (IoT Platform) and
ICCCP.FR.10 VSIP operation centre software functionalities covering
Complex Event Processing, Rules Engine, Map and
Video Based Visualization
General ICCC Platform must integrate smart services as per
current need of VSIP and must deliver an architecture
ICCCP.FR.11
which shall be future scalable to accommodate more
urban services & Applications
Standardized The platform should be able to aggregate and normalize
ICCCP.FR.12
Data the data coming from different devices of same type

Page 167 / 427


No. Category Requirements Specification
Aggregation (e.g., lighting sensor, water sensors (different OEMs),
and energy meters (different OEMs), SCADA, PLC etc.)
normalization and provide secure access to that data using data API(s)
capabilities to users. The message exchange between various
applications in the Industrial Park should be fully
encrypted and authenticated.
System should support ESRI / map box / Open Street/
GIS Map Google Map, and any other GIS map. It should be
Support possible to visualize all the Assets (Sensor, Devices,
ICCCP.FR.13 Vehicles, Cameras, other VSIP resources) on map. Also,
these assets must be provided as layers with ability to
switch these layers and visualize the assets of only
selected layers.
Location Engine a) Map services and geospatial coordinates provides the
(GIS Map access to the geographical coordinates of specific
ICCCP.FR.14
Functionality) facilities, roads, and VSIP infrastructure assets (all the
ICT & non-ICT Infra)
b) Geospatial calculation: calculates distance between
ICCCP.FR.15
two, or more, locations on the map if possible
c) Location-based tracking locates and traces devices on
ICCCP.FR.16
the map
Data and ICCC platform should be able to perform multi-
Analytics dimensional analysis on incidents data. This should
ICCCP.FR.17 Engine provide capability to do Trends Analysis and provide
near real time Stream Analytics, time-shifted or offline
analytics on the archived data
Reporting: delivers reports based on events triggered by
ICCCP.FR.18
device engine data and external notifications.
ICCC Platform should have inbuilt Historian to capture
and store high-fidelity industrial and enterprise data.
Historian should have high- performance process
ICCCP.FR.19 database capable of storing the huge volumes of data
generated.
Historian should be capable of unite high-speed data
acquisition and storage with traditional relational

Page 168 / 427


No. Category Requirements Specification
database management.
Historian shall have capability to support up to 3mn I/O
Authentication, System should support standard Authentication,
ICCCP.FR.20
Authorization Authorization Performa.
API Guide ICCC platform should provide a comprehensive API or
SDK (Software development kit) to allow interfacing
ICCCP.FR.21
and integration of 3rd party systems to create new
application for the VSIP in future.
Platform The OEM should be able to securely access the platform
Upgrade and remotely for platform updates / upgrades and
Maintenance maintenance during the contract duration. Platform
ICCCP.FR.22
should be able to make incremental changes in response
to the staged object deployment within same scan cycle
and make continuous updates on the fly.
Platform System should enable users to define the business rules
ICCCP.FR.23 Functionality around incidents handling and Emergency response as
per agreed SOPs.
System should provide a common data integration layer,
which can collect and contextualize information from
disparate data sources
ICCCP.FR.24 regardless of protocol. Platform should have
supervisory capabilities and should be able to
bidirectionally monitor, command & control all types of
operational technology.
System should provide users with business analytics
ICCCP.FR.25 reporting and tools to organize, evaluate and efficiently
perform day to day operations
System should provide filterable reports and dashboards
about critical information pertaining to incidents and
ICCCP.FR.26
KPIs collated in a single view which can be drilled down
further for more detailed information
System should provide facility for centralized storage of
ICCCP.FR.27 operational data (time-series and transactional) with
high granularity and data compression capability
ICCCP.FR.28 Should have ability to take over control of subsystems

Page 169 / 427


No. Category Requirements Specification
with bi-directional control wherever it is applicable and
required. For e.g., Water SCADA & Electrical SCADA
Systems. Ex: ability to start / stop pumps in pump house,
open/close valves in distribution network in case of
emergency like flood, earthquake or any disaster which
may disrupt normal operations, control PTZ cameras,
switching on/off streetlights, setting the traffic signal
timers to name a few.
Integration ICCC platform should have ability to integrate with
Capabilities subsystems natively, driving unified user interface
providing ease of operations and facilitating central
control across multiple operations. IT, OT and IoT
conversion in Single Platform. This enables integration
server to integrate seamlessly with Operational
Technology, Information
Technology (IT)/ IoT based subsystems. Operational
ICCCP.FR.29 Technology Integration should include inbuilt support
for protocols like: OPC UA/DA (SCADA), BACNET
(BMS), MODBUS (Metering & field controller-
PLCs/DCS), IEC etc. Bidder to give undertaking for
inbuilt support for above mentioned OT protocols. IT
Application should integrate via ESB (Enterprise
Service Bus) with IT protocols like: Web-services/APIs/
REST/SOAP (City Surveillance, ITMS, BRTS, GIS),
ERP (e-Gov, payment gateway) etc.
The device integration components must include
powerful diagnostics, redundant communications, data
level security, native open protocol
ICCCP.FR.30
communication connectivity and improved deployment
capabilities. It should also support standardized M2M
protocols like LWM2M, MQTT, Zigbee, LoRA etc.
Events & System should allow policy creation to set of rules using
Incident Rule Engine that control the behaviour of infrastructure
ICCCP.FR.31 Management items. Each policy should a set of conditions that
activate the behaviour it provides. System should allow
Default, Time-based, Event-based, and Manual override
Page 170 / 427
No. Category Requirements Specification
polices creation. For example: In case of Outage
management - Alerts in the Water SCADA system will
automatically trigger an event. A notification will be
generated to the user in ICCC. Upon confirmation of the
alert by ICCC, subsequent actions will be automatically
triggered according to defined SOP by the vendor/OEM.
. System should support for sudden critical events and
linkages to standard operating procedures automatically
without human intervention.
• Should support for multiple incidents with both
segregated and / or overlapping management and
response teams
• Should provide facility to capture critical information
such as location, name, status, time of the incident and
be modifiable in real time by multiple authors with role
associated permissions (read, write). Incidents should be
captures in standard formats to facilitate incident
correlation and reporting.
Notifications, System should generate Notification, Alert and Alarm
Alerts and messages that should be visible within the Dashboard
Alarms and the Enforcement Officer Mobile App if required.
ICCCP.FR.32 System should have advance alarm management
capabilities like state-based alarming, alarm
suppression, alarm shelving, alarm grouping and
aggregation (active & historical) alarms
All system messages (notifications, alerts, and alarms)
should always be visible from the Notifications view,
ICCCP.FR.33
which provides controls that operator can use to sort and
filter the messages that it displays.
Systems should deliver message to a set of subscribers.
The Notification service should support min three types
ICCCP.FR.34 of notification methods–Email notification and Short
Messaging Service (SMS) notification and Mobile App
based Notifications.
ICCCP.FR.35 Users and Roles Platform should support users’ access and perform

Page 171 / 427


No. Category Requirements Specification
various tasks, such as adding new locations, configuring
new devices, managing adapters, and so on. However,
not all users can perform all tasks. Each user should be
associated with one or more roles and each role is
assigned a certain set of permissions.
Roles and permissions define the tasks that a user can
ICCCP.FR.36 perform, such as adding users, viewing location details,
exporting devices, generating reports, and so on.
The platform should allow different roles to be created
ICCCP.FR.37 and assign those roles to different access control
policies.
System should support LDAP to be used as an
ICCCP.FR.38 additional data store for user management and
authentication.
Dashboard and ICCC platform should provide integrated dashboard and
Analytics KPI tracking capabilities. Dashboards should be
designed in such a way that user should be easily
navigate user interfaces for managing profiles, groups,
ICCCP.FR.39
messages templates, communications, tracking receipts
and compliance. Likewise, ICCC should have
capabilities to configure and monitor key performance
indicators on real time basis.
ICCC platform should provide historical reports, events
data, and activity logs. The reports can be exported to
PDF or other formats. Offered platform for Reporting
ICCCP.FR.40
and dashboard solution should have consolidated Single
window reporting, correlation, and Analytics solution
for all non-video applications.
Data Security The access to data should be highly secure and efficient.
Access to the platform API(s) should be secured using
ICCCP.FR.41 API keys. Software should support security standards:
SSO, HTTPS over SSL, and key management to help
protect the data across all domains.
Standard ICCC Platform should provide for authoring and
ICCCP.FR.42
Operating invoking un-limited number of configurable and

Page 172 / 427


No. Category Requirements Specification
Procedure customizable standard operating procedures through
graphical drag and drop design tool preferably using
workflow engine.
Standard Operating Procedures should be established,
approved sets of actions considered to be the best
ICCCP.FR.43
practices for responding to a situation or carrying out an
operation.
The users should be able to also add comments to or stop
ICCCP.FR.44
the SOP (prior to completion).
There should be provision for automatically logging the
actions, changes, and commentary for the SOP and its
ICCCP.FR.45
activities, so that an electronic record is available for
after-action review.
The CCC platform should have the capability to bring in
multiple stake holders automatically into a common
collaboration platform like persistent chat rooms,
ICCCP.FR.46
common voice conference call and virtual meeting
rooms in response to a SOP defined to handle a
particular event.
The stake holders can be on various types of devices like
ICCCP.FR.47
computer, smart phones, and tablets.
ICCC platform shall present the workflow and task
ICCCP.FR.48 information in a clear and logical manner on the
incidents screen.
ICCC platform should be able to pass the SOP step on
to operator workstation for the user to respond based on
ICCCP.FR.49
his role and responsibility in the SOP to achieve faster
response to the incidences or events
Analytics Analytics Engine (inbuilt or integrated) should be an
Engine artificial intelligence-based analytics platform module
Integration to maximize business value through advanced machine
ICCCP.FR.50
learning capabilities. The machine learning capabilities
aid in automating policies that result in better asset and
infrastructure management.

Page 173 / 427


No. Category Requirements Specification
Analytics Engine module should have below
intelligence capabilities:
a) Advanced Predictive Analytics should be part of the
solution.
b) The solution should be flexible to integrate with other
city and government software applications
c) The solution should be able to predict insights
ICCCP.FR.51 consuming data from VSIP infrastructure viz., Traffic,
Parking, Lighting etc.
d) The solution should be able to predict and integrate
with VSIP solutions helping in driving operational
policies creation.
e) The solution should be robust, secure, and scalable.
f) The solution should have a visualization platform to
view historic analytics
Analytics Engine should support multiple Data Sources.
ICCCP.FR.52 Min below standard data sources should be supported
from day 1 – CSV, TSV, MS Excel, NoSQL, RDBMS
Export Formats System should allow export the analysis into min
ICCCP.FR.53 following formats: XML/JSON/Image, Excel, PDF,
CSV
Video Display Shall have the ability to view live or recorded video
ICCCP.FR.54 Integration from resizable and movable windows through
integration with video management system
Shall have an ability to perform video controls for video
ICCCP.FR.55
management systems from workstation
Shall play, fast-forward, rewind, pause, and specify
ICCCP.FR.56 time to play recorded video through integration with
video management system
Shall take a video still image (snapshot) from live or
ICCCP.FR.57 recorded video through integration with video
management system
Shall perform video controls for video system and move
ICCCP.FR.58 PTZ cameras by taking controls from video
management system

Page 174 / 427


No. Category Requirements Specification

Shall view Video in Video Matrix. Shall display in 1x1,


ICCCP.FR.59 2x2, 3x3 and 4x4 window formats. Shall enable operator
to specify video windows to be displayed in matrix.
Shall enable the user to pause the rotation of video and
ICCCP.FR.60 resume the video rotation again through integration with
video management system
Location ICCC will integrated with proposed GPS application to
Tracking support real time tracking of Vehicle or Mobile
ICCCP.FR.61
System Resource using GPS. It should be Possible to integrate
with any GPS Device, standalone or Mobile based.
Integration with ICCC platform should be able to integrate with proposed
social media social media analytics tool (inbuilt or external) to
ICCCP.FR.62 Intelligence retrieve and cache open social data from Facebook,
Twitter, Instagram, YouTube, G+, LinkedIn, Web Sites,
News, blogs, etc.
The ICCC platform shall be fully integrated commercial
ICCC off the self (COTS) software platform that provides
Operations seamless integration and control mechanism with
various Information Technology, Operational
Technologies and IOT sensors/applications/platforms.
To achieve
advanced VSIP functionalities ICCC platform should
not only integrate with IT solutions like Security
ICCCP.FR.63
Management, Water & Wastewater Management
System, Solid-waste, Traffic Management System etc.
but also future solutions natively on real-time basis with
bi-directional
control, to achieve better services. The solution shall
integrate with GIS and map information and be able to
dynamically update information on the GIS maps to
show status of resources.
The solution shall also provide an integrated user
ICCCP.FR.64
interface for all the smart elements implemented.
The solution should provide operators and managers
ICCCP.FR.65
with a management dashboard that provides a real-time

Page 175 / 427


No. Category Requirements Specification
status and is automatically updated when certain
actions, incidents and resources have been assigned,
pending, acknowledged, dispatched, implemented, and
completed. The above attributes shall be colour coded if
required.
The solution shall provide the “day to day operation”,
“Common Operating Picture” and situational awareness
ICCCP.FR.66
to the centre and participating agencies during these
modes of operation.
It shall provide complete view of sensors, facilities, IoT,
video streams and alarms in an easy-to-use and intuitive
ICCCP.FR.67
GIS-enabled graphical interface with a powerful
workflow and business logic engine.
It shall provide a uniform, coherent, user-friendly, and
standardized interface. It shall provide possibility to
ICCCP.FR.68 connect to workstations and accessible via web browser.
It shall be possible to combine the different views onto
a single screen or a multi-monitor workstation.
Technical ICCC OEM Should have 24*7*365 technical assistance
Support Centre Support centre (TASC) in Vietnam. TASC should
ICCCP.FR.69 provide online portal and contact number to register
service request which could be raised by partner (MSI)
and customer.
Common Data System should provide a common data integration layer
Integration which can collect and contextualize information from
Layer disparate data sources regardless of protocol. Platform
should have inbuilt supervisory capabilities and should
be able to natively monitor, command & control all
ICCCP.FR.70 types of SCADA with bi-directional control with
Flexible message delivery capabilities including Web
Services, File Drop, FTP, MSMQ, XML, HTTP and
SOAP; Should have automatic store and forward
capability to allows users to resend or adjust
transactions, based on a full detailed message history

Page 176 / 427


No. Category Requirements Specification
Visualisation Platform should be capable to displaying the application
on very large video wall with 4K resolution regardless
of size of the video wall. Graphics should load within 5
ICCCP.FR.71 seconds. Visualization should support multi monitor
capability without opening multiple instances of the
application. It should also support opening part of
application at defined location on the video wall.
Workflow The platform should have process designer - Intuitive
visual tool that offers an integrated workflow process
design and deployment tool for use by departments,
developers’ community, technical architects, and ISVs
ICCCP.FR.72
without any restriction for X or Y axis for design
interface. Graphical process designer must be 100%
web-based tool that enables BPM practitioners to define
processes to achieve smart city objectives.
The platform shall have cross functional workflows with
ICCCP.FR.73 the ability to communicate between People, devices, and
systems (ERP/ CMMS/ EAM/ Sub-systems etc.).
Workflow function should provide facility to trigger a
corrective action workflow and define the stakeholders
ICCCP.FR.74 for the same.
The workflow system should allow a specific task to be
decomposed into sub-tasks.
The workflow should be able to do queue management
for management of resources performing similar
functions. Queue Management allows automatic, semi-
ICCCP.FR.75 automatic and manual modes of task dispatch. FIFO,
LIFO, and Round-robin are some of the algorithms
supported. Workflow approvals should have facility to
approve from any smart device.

c. Helpdesk Management Software (HMS)

Page 177 / 427


No. Category Requirements Specification
● The proposed helpdesk system shall provide flexibility
of logging, viewing, updating, and closing incident
HMS.FR.01 General
manually via web interface

● Each incident shall be able to associate multiple activity


HMS.FR.02 General logs entries via manual update or automatic update from
other enterprise management tools
● The proposed helpdesk system shall be able to provide
HMS.FR.03 General flexibility of incident assignment based on the workload,
category, location etc
● Each escalation policy shall allow easy definition on
multiple escalation levels and notification to different
HMS.FR.04 General
personnel via window GUI/console with no or minimum
programming
● The proposed helpdesk system shall provide grouping
HMS.FR.05 General access on different security knowledge articles for
different group of users
● The proposed helpdesk system shall have an updateable
knowledge base for technical analysis and further help
HMS.FR.06 General
end-users to search solutions for previously solved
issues
● The proposed helpdesk system shall support tracking of
SLA (service level agreements) for call requests within
HMS.FR.07 General the help desk through service types. All detail SLA
parameters/objectives should be able to change by VSIP
without addition cost required.
● The proposed helpdesk system shall be capable of
assigning call requests to technical staff manually as
HMS.FR.08 General well as automatically based on predefined rules, and
shall support notification and escalation over email, web
etc
● The proposed helpdesk system shall integrate tightly
HMS.FR.09 General with the Knowledge tools and CMDB and shall be
accessible from the same login window

Page 178 / 427


No. Category Requirements Specification
● It shall support remote management for end-user &
HMS.FR.010 General allow analysts to do the desktop sharing for any system
located anywhere, just connected to internet
● Remote desktop sharing in the system shall be agent less
HMS.FR.011 General & all activity shall be automatically logged into the
service desk ticket
● It shall allow admin user to create solution & make them
HMS.FR.012 General available on the end – user login window for the most
common requests
The system should have capability to develop sub-
modules or to integrate with separate application to
Digitize/configure/manage below mentioned 14 pre-
defined crisis incidents/scenarios by VSIP.
1. Water contamination
2. Labour Strike
3. Medical Emergency
4. Chemical/Oil spillage on the VSIP roads
5. Fire
6. Natural disaster (flood/storm/earthquake…)
7. Riot/ Civil unrest
8. Fire or attack on key installations
9. Emergency Power Outage
HMS.FR.013 General 10. Bomb threat or security event
11. Major critical services failure
12. Regulatory/ governance lapses
13. Injury/ Accident
14. No access to VSIP’s office
General requirement:
- Flexibility in term of scenes change
- Capability of Decentralization rights Department
/ Level / Access…
- Configurable scene / escalation / tolerance
time…
- Logging the Start / duration progress / End time
for each activity/task.

Page 179 / 427


No. Category Requirements Specification
Ability to handle multi-tasking incident/crisis in case of
concurrency
System shall be able to add more over 14 scenarios (as
HMS.FR.014 General above) by VSIP in future without any additional cost
Support an interactive/conversation environment
between the parties involved in the processing
HMS.FR.015 General ticket/incident/crisis.
All conversations/interactions are recorded in the report
of each closed ticket/incident/crisis
System shall be able to interface with ArcGIS to monitor
HMS.FR.016 General
progress of activities/people

d. Network Operation Center (NOC)


No. Category Requirements Specification
NOC shall monitor all the infrastructure devices
(routers, switches, firewall, IPS, bandwidth, Application
NOC.FR.01 General performance etc.) that are kept in core locations, last
mile smart junction along with key services that shall be
provisioned in future
NOC shall help in monitoring the issues related to
NOC.FR.02 General network, infrastructure implemented, Applications and
Platforms and provide help desk system for the same
Configurations and Change Management:
Configuration shall be managed from core locations for
all the devices/sensors on the network. For any change
NOC.FR.03 General
applicable, based on the type/severity/complexity of
change, the change should be proposed with due
justification and to be implemented upon approval
The proposed solution shall be ready in all respect to
NOC.FR.04 General make use of VSIP infrastructure under different revenue
models under its long-term vision
The key functionalities of the NOC shall include:
NOC.FR.05 General • Incident Management based on resource workload,
incident category etc.

Page 180 / 427


No. Category Requirements Specification
• Tracking and reporting of all contractual SLAs in an
automated way
• Updateable knowledge base for technical analysis
and further help end-users to search solutions for
previously solved issues
The NOC shall escalate issues in a hierarchical manner,
so if an issue is not resolved in a specific time frame, the
next level is informed to speed up problem remediation
Primary responsibilities of NOC personnel shall include
NOC.FR.06 General
but not limited to:
Monitor the complete network 24x7, to keep network
NOC.FR.07 General
and systems functioning in a stable operation mode
Ensure the proper configuration of network, systems and
Configuration
NOC.FR.08 applications or the provision of reliable and high-quality
Management
end-user services
Change Ensure efficient day-to-day management of short-term
Management, network changes and optimization, including their
NOC.FR.09
Network implementation. This activity shall be synchronized
Extension with the maintenance scheduled activities
Provide efficient performance management procedures
Performance
NOC.FR.10 ensuring a reliable, high-quality network performance
Management
and service
Define all necessary actions to be performed when a
Service and
request for a new service is issued, and control the
NOC.FR.11 Network
actions performed at NOC level or field level until
Provisioning
completion
Provide regular plans for all scheduled activities,
Scheduled including preventive maintenance. Respect a schedule,
NOC.FR.12 Activities and achievement of the plan. This is linked to the change
Planning management function which ensures overall
synchronization of all network activities
Day-to-day management of all Operations Support
IT and DB
NOC.FR.13 Systems, IT systems and databases (administration,
Management
backups)
NOC.FR.14 Security Define and implement security policies, guidelines, and

Page 181 / 427


No. Category Requirements Specification
Management best practices, and check for compliance with security
regulations
Define quality management policies, and ensure
Quality
NOC.FR.15 implementation and usage for competitive quality of
Management
service
Workforce Manage field personnel to ensure timely interventions
NOC.FR.16
Management and respect of the preventive maintenance plan
Inventory Ensure consistent management of network equipment,
NOC.FR.17
Management and accurate, up-to-date documentation of it
Manage spare part handling and logistics to minimize
Spare Parts
NOC.FR.18 repair/swap turn-around times for defective items, &
Management
keep low CAPEX for spare parts and consumables
Ensure consistent inventory management for all assets
Asset Inventory
NOC.FR.19 including infrastructure, buildings, tools, spares, and
Management
equipment
Ensure that all network switches are secured and are
NOC.FR.20
enabled only when required by authorized employees
NOC.FR.21 Perform reactive and preventive maintenance exercise
Physical &
Monitor the environmental controls for security of
Environmental
NOC.FR.22 network equipment, cabling security and IT hardware
Security
management
Ensuring that the security policy is maintained and
NOC.FR.23 updates to the same are made regularly as per ISO
27001, PCI-DSS, BS 7799 and BS 15000 guidelines
Shall provide sufficient reports pertaining to asset and
change management, alarms, and availability of critical
NOC.FR.24 Reporting
network resources as well as network response times for
critical links.
Able to perform real-time or scheduled capture of device
NOC.FR.25 Reporting configurations. It shall also provide features to capture,
view & upload network device configuration
Incident Incidents shall be categorized and prioritized. While
NOC.FR.26 Management and prioritizing incidents the impact and urgency of the
Root Cause incident shall be taken into consideration.

Page 182 / 427


No. Category Requirements Specification
Analysis It shall be ensured that the incident database is
Reporting integrated with Known Error Database (KeDB),
NOC.FR.27 Configuration Management Database (CMDB). These
details shall be accessible to relevant personnel as and
when needed.
Testing shall be performed to ensure that recovery
NOC.FR.28 action is complete and that the service has been fully
restored.
When the incident has been resolved, it shall be ensured
that the service/Help desk records of the resolution steps
are updated and confirm that the action taken has been
NOC.FR.29 agreed to by the end user. Also, unresolved incidents
(known errors and workarounds) shall be recorded and
reported to provide information for effective problem
management.
Change management provides information on changes
NOC.FR.30 and enables better control of changes to reduce errors
and disruption in services.
All changes shall be initiated using change management
process; and a Request for Change (RFC) shall be
created. All requests for change shall be evaluated to
NOC.FR.31 determine the impact on business processes and IT
services, and to assess whether change shall adversely
affect the operational environment and introduce
Change and
unacceptable risk.
Configuration
Ensure review of changes for effectiveness and take
Management
actions agreed with interested parties. Requests for
change shall be analysed at planned intervals to detect
NOC.FR.32
trends. The results and conclusions drawn from the
analysis shall be recorded and reviewed to identify
opportunities for improvement.
A configuration management database shall be
NOC.FR.33 established which stores unique information about each
type of Configuration Item CI or group of CI.
NOC.FR.34 Corrective actions shall be taken for any deficiencies

Page 183 / 427


No. Category Requirements Specification
identified in the audit and shall be reported to the
management and process owners.
Master copies of CI shall be recorded in the CMDB and
shall be stored in secure physical or electronic libraries
which shall be referenced in the configuration records.
NOC.FR.35
This shall be applicable to documentations, license
information, and software and hardware configuration
images.
Command & Control Center NOC should be able to
NOC.FR.36 facilitate measurement or criteria to assay the condition
or performance of VSIP processes & policies.
Green indicates that the status is acceptable, based on
NOC.FR.37 Key Performance
the parameters for that KPI, no action is required.
Indicator
Yellow indicates that caution or monitoring is required,
NOC.FR.38
action may be required.
Red indicates that the status is critical, and action is
NOC.FR.39
recommended.

e. Biometric Access Control System using Face-Recognition (BFR)


No. Category Requirements Specification
The Biometric/Access card-based Access Control
System shall be deployed with the objective of allowing
entry and exit to and from the premises to authorized
personnel only with appropriate door locks and controller
BFR.FR.01 General assemble connected with BMS system. The system
deployed shall be based on proximity as well as biometric
technology for critical areas and proximity technology
for non-critical areas. We will use Face-recognition as
Bio-Metric parameter.
System The system shall have admin module for add, delete
BFR.FR.02
Administrator modify profiles, generate reports, export data, define

Page 184 / 427


No. Category Requirements Specification
privilege, etc

The face identification-based Access shall be allowed for


entry and exit to and from the premises to authorized
personnel only with appropriate door locks. The
User & User proposed system shall feature to match the face captured
BFR.FR.03
groups live with the existing database of faces.
The system shall be capable to create, delete, modify user
groups and able to define privilege, allow access, deny
access rights to groups
BFR.FR.04 Web-interface The system shall be able to access using web interface.
The system shall Support
▪ Viewing another pertinent controller information
▪ Viewing online status of each controller
Real time
BFR.FR.05 ▪ Viewing door status
monitoring
a. Door name
b. Door open/close
c. Door lock status (Lock, Unlock, Permanent Lock)
The system should have response options on events such
as door held violation and door forced
BFR.FR.06 Response a. Message only
b. Alarm (close on event close)
c. Alarm (Close from software)
The system should maintain logs of all events like face
BFR.FR.07 Logs captured, face identifications, access given, access
denied, timestamp etc.
Ability to integration with other third-party application
BFR.FR.08 Integration
systems
The system shall support report generation for all
BFR.FR.09 Reports important events like face captured, face identifications,
access given, access denied etc.

BFR.FR.10 Alerts The proposed system shall be able to generate alerts


based on various incidents like accesses given, access

Page 185 / 427


No. Category Requirements Specification
denial & access trail by blacklisted person.

Emergency and System should control the door status remotely like
BFR.FR.11 remote door locking or unlocking of all the doors in case of an
operations emergency.

1.2.6.2 Mini-Data Center (Colocation or On-cloud)


a. Mini Data Center-Colocation (MDC)
No. Category Requirements Specification
All the IT devices shall be Simple Network Management
Protocol (‘SNMP’) enabled and shall centrally and
MDC.FR.01 General
remotely monitor and manage the devices on a 24x7x365
basis.
Provide on-site comprehensive maintenance of the entire
IT / Non-IT Infrastructure and their components supplied
MDC.FR.02 General with a provision of onsite spares on 24x7x365 basis after
successful execution and acceptance of respective project
phase.
Operate and maintain the Network infrastructure (Active
MDC.FR.03 General / Passive / Physical) as per well-defined Standard
Operating Procedures
Establish and implement leading practices of IT service
Management like Information Technology Infrastructure
Library (ITIL), International Organization for
MDC.FR.04 General Standardization (ISO)/IEC 20000 standard that shall
promote the adoption of an integrated approach to
effectively deliver managed services to meet the
requirements
Identify all assets and document the importance of these
assets. The asset inventory shall include all the
MDC.FR.05 General information necessary to recover from a disaster,
including type of assets, format, location, backup
information, license information etc.

Page 186 / 427


No. Category Requirements Specification
Undertake scheduled and ad hoc maintenance (on need
MDC.FR.06 General basis) and operations like configuration backup, patch
management and upgrades
Establish basic tools for IT and Non-IT management to
MDC.FR.07 General undertake health check monitoring, troubleshooting etc.
for all Network operations
MDC.FR.08 General Establish access control mechanism
Network shall be available 24x7x365 as per the prescribed
MDC.FR.09 General
SLA
Provide services for management of network environment
MDC.FR.10 General
to maintain performance at optimum levels.
MDC.FR.11 General Resolving network failures
Support and maintain overall network infrastructure
MDC.FR.12 General
including but not limited to WAN/LAN components
Configure and backup network devices including
MDC.FR.13 General
documentation of all configurations
Provide information on performance of Ethernet
segments, including capacity utilization and error
MDC.FR.14 General
statistics for the segment and the top-contributing hosts,
WAN links and routers
Create required facilities for providing network
administration services including administrative support
for user registration, creating, and maintaining user
MDC.FR.15 General
profiles, granting user access and authorization, providing
ongoing user password support, announcing, and
providing networking services for users
Provide a single-point-of-contact for requesting any
service. The Network Administrator shall respond to the
MDC.FR.16 General
initial request from the user groups within the agreed
service levels and service coverage hours
MDC.FR.17 General Provide support as required to assist in hardware and

Page 187 / 427


No. Category Requirements Specification
software problem isolation and resolution in the
LAN/WAN environment
MDC.FR.18 General Perform LAN/WAN problem determination
Communicate changes affecting the LAN/WAN
MDC.FR.19 General
environment
MDC.FR.20 General Maintain LAN/WAN configuration data
Polling / collecting of network devices security logs from
MDC.FR.21 General all the systems. All these logs shall be made available to
the Enterprise Management System (EMS) solution
Management of security environment of the entire
MDC.FR.22 network infrastructure to maintain performance at
optimum levels
Address ongoing needs of security management
including, but not limited to, monitoring of various
MDC.FR.23 devices / tools such as firewall, IPS, content filtering and
blocking, and vulnerability protection through
implementation of proper patches and rules
Maintain an updated knowledge base of all the published
Security security vulnerabilities and virus threats for related
MDC.FR.24 Administration software and microcode, including, but not limited to,
and operating systems, security solutions, network solutions,
Management etc.
Services Ensure that patches / workarounds for identified
MDC.FR.25
vulnerabilities are patched / blocked immediately
Respond to security breaches or other security incidents
and coordinate with respective OEM in case of a new
MDC.FR.26
threat is observed to ensure that workaround / patch is
made available for the same
Maintenance and management of security devices,
MDC.FR.27 including, but not limited to maintaining firewall services
to restrict network protocols and traffic, detecting
intrusions or unauthorized access to networks, systems,

Page 188 / 427


No. Category Requirements Specification
services, applications or data, firewalls, servers, desktops
from viruses
Operating system hardening through appropriate
MDC.FR.28
configuration and patch updates on a regular basis

b. Integration of Email & Active Directory Services (E&AD)


No. Category Requirements Specification
The Bidder shall ensure that their proposed solution
should have the capability to integrate with existing Email
E&AD.FR.01 and AD services which are running in the existing
VSIP1or2 park. These existing services to be used for
General VSIP3 operations.
Attributes Bidder to specify all Hardware/software requirements
related to email server & AD to enable this integration and
E&AD.FR.02 VSIP will ensure to upgrade their existing infrastructure
accordingly.

c. Enterprise Management System (EMS)


No. Category Requirements Specification
The EMS shall be able to support the proposed hardware
and software components (IT) deployed over the tenure
of the Contract. The EMS shall be capable of providing
early warning signals to the Helpdesk Agents on the
EMS.FR.01
performance issues, and future infrastructure capacity
augmentation. The EMS shall also support single pane /
General dashboard with visibility across multiple areas of
Attributes applications for monitoring
The proposed EMS solution shall provide comprehensive
and end-to-end management of all the components for
each service including all the hardware devices,
EMS.FR.02
Network, Systems and Application infrastructure. The
proposed solution must also provide single integrated
dashboard to provide line of business views and drill

Page 189 / 427


No. Category Requirements Specification
down capabilities

EMS solution encompassing but not limited to the


EMS.FR.03
following functions:
EMS.FR.04 Configuration Management
EMS.FR.05 Fault Management
EMS.FR.06 Incident, Problem and Change Management
EMS.FR.07 Asset Management
EMS.FR.08 Remote Control
EMS.FR.09 SLA Management & Monitoring
EMS.FR.10 Performance Management
EMS.FR.11 Event Management
EMS.FR.12 Server, Storage, and other Infrastructure Management
EMS.FR.13 Monitor network components of the LAN & WAN
EMS.FR.14 Network Link Monitoring
All EMS modules required to fulfil the requirements laid
EMS.FR.15 by VSIP and should necessarily be from single OEM
only
Note: It is mandatory that all the modules for the
proposed EMS Solution shall provide out-of-the-box and
seamless integration capabilities. Bidder shall provide
EMS.FR.16 the specifications and numbers for all necessary
Hardware, OS & DB (if any) which is required for an
EMS to operate effectively and provide the same at no
extra cost
Bidder shall provide Entity Relationship Diagram of
EMS solution depicting working relationship among
EMS.FR.17
different modules of EMS such as NMS, Helpdesk
Management system, etc
The EMS system shall provide for the regular
monitoring, management and reporting of the ICT
infrastructure of the project assets installed in the
EMS.FR.18 respective operations centre as well as field locations.
The EMS system shall have the following features
including but not limited to and as well act as
authoritative source for the same:
Page 190 / 427
No. Category Requirements Specification
Following functionalities are essential and required from
EMS.FR.19
such EMS tools:
EMS.FR.20 Availability Monitoring, Management and Reporting
EMS.FR.21 Performance Monitoring, Management and Reporting
EMS.FR.22 Helpdesk Monitoring, Management and Reporting
EMS.FR.23 Traffic Analysis
EMS.FR.24 Asset Management
EMS.FR.25 Incident Management and RCA reporting
EMS.FR.26 Change and Configuration management
The proposed system shall support multiple types of
discovery like IP range discovery – including built-in
EMS.FR.27 support for IPv6, Seed router-based discovery and
discovery whenever new devices are added with
capability to exclude specific devices
The proposed system shall support exclusion of specific
EMS.FR.28
IP addresses or IP address ranges
The system shall provide discovery & inventory of
physical network devices like Layer-2 & Layer-3
EMS.FR.29
switches, Routers and other IP devices and shall provide
Discovery, mapping of LAN & WAN connectivity
Configuration The discovery shall be able to identify and model of the
EMS.FR.30
and Faults ICT asset
Monitoring and The proposed system shall provide a detailed asset report,
Management listing all ports for all devices. The proposed system shall
EMS.FR.31 Reporting provide sufficient reports that identify unused ports in the
managed network infrastructure that can be reclaimed
and reallocated
The proposed system shall determine device availability
EMS.FR.32 and shall exclude outages from the availability
calculation with an option to indicate the reason
The proposed system shall provide out of the box root
EMS.FR.33
cause analysis
The proposed system shall include the ability to monitor
EMS.FR.34 and visualize a virtualized system infrastructure by
discovering and monitoring virtual machines and

Page 191 / 427


No. Category Requirements Specification
providing ability to depict the logical relationships
between virtual servers and virtual machines
The proposed solution shall detect virtual server and
virtual machine configuration changes and automatically
EMS.FR.35
update topology and shall raise alarm when VM
migrations happen between hosts
The proposed solution shall have the ability to collect
EMS.FR.36 data from the virtual systems without solely relying on
SNMP
The proposed solution shall support an architecture that
EMS.FR.37 can be extended to support multiple virtualization
platforms and technologies
The proposed system shall support SNMPv3-based
EMS.FR.38 network discovery and management out-of-box without
the need for any external third-party modules
The proposed system shall be able to administer
configuration changes to network elements by providing
toolkits to automate the following administrative tasks of
EMS.FR.39
effecting configuration changes to network elements like
Capture running & start-up configuration, Upload
configuration etc.
The proposed system shall provide sufficient reports
pertaining to asset and change management, alarms, and
EMS.FR.40
availability of critical network resources as well as
network response times for critical links
The proposed system shall be able to perform real-time
or scheduled capture of device configurations. It shall
EMS.FR.41
also provide features to capture, view & upload network
device configuration
The proposed system shall be able to store historical
device configurations captured in the database and
thereby enable comparison of current device
EMS.FR.42
configuration against a previously captured
configuration as well as compare the current
configuration against any user-defined standard baseline

Page 192 / 427


No. Category Requirements Specification
configuration policy

The proposed system shall be able to monitor compliance


& enforce change control policies within the diverse
EMS.FR.43 infrastructure by providing data & tools to run
compliance reports, track & remediate violations, and
view history of changes
The proposed tool shall display configuration changes
differences in GUI within central Console. Also, this
EMS.FR.44 shall be able to identify which user has made changes or
modifications to device configurations using the
Interface
The proposed service management system shall provide
a detailed service dashboard view indicating the health of
EMS.FR.45
each of the component and services provisioned as well
as the SLA's
The system shall provide an outage summary that gives
EMS.FR.46 a high-level health indication for each service as well as
the details and root cause of any outage
The system shall be capable of managing IT resources in
terms of the business services they support, specify, and
monitor service obligations, and associate
EMS.FR.47 users/Departments/ Organizations with the services they
Service Level
rely on and related Service/Operational Level
Monitoring and
Agreements. Presently, services shall include E-mail,
Management
Internet Access, Intranet, and other services hosted
The Service Level Agreements (SLAs) definition facility
shall support defining a set of one or more service that
EMS.FR.48 specify the Service obligations stipulated in an SLA
contract for a particular time (weekly, monthly, and so
on)
SLA violation alarms shall be generated to notify
EMS.FR.49 whenever an agreement is violated or is in danger of
being violated
The system shall provide the capability to designate
EMS.FR.50
planned maintenance periods for services and take into

Page 193 / 427


No. Category Requirements Specification
consideration maintenance periods defined at the IT
resources level. In addition, the capability to exempt any
service outage from impacting an SLA shall be available
The reports supported shall include one that monitors
service availability (including Mean Time to Repair
EMS.FR.51 (MTTR), Mean Time between Failure (MTBF), and
Maximum Outage Time thresholds) and the other that
monitors service transaction response time
The system shall provide a historical reporting facility
that shall allow for the generation of on-demand and
EMS.FR.52
scheduled reports of Service-related metrics with
capabilities for customization of the report presentation
The system shall provide for defining service policies
EMS.FR.53 like Service Condition High\Low Sensitivity, Port Status
High\Low Sensitivity shall be provided out of the box
The system shall display option on Services, Customer,
EMS.FR.54
SLA’s, SLA templates
Performance - The proposed performance management system shall
Monitoring, integrate network, server and database performance
EMS.FR.55
Management information and alarms in a single console and provide a
and Reporting unified reporting interface for network components
The System shall have all the capabilities of a Network
Management System which shall provide Real time
EMS.FR.56 network monitoring and Measurement offend-to-end
Network performance & availability to define service
levels and further improve upon them
Network
The tool shall provide a live exceptions list displaying the
Performance
EMS.FR.57 various health and threshold exceptions that are
Monitoring,
occurring in the managed infrastructure
Management
The tool shall have the capability to configure different
and Reporting:
EMS.FR.58 polling speeds for different devices in the managed
infrastructure with capability to poll critical devices
The proposed system shall use intelligent alarm
EMS.FR.59 algorithms to learn the behavior of the network
infrastructure components over a period

Page 194 / 427


No. Category Requirements Specification
The Network Performance Management console shall
EMS.FR.60 provide a consistent report generation interface from a
single central console
This central console shall also provide all required
network performance reports (including latency,
threshold violations, packet errors, availability,
EMS.FR.61 bandwidth utilization etc.) for the network infrastructure.
The proposed system shall identify over-and under-
utilized links and assist in maximizing the utilization of
current resources
The proposed system shall enable complete
EMS.FR.62 customization flexibility of performance reports for
network devices and monitored servers
The proposed system shall provide an integrated
performance view for all the managed systems and
EMS.FR.63
networks along with the various threshold violations
alarms in them
The proposed system shall provide reports as part of the
EMS.FR.64 base performance monitoring product out-of-the-box to
help network operators quickly identify device problems.
The proposed system shall be able to auto-calculate
resource utilization baselines for the entire managed
EMS.FR.65
systems and networks and allow user to set
corresponding upper and lower threshold limits
The proposed solution shall proactively monitor all user
transactions for any web-application hosted; detect failed
EMS.FR.66 transactions; gather evidence necessary for triage and
Application diagnosis of problems that affect user experiences and
Performance prevent completion of critical business processes
Monitoring, The proposed solution shall determine if the cause of
EMS.FR.67 Management performance issues is inside the application, in connected
and Reporting: back-end systems or at the network layer
The proposed solution shall correlate performance data
EMS.FR.68 from HTTP Servers (external requests) with internal
application performance data

Page 195 / 427


No. Category Requirements Specification
The proposed solution shall see response times based on
EMS.FR.69 different call parameters. For example, the proposed
solution shall be able to provide CPU utilization metrics
The proposed Solution shall be able to correlate
EMS.FR.70 Application changes (code and configuration files) with
change in Application performance
The proposed solution shall allow data to be seen only by
EMS.FR.71
those with a need to know and limit access by user roles
The proposed solution shall measure the end users'
EMS.FR.72
experiences based on transactions
The proposed solution shall give visibility into user
EMS.FR.73 experience without the need to install agents on user
desktops
The solution shall be deployable as an appliance-
based/software-based system acting as a passive listener
EMS.FR.74
on the network thus inducing zero overhead on the
network and application layer
The proposed solution shall be able to provide the ability
to detect and alert which exact end users experience
EMS.FR.75
HTTP error codes such as 404 errors or errors coming
from the web application
The proposed system shall be able to detect user
impacting defects and anomalies and reports them in
EMS.FR.76 real-time for Slow Response Time, Fast Response time,
Low Throughput, Partial Response, Missing component
within transaction
The proposed system shall be able to instantly identify
whether performance problems like slow response times
EMS.FR.77
are within or outside the Data centre without having to
rely on network monitoring tools
The proposed system shall be able to provide trend
analysis reports and compare the user experience over
EMS.FR.78
time by identifying transactions whose performance or
count has deteriorated over time
EMS.FR.79 Systems and The proposed system shall address management

Page 196 / 427


No. Category Requirements Specification
Database challenges by providing centralized management across
Performance physical and virtual systems across the layer including
Monitoring, network, servers, DB, and applications
Management The proposed system shall be able to monitor various
and Reporting: operating system parameters such as processors,
EMS.FR.80
memory, files, processes, file systems, etc. where
applicable, using agents on the servers to be monitored
It shall be possible to configure the operating system
monitoring agents to monitor based on user-defined
EMS.FR.81
thresholds for warning/critical states and escalate events
to event console of enterprise management system
It shall also be able to monitor various operating system
parameters depending on the operating system being
EMS.FR.82
monitored yet offer a similar interface for viewing the
agents and setting thresholds
The proposed solution shall support monitoring
EMS.FR.83 Processors, File Systems, Log Files, System Processes,
and Memory etc.
The proposed tool shall provide Process and NT Service
Monitoring wherein if critical application processes or
services fail, administrators are immediately alerted, and
EMS.FR.84
processes and services are automatically restarted while
generating an incident report for the same subject to
investigation
The proposed tool shall be able to provide Log File
Monitoring which enables administrator to watch system
logs and text log files by specifying messages to watch
EMS.FR.85
for. When matching messages gets logged, the proposed
tool shall notify administrators and enable to take action
like sending an email
The proposed database performance management system
shall integrate network, server & database performance
EMS.FR.86
management systems and provide the unified view of the
performance state in a single console
EMS.FR.87 It shall be able to automate monitoring, data collection

Page 197 / 427


No. Category Requirements Specification
and analysis of performance

It shall also provide the ability to set thresholds and send


notifications when an event occurs, enabling database
EMS.FR.88
administrators (DBAs) to quickly trace and resolve
performance-related bottlenecks
The proposed system shall provide Performance
Management and Reporting — Provides real-time and
historical performance of physical and virtual
environments enabling customers gain valuable insights
EMS.FR.89
of a given virtual container of the relative performance of
a given Virtual Machine compared to other Virtual
Machines, and of the relative performance of groups of
Virtual Machines
Role based Access — Enables role-based management
EMS.FR.90 by defining access privileges according to the role of the
user
The proposed Virtual Performance Management system
EMS.FR.91
shall integrate latest virtualization technologies
The proposed helpdesk system shall provide flexibility of
EMS.FR.92 logging, viewing, updating, and closing incident
manually via web interface
The proposed helpdesk system shall support ITIL
processes like request management, problem
EMS.FR.93 management, configuration management and change
order management with out-of-the-box templates for
Helpdesk -
various ITIL service support processes
Monitoring,
Each incident shall be able to associate multiple activity
Management
EMS.FR.94 logs entries via manual update or automatic update from
and Reporting
other enterprise management tools
The proposed helpdesk system shall be able to provide
EMS.FR.95 flexibility of incident assignment based on the workload,
category, location etc.
Each escalation policy shall allow easy definition on
EMS.FR.96 multiple escalation levels and notification to different
personnel via window GUI/console with no or minimum

Page 198 / 427


No. Category Requirements Specification
programming

The proposed helpdesk system shall provide grouping


EMS.FR.97 access on different security knowledge articles for
different group of users
The proposed helpdesk system shall have an updateable
EMS.FR.98 knowledge base for tech al analysis and further help end-
users to search solutions for previously solved issues
The proposed helpdesk system shall support tracking of
EMS.FR.99 SLA (service level agreements) for call requests within
the help desk through service types
The proposed helpdesk system shall be capable of
assigning call requests to technical staff manually as well
EMS.FR.100
as automatically based on predefined rules, and shall
support notification and escalation over email, web etc.
The proposed helpdesk system shall integrate tightly with
EMS.FR.101 the Knowledge tools and CMDB and shall be accessible
from the same login window
It shall support remote management for end-user & allow
EMS.FR.102 analysts to do the desktop sharing for any system located
anywhere, just connected to internet
Remote desktop sharing in the system shall be agent less
EMS.FR.103 & all activity shall be automatically logged into the
service desk ticket
It shall allow IT team to create solution & make them
EMS.FR.104 available on the end – user login window for the most
common requests
The proposed system shall enable the Data centre to
centrally manage user access privileges and allow
deploying baseline security polices so that the right
EMS.FR.105
people have access to the right information. It shall
Network
proactively secure access to data and applications located
Traffic analysis
on Linux, UNIX, and Windows system servers
The traffic analysis system shall be from same OEM
EMS.FR.106 providing Network Fault & Performance Management
System

Page 199 / 427


No. Category Requirements Specification
The tool shall support Flow monitoring and traffic
EMS.FR.107 analysis for NetFlow, J-Flow, sFlow, Netstream, IPFIX
technologies
The solution shall provide a central web-based
EMS.FR.108 integration point for NetFlow based reporting and able to
report from a single console across 100,000 interfaces
The solution shall be of the type passive monitoring
EMS.FR.109 without a need to install any probe or collector for data
collection
The solution shall provide the following NetFlow based
EMS.FR.110
metrics:
Rate, Utilization, Byte Count, IP hosts with automatic
DNS resolution, IP conversation pairs with automatic
EMS.FR.111
DNS resolution, Router/interface with automatic SNMP
name resolution, IPv6 addresses
The proposed solution shall keep historical rate and
EMS.FR.112 protocol data for a minimum of 12 months (most recent)
in its current long-term operating database.
The proposed solution shall keep historical rate and
EMS.FR.113 protocol data for a minimum of 30 days (most recent) in
its short-term operating database.
All custom reports from the long-term database shall
EMS.FR.114 support the ability to be run manually or scheduled to run
automatically at user selectable intervals
All reports shall be generated and displayed directly by
EMS.FR.115
the system from a common interface
The system shall allow Excel to download data to
EMS.FR.116
generate reports
The system shall be able to restrict views and access for
EMS.FR.117
defined users to specific routers, interfaces, and reports
The user shall be able to generate reports from the long-
term database based on specific thresholds defined by the
EMS.FR.118 user where the threshold can be compared to rate,
utilization, or volume of every monitored interface as a
filter for inclusion in the report

Page 200 / 427


No. Category Requirements Specification
The system shall analyse all NetFlow traffic and alert via
EMS.FR.119 SNMP trap and syslog of any suspicious activity on the
network
The system shall provide the ability to group interfaces
into functional groups based on any user criteria. The
grouping function shall allow users to create group
names and add interfaces into that grouping for reporting
EMS.FR.120
purposes. Once created, these groups shall be available
for selection within custom reports as a mechanism to
include multiple interfaces without individual selection
for inclusion
The user shall be able to easily change the data type of
the main interface view to a tabular format showing the
EMS.FR.121 increase or decrease of traffic generated by that protocol
as a percentage using discrete least-squares
approximation to find a best fit line of growth
Ability to provide inventory of hardware and software
applications on end-user desktops, including information
EMS.FR.122
on processor, memory, OS etc. through agents installed
on them
Ability to have reporting capabilities; provide predefined
reports and ability to create customized reports on data in
EMS.FR.123
the inventory database. Report results could be displayed
as lists or graphs
Asset Ability to provide the facility to collect complete details
EMS.FR.124
Management including custom information from desktops
through EMS Facility for the administrator to register a new application
to the detectable application list using certain
EMS.FR.125 identification criteria. Shall enable the new application to
be detected automatically next time the inventory is
scanned
EMS.FR.126 Facility for User self-registration
Ability to support configuration management
EMS.FR.127 functionality using which standardization of
configuration can be achieved of all the desktops

Page 201 / 427


No. Category Requirements Specification
Software metering shall be supported to audit and control
EMS.FR.128
software usage. Shall support offline and online metering
Ability to support dynamic grouping of enabling assets
to be grouped dynamically based on some pre-defined
criteria e.g., a group shall be able to display how many
EMS.FR.129
and which computers has a specific application installed.
As and when a new computer gets the new application
installed it shall dynamically add to the group
Ability to use the query tool to identify specific instances
of concern like policy violation (presence of prohibited
programs / games and old versions, etc.), inventory
changes (memory change, etc.) and accordingly it could
EMS.FR.130
perform several actions as reply. These actions could be
(a) sending a mail, (b) writing to files, sound an alarm (c)
message to scroll on monitor screen if the administrator,
etc.
Facility to track changes by maintaining history of an
EMS.FR.131
asset
EMS.FR.132 Ability to have web-based console
Incident management shall be governed by the change
EMS.FR.133 management and configuration management policy of
VSIP.
Incidents shall be categorized and prioritized. While
EMS.FR.134 prioritizing incidents the impact and urgency of the
incident shall be taken into consideration
Incident
It shall be ensured that the incident database is integrated
Management
with Known Error Database (KeDB), Configuration
EMS.FR.135 and Root Cause
Management Database (CMDB). These details shall be
Analysis
accessible to relevant personnel as and when needed
Reporting
Testing shall be performed to ensure that recovery action
EMS.FR.136
is complete and that the service has been fully restored
It shall keep the end users informed of the progress of
EMS.FR.137
their reported incident
When the incident has been resolved, it shall be ensured
EMS.FR.138
that the service/Help desk records of the resolution steps

Page 202 / 427


No. Category Requirements Specification
are updated and confirm that the action taken has been
agreed to by the end user. Also, unresolved incidents
(known errors and workarounds) shall be recorded and
reported to provide information for effective problem
management
Information security incidents and weaknesses
associated with information systems shall be
EMS.FR.139
communicated in a manner allowing timely corrective
action to be taken
Regular reviews on performance of incident management
EMS.FR.140 activities against documented Key Performance
Indicators (KPI's)
The incident management activities shall be carried out
in such a way that an incident is resolved within the
EMS.FR.141
agreed time schedule. Root Cause Analysis (RCA) shall
be conducted for the same.
Controls related to incident management need to be
implemented and each implemented control shall have
EMS.FR.142
documentary evidence to substantiate and demonstrate
effective implementation
Change and configuration management shall be
EMS.FR.143 governed by the change management and configuration
management policy
Change management provides information on changes,
EMS.FR.144 and enables better control of changes to reduce errors and
disruption in services
Change and All changes shall be initiated using change management
Configuration process; and a Request for Change (RFC) shall be
Management created. All requests for change shall be evaluated to
EMS.FR.145 determine the impact on business processes and IT
services, and to assess whether change shall adversely
affect the operational environment and introduce
unacceptable risk
All changes shall be logged, prioritized, categorized,
EMS.FR.146
assessed, authorized, planned, and scheduled to track and

Page 203 / 427


No. Category Requirements Specification
report all changes

Ensure review of changes for effectiveness and take


actions agreed with interested parties. Requests for
change shall be analysed at planned intervals to detect
EMS.FR.147
trends. The results and conclusions drawn from the
analysis shall be recorded and reviewed to identify
opportunities for improvement
Controls related to change management need to be
implemented and each implemented control shall have
EMS.FR.148
documentary evidence to substantiate and demonstrate
effective implementation
The roles and responsibilities of the management shall
EMS.FR.149 include review and approval of the implementation of
change management policies, processes, and procedures
A configuration management database shall be
EMS.FR.150 established which stores unique information about each
type of Configuration Item (CI) or group of CI
The Configuration Management Database (CMDB) shall
EMS.FR.151 be managed such that it ensures its reliability and
accuracy including control of update access
The degree of control shall maintain the integrity of
services and service components taking into
EMS.FR.152
consideration the service requirements and the risks
associated with the CI
Corrective actions shall be taken for any deficiencies
EMS.FR.153 identified in the audit and shall be reported to the
management and process owners
Information from the CMDB shall be provided to the
EMS.FR.154 change management process and the changes to the CI
shall be traceable and auditable
A configuration baseline of the attached CI shall be taken
before deployment of a release into the live environment.
EMS.FR.155
It shall be stored in the safe environment with appropriate
access control

Page 204 / 427


No. Category Requirements Specification
Master copies of CI shall be recorded in the CMDB and
shall be stored in secure physical or electronic libraries
which shall be referenced in the configuration records.
EMS.FR.156
This shall be applicable to documentations, license
information, software, and hardware configuration
images
The proposed EMS solution shall comply with key
EMS.FR.157 integration points out of the box as listed below but not
limited to:
The proposed network management system shall
integrate with the helpdesk system by updating the Asset
EMS.FR.158 with CI information to support viewing history or open
issues in helpdesk on the managed asset and associate an
SLA to the ticket in the helpdesk
The proposed network management system shall attach
an asset identifier when submitting a helpdesk ticket. In
case the asset is not found in the helpdesk database, it
EMS.FR.159
shall be automatically created prior to submitting the
ticket. NMS console shall show associated helpdesk
EMS Ability to ticket number for the alarms that generated those tickets
Integrate with SLA’s violation on monitored end user response time
EMS.FR.160
Other Services shall open a helpdesk incident out of the box
Proposed Application Performance Solution shall
integrate with Network Fault Monitoring Solution to
EMS.FR.161
forward Application Performance Threshold violation
alarms in proposed Network Fault Manager Console
The proposed Fault Management Solution shall support
integration with proposed help desk or trouble ticketing
EMS.FR.162
system such that integration shall Associates alarms with
Service Desk tickets in the following ways:
Manually creates tickets when requested by Fault
EMS.FR.163
Management GUI operators
EMS.FR.164 Automatically creates tickets based on alarm type
Provides a link to directly launch a Service/Help Desk
EMS.FR.165
view of a particular ticket created by alarm from within

Page 205 / 427


No. Category Requirements Specification
the Network Operation console

Maintains the consistency of the following information


that is shared between alarm and its associated
EMS.FR.166
Service/Help Desk ticket including status of alarms and
associated tickets and current assignee assigned to tickets
Helpdesk ticket number created for associated alarm
shall be visible inside Network Operation Console. It
EMS.FR.167 shall be integrated in a way that Helpdesk incident can be
launched once clicked on ticket number for associated
alarm from within Network Operation Console
The proposed virtual performance management system
EMS.FR.168 shall integrate with proposed Network Management and
Performance Management system out of the box
The proposed NMS shall provide unified workflow
between the fault and performance management systems
EMS.FR.169
including bi-directional and context-sensitive navigation,
such as:
Navigate from the Topology View to At-a-Glance or
EMS.FR.170
Trend Reports for any asset
Navigate from the Alarm View to At-a-Glance, Trend or
EMS.FR.171
Alarm Detail Reports
Proposed Performance Management system shall feed in
discovery from Devices already discovered in Network
Management Module without starting discovery process
EMS.FR.172 again all together in Performance Management Engine
this shall reduce effort of having to perform discovery on
both Fault and Performance Management Engines
Discovery can be synchronized
Keeping in view the intricacies involved in the
installation, configuration and day to day use of various
components of Enterprise Management System covered
EMS.FR.173
under this document, the proposed EMS solution shall
involve tools to ensure smooth/seamless integration and
out of the box workability of the offered solution

Page 206 / 427


No. Category Requirements Specification
All the ICT assets shall be hardened as per the Hardening
ICT Assets guidelines and industry leading practices. Remove all
EMS.FR.174
Hardening unauthorized software, utilities, and services. All
required logs shall be configured and monitored

d. Antivirus Software (AV)


No. Category Requirements Specification
Anti-virus shall have auto update feature, it shall be able
to push signature from the centralized server to all the
clients or workstations. The solution should have the
AV.FR.01 General ability to find whether the endpoint is out of compliance
and should accomplish remediation, either via self-
contained capabilities or integration with external
resources
AV.FR.02 General The solution must support mass mailing virus detection.
The solution must support mail attachment virus
AV.FR.03 General
detection.
The solution must support Malformed Mail format
AV.FR.04 General
detection.
Signature-based antivirus should eradicate malware on
AV.FR.05 General a system to protect against viruses, worms, Trojans,
spyware, bots, adware, and rootkits.
The solution must have its own Updated Recommended
AV.FR.06 General
Virus Extensions.
The solution must support Heuristics-based mail header
AV.FR.07 General
detection for Spam.
Solution should have an emulator to cause threats to
AV.FR.08 General reveal themselves. This should not be a part of
sandboxing and should run individually in each agent
The solution shall be able to act based on the category
AV.FR.09 General
in which Spam is detected.
The proposed solution should support endpoint
AV.FR.10 General quarantine from network and bring back the endpoint
after remediation using ATP management platform
AV.FR.11 General The solution must support Encrypted Mail Detection.

Page 207 / 427


No. Category Requirements Specification
The solution should manage single license for Windows,
AV.FR.12 General Linux and other Operating Systems and management
server should not be separate.
The solution must have a Secure SSL Web Management
AV.FR.13 General
Console.
The solution must be able to prevent System Denial of
AV.FR.14 General
Service Attack.
Solution should have application control, HIPS, Anti
Malware being installed on single server. No separate
AV.FR.15 General
servers and agents should be required for HIPS or
application control
Solution should be able to turn on deception to add bait
on the endpoints in your large, distributed environment
without any additional agent by creating deceptors like
AV.FR.16 General
remote connections, credentials, files, network shares,
etc, so as soon as an attempt is made, you know you have
an attacker

e. Backup Solution (BRS)


No. Category Requirements Specification
The offered must support GUI with centralized
BRS.FR.01 General management / Single interface for management of all
backup activities.
Backup solution should be an image level backup
software supporting popular hypervisors like VMware
BRS.FR.02 General and Hyper-V Virtual Environments. Provide Block
Level Incremental and Differential Backup and support
Incremental and Differential Imaging.
Backup software should support application aware
backups for all applications and databases hosted in the
environment on physical/virtual servers with non-
BRS.FR.03 General staged granular recovery of all these applications. It
should support crash consistent VM level backup for all
other workloads. Backup solution should be able to
take backup on a unified storage from surveillance

Page 208 / 427


No. Category Requirements Specification
storage and all virtual machines/physical machines in
the data centre.
Backup solution should store a backup recovery point
BRS.FR.04 General
as a single file.
Backup solution should have integrated data de-
BRS.FR.05 General duplication engine with multi-vendor storage support
to save de-duplication data.
The solution should support varieties of backup
mechanisms like Full, Incremental, and Differential
etc. at different frequencies i.e. yearly, monthly,
BRS.FR.06 General
weekly, daily, hourly etc. as per defined policy. It
should also have calendar-based backup scheduling.
The restoration should also be supported accordingly.
Solution should integrate with unified storage which is
BRS.FR.07 General used for data backup using Disks with data
deduplication (Hardware/Software) capabilities.
The proposed backup solution should provide recovery
BRS.FR.08 General from physical servers to Virtual and image level
recovery.
The offered solution license must be proposed as per
BRS.FR.09 General
solution for seamless access.
Premium support for the contract duration as per
BRS.FR.10 General
Industry Standard
Replication in the software should be a VM level
BRS.FR.11 General replication and must replicate the VM level data with
or without backing it up at the source site.
The proposed Backup software must allow the
maximum acceptable I/O latency level for production
BRS.FR.12 General data stores to ensure backup and replication activities
do not impact storage Availability to production
workloads
The solution should be Network-efficient, Secure
backup data replication with encryption at the source,
BRS.FR.13 General
along with compression and encryption to ensure that
backups are optimized for WAN transmission. This

Page 209 / 427


No. Category Requirements Specification
should be ensured without need of any other 3rd party
WAN Accelerator requirements.
License supplied should have support for Backup,
BRS.FR.14 General Replication to DR site and backup to cloud service
provider platform

2. Technical Requirements on the provision of the Smart IP Interventions


2.1. General requirements
The bidder provides a comprehensive solution of technical infrastructure for Smart IP
systems, which includes (but are not limited to) in Appendix 2 – Proposed location and Bill
of Quantity. The entire technical infrastructure for the Smart IP system is brand-new, located
in VSIP’s campus / Colocation / On-cloud and connected to VSIP’s last mile network.
Solution needs to meet the following requirements:
- 100% brand-new. The manufacture date precedes the contract signoff date within 6
months (no more than 6 months);
- Clear Certificate of Origin and Certificate of Quality for hardware.
- Letter of authorization issued by Manufacturers to the bidder regarding goods provision,
warranty and technical support services for the proposed equipment during the project
implementation.
- On-site warranty and technical support.
- Ensure compatibility between the hardware and integration with ICCC (need to be
certified);
- Commit to designing, installing, configuring and testing all the provided infrastructure
solution to fulfill Smart IP applications’ requirements.
- The bidder provides hardware that can ensure scalability and upgradability.
- The bidder provides hardware that includes security requirements specified in Appendix
01;
- The bidder providing hardware and equipment shall commit with Non-blacklisted as
State of Vietnam’s laws and regulations (Form-19b-Chapter IV Bidding Form) and
guarantee of undertaking for Firmware/Software upgrade (Form-19c – Chapter IV
Bidding Form )
- In case the bidder proposes a Virtualization solution (one physical server can form
different independent virtual servers):
• The bidder provides the design and analysis of physical server capacity, storage
capacity and corresponding virtual servers in the required goods items

Page 210 / 427


• Ensure virtual server capacity is suitable with VSIP’s requirements on specifications.
The bidder provides virtualization software license with the warranty period
corresponding to the hardware’s.
2.2 Detailed requirements
2.2.1 Smart Traffic Management System
2.2.1.1 Adaptive Traffic Control System (ATCS)
No. Category Minimum Requirements Specification
The number of ATCS sensors/cameras required
to achieve a multi-lane road stretch shall be
ATCS.TR.01 Sensor
arrived at by the MSI based on the technology
being provided and other criteria.
The ATCS shall have built in algorithms to
ATCS.TR.02 Sensor distinguish and classify non- linear traffic
patterns and occlusion of traffic.
ATCS.TR.03 Controller Power supply: 230VAC
Communication protocol:
ATCS.TR.04 Controller
UTMC/UG405/NTCIP or equivalent
Number of detector inputs: 4 videos plus 4
ATCS.TR.05 Controller
pedestrians minimum
Police Control Panel: Yes, with hurry calls and
ATCS.TR.06 Controller
push to change buttons
ATCS.TR.07 Controller Temperature: 0°C to 60°C
Interfaces: 1 x 10/100 Ethernet interface; 2 x
ATCS.TR.08 Controller USB 2.0 host ports; 1 x micro-USB 2.0 port; 1 x
RS232 port; 1 x RS485 port
ATCS.TR.09 Controller RAM: 128 MB SDRAM minimum
ATCS.TR.10 Controller Storage Capacity: 512 MB minimum
Timing Resolution: Minimum 100 msec (input
ATCS.TR.11 Controller
resolution to 2ms)
ATCS.TR.12 Controller Output Pins: Minimum 32 Interface pins
ATCS.TR.13 Controller Number of signal groups: 16 minimum
ATCS.TR.14 Controller Number of phases: 16 minimum
ATCS.TR.15 Controller Number of signal plans: 32 minimum
ATCS.TR.16 Controller 32-bit Processor
Shall be possible to run custom traffic control
ATCS.TR.17 Controller
logic

Page 211 / 427


No. Category Minimum Requirements Specification
Shall send the detector data back to the control
ATCS.TR.18 Controller
room ATCS application."
Bidder is free to choose an appropriate camera-
based detector which provides following:
1. Shall cover up to 4 lanes
2. Count with 85% accuracy
3. Classification with at least 3 categories: 2-
Wheeler, Light Motor Vehicle, Heavy Motor
ATCS.TR.19 Detector Vehicle
4. At least provide 3 detection zones for vehicle
presence information via an open interface
The bidder is encouraged to use cameras that
have been deployed for RLVD and ANPR, as
much as possible, for providing ATCS
functionalities
Bidder shall clearly specify the placement of the
detector (upstream, downstream, stop-line, exit
ATCS.TR.20 Detector
etc.) for independent straight and right/left turn
signals before installation
The detector shall be able to count
vehicles/identify vehicle density in non-lane
based mixed traffic flow conditions. The
ATCS.TR.21 Detector accuracy of counts shall be greater than or equal
to 85% in all light and weather conditions. The
bidder shall clearly specify how this is
accomplished

2.2.1.2Red Light Violation Detection System (RLVD)


a. RLVD Camera
No. Category Minimum Requirements Specification
The camera should be manufacturer's official
product line designed for industrial
RLVD.TR.01 General Requirements 24x7x365 use. The camera and camera
firmware should be designed and developed
by same OEM

Page 212 / 427


No. Category Minimum Requirements Specification
Image Sensor with 1/2.8” or better with minimum 120 dB WDR,
RLVD.TR.02
WDR progressive CMOS Sensor or better
Compatible to image sensor, Auto IRIS / P
RLVD.TR.03 Lens Specs IRIS / DC IRIS, Corrected IR, C / CS Mount
with IR cut filter
3x varifocal lens (Lower limit as 4 mm or
RLVD.TR.04 Focal length less, and Upper limit as 8mm or greater) or
better
RLVD.TR.05 Resolution Active Pixels 3840 x 2160 (8 MP)
Colour: 0.3 lux or better, B/W: 0.05 lux or
RLVD.TR.06 Minimum illumination
better (at 30 IRE)
RLVD.TR.07 Video Compression H.264 with smart codec / H.265
Minimum 30 FPS or higher for all
RLVD.TR.08 Frame Rate
resolutions
Camera to support up to 1TB on SD card, and
RLVD.TR.09 Local Storage a 32 GB SD Card should be supplied with the
camera
RLVD.TR.10 Ethernet 10/100 Base-T ports
Minimum of the following protocols to be
RLVD.TR.11 Protocols supported RTSP, RTP/TCP, RTP/UDP,
HTTP, HTTPS, DHCP, 802.11x
RLVD.TR.12 Industry Standards ONVIF Compliant
RLVD.TR.13 Power Supply POE IEE 802.3af compliant
Operating
RLVD.TR.14 0° C to 50° C or better
Temperature
RLVD.TR.15 Operating Humidity 20% to 90% for cameras
IP 66 with Cast iron or aluminium alloy
RLVD.TR.16 Enclosure / Casing
casing
RLVD.TR.17 Certifications UL, CE, FCC, ONVIF
The camera should not be end of life / end of
service for at least 05-year service support
from project go-live or 07-year service
RLVD.TR.18 Support
support from Proposal Submission date.
OEM should certify that they will give spare
support

Page 213 / 427


No. Category Minimum Requirements Specification
The camera shall be able to setup and stream
out minimum three (3) stream profiles. Each
stream profile shall have its own
compression, resolution, frame rate and
RLVD.TR.19 Streaming
quality independently. All the 3 streams with
30 FPS should be individually configurable
and compatible with H.264 with smart codec
/ H.265.
RLVD.TR.20 White Balance Auto / Manual
Back Light
RLVD.TR.21 Auto
Compensation
RLVD.TR.22 Security Security Password protection
Vandal and impact resistant housing, IK 10,
RLVD.TR.23 Security
IP66 / NEMA
All mounts & brackets for installing the
RLVD.TR.24 Mounting equipment shall be from the same OEM of
Camera
RLVD.TR.25 Edge Analytics Camera tampering, Motion detection

b. ANPR System
No. Category Minimum Requirements Specification

ANPR.TR.01 General Requirements Cameras shall cover 1 lane of 4m.


The system shall have IR illuminators to
provide illumination for night-time
scenario. Camera with IR illuminators
ANPR.TR.02 General Requirements should be deployed at heights between 20
feet to allow HMV (high motor vehicle) to
pass underneath it, and to minimize
occlusion.
The system should have the facility to
provide the live feed of the camera at the
ANPR.TR.03 General Requirements
central command center or as per user
requirement.

Page 214 / 427


No. Category Minimum Requirements Specification
The system should be able to provide video
ANPR.TR.04 General Requirements clips of the transaction from the ANPR lane
cameras as evidence
For each detected violation, the system
would store 5 snapshots of both cameras,
ANPR.TR.05 General Requirements date and time, location, ANPR recognized
license plate number, thumbnail of the
license plate region
The system should perform ANPR on all the
vehicles passing the site and send alert to
ICCC on detection of any Hot-listed
ANPR.TR.06 General Requirements
vehicles (whose numbers have been marked
as Stolen, Wanted, etc. at the Central
server).
With the detected number plate text, picture
should also be sent of hot listed vehicle. It is
ANPR.TR.07 General Requirements
highly likely to misread similar alphabets
like 7/1/L or 8/B
The system should work 24 x 7 in both day
ANPR.TR.08 General Requirements and night conditions with good accuracy for
the duration of the project
System should be able to detect and
recognize the English alpha numeric
ANPR.TR.09 General Requirements License plate standard fonts and formats,
defined Vietnam government regulatory
and Vietnamese alpha numeric fonts
The system should have ANPR/ OCR to
ANPR.TR.10 General Requirements address the Alpha numerical character of
irregular font sizes.
The system should capture standard
vehicle’s number plates with an accuracy of
ANPR.TR.11 General Requirements at least 70% at daytime and at least with an
accuracy of 60% at nighttime. (On basis of
number of vehicles)
ANPR.TR.12 General Requirements The system should have an option for the

Page 215 / 427


No. Category Minimum Requirements Specification
user to enter Hot-Listed vehicles at the
Central Server and the same should be sent
to all the sites automatically over the
network.
Local processing unit should be industrial
ANPR.TR.13 General Requirements grade type. Capable of working up to 70-
degree temperature.
The system shall have options to search
Vehicle detection historical records for post event analysis by
ANPR.TR.14
by Color the vehicle color or the vehicle color with
license plate and date time combinations
The system should have option to input
certain license plates according to the hot
ANPR.TR.15 Alert Generation listed categories like “Wanted”,
“Suspicious”, “Stolen”, etc. by authorized
personnel.
The system should be able to generate
automatic alarms to alert the control room
ANPR.TR.16 Alert Generation personnel for further action, in the event of
detection of any vehicle falling in the Hot
listed categories.
The system shall enable easy and quick
ANPR.TR.17 Logs retrieval of snapshots, video and other data
for post incident analysis and investigations.
The system should be able to generate
suitable MIS reports that will provide
meaningful data to concerned authorities
and facilitate optimum utilization of
resources.
ANPR.TR.18 Logs A) Report of vehicle flow at each of the
installed locations for Last Day, Last Week
and Last Month.
B) Report of vehicles in the detected
categories at each of the installed locations
for Last Day, Last Week and Last Month.

Page 216 / 427


No. Category Minimum Requirements Specification
C) Report of Vehicle Status change in
different Vehicle Categories.
The system shall have search option to tune
the reports based on license plate number,
ANPR.TR.19 Logs
date and time, site location as per the need
of the authorities.
The system shall have option to save custom
reports for subsequent use. The system shall
ANPR.TR.20 Logs have option to export report being viewed to
common format for use outside of the
ANPRS or exporting into other systems.
ANPR.TR.21 Protocol ONVIF
Progressive scan 2/3"CCD/CMOS,
ANPR.TR.22 Sensor Type Day/Night Camera and a varifocal lens of 5-
50mm
ANPR.TR.23 Resolution Min 2048*1080 and better

ANPR.TR.24 Frame Rate Min 60 FPS


Multi Exposure/triple flash or other
equivalent technology to suppress ambient
ANPR.TR.25 Capturing technique
light or bright sunlight while capturing the
License plate
ANPR.TR.26 Video Compression Motion JPEG, H.264
Normal Horizontal
ANPR.TR.27 At least 4 meters. (One lane)
Field of View
ANPR.TR.28 Illumination High Power IR@30m operation.

ANPR.TR.29 Typical Range 30m or better

ANPR.TR.30 Operating Temp. 0 to 55 Degree C

ANPR.TR.31 Auto Iris Control Yes

ANPR.TR.32 Protection rating NEMA 4X / IP-66 rated

Page 217 / 427


No. Category Minimum Requirements Specification
Real time perspective correction of license
plate Images when installed on roadside
ANPR.TR.33 Error correction instead of overhead. The camera should
support both roadside and overhead
installation.
ANPR.TR.34 Operating Humidity 20% to 90% for cameras
IP 66 with Cast iron or aluminum alloy
ANPR.TR.35 Enclosure / Casing
casing
Context/Evidence Camera
The system should be able to provide video
ANPR.TR.36 clips of the transaction from the overview
and lane cameras as evidence
The overview camera shall be supported by
illumination devices to ensure images
captured with a minimum illumination of
ANPR.TR.37
0.05 Lux are readable/viewable when
viewed through a standard computer
monitor
The overview camera shall have IR
illumination. IR Illuminator can be Internal
ANPR.TR.38
or external & visibility should be at least
General Requirement 100 m
For each detected violation, the system
would store 5 snapshots of both cameras,
date and time, location, ANPR recognized
ANPR.TR.39 license plate number, thumbnail of the
license plate region, phase of light (red,
amber), time since phase change (red,
amber)
The system can use signal from traffic
ANPR.TR.40
controller or sensors instead
Should generate alarm if cameras get
ANPR.TR.41 misaligned or dysfunctional including
images- multiple images for pre and post

Page 218 / 427


No. Category Minimum Requirements Specification
Infrastructurection for red light over
jumping, data, time, location, speed, with
automatic number plate detection
mechanism (to recognize vehicle
automatically)
ANPR.TR.42 Resolution 1920*1080
1/3" or 1/2" color, inter-line transfer, Solid
ANPR.TR.43 Sensor Type
State CCD/CMOS, Day/Night Camera
ANPR.TR.44 FPS 25

ANPR.TR.45 Rating IP66

ANPR.TR.46 Operating voltage 230V, 50Hz AC Power


Either by virtual camera sensor or video
analytics or by using a sensor placed on Red
ANPR.TR.47 RLVD Sensor
LED aspect to detect the signal head status
in real-time.
The RLVD sensor shall be outdoor rated
ANPR.TR.48 RLVD Sensor
and protected against corrosion.
The camera should be manufacturer's
official product line designed for
ANPR.TR.49 General Requirements commercial / industrial 24x7x365 use. The
camera and camera firmware should be
designed and developed by same OEM
Image Sensor with 1/2.8” or better with minimum 120 dB
ANPR.TR.50
WDR WDR, progressive CMOS Sensor or better
Compatible to image sensor, Full HD
(1080P), P IRIS / DC IRIS / Auto IRIS,
ANPR.TR.51 Lens Specs
Corrected IR, C / CS Mount with IR cut
filter
5x varifocal lens (Lower limit as 10mm or
ANPR.TR.52 Focal length less, and Upper limit as 50mm or greater) or
better
ANPR.TR.53 Resolution Active Pixels 1920 x 1080 (2 MP)

Page 219 / 427


No. Category Minimum Requirements Specification
Color: 0.3 lux or better, B/W: 0.05 lux or
ANPR.TR.54 Minimum illumination
better (at 30 IRE)
H.264 with smart codec / H.265, Motion
ANPR.TR.55 Video Compression
JPEG
Minimum 60 FPS or higher for all
ANPR.TR.56 Frame Rate
resolutions
Camera to support up to 1TB on SD card,
ANPR.TR.57 Local Storage and a 32 GB SD Card should be supplied
with the camera
ANPR.TR.58 Ethernet 10/100/ Base-T ports
Minimum of the following protocols to be
ANPR.TR.59 Protocols supported RTSP, RTP/TCP, RTP/UDP,
HTTP, HTTPS, DHCP, 802.11x
ANPR.TR.60 Industry Standards ONVIF Compliant

ANPR.TR.61 Power Supply POE IEE 802.3af compliant


Operating
ANPR.TR.62 0° C to 50° C or better
Temperature
ANPR.TR.63 Operating Humidity 20% to 90% for cameras
IP 66 with Cast iron or aluminum alloy
ANPR.TR.64 Enclosure / Casing
casing
ANPR.TR.65 Certifications UL, CE, FCC, ONVIF
The camera should not be end of life / end
of service for at least 05-year service
support from project go-live or 07-year
ANPR.TR.66 Support service support from Proposal Submission
date,
OEM should certify that they will give
spare support
The camera shall be able to setup and stream
out minimum three (3) stream profiles. Each
ANPR.TR.67 Streaming
stream profile shall have its own
compression, resolution, frame rate and

Page 220 / 427


No. Category Minimum Requirements Specification
quality independently. All the 3 streams
should be individually configurable and
compatible with H.264 with smart codec /
H.265.
ANPR.TR.68 White Balance Auto / Manual
Back Light
ANPR.TR.69 Auto
Compensation
ANPR.TR.70 Security Security Password protection
Vandal and impact resistant housing, IK 10,
ANPR.TR.71 Security
IP66 / NEMA
All mounts & brackets for installing the
ANPR.TR.72 Mounting equipment shall be from the same OEM of
Camera

c. Local Processing Unit (LPU)


No. Category Minimum Requirements Specification
LPU.TR.01 Operating voltage 230V, 50Hz AC Power
minimum i3, 2.4 GHZ processor or latest
LPU.TR.02 TVDS LPU
version of processor
LPU.TR.03 LPU Storage Min 1 Month
The LPU shall be supplied with required
LPU.TR.04 LPU Software
software and operating system.
LPU.TR.05 LPU Temp 0-60 degree.
LPU.TR.06 Rating IP65
Local processing unit should be industrial
LPU.TR.07 General grade type. Capable of working up to 70-
degree temperature
The LPU helps perform edge computing,
thus reducing the turnaround time for
LPU.TR.08 General
emergency or critical analysis or
algorithms

Page 221 / 427


2.2.1.3 Automated Number Plate Recognition System (ANPR)
a. ANPR System
No. Category Minimum Requirements Specification

ANPR.TR.73 General Requirements Cameras shall cover 1 lane of 4m.


The system shall have IR illuminators to
provide illumination for night-time
scenario. Camera with IR illuminators
ANPR.TR.74 General Requirements should be deployed at heights between 20
feet to allow HMV (high motor vehicle) to
pass underneath it, and to minimize
occlusion.
The system should have the facility to
provide the live feed of the camera at the
ANPR.TR.75 General Requirements
central command center or as per user
requirement.
The system should be able to provide video
ANPR.TR.76 General Requirements clips of the transaction from the ANPR lane
cameras as evidence
For each detected violation, the system
would store 5 snapshots of both cameras,
ANPR.TR.77 General Requirements date and time, location, ANPR recognized
license plate number, thumbnail of the
license plate region
The system should perform ANPR on all
the vehicles passing the site and send alert
to ICCC on detection of any Hot-listed
ANPR.TR.78 General Requirements
vehicles (whose numbers have been
marked as Stolen, Wanted, etc. at the
Central server).
With the detected number plate text,
picture should also be sent of hot listed
ANPR.TR.79 General Requirements
vehicle. It is highly likely to misread
similar alphabets like 7/1/L or 8/B
The system should work 24 x 7 in both day
ANPR.TR.80 General Requirements
and night conditions with good accuracy

Page 222 / 427


No. Category Minimum Requirements Specification
for the duration of the project

System should be able to detect and


recognize the English alpha numeric
ANPR.TR.81 General Requirements License plate standard fonts and formats,
defined Vietnam government regulatory
and Vietnamese alpha numeric fonts
The system should have ANPR/ OCR to
ANPR.TR.82 General Requirements address the Alpha numerical character of
irregular font sizes.
The system should capture standard
vehicle’s number plates with an accuracy
ANPR.TR.83 General Requirements of at least 70% at daytime and at least with
an accuracy of 60% at nighttime. (On basis
of number of vehicles)
The system should have an option for the
user to enter Hot-Listed vehicles at the
ANPR.TR.84 General Requirements Central Server and the same should be sent
to all the sites automatically over the
network.
Local processing unit should be industrial
ANPR.TR.85 General Requirements grade type. Capable of working up to 70-
degree temperature.
The system shall have options to search
Vehicle detection historical records for post event analysis by
ANPR.TR.86
by Color the vehicle color or the vehicle color with
license plate and date time combinations
The system should have option to input
certain license plates according to the hot
ANPR.TR.87 Alert Generation listed categories like “Wanted”,
“Suspicious”, “Stolen”, etc. by authorized
personnel.
The system should be able to generate
automatic alarms to alert the control room
ANPR.TR.88 Alert Generation
personnel for further action, in the event of
detection of any vehicle falling in the Hot

Page 223 / 427


No. Category Minimum Requirements Specification
listed categories.

The system shall enable easy and quick


retrieval of snapshots, video and other data
ANPR.TR.89 Logs
for post incident analysis and
investigations.
The system should be able to generate
suitable MIS reports that will provide
meaningful data to concerned authorities
and facilitate optimum utilization of
resources.
A) Report of vehicle flow at each of the
ANPR.TR.90 Logs installed locations for Last Day, Last Week
and Last Month.
B) Report of vehicles in the detected
categories at each of the installed locations
for Last Day, Last Week and Last Month.
C) Report of Vehicle Status change in
different Vehicle Categories.
The system shall have search option to tune
the reports based on license plate number,
ANPR.TR.91 Logs
date and time, site location as per the need
of the authorities.
The system shall have option to save
custom reports for subsequent use. The
system shall have option to export report
ANPR.TR.92 Logs
being viewed to common format for use
outside of the ANPRS or exporting into
other systems.
ANPR.TR.93 Protocol ONVIF
Progressive scan 2/3"CCD/CMOS,
ANPR.TR.94 Sensor Type Day/Night Camera and a varifocal lens of
5-50mm
ANPR.TR.95 Resolution Min 2048*1080 and better

Page 224 / 427


No. Category Minimum Requirements Specification

ANPR.TR.96 Frame Rate Min 60 FPS


Multi Exposure/triple flash or other
equivalent technology to suppress ambient
ANPR.TR.97 Capturing technique
light or bright sunlight while capturing the
License plate
ANPR.TR.98 Video Compression Motion JPEG, H.264
Normal Horizontal
ANPR.TR.99 At least 4 meters. (One lane)
Field of View
ANPR.TR.100 Illumination High Power IR@30m operation.

ANPR.TR.101 Typical Range 30m or better

ANPR.TR.102 Operating Temp. 0 to 55 Degree C

ANPR.TR.103 Auto Iris Control Yes

ANPR.TR.104 Protection rating NEMA 4X / IP-66 rated


Real time perspective correction of license
plate Images when installed on roadside
ANPR.TR.105 Error correction instead of overhead. The camera should
support both roadside and overhead
installation.
ANPR.TR.106 Operating Humidity 20% to 90% for cameras
IP 66 with Cast iron or aluminum alloy
ANPR.TR.107 Enclosure / Casing
casing
Context/Evidence Camera
The system should be able to provide video
ANPR.TR.108 clips of the transaction from the overview
and lane cameras as evidence
The overview camera shall be supported by
General Requirement
illumination devices to ensure images
ANPR.TR.109 captured with a minimum illumination of
0.05 Lux are readable/viewable when
viewed through a standard computer

Page 225 / 427


No. Category Minimum Requirements Specification
monitor

The overview camera shall have IR


illumination. IR Illuminator can be Internal
ANPR.TR.110
or external & visibility should be at least
100 m
For each detected violation, the system
would store 5 snapshots of both cameras,
date and time, location, ANPR recognized
ANPR.TR.111 license plate number, thumbnail of the
license plate region, phase of light (red,
amber), time since phase change (red,
amber)
The system can use signal from traffic
ANPR.TR.112
controller or sensors instead
Should generate alarm if cameras get
misaligned or dysfunctional including
images- multiple images for pre and post
Infrastructurection for red light over
ANPR.TR.113
jumping, data, time, location, speed, with
automatic number plate detection
mechanism (to recognize vehicle
automatically)
ANPR.TR.114 Resolution 1920*1080
1/3" or 1/2" color, inter-line transfer, Solid
ANPR.TR.115 Sensor Type
State CCD/CMOS, Day/Night Camera
ANPR.TR.116 FPS 25

ANPR.TR.117 Rating IP66

ANPR.TR.118 Operating voltage 230V, 50Hz AC Power


Either by virtual camera sensor or video
analytics or by using a sensor placed on
ANPR.TR.119 RLVD Sensor
Red LED aspect to detect the signal head
status in real-time.

Page 226 / 427


No. Category Minimum Requirements Specification
The RLVD sensor shall be outdoor rated
ANPR.TR.120 RLVD Sensor
and protected against corrosion.
The camera should be manufacturer's
official product line designed for
ANPR.TR.121 General Requirements commercial / industrial 24x7x365 use. The
camera and camera firmware should be
designed and developed by same OEM
Image Sensor with 1/2.8” or better with minimum 120 dB
ANPR.TR.122
WDR WDR, progressive CMOS Sensor or better
Compatible to image sensor, Full HD
(1080P), P IRIS / DC IRIS / Auto IRIS,
ANPR.TR.123 Lens Specs
Corrected IR, C / CS Mount with IR cut
filter
5x varifocal lens (Lower limit as 10mm or
ANPR.TR.124 Focal length less, and Upper limit as 50mm or greater)
or better
ANPR.TR.125 Resolution Active Pixels 1920 x 1080 (2 MP)
Color: 0.3 lux or better, B/W: 0.05 lux or
ANPR.TR.126 Minimum illumination
better (at 30 IRE)
H.264 with smart codec / H.265, Motion
ANPR.TR.127 Video Compression
JPEG
Minimum 60 FPS or higher for all
ANPR.TR.128 Frame Rate
resolutions
Camera to support up to 1TB on SD card,
ANPR.TR.129 Local Storage and a 32 GB SD Card should be supplied
with the camera
ANPR.TR.130 Ethernet 10/100/ Base-T ports
Minimum of the following protocols to be
ANPR.TR.131 Protocols supported RTSP, RTP/TCP, RTP/UDP,
HTTP, HTTPS, DHCP, 802.11x
ANPR.TR.132 Industry Standards ONVIF Compliant

ANPR.TR.133 Power Supply POE IEE 802.3af compliant

Page 227 / 427


No. Category Minimum Requirements Specification
Operating
ANPR.TR.134 0° C to 50° C or better
Temperature
ANPR.TR.135 Operating Humidity 20% to 90% for cameras
IP 66 with Cast iron or aluminum alloy
ANPR.TR.136 Enclosure / Casing
casing
ANPR.TR.137 Certifications UL, CE, FCC, ONVIF
The camera should not be end of life / end
of service for at least 05-year service
support from project go-live or 07-year
ANPR.TR.138 Support service support from Proposal Submission
date,
OEM should certify that they will give
spare support
The camera shall be able to setup and
stream out minimum three (3) stream
profiles. Each stream profile shall have its
own compression, resolution, frame rate
ANPR.TR.139 Streaming
and quality independently. All the 3
streams should be individually
configurable and compatible with H.264
with smart codec / H.265.
ANPR.TR.140 White Balance Auto / Manual
Back Light
ANPR.TR.141 Auto
Compensation
ANPR.TR.142 Security Security Password protection
Vandal and impact resistant housing, IK
ANPR.TR.143 Security
10, IP66 / NEMA
All mounts & brackets for installing the
ANPR.TR.144 Mounting equipment shall be from the same OEM of
Camera

Page 228 / 427


b. Local Processing Unit (LPU)
No. Category Minimum Requirements Specification
LPU.TR.09 Operating voltage 230V, 50Hz AC Power
minimum i3, 2.4 GHZ processor or latest
LPU.TR.10 TVDS LPU
version of processor
LPU.TR.11 LPU Storage Min 1 Month
The LPU shall be supplied with required
LPU.TR.12 LPU Software
software and operating system.
LPU.TR.13 LPU Temp 0-60 degree.
LPU.TR.14 Rating IP65
Local processing unit should be industrial
LPU.TR.15 General grade type. Capable of working up to 70-
degree temperature
The LPU helps perform edge computing,
thus reducing the turnaround time for
LPU.TR.16 General
emergency or critical analysis or
algorithms

2.2.1.4 Variable Message and Traffic Guidance (VMTG)


a. Variable Message Display (VMD)
No. Category Minimum Requirements Specification
Full Color, class designation C2 as per
VMD.TR.01 Color LED
EN 12966 standard
Electronic-High Luminosity wide
VMD.TR.02 Dimension Requirement viewing angle oval LEDs for outdoor
ambient light shall be used.
Long life LEDs with minimum working
VMD.TR.03 Dimension Requirement
of 1,00,000 hours to Half Life
VMS shall automatically adjust their
VMD.TR.04 Dimension Requirement brightness under varying light conditions
to maintain legibility
Luminance L3 as per EN 12966 standards for daytime
VMD.TR.05
Class/Ratio and nighttime conditions

Page 229 / 427


No. Category Minimum Requirements Specification
Should be automatically provide different
Luminance Control & luminance levels but shall also be
VMD.TR.06
auto Diming controllable from the traffic center using
software.
Auto dimming capability to adjust to
Luminance Control &
VMD.TR.07 ambient light level (sensor based
auto Diming
automatic control)
Photoelectric sensor shall be positioned at
the sign front and sign rear to measure
Luminance Control &
VMD.TR.08 ambient light. Capable of being
auto Diming
continually exposed to direct sunlight
without Impairment of performance.

VMD.TR.09 Refresh Rate Minimum 800 Hz

VMD.TR.10 Temp Range 0 to +55 Degrees

VMD.TR.11 Beam Width B6+ as per EN12966 standards

VMD.TR.12 Pixel Pitch 20mm or better

At least 300mm as per EN 12966


standards
Full Matrix: Number of lines &
characters adjustable, active area:
2.88mX1.2m at least.

Synchronized Dot to Dot display.


VMD.TR.13 Picture Display
Capable of displaying real time message
generated by Traffic Monitoring Centre
(TCC) or ICCC

Special frontal design to avoid reflection.

Display shall be UV resistant

VMD.TR.14 Viewing Distance Suitable for readability from 150m or


more at the Character size of 240mm,

Page 230 / 427


No. Category Minimum Requirements Specification
from moving vehicles.

VMD.TR.15 Native Brightness Minimum 10000 NITs

Minimum 1200:1 or R3 as per EN 12966


VMD.TR.16 Contrast Ratio
standard
140 degree/B6+ as per EN12966
standard- Viewing angle shall ensure
VMD.TR.17 Viewing Angle
message readability for motorists in all
lanes of the approach road.
VMS shall have self-test diagnostic
feature to test for correct operation.
Display driver boards shall test the status
Self-Test of all display cells in the sign even when
VMD.TR.18
diodes are not illuminated.
All periodic self-test results shall be
relayed to the ICCC in real time to update
status of VMS
Door Open sensor to Inform ICCC during
VMD.TR.19
Alarms unauthorized access

VMD.TR.20 LED Pixel failure detection alarm

Refresh Frequency should not be less 90


VMD.TR.21 Flicker
Hz. No visible Flickers to naked eye.
Multiple Data
RJ45 Ethernet, RS232, RS 485, FC port
VMD.TR.22 Communication
and any other suitable
interface/Port
The pixel pitch shall be more than 16mtr,
VMD.TR.23 Pixel Requirements
P10 Type

VMD.TR.24 Pixel Density Minimum 3096 pixel / sq. m.

VMD.TR.25 LED Configuration R/G/B 3 in 1 SMD

Page 231 / 427


No. Category Minimum Requirements Specification
Max Power
VMD.TR.26 ≤ 1000 W/Tile
Consumption
Dimming
VMD.TR.27 Minimum 64 Levels
Capabilities

VMD.TR.28 Humidity 10% ~ 95%

VMD.TR.29 IP Level IP65 Front IP54 Rear

Image Processor for Signal Input – DVI; Signal Output - RJ –


VMD.TR.30
Each LED Wall Display 45
GPRS/ Ethernet port shall also be
VMD.TR.31 Communication extended to ground level using necessary
cables for local trouble shooting
Each unit shall be provided with a unique
identification number and shall
VMD.TR.32 Communication communicate with the designated ICCC,
and a local device loaded with relevant
software
230V AC + 15%, 50 Hz single phase
VMD.TR.33 Power Requirements power supply (Automatically re-start in
the event of an electricity failure)
The equipment components shall have
VMD.TR.34 Power Requirements
adequate surge and lightning protection
Necessary earthing for electrical and
VMD.TR.35 Power Requirements lightning protection to be provisioned as
per the industry standards
Inverter of adequate power capacity
having 2 hours of back up shall be
VMD.TR.36 Power Requirements
provided by the vendor to counter any
power failure

VMD.TR.37 Power Requirements The enclosure for the inverter and battery
should be pole mountable with IP65

Page 232 / 427


No. Category Minimum Requirements Specification
protected housing and shall be lockable

Should include all related components.


These components include the SNMP
Manageable VMS controller with can be
controlled from remote, LEDs, LED
matrix boards, pixel arrangements
Components
VMD.TR.38 showing horizontal and vertical pitch and
Requirement
total number of pixels, power supply
(including surge Protection, inverter, and
back-up batteries), communication ports,
cable termination, enclosure, and
mounting accessories
To be provided by respective OEM. LED
Tiles, Image Processor & Software
Software for Layout
VMD.TR.39 should be from same OEM to ensure
Management
compatibility and smooth after sale
service support
Suitable Power Distribution Board to be
VMD.TR.40 Power Distribution
provided for individual LED Wall
Required Size for all
VMD.TR.41 3m x1.5m
junctions
Required Size for
VMD.TR.42 6.7m x 3m
displaying traffic info

Support Structure for Variable Message Signboards

The support structure for the VMD shall


SSVMD.TR.01 General Requirement
be of MS IS: 2062 Gantry type
The structure should be supported on the
ground (shoulder/footpath) on both the
SSVMD.TR.02 General Requirement
sides of the road through appropriate
concrete Foundation.

SSVMD.TR.03 General Requirement The minimum vertical clearance between


the finished road surface and the bottom

Page 233 / 427


No. Category Minimum Requirements Specification
of the support structure/bottom of the
VMD (whichever is lower) shall be 6.5 m
or as per Vietnamese guidelines
The support structure shall provide
adequate support to the VMD from all
SSVMD.TR.04 General Requirement four sides as well as top and bottom (at
least six to eight connections for
mounting the VMD
The structure for display board mounting
should withstand wind-speeds up to
150km/hr. and support the weight of at
SSVMD.TR.05 Load Requirement
least two VMD along with structure’s
self-weight. This should be certified by a
structure engineer
The display board should be secured
sufficiently with fasteners and fixtures to
SSVMD.TR.06 Load Requirement
the support structure to withstand the
mentioned loads.
The structure shall be painted with one
coat of primer and two coats of PU paint.
SSVMD.TR.07 Painting
Grey/silver paint or as described by
authority
The RCC foundation with M20 Grade
Ready-mix RCC and required IRON bar
SSVMD.TR.08 General Requirement structure to take load of Structure weight
as well as VMS approved by Structure
Engineer
All access panels shall be limited in size
so they can be opened or closed by person
SSVMD.TR.09 Access
shall be designed to prevent unauthorized
access.

Page 234 / 427


2.2.1.5 AI & ML based Video Traffic Analytics System (AI&ML)

No. Category Minimum Requirements Specification


The camera shall be of any proven non-intrusive
technology for counting and classifying the
AIML.TR.01 Sensor
vehicles in a real-time under live traffic
conditions.
The number of cameras required to achieve a
multi-lane road stretch shall be arrived at by the
AIML.TR.02 Sensor
MSI based on the technology being provided and
other criteria.
It should be able to count and classify the vehicles
AIML.TR.03 Sensor with minimum accuracy requirements for vehicles
travelling between 20 kmph to 120 kmph speeds.
It should have built in algorithms to distinguish
AIML.TR.04 Sensor and classify non- linear traffic patterns and
occlusion of traffic.
The bidder/SI is free to choose the appropriate
AI/ML Video analysis controller or upgrade the
existing controller to provide following
functionalities:
AIML.TR.05 Controller
✓ Traffic accidents
✓ Goods falling out on the road
✓ On-road vehicles speed enforcement
✓ Falling trees/poles/big objects

2.2.1.6 Common Infrastructure


a. Generic Pole with/without cantilever
No. Category Minimum Requirements Specification
General Shall be minimum 5.5mts height as per
POLE.TR.01
Requirement applicable norms
Hot dip galvanized pole after fabrication as
per laid down under relevant act and
General
POLE.TR.02 guidelines with silver coating of 86 micron as
Requirement
per laid down under relevant act and
guidelines /ASTM A123

Page 235 / 427


No. Category Minimum Requirements Specification
Pole design should be sleek and as per
aesthetics (indicative 10 cm diameter)
confirming to laid down under relevant act
and guidelines having appropriate bottom and
top thick HT plate along with base plate size
30x30x1.5 centimetres (indicative) suitable
for wind speed 150 km/hr with suitable arm
bracket and with J type foundation bolts.
The structure shall be painted with one coat
of primer and two coats of PU paint.
Grey/silver paint or as described by authority
The pole would be fixed on an adequate and
strong foundation so as to withstand weather
POLE.TR.03 Foundation conditions and wind speed of 150km / hr.
Foundation shall also be able to withstand
load of cantilever as per the site requirements.
Casting of civil foundation with foundation
bolts to ensure vibration free (video feed
quality should not be impacted due to wind in
POLE.TR.04 Foundation
different climatic conditions) Expected
foundation depth of minimum 100cms or
better
Lighting arrestors with proper grounding and
POLE.TR.05 Protection
earthing
Sign board, 18-inch corrosion resistant
aluminium alloy as per the laid down under
relevant act and guidelines (pole mounted),
Sign Board with depicting the area under surveillance and with
POLE.TR.06
number plate the serial number of the pole
o Pole number
o Pictures like Surveillance, speed
limits, Wi-Fi, No Horn etc
Cantilever should be fixed appropriately as
POLE.TR.07 Requirement per the requirement of the site and shall
adhere with requisite guidelines.

Page 236 / 427


No. Category Minimum Requirements Specification
The height of the pole shall be as per
POLE.TR.08 Height requirement of the location varying from 5.5
metre to 7 metre
Pole Design should be approved by structural
POLE.TR.09 Design Engineer and must follow appropriate
guidelines.

2.2.2 Smart Security Management System


2.2.2.1 Surveillance Closed-Circuit Television (CCTV) system
a. Super View PTZ Camera

No. Category Minimum Requirements Specification


The camera should be manufacturer's official
product line designed for industrial grade
General
SVPTZ.TR.01 24x7x365 use. The camera and camera
Requirements
firmware should be designed and developed
by same OEM.
The camera should be based upon standard
General
SVPTZ.TR.02 components and proven technology using
Requirements
open and published protocols
Image Sensor 1/2” or better with minimum 120 dB WDR,
SVPTZ.TR.03
with WDR Progressive CMOS Sensor or better
Resolution & Camera should be Full HD PTZ 1920 (w)
SVPTZ.TR.04
Frame Rate x1080 (h) with 30 FPS at all resolution
Compatible to image sensor, Focal length,
Auto Iris, Full HD (1080P), F/1.6, IR
SVPTZ.TR.05 Lens specs Corrected – Day / Night mode- Colour
Auto-focus, 4.3 – 129 mm (corresponding to
50x)
Minimum Colour: 0.2 lux, B/W: 0.05 lux (at 30 IRE) or
SVPTZ.TR.06
illumination better
Pre-set
SVPTZ.TR.07 256 or better, Pre-set tour
Positions
Pan: 360° endless, 120°/s or better
SVPTZ.TR.08 PTZ
Tilt: Manual/programmable; speed: 60°/sec;

Page 237 / 427


No. Category Minimum Requirements Specification
Tilt angle: -90 to +20° or better
Zoom: Minimum 50x optical zoom and
minimum 15x digital zoom
Auto-tracking feature
The camera shall be able to setup and stream
out minimum three (3) stream profiles. Each
stream profile shall have its own compression,
resolution, frame rate and quality
SVPTZ.TR.09 Streaming
independently. All the 3 streams with 30 FPS
should be individually configurable and
compatible with H.264 with smart codec /
H.265.
The camera should be complete with IP 66
Outdoor rated housing, Connectors, Camera Mounts,
SVPTZ.TR.10
Protection Power Supply, and all Ancillary Equipment &
all accessories.
IPv4, TCP/IP, HTTPS, FTP, SMTP, SNMP,
SVPTZ.TR.11 Protocol RTP, RTSP, DDNS, DHCP, DNS, NTP, UDP,
802.11x
Compression
SVPTZ.TR.12 H.264 with smart codec / H.265, Motion JPEG
Capability
Noise Reductio
SVPTZ.TR.13 Ultra DNR (2D/3D)
n
SVPTZ.TR.14 Certificate FCC, CE, UL, ONVIF
Industry
SVPTZ.TR.15 ONVIF Compliant
Standards
Compliance to Vandal and impact resistant
Industry
SVPTZ.TR.16 housing – IP66 / NEMA, IK10 (Camera
Standards
Housing)
Power Supply: External 12V /24V/48V DC/
POE mid-span, which can provide adequate
SVPTZ.TR.17 Miscellaneous
power to the camera for any operational and
temperature scenario

SVPTZ.TR.18 Ethernet Connectors: 10Base-T/100Base-TX

Page 238 / 427


No. Category Minimum Requirements Specification
SVPTZ.TR.19 Miscellaneous Cable routing through base or rear of housing
Operating conditions unit: 0° C to 50° C or
SVPTZ.TR.20 Miscellaneous better, humidity 20% to 90% in non-
condensing environment
The camera should not be end of life / end of
service for at least 05-year service support
from project go-live or 07-year service support
SVPTZ.TR.21 Support
from Proposal Submission date.
OEM should certify that they will give spare
support
SVPTZ.TR.22 Local Storage 32GB or higher
SVPTZ.TR.23 Security Password Protection
SVPTZ.TR.24 S/N Ratio ≥ 50dB
All mounts & brackets for installing the
Mounting
SVPTZ.TR.25 equipment shall be from the same OEM of
Accessories
Camera
Build-in IR Illuminator with minimum 180
SVPTZ.TR.26 IR Illuminator
metre.
Camera to support up to 256 GB on SD card,
SVPTZ.TR.27 Local Storage and a 32 GB SD Card should be supplied with
the camera
SVPTZ.TR.28 Edge Analytics Motion detection, Video stabilization

b. Fixed Box Camera


No. Category Minimum Requirements Specification
The camera should be manufacturer's official
product line designed for commercial /
General
FBC.TR.01 industrial 24x7x365 use. The camera and
Requirements
camera firmware should be designed and
developed by same OEM
Image Sensor 1/2.8” or better with minimum 120 dB WDR,
FBC.TR.02
with WDR progressive CMOS Sensor or better
Compatible to image sensor, Full HD (1080P),
FBC.TR.03 Lens Specs
P IRIS / DC IRIS / Auto IRIS, Corrected IR, C

Page 239 / 427


No. Category Minimum Requirements Specification
/ CS Mount with IR cut filter

5x varifocal lens (Lower limit as 10mm or


FBC.TR.04 Focal length less, and Upper limit as 50mm or greater) or
better
FBC.TR.05 Resolution Active Pixels 1920(w) x 1080(h)
Minimum Colour: 0.3 lux or better, B/W: 0.05 lux or
FBC.TR.06
illumination better (at 30 IRE)
Video
FBC.TR.07 H.264 with smart codec / H.265
Compression
FBC.TR.08 Frame Rate Minimum 30 FPS or higher for all resolutions
Camera to support up to 1TB on SD card, and
FBC.TR.09 Local Storage a 32 GB SD Card should be supplied with the
camera
FBC.TR.10 Ethernet 10/100 Base-T ports
Minimum of the following protocols to be
FBC.TR.11 Protocols supported RTSP, RTP/TCP, RTP/UDP,
HTTP, HTTPS, DHCP, 802.11x
Industry
FBC.TR.12 ONVIF Compliant
Standards
FBC.TR.13 Power Supply POE IEE 802.3af compliant
Operating
FBC.TR.14 0° C to 50° C or better
Temperature
Operating
FBC.TR.15 20% to 90% for cameras
Humidity
Enclosure /
FBC.TR.16 IP 66 with Cast iron or aluminium alloy casing
Casing
FBC.TR.17 Certifications UL, CE, FCC, ONVIF
The camera should not be end of life / end of
FBC.TR.18 Support service for minimum 7 years, and OEM should
certify that they will give spare support
The camera shall be able to setup and stream
out minimum three (3) stream profiles. Each
FBC.TR.19 Streaming stream profile shall have its own compression,
resolution, frame rate and quality
independently. All the 3 streams with 30 FPS

Page 240 / 427


No. Category Minimum Requirements Specification
should be individually configurable and
compatible with H.264 with smart codec /
H.265.
FBC.TR.20 White Balance Auto / Manual
Back Light
FBC.TR.21 Auto
Compensation
FBC.TR.22 Security Security Password protection
Vandal and impact resistant housing, IK 10,
FBC.TR.23 Security
IP66 / NEMA
All mounts & brackets for installing the
Mounting
FBC.TR.24 equipment shall be from the same OEM of
Accessories
Camera
FBC.TR.25 Edge Analytics Camera tampering, Motion detection

c. External IR Illuminator (for Fixed Box Camera)

No. Category Minimum Requirements Specification


IRI.TR.01 Range Distance Minimum 50 Mtrs. adjustable IR
IRI.TR.02 Adaptive illumination 10 to 80 degrees; High sensitivity at Zero lux
IRI.TR.03 Power Input 100-240V AC, or 12/24 V AC/DC
IRI.TR.04 Casing IP66 rated / NEMA vandal resistance
IRI.TR.05 Operating Condition 0° to 50°C or better
IRI.TR.06 Certification CE, FCC, EN/UL, RoHS
IRI.TR.07 Lighting High-Definition LED's
IRI.TR.08 Required Accessories Power Supply, Mounting Clamps, U-bracket
The camera should not be end of life / end of
IRI.TR.09 Support
service for minimum 7 years
IRI.TR.10 Mounting Pole / wall mount

Page 241 / 427


2.2.2.2 Contact Centre based Emergency Response (CCER)
a. IP Phones
No. Category Minimum Requirements Specification
● 2 line or more, Monochrome display for
IP.TR.01 ● Display
viewing features like messages, directory etc
IP.TR.02 ● 10/100 Mbps for a direct connection to a
● Integral switch 10/100BASE-T Ethernet network through
an RJ-45 interface
IP.TR.03 ● Speaker Phone ● Yes
IP.TR.04 ● Port for Headset (Headset also to be
● Headset
provided)
IP.TR.05 ● VoIP Protocol ● SIP V2
IP.TR.06 ● PoE ● IEEE 802.3af or better
IP.TR.07 ● Supported Protocols ● SNMP, DHCP, DNS
IP.TR.08 ● G.711, G.722 including handset and
● Codecs
speakerphone
IP.TR.09 Full duplex speaker phone with echo
● Speaker Phone cancellation
● Speaker on/ off button, microphone mute
IP.TR.10 ● Easy decibel level adjustment for speaker
● Volume control
phone, handset, and ringer
IP.TR.11 ● Phonebook / Address
● Minimum 100 contacts
book
● Access to missed, received, and placed calls.
IP.TR.12 ● Call Logs
(Minimum 20 overall)
IP.TR.13 ● Clock ● Time and Date on display

IP.TR.14 ● Ringer ● Selectable Ringer tone

Page 242 / 427


2.2.2.3 Public Address (PA) system
a. Public Announcement equipment (Speaker, Amplifier…)
No. Category Minimum Requirements Specification
Public Announcement equipment (Speaker, Amplifier…)
PA.TR.01 Casing IP-55 rated for housing
PA.TR.02 Operating conditions 0° to 55°C
PA.TR.03 System support and/or network protocol for
streaming
IPv6, IPv4, TCP, UDP, HTTP (RFC 2617,
RFC 3310), DHCP, SDP (RFC 2327), SIP
Network Protocol
(RFC 3261), SNMPv2, STUN, TFTP, URI
(RFC 2396), DTMF Decoding (RFC 2876,
RFC 2833), SIP User Agent (UDP RFC
3261), SIP Refer Method (RFC 3515)
PA.TR.04 ▪ IP amplifier with minimum 100 Watts,
Class D, Automatic Volume Control
▪ Power Output: 100W Min.,
▪ Native IP connectivity, no convertors to be
used
▪ 2 Inputs and 1 Output relay contacts in
Amplifier
Amplifier ▪ Output Regulation: ≤ 2 dB
▪ Input Channels: 4 × Mic. 0.6 mV /4.7kΩ,
1 × Aux 100 mV / 330kΩ
▪ Frequency Response: 50-15,000Hz ±3dB
▪ Signal to Noise Ratio: 55dB
▪ Outputs Line: 1V/3.5kΩ
▪ Power Supply: AC: POE or 12V power,
10/100Base-TX Ethernet
PA.TR.05 ▪ Minimum 2 Speakers 20 W capacity
▪ Frequency Response of Speaker 350 -
Speaker
10,000Hz
▪ Line Monitoring Facility for speakers
PA.TR.06 ▪ The slot for Micro SD Card, 1x digital
Other input and output, Remote configuration &
administration

Page 243 / 427


2.2.2.4 Face Recognition based Access Control System (FRS)
a. Fixed Box Camera for Face Recognition (Outdoor)

No. Category Minimum Requirements Specification


The camera should be manufacturer's official
product line designed for commercial /
General
FBF.TR.01 industrial 24x7x365 use. The camera and
Requirements
camera firmware should be designed and
developed by same OEM
Image Sensor with 1/2.8” or better with minimum 120 dB WDR,
FBF.TR.02
WDR progressive CMOS Sensor or better
Compatible to image sensor, Full HD
FBF.TR.03 Lens Specs (1080P), P IRIS / DC IRIS / Auto IRIS,
Corrected IR, C / CS Mount with IR cut filter
3x varifocal lens (Lower limit as 4 mm or less,
FBF.TR.04 Focal length
and Upper limit as 8mm or greater) or better
FBF.TR.05 Resolution Active Pixels 3840 x 2160 (8 MP)
Minimum Colour: 0.3 lux or better, B/W: 0.05 lux or
FBF.TR.06
illumination better (at 30 IRE)
H.264 with smart codec / H.265, Motion
FBF.TR.07 Video Compression
JPEG
FBF.TR.08 Frame Rate Minimum 30 FPS or higher for all resolutions
Camera to support up to 1TB on SD card, and
FBF.TR.09 Local Storage a 32 GB SD Card should be supplied with the
camera
FBF.TR.10 Ethernet 10/100 Base-T ports
Minimum of the following protocols to be
FBF.TR.11 Protocols supported RTSP, RTP/TCP, RTP/UDP,
HTTP, HTTPS, DHCP, 802.11x
FBF.TR.12 Industry Standards ONVIF Compliant
FBF.TR.13 Power Supply POE IEE 802.3af compliant
Operating
FBF.TR.14 0° C to 50° C or better
Temperature
FBF.TR.15 Operating Humidity 20% to 90% for cameras
IP 66 with Cast iron or aluminium alloy
FBF.TR.16 Enclosure / Casing
casing

Page 244 / 427


No. Category Minimum Requirements Specification
FBF.TR.17 Certifications UL, CE, FCC, ONVIF
The camera should not be end of life / end of
FBF.TR.18 Support service for minimum 7 years, and OEM
should certify that they will give spare support
The camera shall be able to setup and stream
out minimum three (3) stream profiles. Each
stream profile shall have its own compression,
resolution, frame rate and quality
FBF.TR.19 Streaming
independently. All the 3 streams with 30 FPS
should be individually configurable and
compatible with H.264 with smart codec /
H.265.
FBF.TR.20 White Balance Auto / Manual
Back Light
FBF.TR.21 Auto
Compensation
FBF.TR.22 Security Security Password protection
Vandal and impact resistant housing, IK 10,
FBF.TR.23 Security
IP66 / NEMA
All mounts & brackets for installing the
Mounting
FBF.TR.24 equipment shall be from the same OEM of
Accessories
Camera
FBF.TR.25 Edge Analytics Camera tampering, Motion detection

2.2.2.5Common Infrastructure
a. Generic Pole with/without cantilever
No. Category Minimum Requirements Specification
General Shall be minimum 5.5mts height as per
POLE.TR.01
Requirement applicable norms
Hot dip galvanized pole after fabrication
with silver coating
Pole design should be sleek and as per
General
POLE.TR.02 aesthetics (indicative 10 cm diameter)
Requirement
having appropriate bottom and top thick
HT plate along with base plate size
30x30x1.5 centimetres (indicative) suitable

Page 245 / 427


No. Category Minimum Requirements Specification
for wind speed 150 km/hr with suitable arm
bracket and with J type foundation bolts
The pole would be fixed on an adequate and
strong foundation so as to withstand
weather conditions and wind speed of
POLE.TR.03 Foundation 150km/hr.
Foundation shall also be able to withstand
load of cantilever as per the site
requirements.
Casting of civil foundation with foundation
bolts to ensure vibration free (video feed
quality should not be impacted due to wind
POLE.TR.04 Foundation
in different climatic conditions) Expected
foundation depth of minimum 100cms or
better
Lighting arrestors with proper grounding
POLE.TR.05 Protection
and earthing
Sign board, 18-inch corrosion resistant
aluminium alloy as per the laid down under
relevant act and guidelines (pole mounted),
Sign Board with depicting the area under surveillance and
POLE.TR.06
number plate with the serial number of the pole
o Pole number
o Pictures like Surveillance, speed
limits, Wi-Fi, No Horn etc
Cantilever should be fixed appropriately as
POLE.TR.07 Requirement per the requirement of the site and shall
adhere with requisite guidelines.
The height of the pole shall be as per
POLE.TR.08 Height requirement of the location varying from
5.5 metre
Pole Design should be approved by
POLE.TR.09 Design structural Engineer and must follow
appropriate guidelines.

Page 246 / 427


2.2.3 Smart Water & Wastewater Management System
2.2.3.1Advanced Water Metering Infrastructure (AWMI)
a. LPWA (Low Power Wide Area) communication supported water flow Meters with
Accessories (Ø: 50mm to 200 mm)

No. Category Minimum Requirements Specification


Low Power Wide Area Communication supported smart water flow meter (AWMI)
Meter shall be manufactured as per ISO
4064 standards (latest) & have European
Economic Council (EEC) or International
LPWA.TR.01 Organization of Legal Metrology
(OIML)/MID pattern approvals & shall
bear EEC marking on dial of water meter
for each size
Water meters of each size shall have been
duly tested and passed as per the relevant
standards and specifications from Fluid
LPWA.TR.02
Control Research Institute (FCRI) for
performance test supported with test
General certificate.
Meter shall be Electromagnetic type (for
Ø50 mm, Ø80mm, Ø100mm, Ø150mm,
LPWA.TR.03
Ø200mm) based water meters with
inbuilt/optional communication module.
The water meter and accessories shall be
LPWA.TR.04 manufactured from materials of adequate
strength and durability.
Water meter must be approved by the
Department of Metrology and Quality of
LPWA.TR.05
Vietnam and must be inspected by
qualified party
Vacuumed/air-free mechanism suitable for
LPWA.TR.06 Environmental tropical installation conditions. The
materials, which encounter the potable

Page 247 / 427


No. Category Minimum Requirements Specification
water, shall not create a toxic hazard, shall
not support microbial growth, and shall not
give rise to unpleasant taste the water
supply.
Conforming ISO 4064:2014 standard
(metrological and technical requirements
LPWA.TR.07 of water meters) with EEC/OIML/MID
certification mark shall be with protection
class of IP-68.
Material that shall come in contact with the
water supply shall withstand 2 ppm (parts
LPWA.TR.08 per million) of chlorine residual in the
water supply and shall be resistant to
corrosion.
Variation in weight of the meter shall be
LPWA.TR.09
permissible to ± 5% of the weight
The internal pressure cup shall be made of
LPWA.TR.10 low-ferrous brass not exceeding 0.02% Fe
contents / Engineering plastic.
Mechanical The body of the meter shall be of either
LPWA.TR.11
Brass or Bronze.
Pipe Sizes: Ø50mm, 80 mm, 100mm,
LPWA.TR.12
125mm, 150mm, 200mm
LPWA.TR.13 Pressure Loss: Maximum 0.6 bar
Totalizer shall be made of Copper Can
having min. 5mm thickness mineral glass
LPWA.TR.14
or any other suitable material required to
maintain IP 68 protection class.
LPWA.TR.15 Water Temperature: 5 to 70°C
LPWA.TR.16 Accuracy: Better than ± 1 %
Electrical
LPWA.TR.17 Sampling Period: 0.5 sec

Page 248 / 427


No. Category Minimum Requirements Specification
LPWA.TR.18 Repeatability: Better than 0.2% of Span
LPWA.TR.19 Bidirectional Flow measurement
The water meters of domestic sizes shall
be equipped with Low Power Wide Area
Communication based (920 MHz to 923
MHz ISM band frequency) AMR
LPWA.TR.20
technology not less than 1 Km non line of
sight operating range between meter and
gateway in normal water meter installation
conditions.
Power Supply: 3.6V Lithium battery (Up
LPWA.TR.21 to 5 years of Life with 1-meter reading
transmission per day)
Meter shall be integrated seamlessly with
LPWA.TR.22 Low Power Wide Area Communication
secured network with Lora WAN certified
Meter’s LPWA communication module
shall meet all the necessary pre-requisite
LPWA.TR.23 parametric conditions with respect to ISM
band 920-923 MHz of with effective
radiated power ≤ 25 mW ERP
Meter shall support open standard IoT
LPWA.TR.24 protocols to transmit the data up to fixed
and mobile gateways.
Minimum Sensitivity shall be: -127 dBm
LPWA.TR.25
@SF8
Maximum Transmitting power shall be
LPWA.TR.26
between +28dBm and +30dBm
Meter shall measure and record the
LPWA.TR.27
bidirectional flow of water.

Page 249 / 427


b. Low Power Wide Area Communication based Data Concentrators (As per
Requirement)

No. Category Minimum Requirements Specification


Low Power Wide Area Communication supported Data Concentrating Unit (DCU) /
Gateways
The gateway shall receive the data from
the end devices and transfer onto the
backhaul network to reach the central
DC.TR.01 server. The system shall be suitable for
staggered water AMR data collection
from end devices (Water Flow Meters).
General
Data Concentrator shall be supplied all
DC.TR.02 necessary accessories for outdoor
installation.
Easy to customize and manage the
DC.TR.03 communications gateway to realizes the
IoT application.
Operating temperature range shall be from
DC.TR.04 0°C to 70°C
EMI/EMC certified device with wind
DC.TR.05 Environmental
resistance from 100 mph to 150 mph.
Operating humidity: Up to 95%,
DC.TR.06 noncondensing

DC.TR.07 IP 68 class protection


Mechanical The device shall be with fan less Passive
DC.TR.08 thermal cooling mechanism.
Low Power Wide Area Communication
supported Gateway Device with backhaul
network connectivity of Ethernet and
DC.TR.09 Electrical 4G/LTE.
Frequency Bands (MHz): 4G: 800(B20)/
1800(B3)/2600(B7)

Page 250 / 427


No. Category Minimum Requirements Specification
3G: 850(B5)/
900(B8)/2100(B1)
2G: 900/1800
ISM Band support: Low Power Wide Area
bidirectional communication technology
DC.TR.10 (ISM band: 920-923 MHz with effective
radiated power ≤ 25 mW ERP)
Support for all type of class A, B & C
endpoints and compliant to Low Power
DC.TR.11 Wide Area Communication WAN
specification 1.01, 1.02 & 1.1(Draft)
Connectors: Female SMA Antenna for
antennas
Long Range Communication: 49 Low
DC.TR.12 Power Wide Area Communication
Demodulators over 9 Channel

DC.TR.13 SIM/USIM based Gateway


The data concentrator unit shall be
DC.TR.14 powered by Power Over Ethernet
(POE/POE+) ports
Port: RJ -45 Ethernet 10/100 port, USB
DC.TR.15 ports, Serial ports

DC.TR.16 Minimum Sensitivity shall be: -141 dBm


Maximum Transmitting power shall be
DC.TR.17 between +28dBm and +30dBm
Security: AES 128-bit Data encryption-
DC.TR.18 based security
Communication protocols: Open standard
IoT protocols between end devices and
DC.TR.19 gateway and TCP protocol from Gateway
to MDMS system at CoC

Page 251 / 427


c. Mobile Handheld Unit (HHU) / Drive-By Unit with all accessories:

No. Category Minimum Requirements Specification


Low Power Wide Area Communication supported Handheld Unit
The HHU receives data from the Low
Power Wide Area Communication
endpoints (Flow Meters) and then transfers
HHC.TR.01
them onto the backhaul network to reach
the central server. The device shall have
battery backup of 8 hours.
The device be sealed against water and
HHC.TR.02
dust complying to IP67 standards.
General
The Low Power Wide Area
Communication HHUs shall be connected
to the network nodes using standard
protocols (M-Bus) to collect the water
HHC.TR.03
Meter data which shall be directly pushed
to the Central MDAS server. The system
shall be suitable for staggered water AMR
data collection
Operating temperature range shall be from
HHC.TR.04
-20°C to 60°C
HHU shall be Industrial graded EMI/EMC
HHC.TR.05 Environmental
certified
Operating humidity shall be up to 95%,
HHC.TR.06
noncondensing
The HHU or reading device shall have the
onsite search facility, to locate the exact
HHC.TR.07 physical location of water meter in
Mechanical particular area and to obtain the
corresponding details of it.

HHC.TR.08 It shall be portable and light weight

Page 252 / 427


No. Category Minimum Requirements Specification
handheld unit for carrying easily to collect
the meter data in field.
The Device shall incorporate Long Range
HHC.TR.09
bidirectional communication.
The device uses the LPWA network with
HHC.TR.10 the high levels of security to prevent
disruption of any system.
The device shall use unique network,
unique application, and device
HHC.TR.11
specification key to ensure the secured
communication.
The device shall be powered with full shift
HHC.TR.12
battery with hot swap capability
The device shall support Secure Sockets
HHC.TR.13 Layer (SSL) VPN for secure remote
Electrical access.
Minimum Sensitivity shall be: -127 dBm
HHC.TR.14
@SF8
Maximum Transmitting power shall be
HHC.TR.15
between +28dBm and +30dBm
ISM band support from 920 MHz to 923
HHC.TR.16 MHz with effective radiated power ≤ 25
mW ERP
The HHU or reading device shall have
HHC.TR.17 minimum 64 MB flash memory and 128
MB RAM.
The device shall be with all necessary
HHC.TR.18 accessories such as battery, charging
holders etc.

Page 253 / 427


2.2.3.2 Rainwater Colour Monitoring System
a. Fix Box Camera
No. Category Minimum Requirements Specification
The camera should be manufacturer's
official product line designed for
General
FBC.TR.01 commercial / industrial 24x7x365 use. The
Requirements
camera and camera firmware should be
designed and developed by same OEM
Image Sensor with 1/2.8” or better with minimum 120 dB
FBC.TR.02
WDR WDR, progressive CMOS Sensor or better
Compatible to image sensor, Full HD
(1080P), P IRIS / DC IRIS / Auto IRIS,
FBC.TR.03 Lens Specs
Corrected IR, C / CS Mount with IR cut
filter
5x varifocal lens (Lower limit as 10mm or
FBC.TR.04 Focal length less, and Upper limit as 50mm or greater) or
better
FBC.TR.05 Resolution Active Pixels 1920(w) x 1080(h)
Minimum Colour: 0.3 lux or better, B/W: 0.05 lux or
FBC.TR.06
illumination better (at 30 IRE)
Video
FBC.TR.07 H.264 with smart codec / H.265
Compression
Minimum 30 FPS or higher for all
FBC.TR.08 Frame Rate
resolutions
Camera to support up to 1TB on SD card,
FBC.TR.09 Local Storage and a 32 GB SD Card should be supplied
with the camera
FBC.TR.10 Ethernet 10/100 Base-T ports
Minimum of the following protocols to be
FBC.TR.11 Protocols supported RTSP, RTP/TCP, RTP/UDP,
HTTP, HTTPS, DHCP, 802.11x
Industry
FBC.TR.12 ONVIF Compliant
Standards
FBC.TR.13 Power Supply POE IEE 802.3af compliant
Operating
FBC.TR.14 0° C to 50° C or better
Temperature
FBC.TR.15 Operating 20% to 90% for cameras
Page 254 / 427
No. Category Minimum Requirements Specification
Humidity
IP 66 with Cast iron or aluminium alloy
FBC.TR.16 Enclosure / Casing
casing
FBC.TR.17 Certifications UL, CE, FCC, ONVIF
The camera should not be end of life / end
of service for minimum 7 years, and OEM
FBC.TR.18 Support
should certify that they will give spare
support
The camera shall be able to setup and stream
out minimum three (3) stream profiles. Each
stream profile shall have its own
compression, resolution, frame rate and
FBC.TR.19 Streaming
quality independently. All the 3 streams
with 30 FPS should be individually
configurable and compatible with H.264
with smart codec / H.265.
FBC.TR.20 White Balance Auto / Manual
Back Light
FBC.TR.21 Auto
Compensation
FBC.TR.22 Security Security Password protection
Vandal and impact resistant housing, IK 10,
FBC.TR.23 Security
IP66 / NEMA
All mounts & brackets for installing the
Mounting
FBC.TR.24 equipment shall be from the same OEM of
Accessories
Camera
FBC.TR.25 Edge Analytics Camera tampering, Motion detection
b. Quality Analyzer for Colour parameter with cable and Accessories

No. Category Minimum Requirements Specification


Quality Analyzer with Colour probe
The probes rugged titanium body is built to
QAC.TR.01
withstand harsh environments.
General
QAC.TR.02 Designed to meet the needs of many
monitoring applications.

Page 255 / 427


No. Category Minimum Requirements Specification
QAC.TR.03 Multiple wavelength sensor uses patent-
pending
technology for superior measurement
performance.
QAC.TR.04 Mounting and Measurement shall be
directly in the media or in a flow cell
(Monitoring Station)
QAC.TR.05 The probe measures hues of yellow in the
water in accordance with ISO 6271-
2016:05.
Measuring
Principle Compounds that may interfere with colour
measurement, such as particles, are
compensated for using an additional
reference wavelength.
QAC.TR.06 Automatic compressed air cleaning with
optional Real Air Clean Systems.
Cleaning
QAC.TR.07 The probe shall be supplied with Integrated
cleaning system
QAC.TR.08 Factory calibrated. Field adjustment of
Calibration
calibration is possible.
QAC.TR.09 Measuring
Parameters Colour
QAC.TR.10 ± 0.5% full scale, Units: PCU, PtCo or HU
Accuracy
(hazen units)
QAC.TR.11 Length 1mm to 10mm
QAC.TR.12 Operating: 0 to 45°C (32 to 113°F)
Temperature
Storage: -20 to 60°C (-4 to 140°F)
QAC.TR.13 Interface to The probe shall be interface with Scanning
Scanner terminal using RS 485 interface
QAC.TR.14 Alarms Continuous detection of leaks, lamp output,

Page 256 / 427


No. Category Minimum Requirements Specification
humidity, temperature, and electrical fault.
QAC.TR.15 The Probe shall support the IP68 protection
standard
Protection
QAC.TR.16 Conformity to EMC with EN 50081-1, EN
50082-1, EN 60555-2, EN 60555-3 & to
safety with EN 61010-1 standards

c. Intelligent Edge Gateway


No. Category Minimum Requirements Specification
Multi-Channel Transmitter / Remote Terminal Unit
Industrial grade multi-channel controllers /
IEG.TR.01 RTU with Analog input channel to
interface 4-20mA sensor probes
IEG.TR.02 General Shall have DI/DO extension capability
IEG.TR.03 It shall have the ability to hot plug and play
The device shall have easy Extension and
IEG.TR.04 Adaptation facility
The supplied unit shall perform the
IEG.TR.05 vibration tests producing certificates
Environmental
IEG.TR.06 EMI / EMC certified
IEG.TR.07 The device shall be suitable
IEG.TR.08 Din Rail mounted with Input module
Mechanical
IEG.TR.09 Post or pipe mounting and wall mounting
IEG.TR.10 Shall support the graphic display
IEG.TR.11 Power Supply: 220V AC
No. Of Channels: 8 Channel Analog input
IEG.TR.12 with Galvanic Isolation
IEG.TR.13 Accuracy: 0.1%
IEG.TR.14 Electrical Span: > 0 to 20 mA
IEG.TR.15 Resolution of current inputs: < 5 µA
IEG.TR.16 Nominal Input Current: Max. 8 mA
IEG.TR.17 Signal Characteristic: Linear
IEG.TR.18 Internal Resistance: Non-Linear
IEG.TR.19 The supplied unit shall have over voltage

Page 257 / 427


No. Category Minimum Requirements Specification
and Lightning protection feature
Easy remote configuration and software
IEG.TR.20 update facilities
IEG.TR.21 Inbuilt plug-in I/O support
Electrical Safety: IEC 61010-1, Class I
equipment
Low voltage: overvoltage category II
IEG.TR.22 protection
Communication over Digital fieldbuses
(HART, PROFIBUS, Modbus,
Ethernet/IP) or IoT protocols like MQTT,
Communication CoAP, etc. to send data via internal cellular
modem for GPRS communication over
IEG.TR.23 3G/4G wireless network.
IEG.TR.24 Response time shall be maximum 500mS

2.2.3.3 Intelligent Pump Automation (IPA) System


a. Intelligent Edge Gateway (IEG) for Sewerage water

No. Category Minimum Requirements Specification


Multi-Channel Transmitter / Remote Terminal Unit
Industrial grade multi-channel controllers /
IEG.TR.01 RTU with Analog input channel to
interface 4-20mA sensor probes
IEG.TR.02 General Shall have DI/DO extension capability
IEG.TR.03 It shall have the ability to hot plug and play
The device shall have easy Extension and
IEG.TR.04 Adaptation facility
The supplied unit shall perform the
IEG.TR.05 vibration tests producing certificates
Environmental
IEG.TR.06 EMI / EMC certified
IEG.TR.07 The device shall be suitable
IEG.TR.08 Din Rail mounted with Input module
Mechanical
IEG.TR.09 Post or pipe mounting and wall mounting
IEG.TR.10 Shall support the graphic display
Electrical
IEG.TR.11 Power Supply: 220V AC

Page 258 / 427


No. Category Minimum Requirements Specification
No. Of Channels: 8 Channel Analog input
IEG.TR.12 with Galvanic Isolation
IEG.TR.13 Accuracy: 0.1%
IEG.TR.14 Span: > 0 to 20 mA
IEG.TR.15 Resolution of current inputs: < 5 µA
IEG.TR.16 Nominal Input Current: Max. 8 mA
IEG.TR.17 Signal Characteristic: Linear
IEG.TR.18 Internal Resistance: Non-Linear
The supplied unit shall have over voltage
IEG.TR.19 and Lightning protection feature
Easy remote configuration and software
IEG.TR.20 update facilities
IEG.TR.21 Inbuilt plug-in I/O support
Electrical Safety: IEC 61010-1, Class I
equipment
Low voltage: overvoltage category II
IEG.TR.22 protection
Communication over Digital fieldbuses
(HART, PROFIBUS, Modbus,
Ethernet/IP) or IoT protocols like MQTT,
Communication CoAP, etc. to send data via internal cellular
modem for GPRS communication over
IEG.TR.23 3G/4G wireless network.
IEG.TR.24 Response time shall be maximum 500mS

b. 3-Phase 4 wire Kwh Energy Meters for Wastewater Pumps

No. Category Minimum Requirements Specification


Energy Metering System for water Pumps
A dedicated 3 Phase 4 wire digital KWH
Meter unit shall be provided that shall be
EMS.TR.01
capable to collect the required energy
General parameters
The bidder shall have to furnish valid laid
EMS.TR.02 down under relevant act and guidelines
certificate along with the offer.

Page 259 / 427


No. Category Minimum Requirements Specification
The meter shall be designed for minimum
EMS.TR.03
maintenance.
EMS.TR.04 Ambient temperature: -5°C to 50°C
Environmental
EMS.TR.05 Relative Humidity: 10% to 95%
Proper sealing system shall be provided in
EMS.TR.06
the Metering system
Dimensions and mechanical structure shall
EMS.TR.07
be based on IEC 60297 standards.
EMS.TR.08 Mounting: 19” Rack mounted
All screws and bolts used for assembling
EMS.TR.09 control board members and panels will be
Mechanical provided with lock washer
The meters will be housed in a single unit
EMS.TR.10
rack mounted at indoor panels
The meter shall have features to detect and
log the occurrence of the following
EMS.TR.11 anomalies like CT open, Phase wire
missing, voltage unbalance, current
unbalance etc.
Class 1 precision,
EMC/ Interference immunity Surge voltage
EMS.TR.12 according to IEC61000-4-5 at main circuit,
Burst voltage according to IEC61000-4-4,
ESD according to IEC61000-4-2
Meter shall have a display unit to display
Date, time, active energy import and
EMS.TR.13 export, Reactive energy lag & lead,
Electrical
apparent energy, Line voltage, current, PF
etc.
Operating Voltage: 3x230/400 V AC, 50
EMS.TR.14
Hz,
Meter shall be interfaced with Gateway
devices using RS485 port with any open
EMS.TR.15
standard protocol for remote
communication.

Page 260 / 427


No. Category Minimum Requirements Specification
Class of accuracy of the metering system
shall be 0.2s for both active and reactive
EMS.TR.16
energy measurement. The accuracy should
not drift with time.
The meter shall be suitable for full power
EMS.TR.17 factor range from zero (lagging) through
unity to zero (leading)
Meter shall provide the electrical
parameters such as instantaneous
parameters which are line Voltages, line
EMS.TR.18
currents, Active power, Reactive power,
and the cumulative parameters along with
Meter serial no., date, and time etc.

c. Water Flow Transmitters

No. Category Minimum Requirements Specification


Flow transmitter
Flow meters shall be a microprocessor
based electromagnetic type, having flanged
WFT.TR.01 connections with integral sensor,
transmitter, processor & indicator suitable
for measurement of water flow.
It shall be possible to select the range of
WFT.TR.02 flow measurement on the flow meters at
General
site as per requirement.
Flow meter shall be calibrated with meter
accuracy of ± 0.05% or better which should
be certified by NPL or TUV approved &
WFT.TR.03
ISO certified National Laboratory of TUV
Germany approved or ISO certified
International Laboratory.
It shall be suitable for operation at
WFT.TR.04 Environmental atmospheric condition of 100% humidity
and 0 to 50°C Ambient temperature.

Page 261 / 427


No. Category Minimum Requirements Specification
The device shall be with EMI/RFI
WFT.TR.05
protection, NSF drinking water approval.
Suppliers to indicate the normal working
WFT.TR.06
life of the flow meters.
The flow meters shall be suitable for a
working water pressure of 10 Kg/cm2 and
WFT.TR.07
a test pressure of 15 Kg/cm2 for 30 minutes
duration.
The housing shall be cast aluminium IP67
WFT.TR.08
(NEMA 4X) class.
Mechanical
The meter shall be suitable for universal
mounting i.e., Horizontal, or vertical, flow
WFT.TR.09
left to right, right to left, top to bottom and
bottom to top.
The meter shall have flanged connections
to IS-6392 else supplier has to supply 2
WFT.TR.10
Nos. of matching flanges with each flow
meter.
The meter shall give 4 to 20 mA DC current
WFT.TR.11
output for SCADA
The supplier shall calibrate the meter at
minimum three-points 10%, 50% and
WFT.TR.12
100% of the maximum flow for each size of
meter
It shall also have two nos. of relay outputs
which shall be programmable for any given
WFT.TR.13
flow value with contact rating of 0.2A, 250
Electrical
VDC, 50 Watts, resistive.
Base accuracy of the combined system i.e.,
WFT.TR.14 sensor, Transmitter & Indicator must be ±
0.5% or better,
Flowmeter should have Multi line backlit
WFT.TR.15
LCD display with facility to show flow rate
Suppliers to confirm support for spares &
WFT.TR.16 after sales & services for flow meters for 10
years after commissioning

Page 262 / 427


d. Pressure Transmitters to measure Pump's Discharge and suction pressure

No. Category Minimum Requirements Specification


Pressure transmitter
to the pressure transmitter shall be supplied
with digital pressure switches and
PT.TR.01
transmitters – one on the suction nozzle,
General and the other on the discharge nozzle.
It should meet the applications where low-
PT.TR.02 cost, discrete, and continuous monitoring is
preferred
PT.TR.03 Permissible temperature: -20°C to +70°C
Environmental The device shall be with EMI/RFI
PT.TR.04
protection, NSF drinking water approval.
Sensor shall be with IP 66 housing,
PT.TR.05
compact with stainless steel body.
It should be with rugged construction and
PT.TR.06 suitable for hazardous locations and hostile
environments where space is limited.
Mechanical It shall be a compact loop-powered
PT.TR.07 pressure switch transmitter with dual seal
protection
Mounting in the pipe with desired orifice
PT.TR.08
shall be arranged
PT.TR.09 Pressure Range: 0 to 1000 psi
PT.TR.10 Input Power: 24V DC
PT.TR.11 Output: 4 to 20 mA
PT.TR.12 Accuracy: ≤0.1% and calibrated
Electrical Switch set points and supplemental
PT.TR.13 continuous output zero and span points
shall be field adjusted via Calibration Kit.
PT.TR.14 LCD Display for local indication
e. Soft Starter for Pump
No. Category Minimum Requirements Specification
Soft Starter for water Pumps
Page 263 / 427
No. Category Minimum Requirements Specification
The operating principle of the Soft-starter
should not simply take ground on a
limitation of motor current during the
transitional phases or on a voltage ramp but
on a torque control motor. The Soft-starter
SS.TR.01
should provide a torque ramp during the
General
acceleration phase. Thus, it can control the
torque during the starting period and if
necessary provide a motor torque constant
throughout the acceleration phase.
The Soft Starter shall be designed for
SS.TR.02
minimum maintenance.
SS.TR.03 Ambient temperature: -5° C to + 50 ° C
Environmental
SS.TR.04 Relative Humidity: 10% to 95%
Supply Voltage: 208 to 690V. (208 to 690
SS.TR.05
V -15% +10%).
Current range of Soft-starters will be
SS.TR.06
between 17 and 100 A.
Electrical Automatically adapt to the frequency of the
SS.TR.07 mains 50 or 60 Hz with a tolerance of + / -
5%
Available Logic Inputs (24VDC) / Logic
SS.TR.08
Outputs (Relay dry contact)
Protection function: Thermal overload,
SS.TR.09
Underload, Reverse-phase, external fault…
Protection
Thermal protection as EN/IEC60947-4-2:
SS.TR.10
Classes 10A, 10, 20, 30
Communication Protocol: Profibus,
SS.TR.11
Modbus…
Communication physical link: Serial or
SS.TR.12 Communication
Ethernet
Support: Monitoring and Control via
SS.TR.13
Network
Parameters of Monitoring:
SS.TR.14
- Motor current

Page 264 / 427


No. Category Minimum Requirements Specification
- Torque
- Motor thermal state
- Cos 
- Active Power.
- Current status (acceleration, deceleration,
...).
- Operating time.
- The last fault occurred.

2.2.3.4 Online Water Quality Management System (OWQMS) - Supply Water and
Tenant Waste Water Discharge
a. IEG with integrated 3G/4G wireless communication capabilities with Cable and
Other Accessories for boh Supply Water and Waste Water

No. Category Minimum Requirements Specification


Multi-Channel Transmitter / Remote Terminal Unit
Industrial grade multi-channel controllers /
IEG.TR.01 RTU with Analog input channel to interface
4-20mA sensor probes
IEG.TR.02 General Shall have DI/DO extension capability
IEG.TR.03 It shall have the ability to hot plug and play
The device shall have easy Extension and
IEG.TR.04 Adaptation facility
The supplied unit shall perform the vibration
IEG.TR.05 tests producing certificates
Environmental
IEG.TR.06 EMI / EMC certified
IEG.TR.07 The device shall be suitable
IEG.TR.08 Din Rail mounted with Input module
Mechanical
IEG.TR.09 Post or pipe mounting and wall mounting
IEG.TR.10 Shall support the graphic display
Electrical
IEG.TR.11 Power Supply: 220V AC

Page 265 / 427


No. Category Minimum Requirements Specification
No. Of Channels: 8 Channel Analog input
IEG.TR.12 with Galvanic Isolation
IEG.TR.13 Accuracy: 0.1%
IEG.TR.14 Span: > 0 to 20 mA
IEG.TR.15 Resolution of current inputs: < 5 µA
IEG.TR.16 Nominal Input Current: Max. 8 mA
IEG.TR.17 Signal Characteristic: Linear
IEG.TR.18 Internal Resistance: Non-Linear
The supplied unit shall have over voltage
IEG.TR.19 and Lightning protection feature
Easy remote configuration and software
IEG.TR.20 update facilities
IEG.TR.21 Inbuilt plug-in I/O support
Electrical Safety: IEC 61010-1, Class I
equipment
Low voltage: overvoltage category II
IEG.TR.22 protection
Communication over Digital fieldbuses
(HART, PROFIBUS, Modbus, Ethernet/ IP)
or Open IoT protocols like MQTT, CoAP
Communication etc. to send data via internal cellular modem
for GPRS communication over 3G/4G
IEG.TR.23 wireless network.
IEG.TR.24 Response time shall be maximum 500mS

b. Multi-Parameter Smart Controller (Micro-Station) for COD, TSS, pH measurement


for Waste Water
No. Category Minimum Requirements Specification
WQSP.TR.01 Micro-Station Controller shall have the

Page 266 / 427


No. Category Minimum Requirements Specification
latest features of highly advanced Multi
Parameter Controller having capability of
handling at least 4 Sensors in a single
controller configuration and more as and
when required with Sensor ID recognition
and high EMC interference immunity.
It shall supply with Control unit with keys
WQSP.TR.02 and toggle switch for the quick selection of
software functions.
General It shall be supplied with integrated back up
WQSP.TR.03 controller function
The device shall be with easy Mounting
WQSP.TR.04 without Clogging
The Micro-Station shall be able to power all
the sensors and terminals, or accessories
attached to it without having to need any
WQSP.TR.05 additional power sources in the system for
increased protection against lightening and
possible electromagnetic interference.
The device shall be supplied with large
graphic display with backlight. Display shall
WQSP.TR.06 Display
be with improved reading precision through
special backlit graphic display
WQSP.TR.07 Input voltage: 220 VAC and 50 Hz
Output: Galvanically separated current
outputs (0/4-20 mA) that can be assigned
WQSP.TR.08
arbitrarily, USB-interface for data transfer,
Electrical upgrading firmware etc.
The system should start automatically after
WQSP.TR.09 the power is reset to the system (in case of
power failure). The system should have
Service mode for

Page 267 / 427


No. Category Minimum Requirements Specification
cleaning/calibration/maintenance activities.
The controller shall store the sensor
WQSP.TR.10
configurations and calibrations.
The controller shall have Logbook to record
WQSP.TR.11
the data.
The supplier shall provide the firmware
WQSP.TR.12 update free of cost as and when they are
available for the lifetime of the system
External interfacing with IEG / RTU using
WQSP.TR.13 Interfaces
Modbus signals.
Measuring
WQSP.TR.14
Parameters COD, TSS, pH measurement
Operating Ambient Operating temperature: -4 °C to 50
WQSP.TR.15
Temperature °C, Storage temperature: -10 °C … 60 °C
WQSP.TR.16 Process Connection 1” PVC type process Connection
The probe shall have the Automatic cleaning
facility with compressed air or brush or
WQSP.TR.17 Cleaning
using Ultrasonic methods whichever is best
suitable.
Electromagnetic Compatibility: EN 61326,
WQSP.TR.18 Class B; FCC Class A, EMC for
Protection
indispensable operation
Integrated Lightening protection, Protection
WQSP.TR.19
Rating IP 66
Timely Calibration of the instrument based
WQSP.TR.20 on pre-defined time schedule shall be done
Calibration by the supplier during Warranty Period.

Page 268 / 427


c. Wastewater Quality measuring sensor Probe for COD/TSS/pH at Tenant discharge
point
No. Category Minimum Requirements Specification
The probe shall be a Multi parameter Probe
with Adjustable open path length. It shall be
WQMBOD.TR.01 continuously Effluent Monitoring of COD,
TSS, with UV-Vis Full Spectrum
Technology
It shall be ideally for Wastewater Treatment
WQMBOD.TR.02 Process with direct In-Situ measurement in
outlet of wastewater treatment plant
General It shall have MoC (Material of Construction)
such as Titanium Material or Stainless Steel
WQMBOD.TR.03 to sustain the sensor in highly corrosive
wastewater environment for long term stable
and maintenance free operation
The device shall be with easy Mounting
WQMBOD.TR.04
without Clogging
Long term stable and maintenance free
WQMBOD.TR.05
operation
It shall have the UV-Vis Spectrometry
Measuring
WQMBOD.TR.06 principle for measurement over the total
Principle
Range (190 - 720 nm)
The probe shall have the Automatic cleaning
facility with compressed air or brush or
WQMBOD.TR.07
using Ultrasonic methods whichever is best
Cleaning suitable
The probe shall be supplied with Integrated
WQMBOD.TR.08
cleaning system
The probe shall be factory pre-calibrated and
WQMBOD.TR.09 Calibration with local multi-point calibration. Timely
Calibration of the instrument based on pre-
defined time schedule shall be done by the

Page 269 / 427


No. Category Minimum Requirements Specification
SI during AMC Period.
Measuring
WQMBOD.TR.10
Parameters COD, TSS
WQMBOD.TR.11 Accuracy ±2%
Operating
WQMBOD.TR.12
Temperature 0° C to 50° C
The probe shall be interface with Scanning
WQMBOD.TR.13 Interface to Scanner
terminal using RS 485 interface
The Probe shall support the IP68 protection
WQMBOD.TR.14
standard
Protection
The device shall have the conformity to
WQMBOD.TR.15 EMC and Safety with EN 61326-1, EN
61326-2-3 and EN 61010-1 standards

d. Wastewater Quality measuring sensor Probe for pH measurement at Tenant


Discharge points.
No. Category Minimum Requirements Specification
pH measurement
The probe shall be a Multi parameter Probe
WQMNH.TR.01
with Adjustable open path length
It shall be ideally for Wastewater Treatment
WQMNH.TR.02
Process
It shall have MoC (Material of Construction)
such as Titanium Material or Stainless Steel
WQMNH.TR.03 General to sustain the sensor in highly corrosive
wastewater environment for long term stable
and maintenance free operation
WQMNH.TR.04 ISE Refurbishment for easy maintenance
Mounting and Measurement shall be
WQMNH.TR.05 directly in the media or in a flow cell
(Monitoring Station)

Page 270 / 427


No. Category Minimum Requirements Specification
It shall have the Ion selective electrodes
Measuring
WQMNH.TR.06 without potassium compensation for
Principle
measurement
The probe shall have the Automatic cleaning
facility with compressed air or brush or
WQMNH.TR.07
using Ultrasonic methods whichever is best
Cleaning suitable
The probe shall be supplied with Integrated
WQMNH.TR.08
cleaning system
The probe shall be factory pre-calibrated and
with local multi-point calibration. Timely
WQMNH.TR.09 Calibration Calibration of the instrument based on pre-
defined time schedule shall be done by the
SI during AMC Period.
Measuring
WQMNH.TR.10
Parameters pH
WQMNH.TR.11 Accuracy ±3%
Operating
WQMNH.TR.12
Temperature 0° C to 60° C
The probe shall be interface with Scanning
WQMNH.TR.13 Interface to Scanner
terminal using RS 485 interface
The Probe shall support the IP68 protection
WQMNH.TR.14
standard
Protection
Conformity to EMC with EN 50081-1, EN
WQMNH.TR.15 50082-1, EN 60555-2, EN 60555-3 & to
safety with EN 61010-1 standards
e. Multiparameter Quality Analyzer for Water Turbidity, pH, Pressure Measurements
with Cables and Other Accessories (WTMS) for Supply Water
No. Category Minimum Requirements Specification
Quality Analyzer for Water Turbidity, pH, Pressure Sensor Probes
WTMS.TR.01 General Type: Industrial grade turbidity monitoring

Page 271 / 427


No. Category Minimum Requirements Specification
Sensor probes under water type, highly accurate,
submersible instrument
WTMS.TR.02 Measuring Range: 0 to 4000 (NTU/FNU)
Usage: For Potable water, Surface water
WTMS.TR.03 monitoring of Streams, Plant Effluent, and offsite
water
WTMS.TR.04 Ambient Temperature and Humidity: 0 to 50°C
Accurately Calibrated and auto cleaning using
WTMS.TR.05 Compressed air or Ultrasonic waves
technologies.
This measuring device shall be a Nephelometric
WTMS.TR.06
Turbidity Unit (NTU) according to ISO7027
Parameter to be monitored: Turbidity, pH &
WTMS.TR.07
Pressure.
WTMS.TR.08 Measuring water Temperature: 0°C to 60° C
WTMS.TR.09 Environmental Repeatability: ±2% of reading
WTMS.TR.10 Degree of Protection: Sensor IP68,
Compact Design, Under water, Maximum depth
WTMS.TR.11
of 2 Meter
Polycarbonate Enclosure with Ruggedness
WTMS.TR.12 Mechanical
sensor housing
Pipe diameter shall be from 100mm to 600mm
WTMS.TR.13
and above
Power Supply - 100-240V AC or 24V DC power
WTMS.TR.14
supply
WTMS.TR.15 Power Consumption: 15 VA or less
Electrical
Signal Output: 4-20 mA or 0-20 mA Isolated
WTMS.TR.16
Current output
WTMS.TR.17 Light Source: Infrastructured LED

Page 272 / 427


No. Category Minimum Requirements Specification
WTMS.TR.18 Calibration: Distilled Water
Measuring Standards shall be based on ISO 7027
WTMS.TR.19
standards
High Accuracy (shall be less than 2% of the
WTMS.TR.20
measured value)
WTMS.TR.21 Response Time: Minimum 5 Seconds
f. Sensor Probes for Residual Chlorine Measurements with Cables and Other
Accessories (WCMS)
No. Category Minimum Requirements Specification
Water Residual Chlorine Sensor Probes
Industrial grade sensors for continuous
WCMS.TR.01 measurement of Free Chlorine, total Chlorine and
Chlorine dioxide of water
WCMS.TR.02 Measuring Range: 0 to 10 mg/L
Usage: For Potable water, Surface water
WCMS.TR.03 General monitoring of lakes, Rivers, Streams, Plant
Effluent, and offsite water
WCMS.TR.04 Ambient Temperature and Humidity: -10 to 50°C
The sensor shall be Amperometry type which
WCMS.TR.05 shall sample continuously at a user-regulated flow
rate between 15 to 75 Litres per Hour.
WCMS.TR.06 Measuring water Temperature: 0°C to 50° C
WCMS.TR.07 Environmental IP 64 measurement cell
WCMS.TR.08 Degree of Protection: Sensor IP68,
Compact Design, Under water, Maximum depth
WCMS.TR.09
of 2 Meter
Mechanical
Polycarbonate Enclosure with Ruggedness sensor
WCMS.TR.10
housing
WCMS.TR.11 Electrical Power Supply - 100-240V AC or 24VDC

Page 273 / 427


No. Category Minimum Requirements Specification
WCMS.TR.12 Power Consumption: 15 VA or less
WCMS.TR.13 Signal Output: 4-20 mA Isolated Current output
High Accuracy (shall be less than 2% of the
WCMS.TR.14
measured value)
WCMS.TR.15 Calibration: Automatic Calibration of sensor
WCMS.TR.16 Sensitivity: 0.001 ppm
WCMS.TR.17 Response Time: Minimum 5 Seconds
g. Pressure Transmitter
No. Category Minimum Requirements Specification
Pressure transmitter
to the pressure transmitter shall be supplied with
digital pressure switches and transmitters – one on
PT.TR.01
the suction nozzle, and the other on the discharge
General
nozzle.
It should meet the applications where low-cost,
PT.TR.02
discrete, and continuous monitoring is preferred
PT.TR.03 Permissible temperature: -20°C to +70°C
Environmental The device shall be with EMI/RFI protection, NSF
PT.TR.04
drinking water approval.
Sensor shall be with IP 66 housing, compact with
PT.TR.05
stainless steel body.
It should be with rugged construction and suitable
PT.TR.06 for hazardous locations and hostile environments
where space is limited.
Mechanical
It shall be a compact loop-powered pressure switch
PT.TR.07
transmitter with dual seal protection
Mounting in the pipe with desired orifice shall be
PT.TR.08
arranged
PT.TR.09 Pressure Range: 0 to 1000 psi
PT.TR.10 Input Power: 24V DC
PT.TR.11 Electrical Output: 4 to 20 mA
PT.TR.12 Accuracy: ≤0.1% and calibrated

Page 274 / 427


No. Category Minimum Requirements Specification
Switch set points and supplemental continuous
PT.TR.13 output zero and span points shall be field adjusted
via Calibration Kit.
PT.TR.14 LCD Display for local indication
PT.TR.15
2.2.3.5 Centrailized Water Network Modelling (CWNM)
Refer Function Requirement in 1.2.3.4, Chapter VII – Requirements Specification,
Section1

2.2.4 Smart Energy Management System


2.2.4.1 Intelligent Street Light Automation (ISLA)
a. Lora WAN Street Light Controller
No. Category Minimum Requirements Specification
LoRaWAN Street Light Controller
LSC.TR.01 Input voltage: 140 - 270V
LSC.TR.02 Surge Protection: Min 4kV
Electrical
LSC.TR.03 Main’s frequency: 50/60 Hz
Parameter
LSC.TR.04 Accuracy on mains frequency: ± 5%
LSC.TR.05 Control method: (1-10V) dimming
Protection: Interface is protected against
LSC.TR.06
Control interface short circuit
Supports Photocell, Fix Schedule &
LSC.TR.07
Astronomical Clock
LSC.TR.08 Mounting External
Lora WAN Communication range
LSC.TR.09
920MHz - 923MHz
Support Mesh Topology capability to work as
Connectivity Lora WAN Mesh network and shall be
LSC.TR.10 integrated seamlessly with Low Power Wide
Area Communication secured network with
Lora WAN certified
LSC.TR.11 Overload
Protection
LSC.TR.12 Short-circuit

Page 275 / 427


No. Category Minimum Requirements Specification
LSC.TR.13 Surge Protection
LSC.TR.14 Light sensing device: Inside the module
LSC.TR.15 Measurement range: As per the site condition
Light control
LSC.TR.16 Remote configurable light level.
LSC.TR.17 Astronomical clock control
LSC.TR.18 Unexpected power outage
Fault Detection
LSC.TR.19 Controller Faulty
LSC.TR.20 Operating temperature: -40 to 70 °C
LSC.TR.21 Storage temperature: -40 to 80 °C
LSC.TR.22 Environment Relative humidity: 5 to 95% non-condensing
LSC.TR.23 Ingress protection: IP66
LSC.TR.24 Impact resistance classification: IK08
b. Lora WAN DCU (Gateway)
No. Category Minimum Requirements Specification
Lora WAN supported Data Concentrating Unit (DCU) / Gateway (Gtw)
The gateway shall receive the data from
the LoRa endpoints and then transfer it
onto the backhaul network to reach the
DCU.TR.01
central server. The system shall be suitable
for Control/Monitor Street light controller
General data collection from end devices.
Data Concentrator shall be supplied all
DCU.TR.02 necessary accessories for outdoor
installation.
Easy to customize and manage the
DCU.TR.03
communications gateway.
Operating temperature range shall be from
DCU.TR.04
0°C to 70°C
Certified device with wind resistance from
DCU.TR.05 Environmental
100 mph to 150 mph.
Operating humidity: Up to 95%,
DCU.TR.06
noncondensing
DCU.TR.07 Mechanical IP 68 class protection

Page 276 / 427


No. Category Minimum Requirements Specification
The device shall be with fan less Passive
DCU.TR.08
thermal cooling mechanism.
LoRa supported Gateway Device with
DCU.TR.09 backhaul network connectivity of Ethernet
and 4G/LTE
Support Mesh Topology capability to work
DCU.TR.10
as LoraWAN Mesh network.
Electrical and Connectivity ISM Band support: LoRa bidirectional
DCU.TR.11 communication technology (920-
923MHz)
Support for all type of class A, B & C
DCU.TR.12 endpoints and compliant to LoRa WAN
specification.
DCU.TR.13
Connectors: Female SMA Antenna for
DCU.TR.14
antennas
Long Range Communication: 49 LoRa
DCU.TR.15
Demodulators over 9 Channel
DCU.TR.16 SIM/USIM based Gateway
The data concentrator unit shall be
DCU.TR.17 powered by Power Over Ethernet
(POE/POE+) ports
Port: RJ -45 Ethernet 10/100 port, USB
DCU.TR.18
ports, Serial ports
DCU.TR.19 Minimum Sensitivity shall be: -141 dBm
Maximum Transmitting power shall be
DCU.TR.20
between +28dBm and +30dBm
Security: AES 128bit Data encryption-
DCU.TR.21
based security
Communication protocols: Lora WAN on
LoRa RF between end devices and
DCU.TR.22
gateway and Lora WAN on TCP/IP SSL
from Gateway to Network server

2.2.5 Smart Environment Management System

Page 277 / 427


2.2.6.1 Ambient Air Quality Monitoring (AAQM)
a. General Requiremts
No. Category Minimum Requirements Specification
Sensor shall be ruggedized enough to be deployed
SES.TR.01 General
in open air areas, on streets and parks
Sensor shall be able to read and report the
SES.TR.02 General following parameters: PM 10, PM 2.5, NO2, SO2,
CO, O3, CO2, Noise Sensor
Sensors shall be able to connect through Fibre,
SES.TR.03 Connectivity USB, Ethernet, Wi-Fi, 2G, 3G 4G, LTE,
connectivity mediums, whichever feasible
Enclosure shall be rugged weatherproof IP64 rated
Environmental and shall house the power modules, thermal
SES.TR.04
Conditions management system, embedded PC and user
configured analyser modules as well.
Environmental Environmental operating range shall be 0°C to
SES.TR.05
Conditions +50°C and 5 -95 % RH
Power and
SES.TR.06 Communication Input 100-240V AC
Protocol
The design shall be modular in nature which shall
have the capability to add additional
SES.TR.07 General
environmental sensors in the future into the
enclosure.
Data of all the environmental sensor shall be
SES.TR.08 General
available on the same software interface.
It shall be possible to remove or replace individual
SES.TR.09 General sensor modules without affecting the functioning
of rest of the system.
Mounting of the environmental sensor module
SES.TR.10 General
shall be on pole installed in the field area.
b. Field Carbon Mono Oxide (CO) Sensor
No. Category Minimum Requirements Specification
Range of CO sensor shall be between 0 to 1000
CO.TR.01 Range
PPM.
CO.TR.02 Resolution Resolution of CO sensor shall be 0.01 PPM or
Page 278 / 427
No. Category Minimum Requirements Specification
better.
Lower Detectable Lower detectable limit of CO sensor shall be
CO.TR.03
Limit 0.040 PPM or better.
Precision of CO sensor shall be less than 3% of
CO.TR.04 Precision
reading or better.
Linearity of CO sensor shall be less than 1% of
CO.TR.05 Linearity
full scale or better.
Response time of CO sensor shall be less than 60
CO.TR.06 Response Time
seconds.
Operating Environmental operating range shall be 0°C to
CO.TR.07
Temperature +50°
CO.TR.08 Operating Pressure Operating pressure of CO sensor shall be ±10%.

c. Field Infrastructure Ozone (O3) Sensor


No. Category Minimum Requirements Specification
O3 Sensor shall have a range of at least 0-1000
OZ.TR.01 Range
PPB.
OZ.TR.02 Resolution Resolution of O3 sensor shall be 10 PPB or better.
Lower Detectable Lower detectable limit of O3 sensor shall be 10
OZ.TR.03
Limit PPB or better.
Precision of O3 sensor shall be less than 2% of
OZ.TR.04 Precision
reading or better.
Linearity of O3 sensor shall be less than 1% of
OZ.TR.05 Linearity
full scale.
Response time of O3 sensor shall be less than 60
OZ.TR.06 Response Time
seconds.
Operating Environmental operating range shall be 0°C to
OZ.TR.07
Temperature +50°
OZ.TR.08 Operating Pressure Operating pressure of O3 sensor shall be ±10%.

d. Field Infrastructure Nitrogen Dioxide (NO2) Sensor


No. Category Minimum Requirements Specification
NO2 Sensor shall have a range of at least 0-10
NO2.TR.01 Range
PPM.
NO2.TR.02 Resolution Resolution of NO2 sensor shall be 0.001 PPM or

Page 279 / 427


No. Category Minimum Requirements Specification
better.
Lower Detectable Lower detectable limit of NO2 sensor shall be
NO2.TR.03
Limit 0.001 PPM or better.
Precision of NO2 sensor shall be less than 3% of
NO2.TR.04 Precision
reading or better.
Linearity of NO2 sensor shall be less than 1% of
NO2.TR.05 Linearity
full scale.
Response time of NO2 sensor shall be less than
NO2.TR.06 Response Time
60 seconds.
Operating Environmental operating range shall be 0°C to
NO2.TR.07
Temperature +50°
NO2.TR.08 Operating Pressure Operating pressure of NO2 sensor shall be ±10%.
e. Field Infrastructure Sulphur Dioxide Sensor
No. Category Minimum Requirements Specification
SO2 Sensor shall have a range of at least 0-20
SO2.TR.01 Range
PPM.
Resolution of SO2 sensor shall be 0.001 PPM or
SO2.TR.02 Resolution
better.
Lower Detectable Lower detectable limit of SO2 sensor shall be
SO2.TR.03
Limit 0.009 PPM or better.
Precision of SO2 sensor shall be less than 3% of
SO2.TR.04 Precision
reading or better.
Linearity of SO2 sensor shall be less than 1% of
SO2.TR.05 Linearity
full scale.
Response time of SO2 sensor shall be less than 60
SO2.TR.06 Response Time
seconds.
Operating Environmental operating range shall be 0°C to
SO2.TR.07
Temperature +50°
SO2.TR.08 Operating Pressure Operating pressure of SO2 sensor shall be ±10%.
f. Field Infrastructure Carbon Dioxide Sensor
No. Category Minimum Requirements Specification
CO2 Sensor shall have a range of at least 0-5000
CO2.TR.01 Range
PPM.
Resolution of CO2 sensor shall be 1 PPM or
CO2.TR.02 Resolution
better.

Page 280 / 427


No. Category Minimum Requirements Specification
Lower Detectable Lower detectable limit of CO2 sensor shall be 10
CO2.TR.03
Limit PPM or better.
Precision of CO2 sensor shall be less than 3% of
CO2.TR.04 Precision
reading or better.
Linearity of CO2 sensor shall be less than 2% of
CO2.TR.05 Linearity
full scale.
Response time of CO2 sensor shall be less than
CO2.TR.06 Response Time
60 seconds.
Operating Environmental operating range shall be 0°C to
CO2.TR.07
Temperature +50°
CO2.TR.08 Operating Pressure Operating pressure of CO2 sensor shall be ±10%.
g.Field Infrastructure PM10 Sensor
No. Category Minimum Requirements Specification
Range of PM10 shall be 0 to 450 micro gms /
PM10.TR.01 Range
cu.m or better.
Lower Detectable Lower detectable limit of particulate profile
PM10.TR.02
Limit sensor shall be less than 1 μg/m3.
Accuracy of particulate profile sensor shall be <±
PM10.TR.03 Accuracy
(5 μg/m3 + 15% of reading).
PM10.TR.04 Flow Rate Flow rate shall be 1.0 LPM or better.
Operating Environmental operating range shall be 0°C to
PM10.TR.05
Temperature +50°
PM10.TR.06 Operating Pressure Operating pressure of the sensor shall be ±10%.

h. Field Infrastructure PM 2.5 Sensor


No. Category Minimum Requirements Specification
Range of PM2.5 shall be 0 to 230 micro gms /
PM2.5.TR.01 Range
cu.m or better.
Lower Detectable Lower detectable limit of particulate profile
PM2.5.TR.02
Limit sensor shall be less than 1 μg/m3.
Accuracy of particulate profile sensor shall be <±
PM2.5.TR.03 Accuracy
(5 μg/m3 + 15% of reading).
PM2.5.TR.04 Flow Rate Flow rate shall be 1.0 LPM or better.
Operating Environmental operating range shall be 0°C to
PM2.5.TR.05
Temperature +50°

Page 281 / 427


No. Category Minimum Requirements Specification
PM2.5.TR.06 Operating Pressure Operating pressure of the sensor shall be ±10%.

i.Smart Environment: Field Infrastructure Noise Sensor


No. Category Minimum Requirements Specification
Noise sensor shall detect the intensity of the
NS.TR.01 General
ambient sound in a particular area.
Nosie Sensors shall be installed for the outdoor
NS.TR.02 General
applications.
Noise sensor shall be able to identify the areas of
NS.TR.03 Range high sound intensity ranging from 30 dBA to 120
dBA.
j. Generic Pole without cantilever
No. Category Minimum Requirements Specification
General Shall be minimum 5.5mts height as per applicable
POLE.TR.01
Requirement norms
Hot dip galvanized pole after fabrication as per
laid down relevant act and guidelines with silver
coating of 86 micron or as per laid down relevant
act and guidelines /ASTM A123.
Pole design should be sleek and as per aesthetics
General (indicative 10 cm diameter) confirming to laid
POLE.TR.02
Requirement down relevant act and guidelines having
appropriate bottom and top thick HT plate along
with base plate size 30x30x1.5 centimetres
(indicative) suitable for wind speed 150 km/hr
with suitable arm bracket and with J type
foundation bolts
The pole would be fixed on an adequate and
POLE.TR.03 Foundation strong foundation so as to withstand weather
conditions and wind speed of 150km / hr.
Casting of civil foundation with foundation bolts
to ensure vibration free (video feed quality should
POLE.TR.04 Foundation not be impacted due to wind in different climatic
conditions) Expected foundation depth of
minimum 100cms or better

Page 282 / 427


No. Category Minimum Requirements Specification
Lighting arrestors with proper grounding and
POLE.TR.05 Protection
earthing
Sign board, 18-inch corrosion resistant
aluminium alloy as per the laid down relevant act
and guidelines (pole mounted), depicting the
Sign Board with
POLE.TR.06 serial number of the pole
number plate
o Pole number
o Pictures like Environmental Sensor, speed
limits, Wi-Fi, No Horn etc.
Pole should have arrangement for mounting of
environmental sensor which may include
POLE.TR.07 Requirement provisioning for cut out or knock outs on the pole
along with face plate (if required for mounting of
sensors) and required accessories.
The height of the pole shall be as per requirement
POLE.TR.08 Height
of the location varying from 5.5 metre to 7 metre
Pole Design should be approved by structural
POLE.TR.09 Design
Engineer and must follow appropriate guidelines.
2.2.6 Common IT & Infrastructure
2.2.7.1 Integrated Command & Control Center (ICCC)
a. Network Switch L2 48 Port
No. Category Minimum Requirements Specification
Switch should have 48X10/100/1000Base-T
General Hardware
SW.TR.01 Ethernet Ports and minimum 2x1G/10G SFP or
and Interface
2x10G SFP+ uplink ports
General Hardware Switch shall support minimum 40 Gbps of
SW.TR.02
and Interface stacking bandwidth (if required)
General Hardware Switch should support Redundant Power supply
SW.TR.03
and Interface (Internal/External)
Switch shall have minimum 140 Gbps of
SW.TR.04 Performance switching capacity and minimum 120 million
Packets Per Second of forwarding rate.
Switch shall have minimum 10K MAC
SW.TR.05 Performance
Addresses.

Page 283 / 427


No. Category Minimum Requirements Specification
SW.TR.06 Performance Switch shall have minimum 1K Active VLANs.
Switch shall support minimum multicast
SW.TR.07 Performance
routes/groups.
SW.TR.08 Performance Switch shall support QoS and Security ACLs.
Switch must have at least 512 Mb RAM and
SW.TR.09 Performance
128Mb Flash memory
Should support IEEE Standards of Ethernet:
SW.TR.10 IEEE Standards
IEEE 802.1D, 802.1s, 802.1w, etc
Quality of Service
SW.TR.11 Switch shall have 802.1p class of service
(QoS) requirements
Quality of Service Switch shall have committed information rate,
SW.TR.12
(QoS) requirements rate limiting and flow-based rate limiting.
Quality of Service Switch shall have minimum 8 egress queues per
SW.TR.13
(QoS) requirements port and strict priority queuing.
System
Switch should support SSH/SSHv1/SSHv2,
SW.TR.14 Management and
SNMPv2, SNMPv3, NTP/SNTP.
Administration
System
Switch should support AAA using RADIUS and
SW.TR.15 Management and
TACACS+.
Administration
System Switch should support port security such as
SW.TR.16 Management and DHCP snooping, Dynamic ARP
Administration inspection/protection, RA guard, etc
System
Switch should support software upgrades via
SW.TR.17 Management and
TFTP/FTP/SFTP.
Administration
System
Switch should support IPv4 and IPv6 ACLs,
SW.TR.18 Management and
VLAN, etc
Administration
System Switch shall have Switch Port Analyzer
SW.TR.19 Management and (SPAN) or Remote Switch Port Analyzer
Administration (RSPAN).
System Switch shall have trace route for ease of
SW.TR.20 Management and troubleshooting by identifying the physical path
Administration that a packet takes from source to destination.

Page 284 / 427


No. Category Minimum Requirements Specification
Switch shall have Internet Group Management
System
Protocol (IGMP) Snooping for IPv4 and IPv6,
SW.TR.21 Management and
Multicast Listener Discovery v1 and v2 Snooping
Administration
and Multicast VLAN Registration protocol/PIM.
System
Switch shall have per port broadcast, multicast,
SW.TR.22 Management and
and unicast storm control.
Administration
Switch shall conform to UL 60950 or IEC 60950
Regulatory or CAN/CSA 60950 or EN 60950 Standards for
SW.TR.23
Compliance Safety requirements of Information Technology
Equipment.
Switch shall conform to EN 55022 Class A/B or
Regulatory CISPR22 Class A/B or CE Class A/B or FCC
SW.TR.24
Compliance Class A/B Standards for EMC (Electro Magnetic
Compatibility) requirements.
b. Video Wall
No. Category Minimum Requirements Specification
Video Wall and Controller should be from the
VW.TR.01 General
same OEM
Cubes (LED / Laser-based rear projection) with
VW.TR.02 Video wall Base Stands, 3X6 for Integrated Command &
Control Centre
VW.TR.03 Resolution 1920x1080
VW.TR.04 Brightness 240 Cd/m² / 2100 ANSI Lumens or better
VW.TR.05 On-screen contrast 1,200,000:1 (dynamic) or better
VW.TR.06 Display technology DLP rear projection
VW.TR.07 Colour gamut >15 mill
Brightness
VW.TR.08 >90% or better
uniformity
VW.TR.09 Screen 180° viewing angle screen
Less than 1 mm at ambient temperature in
VW.TR.10 Screen Gap
Control room
VW.TR.11 Colour stability Self-calibration with using suitable method
VW.TR.12 Dimensions Diagonal: 70"

Page 285 / 427


No. Category Minimum Requirements Specification
VW.TR.13 Light source LED / Laser
VW.TR.14 Light source > 60,000h Typical usage mode
VW.TR.15 lifetime > 80,000h Economy usage mode
Conditions for
VW.TR.16 10°C-40°C, 80% humidity (non-Condensing)
operation
VW.TR.17 Input voltage 90 – 240 V, 50-60Hz
Videowall shall be capable of displaying 4K, HD
VW.TR.18 Video content
& SD contents
Direct Ethernet
VW.TR.19 IP control
access
Graphical user
VW.TR.20 All settings and operational parameters
interface
Third party
VW.TR.21 Should be open to third party interface
interface
VW.TR.22 Warranty 5 years
VW.TR.23 Operation Should work in 24x7 environment
c. Video Wall Controller
No. Category Minimum Requirements Specification
Pre-loaded Operating System Windows 8 of 64-
VWC.TR.01 Operating System bit or high / Linux / Equivalent, with recovery
disc
Latest Generation 64-bit x86 Quad Core
VWC.TR.02 CPU Processing
processor (3.4 Ghz) or better
VWC.TR.03 Memory 16 GB RAM
Hard disk: 2x 500 GB RAID-1, Hot-plug
VWC.TR.04 Hard disk
redundant
VWC.TR.05 Optical drive DVD R/W
VWC.TR.06 Network 2x 1 Gb/s LAN
PCI express 3.0 backplane (min 4 slots) with
VWC.TR.07 System backplane
provision for future expansion
VWC.TR.08 Support for 4 Ch Graphic cards with DVI outputs
Should support Display Port (max resolution:
VWC.TR.09 Graphics card
2560x1600@60Hz)
VWC.TR.10 1920x1200@60 Hz (DVI)
VWC.TR.11 DVI Input Supporting DVI, RGB Signals

Page 286 / 427


No. Category Minimum Requirements Specification
VWC.TR.12 Dimensions 19” Rack mount
VWC.TR.13 Power Supply 100-240VAC, 50/60Hz, Hot-plug redundant
Operating
VWC.TR.14 0°C to 35°C or better
Conditions
Storage
VWC.TR.15 0°C to 40°C
Temperature
Joystick Controller
PTZ speed dome control for IP cameras
Minimum 10 programmable buttons
Multi-camera operations
JC.TR.01 Joystick General Compatible with all the camera models offered in
the solution
Compatible with VMS /Monitoring software
offered
d. Rack for IT Infra 42U
No. Category Minimum Requirements Specification
Form Factor /
RACK.TR.01 42U (600x1000mm)
Dimension
RACK.TR.02 Material Aluminium
Provision for heat dissipation for side-to-side and
RACK.TR.03 Cooling
Front-to-Back units
Top and Bottom gland cable Entry trays with
RACK.TR.04 Cable Entry
brush
RACK.TR.05 Side Panels Full Side Panels for both sides
RACK.TR.06 Front Door Front door with latch and ventilation holes.
RACK.TR.07 Back Door Back door with latch and ventilation holes.
RACK.TR.08 PDU 2* Dual 32A PDU
2* 16 receptacle Power Connectors each
RACK.TR.09 Power Outlets
connected to separate PDUs
RACK.TR.10 Extra Units Keyboard Drawer, 2x fixed tray
Mounting Nuts and washers for mounting equipment and
RACK.TR.11
Accessories slides.
RACK.TR.12 Cable Managers Adequate cable managers for units.
RACK.TR.13 Depth Support 4 * Depth Support channels

Page 287 / 427


e. Domain Operators Workstations with 2 Monitors
No. Category Minimum Requirements Specification
Intel Core i7, 64bit x86 Processor @ 3.2 GHz or
WS.TR.01 Processor more, 8MB L3 cache, Memory support DDR3 or
better specifications
The video management software shall be
WS.TR.02 Video installed on each desktop to access the video feed
from Network Video Recorder system.
Integrated 10/100/1000 Gigabit Ethernet
WS.TR.03 Network
controller
1 HDMI port (Preferable), 2x USB 2.0 and 2 x
WS.TR.04 Ports
USB 3.0 (Preferable)
WS.TR.05 Ports Minimum 4 ports USB 3.0
WS.TR.06 Ports Front I/O includes (2 or more) USB 2.0 ports
Rear I/O includes (2 or more) USB 3.0 ports, (2
WS.TR.07 Ports or more) USB 2.0 ports, serial port, Parallel port,
PS/2 mouse
keyboard ports, RJ-45 network interface,
WS.TR.08 Ports DisplayPort 1 VGA and 3.5mm audio in/out
jacks; 4 in 1 Media Card Reader (Preferable)
WS.TR.09 HDD Controller Integrated dual port SATA-II controller
WS.TR.10 Memory Minimum 16GB DDR III 1333MHz or higher
WS.TR.11 Storage Minimum 1TB @ HDD 7200 RPM
22X DVD writer or higher and the corresponding
WS.TR.12 Optical Drive
software
Two 21” TFT LCD monitors with minimum 1920
WS.TR.13 Workstation x 1080 resolution with 5 ms response time or
better specifications, TCO 03 or higher certified
WS.TR.14 Keyboard 107 or more Keys Keyboard
2 / 3 button USB Optical Scroll Mouse with anti-
WS.TR.15 Mouse static mouse pad resolution of Optical 1000 cpi,
Complying to CE and FCC norms
Power Management System with Power management features &
WS.TR.16
and DMI Desktop Management Interface implementation
WS.TR.17 Operating System Windows desktop latest version
WS.TR.18 Power input 100 -240V AC

Page 288 / 427


No. Category Minimum Requirements Specification
UPS to be provided with a minimum of 30 mins
WS.TR.19 UPS
backup
3G/4G to Wi-Fi/Ethernet Router with High
WS.TR.20 Router Power 3G Antenna shall be provided with
desktops where internet is not available
f. Helpdesk Workstations
No. Category Minimum Requirements Specification
WS.TR.01 Processor Latest Quad Core i7 with 3 GHz or higher
WS.TR.02 Chipset Compatible 64-bit Chipset
WS.TR.03 Motherboard OEM Motherboard
WS.TR.04 RAM Minimum 8 GB DDR3 or higher expandable up to
32 GB or more
WS.TR.05 Graphics card Minimum Graphics card with 2 GB video memory
(non- shared)
WS.TR.06 HDD 1 -TB SATA-3 Hard drive @7200 rpm with Flash
Cache of 64GB SSD.
WS.TR.07 Media Drive NO CD / DVD Drive
WS.TR.08 Network interface 10/100/1000 Mbps autosensing on board integrated
RJ-45 Ethernet port.
WS.TR.09 Audio Line/Mic IN, Line-out/Speaker Out (3.5 mm)
WS.TR.10 Ports 1 HDMI port (Preferable), 2x USB 2.0 and 2 x USB
3.0 (Preferable), 10 USB ports external - with
minimum 4 ports USB
3.0 Front I /O includes (2 or more) USB 2.0 ports
Rear I / O includes (2 or more) USB 3.0 ports, (2 or
more) USB 2.0 ports, serial port, Parallel port, PS 2
mouse and keyboard ports, RJ-45 network interface,
Display Port 1 VGA and 3.5mm audio in /out jacks;
4 in 1 Media Card Reader (Preferable)
WS.TR.11 Keyboard 107 or more English + Punjabi and Rupee symbol
Key’s keyboard
WS.TR.12 Mouse 2 Or 3 button USB Optical Scroll Mouse with
antistatic mouse pad resolution of Optical 1000 CPI,

Page 289 / 427


No. Category Minimum Requirements Specification
Complying to CE and FCC norms
WS.TR.13 Monitor 22” TFT LED monitor, Minimum 1920 x1080
resolution, 5 ms or better response time
WS.TR.14 Certification Energy star /BEE certified/ EPEAT
WS.TR.15 Operating System Pre-Loaded Windows 10 with recovery disc, Linux
etc.
WS.TR.16 Security BIOS controlled electro-mechanical internal chassis
lock for the system.
WS.TR.17 Power Input 100 -240V AC
WS.TR.18 UPS to be provided with a minimum of 30 mins
UPS
backup
g. IT Operations Manager Workstation

No. Category Minimum Requirements Specification

WS.TR.01 Processor Latest Quad Core i7 with 3 GHz or higher


WS.TR.02 Chipset Compatible 64-bit Chipset
WS.TR.03 Motherboard OEM Motherboard
WS.TR.04 RAM Minimum 8 GB DDR3 or higher expandable up to
32 GB or more
WS.TR.05 Graphics card Minimum Graphics card with 2 GB video memory
(non- shared)
WS.TR.06 HDD 2 TB SATA-3 Hard drive @7200 rpm with Flash
Cache of 64GB SSD. Provision for installing 4
more drives.
WS.TR.07 Media Drive NO CD / DVD Drive
WS.TR.08 Network interface 10/100/1000 Mbps autosensing on board integrated
RJ-45 Ethernet port.
WS.TR.09 Audio Line/Mic IN, Line-out/Spr Out (3.5 mm)
WS.TR.10 Ports 1 HDMI port (Preferable), 2x USB 2.0 and 2 x USB
3.0 (Preferable), 10 USB ports external - with
minimum 4 ports USB
3.0 Front I /O includes (2 or more) USB 2.0 ports

Page 290 / 427


No. Category Minimum Requirements Specification

Rear I / O includes (2 or more) USB 3.0 ports, (2 or


more) USB 2.0 ports, serial port, Parallel port, PS 2
mouse and keyboard ports, RJ-45 network interface,
Display Port 1 VGA and 3.5mm audio in /out
jacks; 4 in 1 Media Card Reader (Preferable)
WS.TR.11 Keyboard 107 or more English + Punjabi and Rupee symbol
Key’s keyboard
WS.TR.12 Mouse 2 Or 3 button USB Optical Scroll Mouse with
antistatic mouse pad resolution of Optical 1000
CPI, Complying to CE and FCC norms
WS.TR.13 Monitor Touchscreens monitor with 27 Inches screen, Wide
LED, Resolution-
1920x1080, Aspect Ratio-16:9, refresh rate 5ms or
better
WS.TR.14 Certification Energy star /BEE certified/EPEAT
WS.TR.15 Operating System Pre-Loaded Windows 10 with recovery disc, Linux
etc.
WS.TR.16 Security BIOS controlled electro-mechanical internal chassis
lock for the system.
WS.TR.17 Power Input 100 -240V AC
WS.TR.18 UPS to be provided with a minimum of 30 mins
UPS
backup
h. Audio Mixer and Speaker system (1:8)
No. Category Minimum Requirements Specification
WS.TR.01 Audio Mixer Input Power 6W RMS
WS.TR.02 Frequency 80Hz - 20kHz
Response (-3dB)
WS.TR.03 Frequency Range 74Hz - 54kHz
(-10dB)
WS.TR.04 System Sensitivity 89dB (1W = 4V for 16 Ohms)
(1W @1m)
WS.TR.05 Nominal 16 Ohms
Impedance

Page 291 / 427


No. Category Minimum Requirements Specification
WS.TR.06 Speaker Mounting Ceiling Speaker
WS.TR.07 SNR >= 70 dB
WS.TR.08 Speaker Out 100 V AB 6 Zone Speaker Output
WS.TR.09 Rated Power Out 240W
WS.TR.10 Fireman 500 Mv, 600Ω
Microphone
WS.TR.11 Line 1-2 inputs 385mV, 10kΩ balanced Combo
WS.TR.12 Line 3-6 inputs 350mV, 10kΩ, RCA
WS.TR.13 Operation Operation Temp: +5 °C ~ +40 °C
Environment Store Temp: -20 °C ~ +70 °C
Operation Humidity: <95%
i. PAS System for ICCC
No. Category Minimum Requirements Specification
PAS.TR.01 General The system should allow streaming in both local
network and internet and operable from Central
command centre. System should have the capability
to control individual PAS i.e., to make an
announcement at select location (1:1) and all
location (1: many) simultaneously. The PAS should
also support both, Live and Recorded inputs
PAS.TR.02 Unlimited number of both sources and incomers of
stream in the system
PAS.TR.03 Division of the speakers into independently
controlled groups, Minimum 2 Speaker, to be used
for public address system.
PAS.TR.04 Possibility to setup an independent operating Audio
playback from a file or an external source. Audio
streams mixing - playlist creation support.
IP and PC based solution – easy to use and maintain.
PAS.TR.05 Speaker Easy to deploy and use, Event scheduling,
Integrated 14W amplifier, Remote configuration
and administration, External interface.
PAS.TR.06 POE or 12V power
PAS.TR.07 10/100Base-TX Ethernet

Page 292 / 427


No. Category Minimum Requirements Specification
PAS.TR.08 The output of the amplifier, The output of Line out/
Headphones
PAS.TR.09 2 user buttons, The sensor for remote control
PAS.TR.10 The slot for Micro SD card
PAS.TR.11 1x digital input and output
PAS.TR.12 Support The system should not be an end of life / end of
service product.
PAS.TR.13 Operating 0 to 50 Centigrade
Condition
j. Multifunction Device (Printer, Scanner, Fax & Copy)

No. Category Minimum Requirements Specification

MFD.TR.01 Standard
Copy, Email, Fax, Print, Scan
functions
MFD.TR.02 Print speed up to 30 ppm
MFD.TR.03 Recommended
monthly print Up to 3,000 pages
volume
MFD.TR.04 Duty cycle Up to 30,000 images/month
MFD.TR.05 Processor speed Up to 600 MHz
MFD.TR.06 Print memory
256 MB standard
(standard)
MFD.TR.07 10/100BaseT Ethernet, High-Speed USB 2.0, Wi-Fi
Connectivity
b/g/n
MFD.TR.08 First-page-out
As fast as 8.5 seconds
time, printing
MFD.TR.09 Page Description
PCL 5/6, PostScript 3, XPS
Languages (PDL)
MFD.TR.10 Bi-directional Real-time Status, Booklet Creation,
Brightness/Contrast Adjustment, Collation,
Print features
Favourites, Overlay, Poster printing, Skip Blank
Pages, Toner Save, Watermark

Page 293 / 427


No. Category Minimum Requirements Specification

MFD.TR.11 Apple® Air Print™, Google Cloud


Mobile printing Print™, Mopria®, Xerox® Print Service Plug-in
for Android
MFD.TR.12 Two-sided output Standard
MFD.TR.13 Debian 6, 7, 8, 9, Fedora 15, 16, 17, 18, 19, 20, 21,
22, 23, 24, 25, 26, Linux Mint 15, 16, 17, Max
OS® version 10.9, 10.10, 10.11, 10.12, 10.13,
10.14, Red Hat® Enterprise Linux 5, 6, 7, SUSE
Linux Enterprise Desktop 10, 11, 12, Ubuntu 11.10,
12.04, 12.10, 13.04, 13.10, 14.04, 14.10, 15.04,
OS support 15.10, 16.04, 16.10, 17.04, 17.10, 18.04, 18.10,
Windows Server® 2008, Windows Server® 2008
R2, Windows Server® 2012, Windows
Server® 2012 R2, Windows Server® 2016,
Windows Server® 2019, Windows® 7, 8, 10,
openSUSE 11.2, 11.4, 12.1, 12.2, 12.3, 13.1, 13.2,
42.1, 15.2
MFD.TR.14 Maximum copy
Up to 600 x 600 dpi
resolution
MFD.TR.15 First-page-out
As fast as 14 seconds
time, copying
MFD.TR.16 Scan to Email, Scan to Network (SMB, FTP), Scan
Scan destinations
to PC, Scan to USB, Scan to WSD
MFD.TR.17 JPG, PDF (single and multi-page), TIFF (single and
Scan file formats
multi-page)
MFD.TR.18 Scan resolution
1200 x 1200 dpi
(optical)
MFD.TR.19 Auto Answer, Auto Redial, Auto Reduction,
Broadcast Send, Fax Address Book, Fax Forward to
Fax features
Fax, Fax Forward to PC, Junk Fax Filter, Secure
Fax Receive
MFD.TR.20 Fax compression JBIG, MH, MMR, MR
MFD.TR.21 Document Automatic Document Feeder

Page 294 / 427


No. Category Minimum Requirements Specification

handler Capacity: 40 sheets

MFD.TR.22 Paper capacity Tray (Main tray): 250 sheets


MFD.TR.23 Paper size Should support all standard sizes
MFD.TR.24 Output capacity 120 sheets
MFD.TR.25 Plain, Heavy weight, Thicker, Light weight, Bond,
Coloured, Cardstock, Labels, Transparency,
Media types
Envelope, Thick Envelope, Preprinted, Cotton,
Recycled, Archive
MFD.TR.26 Automatic, Self-Signed Certificate Creation,
Security features Disable USB Ports, IP Filtering, IP Sec, Software
Verification, Trusted Certificate Authorities
k. IP PABX System with PRI lines
No. Category Minimum Requirements Specification
The IP telephony system should be a converged
communication System with ability to run
PABX.TR.01 General Analog, Digital, and IP on the same platform
using same software load based on server and
Gateway architecture
The single IP PBX system should be scalable to
PABX.TR.02 Scalability support up to 500 stations (any mix/percentage of
Analog/Digital/IP) to achieve the future capacity
The system should be based on server gateway
architecture with external server running on
PABX.TR.03 General
Linux OS. No card-based processor systems
should be quoted
The voice network architecture and call control
PABX.TR.04 Architecture
functionality should be based on SIP/H.323
The call control and system management should
PABX.TR.05 Redundancy support redundancy with no single point of
failure
PABX.TR.06 IP Support The communication server and gateway should

Page 295 / 427


No. Category Minimum Requirements Specification
support IP V6 from day one to be future proof
The entire solution (IP PBX, its hardware, IP
PABX.TR.07 General Phones, Voice Gateway) should be from a single
OEM
PABX.TR.08 General Support for call-processing and call-control
Should support signaling standards/Protocols–
PABX.TR.09 Protocols
SIP, H.323, Q. Sig
Voice Codec support - G.711, G.729, G.729ab,
PABX.TR.10 Codecs
g.722, etc
The System should have GUI support web-based
PABX.TR.11 GUI
management console
The protection of signaling connections over IP
PABX.TR.12 by means of authentication, Integrity and
encryption should be carried out using TLS
System should support MLPP feature. The
Multilevel Precedence and Preemption (MLPP)
PABX.TR.13 service allows placement of priority calls.
Properly validated users can preempt lower
priority phone calls with higher priority calls.
Proposed system should support Secure Real-
time Transport Protocol (SRTP) for media
PABX.TR.14
Security encryption and signaling encryption by Transport
Layer Security (TLS)
Secure HTTP support for Call Server
Administration, Serviceability, User Pages, and
PABX.TR.15 Call Detail Record Analysis and Reporting Tool.
Should support Secure Sockets Layer (SSL) for
directory
The administrator logging on to the call control
server needs to authenticate by suitable
PABX.TR.16
mechanism such as User Login Information and
Passwords/ Radius Server
Voice gateway to be provided with 1 PRI card
PABX.TR.17 General with 2 port scalable to 3 PRI in future for PSTN
(PRI) line termination.

Page 296 / 427


l. Digital Phones for ICCC operators

No. Category Minimum Requirements Specification

2 line or more, Monochrome display for viewing


IP.TR.01 Display
features like messages, directory etc.
IP.TR.02 10/100 Mbps for a direct connection to a
Integral switch 10/100BASE-T Ethernet network through an RJ-
45 interface
IP.TR.03 Speaker Phone Yes
IP.TR.04 Headset Port for Headset (Headset also to be provided)
IP.TR.05 VoIP Protocol SIP V2
IP.TR.06 PoE IEEE 802.3af or better
IP.TR.07 Supported
SNMP, DHCP, DNS
Protocols
IP.TR.08 Codecs G.711, G.722 including handset and speakerphone
IP.TR.09 Full duplex speaker phone with echo cancellation
Speaker Phone
Speaker on/ off button, microphone mute
IP.TR.10 Easy decibel level adjustment for speaker phone,
Volume control
handset, and ringer
IP.TR.11 Phonebook /
Minimum 100 contacts
Address book
Access to missed, received, and placed calls.
IP.TR.12 Call Logs
(Minimum 20 overall)
IP.TR.13 Clock Time and Date on display

IP.TR.14 Ringer Selectable Ringer tone


m. Dome Camera for Indoor Surveillance

No. Category Minimum Requirements Specification

DOM.TR.01 General The camera should be manufacturer's official product


Requirements line designed for industrial 24x7x365 use. The
camera and camera firmware should be designed and
developed by same OEM

Page 297 / 427


No. Category Minimum Requirements Specification

DOM.TR.02 Image Sensor 1/3.0” or better with minimum 120 dB WDR,


with WDR Progressive CMOS Sensor or better
DOM.TR.03 Lens Specs Compatible to image sensor, Full HD (1080P), P
IRIS / DC IRIS / Auto IRIS, Corrected IR with IR cut
filter
Focal Length: 3x varifocal lens (Lower limit as 4 mm
or less, and Upper limit as 8mm or greater) or better
DOM.TR.04 Resolution Active Pixels 1920(w) x 1080(h)

DOM.TR.05 Minimum Colour: 0.3 lux or better, B/W: 0.05 lux or better (at
illumination 30 IRE)
DOM.TR.06 Video Encoder H.264 with smart codec / H.265

DOM.TR.07 Frame Rate min. 30 FPS or higher

DOM.TR.08 Local Storage Camera to support up to 1TB on SD card, and a 32


GB SD Card should be supplied with the camera
DOM.TR.09 Ethernet 10/100 Base-T ports
DOM.TR.10 Minimum of the following protocols to be supported
Protocols RTSP, RTP/TCP, RTP/UDP, HTTP, HTTPS,
DHCP, 802.11x
DOM.TR.11 Industry
ONVIF Compliant
Standards
DOM.TR.12 Power Supply POE IEE 802.3af compliant
DOM.TR.13 Operating
0° C to 50° C or better
Temperature
DOM.TR.14 Operating
20% to 90% for cameras
Humidity
DOM.TR.15 Enclosure /
IP 66
Casing
DOM.TR.16 Certifications UL, CE, FCC, ONVIF
DOM.TR.17 The camera should not be end of life / end of service
Support for at least 05 years’ service support from project go
live or 07 years’ service support from proposal

Page 298 / 427


No. Category Minimum Requirements Specification

submission date.OEM should certify that they will


give spare support
DOM.TR.18 The camera shall be able to setup and stream out
minimum three (3) stream profiles. Each stream
profile shall have its own compression, resolution,
Streaming frame rate and quality independently. All the 3
streams with 30 FPS should be individually
configurable and compatible with H.264 with smart
codec / H.265.
DOM.TR.19 White Balance Auto / Manual
DOM.TR.20 Back Light
Auto
Compensation
DOM.TR.21 Security Security Password protection
DOM.TR.22 Vandal and impact resistant housing, IK 10, IP66 /
Security
NEMA
DOM.TR.23 Detection of camera tampering, and Detection of
Security Motion should be possible using either camera or
VMS
DOM.TR.24 All mounts & brackets for installing the equipment
Mounting
shall be from the same OEM of Camera. Wall mount
Accessories
/ pole mount
DOM.TR.25 Integrated illumination with minimum 30 metre
IR Illuminator
Range/ Camera support low colour lux level 0.01
DOM.TR.26 Edge Analytics Camera tampering, Motion detection
n. Biometric Facial Recognition Device for ICCC and Server Room
No. Category Minimum Requirements Specification
Biometric Face Scanning capability
BFR.TR.01
Capture
Face recognition Camera with High Resolution with
BFR.TR.02 Camera
IR
Physical RFID Support RFID reader for Card access as Optional
BFR.TR.03
Card

Page 299 / 427


No. Category Minimum Requirements Specification
BFR.TR.04 Users 3000
BFR.TR.05 Transactions 1,00,000 logs
BFR.TR.06 CPU 32-Bit High-End Microprocessor
BFR.TR.07 Display TFT LCD display
Identification sp <= 2 seconds
BFR.TR.08
eed
BFR.TR.09 FAR <=0.0001%
BFR.TR.10 FRR <=1%
BFR.TR.11 Alarm clock Embedded alarm clock
Communication RS232 or RS485, TCP/IP, USB host, Inbuilt Wi-Fi
BFR.TR.12
s
BFR.TR.13 Power 12V DC
Access Control Time Zone, Time Group, Antipass back
BFR.TR.14
Features
External Functio Connect Electronic Lock/Access Control, Electronic
BFR.TR.15
ns bill
BFR.TR.16 Show Time, ID number, Name
BFR.TR.17 Language English
BFR.TR.18 Voice Prompt In case of Access allowed or Access denied
BFR.TR.19 Save Function Turn off device automatically for saving
BFR.TR.20 Certification CE, FCC, UL certified
Operating 10 deg C – 55 deg C
BFR.TR.21
Temperature
Operating Humi 0% to 80%
BFR.TR.22
dity
BFR.TR.23 Local storage Minimum 1 GB SD Card
BFR.TR.24 Warranty One year
o. Electromagnetic Door Lock (600 Ibs) with Accessories for ICCC and Server Room
No. Category Minimum Requirements Specification
EDL.TR.01 Magnet (LxWxH) 250 x 42 x 26 mm
Armature plate 180 x 38 x 11 mm
EDL.TR.02
(LxWxH)
EDL.TR.03 Current drawn 400mA @ 12/24 VDC
270 kgs (600 Ibs) with built in bond sensor & relay
EDL.TR.04 Holding force
output

Page 300 / 427


No. Category Minimum Requirements Specification
Operating 10 degree C – 55 degree C
EDL.TR.05
temperature
Operating 0% to 85% (noncondensing)
EDL.TR.06
Humidity
EDL.TR.07 Accessories U & L Bracket
EDL.TR.08 Certification UL
Low energy consumption, Silent, continuous duty
EDL.TR.09 Other operation applicable to all single and pairs of
swinging doors
p. Fire Detection & Alarm System for ICCC and Server Room
No. Category Minimum Requirements Specification
The facility shall be equipped with adequate and
advanced Fire Detection and Suppression system.
The system shall raise an alarm in the event of smoke
detection. The system shall have proper signage,
FD.TR.01 General
response indicators and hooters in case of an
emergency. The system shall be based as per
National Fire Protection Association (NFPA)
standards
The facility is to be equipped with gas-based fire
FD.TR.02 General suppression system appropriately sized for ICCC and
their sub systems.
Detection shall be by means of automatic heat and
smoke detectors located throughout the Control
FD.TR.03 General Room (ceiling, false floor, and other appropriate
areas where fire can take place) with break glass
units on escape routes and exits.
• The control panel shall be a microprocessor based
single loop addressable unit, designed, and
Control and manufactured to the requirements of EN54 Part 2
FD.TR.04 Indicating for the control and indicating component and
Component EN54 Part 4 for the internal power supply.
• All controls of the system shall be via the control
panel only.

Page 301 / 427


No. Category Minimum Requirements Specification
• The system status shall be made available via
panel mounted LEDs and a backlit 8-line x 40-
character alphanumeric liquid crystal display.
• All system controls and programming will be
accessed via an alphanumeric keypad. The
control panel will incorporate form fill menu
driven fields for data entry and retrieval.
• The system will include a detection verification
feature. The user shall have the option to action a
time response to a fire condition. This time shall
be programmable up to 10 minutes to allow for
investigation of the fire condition before
activating alarm outputs. The operation of a
manual call point shall override any verify
command.
• Start sounders
• Silence sounders
• Reset system
• Cancel fault buzzer
FD.TR.05 Manual Controls
• Display test
• Delay sounder operation
• Verify fire condition
• Disable loop
Smoke detectors shall be of the optical or ionisation
type. Devices shall be compatible with the CIE
conforming to the requirements of EN54 Part 7 and
FD.TR.06 Smoke detectors
be LPCB approved. The detectors shall have twin
LEDs to indicate the device has operated and shall fit
a common addressable base.
• Heat detectors shall be of the fixed temperature
(58° C), or rate of temperature rise type with a
fixed temperature operating point.
FD.TR.07 Heat detectors
• Devices shall be compatible with the CIE
conforming to the requirements of EN54 Part 5
and be LPCB approved.

Page 302 / 427


No. Category Minimum Requirements Specification
• The detectors shall have a single LED to indicate
the device has operated and shall fit a common
addressable base.
• All bases shall be compatible with the type of
detector heads fitted and the control system
component used. Each base shall comprise all
necessary electronics including a short circuit
isolator.
Addressable
FD.TR.08 • The device shall be automatically addressed by
detector bases
the CIE on power up of the loop without the need
of the insertion of a pre-programmed EPROM or
setting of DIL switches.
• Detector bases shall fit onto an industry standard
conduit box.
Electronic sounders shall be coloured red with
adjustable sound outputs and at least 3 sound signals.
The sounders should be suitable for operation with a
FD.TR.09 Audible Alarms 24V DC supply providing a sound output of at least
100dBA at 1 meter and 75 dB a min, for a bed head
or sounder base type device. The sounder frequency
shall be in the range of 500Hz to 1000Hz.
The fire detection and alarm system will be
FD.TR.10 Commissioning programmable and configurable via an alpha
numeric keypad on the control panel.
General – The HSSD system shall provide an early
warning of fire in its incipient stage, analyse the risk,
and provide alarm and actions appropriate to the risk.
High Sensitivity
The system shall include, but not be limited to, a
FD.TR.11 Smoke Detection
Display Control Panel, Detector Assembly, and the
System
properly designed sampling pipe network. The
system component shall be supplied by the
manufacturer or by its authorized distributor.
q. Rodent Repellent System for ICCC and Server Room
No. Category Minimum Requirements Specification
RRS.TR.01 Design The entry of Rodents and other unwanted pests shall

Page 303 / 427


No. Category Minimum Requirements Specification
be controlled using non-chemical, non-toxic devices.
Ultrasonic pest repellents shall be provided in the
false flooring and ceiling to repel the pests without
killing them. However, periodic pest control using
Chemical spray can be done once in 3 months as a
contingency measure to effectively fight the pest
menace.
RRS.TR.02 Configuration Master console with necessary transducer
Operating
RRS.TR.03 Above 20 KHz (Variable)
Frequency
RRS.TR.04 Sound Output 50 dB to 110 dB (at 1 meter)
RRS.TR.05 Power output 800 mW per transducer
Power
RRS.TR.06 15 W approximately
consumption
RRS.TR.07 Power Supply 230 V AC 50 Hz
RRS.TR.08 Mounting Wall / Table Mounting
r. Water Leakage Detection System for ICCC and Server Room
No. Category Minimum Requirements Specification
The water leak detector shall be installed to detect
any seepage of water into the critical area and alert
the Control Room for such leakage. It shall consist
WLD.TR.01 General
of water leak detection cable and an alarm module.
The cable shall be installed in the ceiling & floor
areas around the periphery.
Water Leak Detection system should be for the
WLD.TR.02 Design Server and ICCC room Areas to detect and water
flooding below the floor of the room.
Water Leak Detection System should be wire based
solution with alarm; the wire needs to lay in the room
WLD.TR.03 Design surrounding the Precision Air Conditioning system
(PAC) units, which is the probable source of water
leakage.
WLD.TR.04 Equipment The Water leak detection system should comprise of

Page 304 / 427


No. Category Minimum Requirements Specification
Tape Sensors, Water Leak detection modules,
Condensation detectors, I/O modules and sounders
all connected to a Control Panel.
The hooter / sounder should give audible alarm when
any sensor operates. It should be complete with
electronic oscillations, magnetic coil (sound coil)
WLD.TR.05 Hooter / Sounder
and accessories ready for mounting (fixing). The
sound output from the Hooter should not be less than
85 decibels at the source point.
s. Online UPS 60 KVA each for ICCC and Server Room
No. Category Minimum Requirements Specification
Capacity Indicative capacity – 60 KVA or as per the design of
OUPS.TR.01
the System Integrator
Output Wave Pure Sine wave
OUPS.TR.02
Form
Input Power >=0.95 or better
OUPS.TR.03 Factor at Full
Load
OUPS.TR.04 Input Voltage 380/400/415V AC (3 Phase +N)
Input voltage 110-300 V AC
OUPS.TR.05
range
OUPS.TR.06 Input Frequency 50/60 Hz
OUPS.TR.07 Output Voltage 380/400/415V AC (3 Phase +N)
Output +/- 0.1% (Free running); +/- 3% (Sync. Mode) or
OUPS.TR.08
Frequency better
Inverter >95% or better
OUPS.TR.09
efficiency
Overall AC-AC Min. 92% or above
OUPS.TR.10
Efficiency
Technology True Online Double Conversion
OUPS.TR.11 · IGBT technology
· PWM inverter switching technology
UPS shutdown UPS should shutdown with an alarm and indication
OUPS.TR.12 on following conditions
• Output over voltage

Page 305 / 427


No. Category Minimum Requirements Specification
• Output under voltage
• Battery low
• Inverter overload
• Over temperature
• Output short
Fan fault
OUPS.TR.13 Battery Backup 60 minutes in full load
Battery Battery Technology - support VRLA/SMF /
Lithium-Ion phosphate with Battery Management
OUPS.TR.14
Technology to protect the battery from overcharging
condition.
Indicators & Indicators for AC Mains, Load on Battery, Fault,
OUPS.TR.15 Metering Load Level, Battery Low Warning, Inverter On, UPS
on Bypass, Overload
Indicators & Metering for Input Voltage, Output Voltage and
OUPS.TR.16
Metering frequency, battery voltage, Output current
Audio Alarm Battery low, Mains Failure, Over temperature,
OUPS.TR.17
Inverter overload, Fault etc.
Operating 0 to 45 degrees centigrade
OUPS.TR.18
Temperature
OUPS.TR.19 Standard ISO 9000, ISO 14001, ISO 27001, RoHS, etc
t. DG System for VSIP Server Room & ICCC Room (250 KVA)
No. Category Minimum Requirements Specification
Auto Starting DG Set Mounted on a common based
frame with AVM (Anti-Vibration) pads, residential
General
DGS.TR.01 silencer with exhaust piping, complete conforming
Specifications
to ISO 8528 specifications and CPCB certified for
emissions. KVA rating as per the requirement.
DGS.TR.02 Capacity Minimum 250 KVA
High Speed Diesel (HSD) With 30 Litre Tank
Capacity or better. It should be sufficient and suitable
for containing fuel for 12 hours continuous
DGS.TR.03 Fuel
operation, Complete with level indicator, fuel inlet
and outlet, air vent, drain plug, inlet arrangement for
direct filling and set of fuel hoses for inlet and return.

Page 306 / 427


No. Category Minimum Requirements Specification
DGS.TR.04 Power Factor 0.8
Engine should support electric auto start, water
cooled, multi cylinder, maximum 1500 rpm with
electronic/manual governor and electrical starting
DGS.TR.05 Engine
arrangement complete with battery, 4 strokes
multiple cylinders/single and diesel operated
conforming to BS 5514/ ISO 3046/ IS 10002
Self-exciting, self-regulating type alternator rated at
0.8 PF or better, 415 Volts, 3 Phase, 4 wires, 50
DGS.TR.06 Alternator cycles/sec, 1500 RPM, conforming to IS 4722/ BS
5000, Windings of 100% Copper, class H insulation,
Protection as per IP 23.
AMF Panel fitted inside the enclosure, with the
following meters/indicators:
• Incoming and outgoing voltage
• Current in all phases
• Frequency
• KVA and power factor
• Time indication for hours/ minutes of operation
• Fuel Level in field tank, low fuel indication
AMF (Auto Main
DGS.TR.07 • Emergency Stop button
Failure) Panel
• Auto/Manual/Test selector switch
• MCCB/Circuit breaker for short-circuit and
overload protection
• Control Fuses
• Earth Terminal
• Any other switch, instrument, relay etc. essential
for Automatic functioning of DG set with AMF
panel
• The DG set shall be provided with acoustic
enclosure / canopy to reduce the sound level and to
house the entire DG set (Engine & Alternator set)
Acoustic
DGS.TR.08 assembly outside (open-air).
Enclosure
• The enclosure shall be weather resistant powder
coated, with insulation designed to meet latest
MOEF/CPCB norms for DG sets, capable to

Page 307 / 427


No. Category Minimum Requirements Specification
withstand Mumbai climate. The enclosure shall have
ventilation system, doors for easy access for
maintenance, secure locking arrangement, complete
DGS.TR.09 Output Frequency 50 Hz
DGS.TR.10 Tolerance +/- 5% as defined in BSS-649-1958
DGS.TR.11 Enclosure Acoustic enclosure with provision for a fuel tank
Over speed /under speed/High water
DGS.TR.12 Indicators
temperature/low lube oil etc.
DGS.TR.13 Intake system Naturally Aspirated
DGS.TR.14 Certifications ISO 9001/9002, relevant BS and IS standard.
2.2.7.2 Server Room in Visitor Building
a. Core Switch Layer3 48-Port
No. Category Minimum Requirements Specification
Switch should have minimum 48X100/1000Mbps
Ethernet Ports and minimum 2x1G/10G SFP or
CSW.TR.01
2x10G SFP+ uplink ports. All transceiver modules
should be from the same Switching OEM
The switch Shall support 1000 Base-SX, LX, LH,
CSW.TR.02
1000BASE-T
The switch shall have minimum 150 Gbps switching
CSW.TR.03
capacity
The switch shall have switching throughput up to 112
CSW.TR.04
million pps
CSW.TR.05 The switch should have 32K ARP entries
Architecture
The switch should support minimum 1000 IPv4
CSW.TR.06
routes, 1000 IPv6 routes
CSW.TR.07 The switch should have non-blocking architecture
The switch should have independent monitoring and
CSW.TR.08 restart of individual software modules, and enhanced
software process serviceability functions
The switch should have individual software modules
CSW.TR.09
to be upgraded for higher availability
The switch should have framework for monitoring,
CSW.TR.10
troubleshooting and capacity planning
CSW.TR.11 The switch should support Jumbo frames size of 9K

Page 308 / 427


No. Category Minimum Requirements Specification
bytes
The switch should support internal loopback testing
CSW.TR.12 for maintenance purposes and an increase in
availability
The switch should support redundant fans and power
CSW.TR.13
supplies
The switch should protect against unknown
CSW.TR.14
broadcast, unknown multicast, or unicast storms
The switch should support internal Redundant power
CSW.TR.15
supplies
CSW.TR.16 The switch should support VRRP
Resiliency and The switch should support Unidirectional Link
CSW.TR.17
high availability Detection (UDLD)
CSW.TR.18 The switch should support IEEE 802.3ad LACP
The switch should have built-in troubleshooting
CSW.TR.19
feature
The switch should have the capability to enable or
CSW.TR.20
disable interfaces depending on security preferences
CSW.TR.21 The switch should support Industry-standard CLI
The switch should restrict access to critical
CSW.TR.22 configuration commands and support multiple
privilege levels with password protection
The switch shall provide ACL based SNMP access
CSW.TR.23 and support local and remote syslog capabilities allow
logging of all access
Management
The switch should Provide SNMP read and trap
CSW.TR.24 support of industry standard Management
Information Base (MIB), and private extensions
CSW.TR.25 The switch should support sFlow
The switch should support Remote monitoring
CSW.TR.26
(RMON)
CSW.TR.27 The switch should support TFTP, and SFTP support
The switch should support ping and traceroute for
CSW.TR.28
both IPv4 and IPv6
The switch should support Simple Network Time
CSW.TR.29
Protocol (SNTP)

Page 309 / 427


No. Category Minimum Requirements Specification
The switch should support IEEE 802.1AB Link Layer
CSW.TR.30
Discovery Protocol (LLDP)
The switch should support Single or Dual flash
CSW.TR.31
images
The switch should support Multiple configuration
CSW.TR.32
files
The switch should support up to 4,094 port-based or
CSW.TR.33 IEEE 802.1Q-based VLANs and supports MAC-
based VLANs and IP subnet-based VLANs
The switch should support IEEE 802.1D STP, IEEE
802.1w Rapid Spanning Tree Protocol (RSTP) for
CSW.TR.34
faster convergence, and IEEE 802.1s Multiple
Spanning Tree Protocol (MSTP)
The switch should support Per-VLAN spanning tree
Layer 2 feature
CSW.TR.35 plus (PVST+ or RPVST+) or Rapid Convergence
Spanning Tree Protocol or equivalent
The switch should support Internet Group
CSW.TR.36
Management Protocol IGMP v1, v2, and v3
The switch should support congestion actions and
support strict priority (SP) queuing and weighted fair
CSW.TR.37
queuing OR both weighted random early detection &
weighted round robin.
The switch should support Address Resolution
Protocol (ARP) and supports static ARPs, gratuitous
CSW.TR.38 Layer 3 feature
ARP to allows detection of duplicate IP addresses and
proxy ARP
CSW.TR.39 The switch should support UDP helper / DHCP helper
CSW.TR.40
The switch should support Dynamic Host
CSW.TR.41
Configuration Protocol (DHCP)
The switch should support Domain Name System
CSW.TR.42
(DNS)
The switch should support Multicast VLAN or
CSW.TR.43
equivalent industry standard protocol.
The switch should support Protocol Independent
CSW.TR.44
Multicast (PIM) and supports Sparse Mode (SM)

Page 310 / 427


No. Category Minimum Requirements Specification
The switch should support Static, Open shortest path
CSW.TR.45
first (OSPF), Border Gateway Protocol IPv4 routing
The switch should support directed broadcasts control
CSW.TR.46
and support of ICMP
The switch should support Static IPv6 routing,
CSW.TR.47
OSPFv3
The switch should support Equal-Cost Multipath
CSW.TR.48
(ECMP)
The switch should support ACLs for both IPv4 and
CSW.TR.49 IPv6 based on a Layer 2 header or a Layer 3 protocol
header
The switch should support Remote Authentication
CSW.TR.50 Security
Dial-In User Service (RADIUS)
The switch should support Terminal Access
CSW.TR.51
Controller Access-Control System (TACACS+)
CSW.TR.52 The switch should support Secure shell (SSHv2)
b. Network Intrusion Prevention System (NIPS)
No. Category Minimum Requirements Specification
Hardware Should be a hardware-based appliance and should not
NIPS.TR.01
Architecture be a part of any other appliance
The hardware should have a minimum of 4x1G
Hardware
NIPS.TR.02 Ethernet ports, 1x1G/10G Ethernet port and 1X10G
Architecture
SFP/ SFP+ port
The hardware should detect intrusion attempts/
discerns between the various types and risk levels
including unauthorized access attempts, pre-attack
probes, suspicious activity, DDoS, vulnerability
NIPS.TR.03 Features
exploitation and zero-day attacks, Worm, Phishing,
Spyware, Virus, Trojan, P2P, VoIP, Backdoor,
Reconnaissance, Bandwidth Hijacking, Cross-site
scripting, SQL Injection, malformed traffic, etc.
The hardware should detect, and block all known,
NIPS.TR.04 Features
high risks along with their underlying vulnerability
The hardware should support traffic inspection for
NIPS.TR.05 Features
IPv4 and IPv6
NIPS.TR.06 Features The hardware should have an integration mechanism,

Page 311 / 427


No. Category Minimum Requirements Specification
preferably in the form of open APIs and/or standard
interfaces, to enable events and log data to be shared
with external network and security management
applications, such as Security Information and Event
Management (SIEMs), and log management tools
The solution should support signatures, Filters,
protocol anomaly, vulnerabilities, and traffic anomaly
NIPS.TR.07 Features filtering methods to detect and protect attacks,
malicious traffic and zero-day threat protection with
the help of analytical/simulation mechanism
The appliance should support a throughput of
minimum 3 Gbps scalable up to 8 Gbps within the
Performance &
NIPS.TR.08 same box and latency should be minimum for all
Scalability
kinds of real-world traffic/production performance in
Active-Active or Active-Standby mode
The appliance should support a minimum of 40,000
Performance & connections per second scalable up to 4,00,000
NIPS.TR.09
Scalability connections per second without changing the
hardware
c. Next Generation Firewall
No. Category Minimum Requirements Specification
The Firewall should have a minimum of 6 x 1Gigabit
Ethernet ports, minimum of 1 x 10Gbps copper or
NGFW.TR.01 General
Fiber port to cater to connectivity from multiple
zones.
General The Firewall should have Firewall inspection
throughput of minimum 03 Gbps, Threat Prevention
NGFW.TR.02
throughput of minimum 02 Gbps and IPsec
Throughput of minimum 01 Gbps.
General The Firewall should support minimum 18,000 new
connection per second, maximum concurrent
NGFW.TR.03
connections between 1 to 3 million, minimum 3000
VPN (IPSec/SSL) connections.
General The Firewall should be an Integrated Security
NGFW.TR.04 Appliance which should have these features from day
1 - Firewall, VPN, IPS, Content filtering, Gateway

Page 312 / 427


No. Category Minimum Requirements Specification
AV, Application Control, Sandboxing, etc.
General The Firewall should have built in dual, redundant
power supply and dual fans. The Firewall should
NGFW.TR.05
support for minimum 100GB HDD/SSD internal
storage, USB, and Console port
General Should be quad core or higher processor-based
NGFW.TR.06 solution for faster processing. The firewall should
support multiple Security Processing Cores.
General Firewall must support inbound and outbound
Antimalware/Antispyware scanning. Should identify
and block command and control traffic originating
NGFW.TR.07
from bots on the local network to IPs and domains that
are identified as propagating malware or are known
CnC points.
General Intrusion Prevention System: Should not buffer
traffic before scanning for IPS and must support
inbound and outbound IPS scanning. It should scan
NGFW.TR.08
the entire traffic and not few specific kilobytes of the
session. Should support minimum 02 Gbps of IPS
throughput with sufficient signature set.
General Should enforce acceptable use policies and block
access to HTTP/HTTPS websites containing
information or images that are objectionable or
unproductive with Content Filtering Service and
Content Filtering Client. Should block content using
NGFW.TR.09 the predefined categories or any combination of
categories. Filtering can be scheduled by time of day,
such as during business hours, and applied to
individual users or groups. Should maintain a URL
database of sites and categories. Antivirus capability
shall be Industry certified.
Application Control: The proposed system shall have
NGFW.TR.10 General the ability to detect, log and take action against
network traffic based on application signatures.
General The Firewall should have a unique design with the
NGFW.TR.11
multi-core architecture to provide high DPI

Page 313 / 427


No. Category Minimum Requirements Specification
throughput and extremely high new session
establishment rates to deal with traffic spikes in
demanding networks.
The Firewall should have a single-pass DPI
architecture simultaneously scans for malware,
NGFW.TR.12 intrusions, and application identification, drastically
reducing DPI latency and ensuring that all threat
information is correlated in a single architecture.
The Firewall should support REST API which would
allow the firewall to receive and leverage all
proprietary, original equipment manufacturer and
NGFW.TR.13 third-party intelligence feeds to combat advanced
threats such as zero-day, malicious insider,
compromised credentials, ransomware, and advanced
persistent threats.
The firewall should prevent data leakage by
NGFW.TR.14 identifying and controlling content crossing the
network through regular expression matching.
The Firewall should Support for TLS 1.2 or 1.3 to
improve overall security on the firewall. This should
NGFW.TR.15
be implemented in Firewall Management, SSL VPN
and DPI.
There should be a proposed multi-engine sandboxing
solution which should be cloud based or appliance
NGFW.TR.16
based and employ sandboxing engine for effective
scanning.
The appliance based on-premises or cloud-based
Sandbox should have technology that detects and
blocks malware that does not exhibit any malicious
behaviour and hides its weaponry via encryption.
Should detect and block mass-market, zero-day
NGFW.TR.17
threats and unknown malware. The technology should
discover packed malware code that has been
compressed to avoid detection, the technology should
allow the malware to reveal itself by unpacking its
compressed code in memory in a secure sandbox

Page 314 / 427


No. Category Minimum Requirements Specification
environment. It should see what code sequences are
found within and compares it to what it has already
seen.
The firewall should have single pass, low latency
inspection system that performing stream-based, bi-
directional traffic analysis at high speed without
NGFW.TR.18
proxying or buffering to effectively uncover intrusion
attempts and malware downloads while identifying
application traffic regardless of port and protocol.
Should have ability to prevent potentially malicious
files from entering the network. Should have support
NGFW.TR.19 for files sent to the proposed on-premises sandbox for
analysis to be held at the gateway until a verdict is
determined.
High Availability: The device shall support state full
session maintenance in the event of a fail-over to a
NGFW.TR.20
standby unit. High Availability Configurations should
support Active/ Passive with State Sync.
The Firewalls should be managed from single unified
NGFW.TR.21
management console from same OEM.
The devices should not have license restriction on
number of users. The license should have the
following subscriptions from day 1 - Firewall,
NGFW.TR.22 Gateway Anti-Virus, Anti-Spyware, Intrusion
Prevention and Application Intelligence and Control,
URL/Content Filtering, Anti-Spam and Advance
Threat Prevention/Protection including sandboxing.
Should have reporting facility to generate reports on
NGFW.TR.23 virus dedicated over different protocols, top sources
for viruses, destination for viruses, top viruses etc.
Logging and reporting solution should be supported.
NGFW.TR.24 Should have Multi-Tenant and Device Group level
management
The solution should generate the reports for the
NGFW.TR.25 firewall, gateway level AV, IPS web filtering
requested.

Page 315 / 427


No. Category Minimum Requirements Specification
The solution shall have readymade templets to
NGFW.TR.26 generate reports like complete reports or attack
reports, bandwidth report, etc.
The solution should support Application
Visualization and Intelligence - should show historic
and real-time reports of what applications are being
NGFW.TR.27
used, and by which users. Reports should be
completely customizable using intuitive filtering and
drill-down capabilities.
d. Core Router
No. Category Minimum Requirements Specification
Router shall have Modular distributed and chassis-
ROU.TR.01
based architecture
Router shall support Separate data and control
ROU.TR.02 planes to provide greater flexibility and enable
continual services.
Shall be based on multi-core/ Multi processor design
ROU.TR.03
and shall be 19” Rack Mountable
Router shall have minimum 4 X 10/100/1000Mbps
Ethernet ports and minimum 2 X 10/100/1000Mbps
SFP/SFP+ ports populated with appropriate
ROU.TR.04 transceivers as per solution/design. MSI/SI to
Architecture evaluate the final termination required as per their
solution design and provide the required
transceivers.
Shall have minimum 10 Gbps backplane Bandwidth
ROU.TR.05 and minimum of 1 Gbps of forwarding Throughput
for both IPv4 and IPv6
The Router shall support console port or USB port
ROU.TR.06
or flash slots
The Router should support redundant hot-swappable
ROU.TR.07
power supply
Router shall have sufficient free slot for interface
ROU.TR.08
scalability
ROU.TR.09 Performance Router should have minimum 2 GB RAM and

Page 316 / 427


No. Category Minimum Requirements Specification
minimum 256 MB internal flash / memory for
smooth operation
The Router should support Distributed processing
ROU.TR.10 and support powerful parallel processing,
encryption, and QoS or HQoS functionalities
Resiliency and The Router should support Virtual Router
ROU.TR.11
high availability Redundancy Protocol (VRRP) or equivalent
The Router shall support graceful restart including
ROU.TR.12 graceful restart for OSPF, IS-IS, BGP, LDP or
RSVP or RSVP-TE
The Router should support Static, RIP, OSPF, BGP,
ROU.TR.13
IS-IS routing for IPv4 & IPV6
The Router should support PIM or PIM-SM or
ROU.TR.14
PIM-SSM & other standard Multicast capabilities
The Router should maintain separate stacks for IPv4
and IPv6 to ease the transition from an IPv4-only
ROU.TR.15
network to an IPv6-only network design and should
have NAT or CGNAT or IPSEC enabled
The Router should support MPLS and Layer 2 and
ROU.TR.16
Layer3 routing Layer 3 VPN, support Multicast VPN
The Router should support Bidirectional Forwarding
ROU.TR.17
Detection (BFD) & other standard routing protocols
ROU.TR.18 The Router should support IGMPv1/v2/v3
The Router shall support Multicast Source
ROU.TR.19 Discovery Protocol (MSDP) or LLDP and Multicast
Border Gateway Protocol (MBGP) or equivalent
The Router shall support Equal- Cost Multipath
ROU.TR.20 (ECMP) or equivalent and support Policy based
routing
The Router should support Address Resolution
ROU.TR.21 Layer 3 services Protocol (ARP), UDP helper / DHCP helper/DHCP
Server, DNS and support DHCP protocol
The Router should support Dynamic Virtual
ROU.TR.22 Security Private Network (DVPN) or ADVPN or EVPN or
equivalent

Page 317 / 427


No. Category Minimum Requirements Specification
The Router should support VPN services with Triple
DES (3DES) and Advanced Encryption Standard
ROU.TR.23
(AES) encryption at high performance and low
latency.
The Router should support powerful ACLs for both
IPv4 and IPv6 to use for filtering traffic to prevent
unauthorized users from accessing the network or
ROU.TR.24
for controlling network traffic to save resources
and support rule based on a Layer 2 header or a
Layer 3 protocol header and specific dates or times
Remote Authentication Dial-In User Service
ROU.TR.25
(RADIUS) and TACACS
The Router should support Network address
ROU.TR.26
translation (NAT) or equivalent
The Router should support Traffic policing and
support Committed Access Rate (CAR) and line rate
ROU.TR.27
and support Congestion management technique or
Quality of equivalent mechanism to support queuing
Service (QoS) The Router should support Congestion avoidance
technique Weighted Random Detection
ROU.TR.28
(WRED)/Random Early Detection (RED) and
support traffic shaping, MPLS QoS or equivalent
The Router should support Industry-standard CLI,
Telnet port, FTP or TFTP or SFTP/SCP (Secure
ROU.TR.29
Copy Protocol) and Secure shell versions or
equivalent
The Router should support SNMPv1/v2/v3, RMON,
ROU.TR.30
sFlow/NetFlow
Management The Router should restrict access to critical
configuration commands and offers multiple
ROU.TR.31 privilege levels with password protection, ACLs
provide Telnet and SNMP access, local and remote
syslog capabilities allow logging of all access
The Router should support ping and traceroute for
ROU.TR.32
both IPv4 and IPv6

Page 318 / 427


No. Category Minimum Requirements Specification
The proposed routing solution (with/without
external tool/system) should analyse network
performance & service quality and further diagnose
ROU.TR.33
& locate network congestion points or failures or
should support netflow/ sflow/ jflow/IPFIX for
flow monitoring or equivalent
The Router should provide a central information
centre for system and network information to
aggregates all logs, traps, and debugging
ROU.TR.34 information generated by the system and maintains
them in order of severity and outputs the network
information to multiple channels based on user-
defined rules or should support SNMP / telemetry
e. Unified Storage with SAN Switch
No. Category Minimum Requirements Specification
Proposed make of Unified All Flash storage system
should be from reputed brands of Storage System’s
OEM. For investment rationalization, the proposed
Unified All Flash storage system should be modular &
Unified scalable in nature wherein the Storage can be scaled by
SAN.TR.01
Storage adding capacity to the controllers & adding / upgrading
controllers to the FC SAN & IP SAN fabric as well IP
NAS network with all the proposed controllers
managed from a One single GUI based management
Interface. All requirements specified are minimum.
Unified Storage solution should have block and file
access with host connectivity for FC, iSCSI, CIFS and
NFS. Storage should have the capability to scale up or
scale-out. The unified storage solution must be
dedicated appliance with specifically optimized OS to
Solution
SAN.TR.02 provide both SAN and NAS functionalities. Proposed
Type
storage system must have minimum 2 Unified
controllers. The all proposed All Flash storage system
should be categorized as All Flash Array/Solid State
Array by the OEM & optimised for Solid State Drives
(SSDs).

Page 319 / 427


No. Category Minimum Requirements Specification
Storage should be supplied with 500TB of usable space
with maximum 80TB, 12Gbps SSD Drives. Usable
SAN.TR.03 Storage Size
space is space without space efficiencies/gains from
Dedupe, Compression etc.
Rack mounted form-factor Modular design to support
disk drives expansion 2 X 12Gbps SAS or higher SAS
ports for Backend disk connectivity. The proposed
Hardware
SAN.TR.04 storage must scale up to minimum of 1.5 times number
Platform
of SSD drives proposed. Hot spares should be
configured as per OEM best practices & 1 cold spare
disk should be offered onsite with the storage.
Unified Storage controller nodes must be configured in
Dual-Active configuration. Storage controller must
have minimum 32GB on-board Protected cache per
controller. The controllers /Storage nodes should be
upgradable seamlessly, without any
SAN.TR.05 Controllers disruptions/downtime to production workflow for
performance, capacity enhancement and
software/firmware upgrade. In case bidder is offering
different controllers for SAN & NAS features, every
controller in the solution must have same cache & ports
available to hosts.
Front end
SAN.TR.06 Minimum 2 X 1/10Gbps FC, 4 X 1/10Gbps IP Ports
host Ports
The storage solution should support all latest operating
system and cluster environments. The unified storage
Operating solution should support virtual infrastructure (like
System and VMware / Hyper-V etc). Should have capabilities for
SAN.TR.07
Virtualizatio booting VMs from the SAN. Should be supplied with
n Support virtualization aware APIs for provisioning and
managing the storage array from the virtual
infrastructure.
Unified
Storage should support protocol – FC, iSCSI, NFSv3,
SAN.TR.08 Protocol
CIFS, SMB,etc
Support
SAN.TR.09 Management SNMP and NTP Synchronization

Page 320 / 427


No. Category Minimum Requirements Specification
Protocol
Support
RAID Should support various RAID levels (5,6,10) or
SAN.TR.10
support equivalent
Multi- The multi-pathing software should provide multi-
pathing and pathing software from all leading OEM’s. The Storage
SAN.TR.11
SAN should provide provision LUN Masking and SAN
Security Security
The Storage System should be able to protect the data
against single point of failure with respect to controller,
Redundancy disks, cache, connectivity interfaces, fans, and power
SAN.TR.12 and High supplies. Storage should support non-disruptive online
Availability microcode upgrades & support load balancing and
failover without any limitation on SAN and NAS
provisioned capacity.
• All the necessary software as specified in this RFP
including capability to configure and manage the
storage space, RAID configuration, logical drives
allocation, snapshots etc, single Command and
GUI and Integrated Web Console for entire storage
system for configuration for both file & block
storage and associated functionalities including
deployment, automation, provisioning, and
Management
SAN.TR.13 protection and monitoring management.
software
• Solution should offer real-time performance
monitoring tools giving information on CPU
utilization, volume throughput, I/O rate, and
latency reports of at least 12 months.
• Should be able to create instantaneous or Point in
Time Snapshot copies of volumes which can be
either a full clone or incremental snapshot of the
volumes.
Supported Thin Provisioning, Inline Compression, Inline
Software and Deduplication, snapshot, restore snapshot, Cloning and
SAN.TR.14
licenses from application & VM aware backup.
day one for Storage system should support remote Asynchronous

Page 321 / 427


No. Category Minimum Requirements Specification
the total replication for Disaster Recovery with bandwidth
configured optimization over WAN. Storage should be configured
capacity and with data at rest encryption and key management.
configured
Protocols
The storage array must have complete cache protection
Data using mechanism like mirroring/ de-staging/coherency
SAN.TR.15
Protection for both file & block provisioned capacity. The cache
data shall not be lost in the case of power failure
f. Server (For Storage & Backup)
No. Category Minimum Requirements Specification
SRV.TR.01 CPU 8 Core CPU, 64 Bit Processor
SRV.TR.02 Memory Minimum 16 GB DDR or above memory
SRV.TR.03 HDD Minimum 1 TB drive
General Minimum 2 x 1/10G Ethernet ports & minimum 2 x
SRV.TR.04
1/10 GB FC ports (if required)
General USB 2.0 or above support with minimum 4 ports
SRV.TR.05
(minimum 2 ports in the front and 2 ports in back)
SRV.TR.06 General Minimum two PCI-Express/ PMC slots
SRV.TR.07 General Hot Swappable Redundant power supply and fans
General OS Support: 64-bit Linux / Unix/ Windows/ Solaris
SRV.TR.08
etc.
Others Virtualization if used in the solution should meet the
following compliances:
• Virtualization software should allow seamless
import of Open Standards based virtual
machines
• Virtualization platform should be certified to run
SRV.TR.09 the application workloads
• Virtualization software should provide Storage
Integration for single console management of
SAN infrastructure
• Virtualization software should provide support
for templates and assemblies for rapid
application deployment

Page 322 / 427


g. Rack for IT Infra 42U
No. Category Minimum Requirements Specification
Form Factor /
RACK.TR.01 42U (600x1000mm)
Dimension
RACK.TR.02 Material Aluminium
Provision for heat dissipation for side-to-side and
RACK.TR.03 Cooling
Front-to-Back units
RACK.TR.04 Cable Entry Top and Bottom gland cable Entry trays with brush
RACK.TR.05 Side Panels Full Side Panels for both sides
RACK.TR.06 Front Door Front door with latch and ventilation holes.
RACK.TR.07 Back Door Back door with latch and ventilation holes.
RACK.TR.08 PDU 2* Dual 32A PDU
2* 16 receptacle Power Connectors each connected to
RACK.TR.09 Power Outlets
separate PDUs
RACK.TR.10 Extra Units Keyboard Drawer, 2x fixed tray
Mounting
RACK.TR.11 Nuts and washers for mounting equipment and slides.
Accessories
Cable
RACK.TR.12 Adequate cable managers for units.
Managers
Depth
RACK.TR.13 4 * Depth Support channels
Support
h. Dome Camera for Indoor Surveillance

No. Category Minimum Requirements Specification

DOM.TR.01 General The camera should be manufacturer's official product


Requirements line designed for industrial 24x7x365 use. The camera
and camera firmware should be designed and
developed by same OEM
DOM.TR.02 Image Sensor 1/3.0” or better with minimum 120 dB WDR,
with WDR Progressive CMOS Sensor or better
DOM.TR.03 Lens Specs Compatible to image sensor, Full HD (1080P), P IRIS
/ DC IRIS / Auto IRIS, Corrected IR with IR cut filter
Focal Length: 3x varifocal lens (Lower limit as 4 mm
or less, and Upper limit as 8mm or greater) or better
DOM.TR.04 Resolution Active Pixels 1920(w) x 1080(h)

Page 323 / 427


No. Category Minimum Requirements Specification

DOM.TR.05 Minimum Colour: 0.3 lux or better, B/W: 0.05 lux or better (at 30
illumination IRE)
DOM.TR.06 Video H.264 with smart codec / H.265
Encoder
DOM.TR.07 Frame Rate min. 30 FPS or higher

DOM.TR.08 Local Storage Camera to support up to 1TB on SD card, and a 32 GB


SD Card should be supplied with the camera
DOM.TR.09 Ethernet 10/100 Base-T ports
DOM.TR.10 Minimum of the following protocols to be supported
Protocols RTSP, RTP/TCP, RTP/UDP, HTTP, HTTPS, DHCP,
802.11x
DOM.TR.11 Industry
ONVIF Compliant
Standards
DOM.TR.12 Power Supply POE IEE 802.3af compliant
DOM.TR.13 Operating
0° C to 50° C or better
Temperature
DOM.TR.14 Operating
20% to 90% for cameras
Humidity
DOM.TR.15 Enclosure /
IP 66
Casing
DOM.TR.16 Certifications UL, CE, FCC, ONVIF
DOM.TR.17 The camera should not be end of life / end of service
for at least 05 years’ service support from project go
Support live or 07 years’ service support from proposal
submission date.OEM should certify that they will
give spare support
DOM.TR.18 The camera shall be able to setup and stream out
minimum three (3) stream profiles. Each stream
profile shall have its own compression, resolution,
Streaming
frame rate and quality independently. All the 3 streams
with 30 FPS should be individually configurable and
compatible with H.264 with smart codec / H.265.

Page 324 / 427


No. Category Minimum Requirements Specification

DOM.TR.19 White
Auto / Manual
Balance
DOM.TR.20 Back Light
Auto
Compensation
DOM.TR.21 Security Security Password protection
DOM.TR.22 Vandal and impact resistant housing, IK 10, IP66 /
Security
NEMA
DOM.TR.23 Detection of camera tampering, and Detection of
Security Motion should be possible using either camera or
VMS
DOM.TR.24 All mounts & brackets for installing the equipment
Mounting
shall be from the same OEM of Camera. Wall mount /
Accessories
pole mount
DOM.TR.25 Integrated illumination with minimum 30 metre
IR Illuminator
Range/ Camera support low colour lux level 0.01
DOM.TR.26 Edge
Camera tampering, Motion detection
Analytics
2.2.7.3 Mini-Data Center (Colocation or On-cloud)
Server
No. Domain CPU RAM (GB) Storage (TB) OS
Description
TRS.01 Refer
Appendix 2,
item G.3
(Mini-Data
All Applicable as Contractor’s design to meet system
Center) for
Domain requirement and performance
Details of
Servers/Equip
ments/Compon
ents in
2.2.7.4 Last-mile network
a. Junction Box
No. Category Minimum Requirements Specification
The Outdoor Utility Cabinet will be
JB.TR.01 Built
constructed with a front sheet steel door

Page 325 / 427


No. Category Minimum Requirements Specification
with 3-point lock and pad lock arrangement
to ensure the security of the cabinet. Side
and Wall Panels shall be double wall
constructed, with fixing bolts internal to the
cabinet. The Cabinet should
have the required frames to mount the
components like network device, power,
UPS, LIU, battery, etc.
JB.TR.02 Should be Made for 24/7/365 Outdoor
Applications; The Utility Cabinet shall be
IP 55 or better rated with built-in redundant
fan and filter assembly inherent in the
Utility & IP design for heat dissipation. Junction Box
Rating design should ensure to keep the Operating
temperature range of 10° C to 50° C for all
the equipment housed within and provide
protection from dust, low pressure water
jets from any direction, ingress protection.
JB.TR.03 Lighting arrestors with proper grounding
and earthing
Protection Surge Protection
Earth Protection.
JB.TR.04 IP-55, junction box design
JB.TR.05 The cabinet shall be of size suitable for the
mounting of the associated network
Size devices, power, UPS, and battery
components securely and safely within the
cabinet.
JB.TR.06 Minimum 3 x PDU’s must be provided to
support the site equipment. PDU type
Power Slot
should be as per actual requirement as per
Vietnam standards.
JB.TR.07 Proper cable management should be
Cable
provided.
Management
JB.TR.08 Cable Routing: Power connection cable

Page 326 / 427


No. Category Minimum Requirements Specification
shall be provided from the nearest access
point provided by Power utility company to
the Outdoor Utility Cabinet through Power
meter enclosure.
JB.TR.09 Junction box to be mounted on a raised
height concrete Plinth, 1.5 ft high or as per
site requirements.
JB.TR.10 Junction box would be divided into
multiple compartments having separate
Built doors and keys for power meters, switch,
UPS/batteries etc.
JB.TR.11 3 phase Power input with electricity meter,
Fuse and MCCB would be in separate
compartment having independent door and
keys as per electricity board, rules.
JB.TR.12 Junction box’s design shall be aesthetically
appealing with branding and appropriately
sized to accommodate the followings:
o UPS (as per site requirement to
manage power backup of 2 hrs for
all the plugged devices at site
including edge gateway, VMD,
Access point, camera, other
sensors/devices)
o LIU (as per requirement)
Design & Size o Access Switch (at least 2)
o Power Meter (as per requirement)
o Batteries (to provide 2 hrs back to
devices)
o PA System Amplifier
o LPU for ANPR & RLVD
o ATCS Controller
o Requisite space for other
accessories & systems along with
provisioning of future scalability
The size of the Junction Box is allowed to

Page 327 / 427


No. Category Minimum Requirements Specification
vary as per the site requirement; bidder to
provision the same considering each site
requirement.
JB.TR.13 Colour should be all weatherproof and
Branding at
VSIP branding should be of premium
Outside wall
quality, clean finish (paint/embossed/paper
of JB (all
etc.) with at least durability for 10 years in
sides)
all weather conditions.

b. Network PoE Switch L2 (24 Ports)


No. Category Minimum Requirements Specification
General Switch should have 24X10/100/1000Base-T PoE/PoE+
ASW.TR.01 Hardware and Ports and minimum 2x1G/10G SFP or 2x10G SFP+
Interface uplink ports
General
Switch shall support minimum 40 Gbps of stacking
ASW.TR.02 Hardware and
bandwidth (if required)
Interface
General
Switch should support Redundant Power supply
ASW.TR.03 Hardware and
(Internal/External)
Interface
Switch shall have minimum 128 Gbps of switching
ASW.TR.04 Performance capacity and minimum 90 million Packets Per Second of
forwarding rate.

ASW.TR.05 Performance Switch shall have minimum 16 K MAC Addresses.

ASW.TR.06 Performance Switch shall have minimum 1K Active VLANs.

ASW.TR.07 Performance Switch shall support minimum multicast routes/groups.

ASW.TR.08 Performance Switch shall support QoS and Security ACLs.

Switch must have at least 512 Mb RAM and 128Mb Flash


ASW.TR.09 Performance
memory
IEEE Should support IEEE Standards of Ethernet: IEEE
ASW.TR.10
Standards 802.1D, 802.1s, 802.1w, etc

Page 328 / 427


No. Category Minimum Requirements Specification
Quality of
ASW.TR.11 Service (QoS) Switch shall have 802.1p class of service
requirements
Quality of
Switch shall have committed information rate, rate
ASW.TR.12 Service (QoS)
limiting and flow-based rate limiting.
requirements
Quality of
Switch shall have minimum 8 egress queues per port and
ASW.TR.13 Service (QoS)
strict priority queuing.
requirements
System
Management Switch should support SSH/SSHv1/SSHv2, SNMPv2,
ASW.TR.14
and SNMPv3, NTP/SNTP.
Administration
System
Management Switch should support AAA using RADIUS and
ASW.TR.15
and TACACS+.
Administration
System
Switch should support port security such as DHCP
Management
ASW.TR.16 snooping, Dynamic ARP inspection/protection, RA
and
guard, etc
Administration
System
Management Switch should support software upgrades via
ASW.TR.17
and TFTP/FTP/SFTP.
Administration
System
Management
ASW.TR.18 Switch should support IPv4 and IPv6 ACLs, VLAN, etc
and
Administration
System
Management Switch shall have Switch Port Analyzer (SPAN) or
ASW.TR.19
and Remote Switch Port Analyzer (RSPAN).
Administration
System Switch shall have trace route for ease of troubleshooting
ASW.TR.20
Management by identifying the physical path that a packet takes from

Page 329 / 427


No. Category Minimum Requirements Specification
and source to destination.
Administration
System Switch shall have Internet Group Management Protocol
Management (IGMP) Snooping for IPv4 and IPv6, Multicast Listener
ASW.TR.21
and Discovery v1 and v2 Snooping and Multicast VLAN
Administration Registration protocol/PIM.
System
Management Switch shall have per port broadcast, multicast, and
ASW.TR.22
and unicast storm control.
Administration
Switch shall conform to UL 60950 or IEC 60950 or CSA
Regulatory
ASW.TR.23 60950 or EN 60950 Standards for Safety requirements of
Compliance
Information Technology Equipment.
Switch shall conform to EN 55022 Class A/B or
Regulatory CISPR22 Class A/B or CE Class A/B or FCC Class A/B
ASW.TR.24
Compliance Standards for EMC (Electro Magnetic Compatibility)
requirements.
c. Network Switch L2 (24 Ports)
No. Category Minimum Requirements Specification
General Switch should have 24X10/100/1000Base-T Ethernet
ASW.TR.01 Hardware and Ports and minimum 2x1G/10G SFP or 2x10G SFP+
Interface uplink ports
General
Switch shall support minimum 40 Gbps of stacking
ASW.TR.02 Hardware and
bandwidth (if required)
Interface
General
Switch should support Redundant Power supply
ASW.TR.03 Hardware and
(Internal/External)
Interface
Switch shall have minimum 90 Gbps of switching capacity
ASW.TR.04 Performance and minimum 90 million Packets Per Second of
forwarding rate.
ASW.TR.05 Performance Switch shall have minimum 8K MAC Addresses.

ASW.TR.06 Performance Switch shall have minimum 1K Active VLANs.

Page 330 / 427


No. Category Minimum Requirements Specification

ASW.TR.07 Performance Switch shall support minimum multicast routes/groups.

ASW.TR.08 Performance Switch shall support QoS and Security ACLs.


Switch must have at least 512 Mb RAM and 128Mb Flash
ASW.TR.09 Performance
memory
IEEE Should support IEEE Standards of Ethernet: IEEE
ASW.TR.10
Standards 802.1D, 802.1s, 802.1w, etc
Quality of
ASW.TR.11 Service (QoS) Switch shall have 802.1p class of service
requirements
Quality of
Switch shall have committed information rate, rate
ASW.TR.12 Service (QoS)
limiting and flow-based rate limiting.
requirements
Quality of
Switch shall have minimum 8 egress queues per port and
ASW.TR.13 Service (QoS)
strict priority queuing.
requirements
System
Management Switch should support SSH/SSHv1/SSHv2, SNMPv2,
ASW.TR.14
and SNMPv3, NTP/SNTP.
Administration
System
Management Switch should support AAA using RADIUS and
ASW.TR.15
and TACACS+.
Administration
System
Switch should support port security such as DHCP
Management
ASW.TR.16 snooping, Dynamic ARP inspection/protection, RA guard,
and
etc
Administration
System
Management Switch should support software upgrades via
ASW.TR.17
and TFTP/FTP/SFTP.
Administration
System
ASW.TR.18 Management Switch should support IPv4 and IPv6 ACLs, VLAN, etc
and

Page 331 / 427


No. Category Minimum Requirements Specification
Administration

System
Management Switch shall have Switch Port Analyzer (SPAN) or
ASW.TR.19
and Remote Switch Port Analyzer (RSPAN).
Administration
System
Switch shall have trace route for ease of troubleshooting
Management
ASW.TR.20 by identifying the physical path that a packet takes from
and
source to destination.
Administration
System Switch shall have Internet Group Management Protocol
Management (IGMP) Snooping for IPv4 and IPv6, Multicast Listener
ASW.TR.21
and Discovery v1 and v2 Snooping and Multicast VLAN
Administration Registration protocol/PIM.
System
Management Switch shall have per port broadcast, multicast, and
ASW.TR.22
and unicast storm control.
Administration
Switch shall conform to UL 60950 or IEC 60950 or
Regulatory
ASW.TR.23 CAN/CSA 60950 or EN 60950 Standards for Safety
Compliance
requirements of Information Technology Equipment.
Switch shall conform to EN 55022 Class A/B or CISPR22
Regulatory
ASW.TR.24 Class A/B or CE Class A/B or FCC Class A/B Standards
Compliance
for EMC (Electro Magnetic Compatibility) requirements.
d. UPS 1KVA
No. Category Minimum Requirements Specification
UPS.TR.01 Capacity 1 KVA – 800w
Voltage Range 155-280 V on Full Load
UPS.TR.02 Input Range Voltage Range 110-280 V on Less than 70% Load
Frequency 50 HZ ±3 HZ
Output
UPS.TR.03 Voltage & 220V AC/ 230V AC/ 240V AC (Selectable)
Waveform
I/P & O/P 0.9 or higher power factor for I/P and 0.8 or higher for
UPS.TR.04
Power Factor O/P

Page 332 / 427


No. Category Minimum Requirements Specification
Sealed Lead Maintenance Free VRLA type (Lead
Mains & Calcium SMF batteries NOT acceptable), Mains &
UPS.TR.05
Battery Battery with necessary indicators, alarms, and protection
with proper battery storage stand
UPS.TR.06 Frequency 50 Hz +/- 0.5% (free running), Pure Sine wave
UPS.TR.07 Crest Factor min. 3:1
Third
UPS.TR.08 Harmonic < 3%
Distribution
Input
UPS.TR.09 Harmonic < 10%
Level
Overall
UPS.TR.10 Min. 90% on Full Load;
Efficiency
UPS.TR.11 Noise Level < 55 db @ 1 Meter
UPS.TR.12 Backup at least 120 minutes (2 hours)
Battery Type VRLA SMF, Total 3600 VAH
UPS.TR.13
& VAH
UPS.TR.14 Warranty 3 years with UPS & 2 yrs for battery
UPS.TR.15 Certification ISO 9001:2008 & ISO 14001 certified
To be provided for overload/ short circuit; overheating;
UPS.TR.16 Protection
input over/ under voltage; output over/ under voltage.
All necessary alarms & indications essential for
Alarms &
UPS.TR.17 performance monitoring of UPS like mains fail, low
Indications
battery & fault detection
UPS.TR.18 Interface SNMP interface support (for remote monitoring)
UPS to be compatible with DG Set supply and mains
UPS.TR.19 Compatibility
supply
UPS.TR.20 Bypass Automatic Bypass Switch
True ON-LINE (Double Conversion) with IGBT based
UPS.TR.21 Technology
rectifier and inverter and PWM Technology
The system should not be an end of life / end of service
UPS.TR.22 Support
product.
Operating
UPS.TR.23 Temperature 0 - 450C operating, 0 to + 600 C
Temperature

Page 333 / 427


No. Category Minimum Requirements Specification
UPS.TR.24 Enclosure CE certified
Mandatory
BIS, ROHS
UPS.TR.25 Compliance
Safety
IEC 62040-1
UPS.TR.26 Certificate
e. UPS 2KVA and 3KVA
No. Category Minimum Requirements Specification
UPS.TR.01 Capacity 2 KVA – 1600w and 3 KVA – 2400w
Voltage Range 155-280 V on Full Load
UPS.TR.02 Input Range Voltage Range 110-280 V on Less than 70% Load
frequency 50 HZ ±3 HZ
Output Voltage
UPS.TR.03 220V AC/ 230V AC/ 240V AC (Selectable)
& Waveform
I/P & O/P 0.9 or higher power factor for I/P and 0.8 or higher for
UPS.TR.04
Power Factor O/P
Sealed Lead Maintenance Free VRLA type (Lead
Mains & Calcium SMF batteries NOT acceptable), Mains &
UPS.TR.05
Battery Battery with necessary indicators, alarms and protection
with proper battery storage stand
UPS.TR.06 Frequency 50 Hz +/- 0.5% (free running), Pure Sine wave
UPS.TR.07 Crest Factor min. 3:1
Third
UPS.TR.08 Harmonic < 3%
Distribution
Input Harmonic
UPS.TR.09 < 10%
Level
Overall
UPS.TR.10 Min. 90% on Full Load;
Efficiency
UPS.TR.11 Noise Level < 55 db @ 1 Meter
UPS.TR.12 Backup at least 120 minutes (2 hours)
Battery Type & VRLA SMF, Total 6240 VAH
UPS.TR.13
VAH
UPS.TR.14 Warranty 3 years with UPS & 2 yrs. for battery
UPS.TR.15 Certification ISO 9001:2008 & ISO 14001 certified

Page 334 / 427


No. Category Minimum Requirements Specification
To be provided for overload/ short circuit; overheating;
UPS.TR.16 Protection
input over/ under voltage; output over/ under voltage.
All necessary alarms & indications essential for
Alarms &
UPS.TR.17 performance monitoring of UPS like mains fail, low
Indications
battery & fault detection
UPS.TR.18 Interface SNMP interface support (for remote monitoring)
UPS to be compatible with DG Set supply and mains
UPS.TR.19 Compatibility
supply
UPS.TR.20 Bypass Automatic Bypass Switch
True ON-LINE (Double Conversion) with IGBT based
UPS.TR.21 Technology
rectifier and inverter and PWM Technology
The system should not be an end of life / end of service
UPS.TR.22 Support
product.
Operating
UPS.TR.23 Temperature 0 - 450C operating, 0 to + 600 C
Temperature
UPS.TR.24 Enclosure CE certified
Mandatory
BIS, ROHS
UPS.TR.25 Compliance
Safety
IEC 62040-1
UPS.TR.26 Certificate

f. Portable Engineering Workstation


No. Category Minimum Requirements Specification
PEW.TR.01 Processor Intel Core i7 or higher, up to 3.2 Ghz
Operating Windows 10 Pro or higher which compatible with
PEW.TR.02
System Applications in system
Office and
Microsoft Office preloaded; purchase a product key to
PEW.TR.03 Antivirus
activate + Antivirus licensed
application
15.6" FHD+ 1920 x 1200, 60Hz
PEW.TR.04 Display
Intel HD Graphics or equivalent

PEW.TR.05 Memory 32Gb or higher DDR5

PEW.TR.06 Drive 512 GB, M.2 2280, Gen 4 PCIe x4 NVMe, SSD

Page 335 / 427


No. Category Minimum Requirements Specification
Wi-Fi 6, MIMO 2x2 with Bluetooth Wireless
PEW.TR.07 Network
RJ45 Ethernet 1Gbps
USB 3.0 (one Always On), USB Type-C / Thunderbolt
PEW.TR.08 Port
3, Mini DisplayPort, HDMI
Spill-resistant, multimedia Fn keys, numeric keypad,
PEW.TR.09 Keyboard
optional LED backlight
PEW.TR.10 Camera HD720p resolution, low light sensitive, fixed focus
PEW.TR.11 Mil-Spec test MIL-STD-810G military certification

2.3 Other requirements


The bidder shall provide quantity of hardware/softare with Investor’s minimum requirements
fulfilled for the mentioned hardware (in case of using virtualization for servers, ensure
specifications of physical servers can fulfill requirements of logical servers set by Investor).
The detail specification in 2.2 is minimum and indicative requirement and not limited the
Bidder’s capability in technology.
3. Project Implementation Service Requirements
3.1. Requirements Engineering, Designing system
The Contractor surveys, designs and proposes the overall solution, including system
architecture, system integration (if any), security system, system process with corresponding
business process, necessary integration with ICCC in the Smart IP applied for the following
smart intervention:
• Smart Traffic Management
• Smart Security Management
• Smart Water and Waste Water Management
• Smart Energy Management
• Smart Environment Management
• Common IT Infrastructure
The Contractor studies and proposes solutions, data governance models of the system to
effectively handle requests from users, ensure multi-dimensional query of information to meet
requirements.
During the implementation, the Contractor must ensure to fulfill the following requirements:
• Ensure security, performance of the system, and at the same time, the ability to manage
easily and be used conveniently in operations.
• Assess if customizations and additionally developed functions are compatible with
Page 336 / 427
future versions of applications.
- The Contractor shall discuss and reach an agreement with Investor before carrying out
customizations and developing additional system functions. Any customizations and
additional system functions shall comply with standards and requirements for the Smart IP to
avoid any impacts on future updates;

3.2. Requirements Site Installation


3.2.1 General Requirement
Contractor shall perform all site fabrication, sub assembly, erection, site installation for the
Project. All the installation activities shall be under supervisions of Project Consultant Unit
(PCU) or/and Investor.
The Contractor shall be responsible for preservation and maintenance of the Work until the
issue of the certificate of acceptance.
The Contractor shall coordinate with PCU or/and Investor for all activities such as site survey,
engineering, installation procedure, supervision, etc.
3.2.2 Installation Management Plan
The Contractor shall be responsible for preparing Installation Management Plan (IMP) and
present for Investor approval. The Installation Management Plan (IMP) that documents the
procedures used for the execution of the installation work and shall clearly demonstrate the
proposed work methods.
Attached to each IMP shall be an Inspection and Test Plan (ITP) developed by Contractor
that identifies the inspecting and test procedures, acceptance criteria and the environmental
obligations, against which the quality of the work will be measured.
The Investor may require the procedures or their associated ITP to be revised if they are
considered inadequate, or if they do not adequately describe methods against which the
quality of the work and its compliance with this plan can be measured.
3.2.3 Survey of Facilities
Where required, Contractor shall perform the detail survey to and survey of the facilities to
confirm locations of equipment and all facilities, crossings, special places and all design
details on Site layout.
Contractor shall also consider safety and environmental issues relevant to the installation and
operation of the facilities and incorporate all provisions necessary for his installation and
operational safety procedures.
3.2.4 Installation Procedures

Page 337 / 427


In general, for Smart IP installation activities, Contractor will provide:
• Manpower (including but not limited: Technicians, Workers, Engineers, Supervisors
Installation…)
• Installation and equipment hand-tools
• Site supports, transportation facilities from Contractor’s warehouse to site and or
Contractor’s storage at site.
• Consumables and auxiliary materials for normal hook-up, installations of systems
• Installation support tools, equipment (scaffolding, ladder…), vehicle (such as Crane,
Truck Cranes, Forklift, Pallet Jack, Boom Lift…)
• Required Personal Protective Equipment (PPE) to complied with Investor’s HSE
policy.
• Prepare all installation procedures which must be reviewed and approved by Investor
3.2.5 Site Installation and Installation Supervisions
All supervisions for site installation are scope of Contractor.
The Contractor shall ensure that a high level of qualified supervision is available permanently
on-site to oversee and check the Work undertaken by Contractor. The CV's for these
Personnel shall be submitted to Investor for approval before the Work on site commences.
The supervision shall ensure that:
• The installation of systems in accordance with Contractor/Supplier's
instructions/recommendations, installation specifications, installation, hook-up drawings and
method statement.
• All items are checked against data sheets and purchase orders prior to acceptance.
Nameplate details and inscriptions shall also be inspected to ensure that the correct items have
been delivered.
• All Personnel engaged in the installation of Equipment and systems are fully
competent trades persons skilled in the particular field of work in which they are engaged.
• Where applicable, use only the special tools and equipment provided by the
Contractor/Vendor. Special tools shall be left with the Equipment.
• There are not any modification, cutting, the painting, drilling or welding nor any
unexpected activities on certified equipment and systems.
• Equipment is not installed until all welding, painting, finishing and fireproofing... in
the location concerned has been completed.
• Locations proposed for the Equipment and systems are ensure that clashes do not
occur, that adequate access for maintenance is available and that adequate access for cable
termination, including proper cable bending radius, has been provided.
• All cables run in continuous lengths from points of origin to destination. Joints or
splices are not acceptable, except in the case of optical fiber cabling where joints shall be
Page 338 / 427
minimized. All cables are handled and installed in a manner, which does not cause damage,
by abrasion or excessive tension.
• All punch list points shall be cleared before commissioning
All Contractor's supervisors shall be required to obtain work permits issued by Authorities
for their supervision roles.

3.3. Commissioning, Start Up And Hand Over


3.3.1 General Requirement
The commissioning is Contractor scope.
"Commissioning Activities" shall include all the activities to complete the Installation of the
whole system and to carry out all required actions and activities including to put the facilities
into normal operation with designed capacity and performance. The Site Acceptance Test
(SAT)/User Acceptance Test (UAT) shall be carried out prior to Commissioning. The SAT
procedures shall be prepared by Contractor and submit it to Investor for review, comments
and approval. Commissioning activities shall be carried out after successful completion of
SAT. All SAT punch list items shall be cleared, closed and signed SAT report shall be
available prior commissioning activities. The commissioning activity shall be carried out as
per approved procedures.
Contractor and his Supplier shall be engaged during SAT and Commissioning activities as
required.
Commissioning procedure check lists and systems commissioning sequencing shall be
prepared and approved with the Investor before commencing commissioning activities. The
procedure shall also include pre-commissioning activities.
Commissioning activities shall include the following main steps:
• Installation completion.
• Inspection, Testing and Mechanical Completion.
• Pre-commissioning, Pre-SAT/UAT
• Commissioning and Final SAT/UAT
• Start Up and Go-Live
• Hand over Procedures.
The Contractor shall be responsible for all construction completion, pre-commissioning and
commissioning activities to achieve the design requirements until the Work is put into normal
operations.
The Contractor shall issue the operating and maintenance manual in their final accepted
revision prior to proceeding with commissioning activities.
During commissioning activities, the Contractor shall undertake coordination work and be
responsible for interface and liaison with the Investor and Project Interfaces.
Page 339 / 427
The Contractor shall provide all required approved procedures, calibration certificates, tools,
equipment, instrumentation, labor and consumables for the commissioning activities.
The accuracy of all test and calibration equipment shall be better than or at least equal to the
manufacturer's stated accuracy for the instruments to be tested. The calibration of all test
instruments shall be traceable and certified by approved authorities and the certificate shall
be valid on the date of calibration.
The Contractor shall provide all possible assistance and cooperation to the Investor so that
they may participate in all commissioning activities for witnessing, compliance checks with
approved procedures and verification of results.
Data, running parameters, set points, readings, etc. shall be recorded in appropriate log sheets
during all Commissioning Activities.
The Contractor shall be responsible for testing of all interfaces internal and external to the
Smart IP system (including each smart intervention and integration with ICCC)

3.3.2 Installation Completion


Installation completion shall mean that the installation activities have been completed in
accordance with the Contract documents for all portions of the Work.
The installation punch list shall be issued by the Contractor and verified by the Investor. The
punch list items shall be divided into categories A and B. Category A shall consist of all items
that shall be cleared prior to any further commissioning activities being performed. Category
B shall consist of all outstanding items that may be closed after commissioning before Start
Up and Go-Live
The Contractor shall be allowed to proceed with the pre-commissioning and commissioning
activities upon completion of all categories A punch list items.

3.3.3 Pre-SAT/UAT and Pre-commissioning


All Pre-SAT/UAT and Pre-commissioning activities shall be carried out per disciplines Smart
Interventions, Common Infras IT and ICCC.
The Pre-SAT/UAT and Pre-commissioning shall be completed by the Contractor, and
witnessed by the Investor.
Typical Pre-SAT/UAT and Pre-commissioning activities and required control and checks are,
but not limited to the following:
• Checks of required installation equipment and systems
• Status test for equipment connections and calibrations in conjunction with Supplier(s)
• Cable continuity and Earthing insulation
• Software installation and configuration

Page 340 / 427


• License granted and activated
• Functional check on control/monitoring devices, wiring schemes and interface
capability (in conjunction with Supplier(s))
• Proper grounding and isolations from ground.
• Electrical safety devices in place and working.
• House-cleaning of the work area in preparation of Hand-Over
All necessary consumables and temporary equipment, which is required for Pre-SAT/UAT
and Pre-Commissioning, shall be supplied by Contractor.
All relevant activities and results shall be duly recorded on appropriate check lists and log
sheets for traceability.
Pre-commissioning punch list shall also incorporate any outstanding items from the
installation completion punch list, and shall all be cleared by the Contractor and approved by
Investor prior to commissioning activities.

3.3.4 Commissioning
Commissioning shall be carried out by Contractor and for entire scope of Implementation
Services Contract.
Commissioning shall mean the process to transfer the Control System and facilities from a
state of installation completion and pre-commissioning to a proven state ready to start the
normal operation as specified in the operation procedures in a safe and efficient manner.
Commissioning shall be carried by the Contractor's commissioning and operating teams with
assistance of the Investor commissioning supervision and operating team.
Commissioning will also include the coordinating activities of other Contractors participating
in the Work.
Contractor is responsible for providing equipment and consumables for all testing and
commissioning activities for his entire scope.
During commissioning, Contractor will carry out systematic conformity checks, carried out
on each part or item of equipment or component, to visually verify the condition of the
equipment, the quality of installation, the compliance with drawings and specifications,
manufacturers’ instruction, safety rules, Codes, Standards, and good practice.
All Punch list items must be cleared from the System List prior to commissioning.
Contractor shall compile documentation pertaining to the testing and commissioning
activities in a dossier arranged by sub-system, which shall contain all information required to
demonstrate that the system has reached and is the ready for commissioning status. The
dossiers shall include the following:
• Ready for commissioning certificate.
• Cleared punch lists.
Page 341 / 427
• System description and marked up drawings.
• Specific procedures.
• Pre-commissioning check lists.
• Pre-commissioning test sheets.
• Calibration verification sheets.
• Commissioning tracking records.
• As built mark up drawings.
• Quality control reports.
• All documentation needed for commissioning.
All commissioning results and the performance of the systems shall be duly recorded on
required log sheets and/or checklist to ensure traceability.
Commissioning punch list, incorporating any previous stage outstanding items, shall be
issued by the Contractor and all required corrective actions shall be taken by the Contractor
under witness and verification of the Investor in order to ensure the safe start up/Go-Live
Smart IP system.

3.3.5 Handover
For entire scope, the handover and acceptance of Smart IP shall be based on successful
completion of Go-Live milestone.
Investor will take over the Works when all relevant systems have been satisfactorily tested
and commissioned including completion of the deficiency list, with submission of the relevant
final documentation completed.
3.3.6 Contractor's Assistance in Operation
After Investor acceptance, Smart IP system shall be put into normal operation. At this stage,
entire of system shall be operated by Investor personnel. During the first three months of
operation, the Contractor shall provide manning and tooling assistance (including Vendor
representative's mobilization as required) to the Investor operating team. The Contractor
operational assistance shall cover continuous operation requirements (i.e. Contractor shift
organizations shall be established).
During this three month period, the Contractor shall fully rectify all pending punch list items,
and to ensure debugging of the whole System to the Investor's satisfaction and approval.
Contractor's ongoing assistance shall cover activities such as trouble shooting, corrective
actions, upgrading software/firmware...

3.4. Project Management


3.4.1 General Requirement
Page 342 / 427
Contractor shall provide adequate resources to effectively plan and manage the work under
the Contract, including establishment and implementation of a quality assurance and quality
control system in accordance with ISO series requirements.
Language shall be in English on all design data, drawings, notes, tables, technical information
and reports.
3.4.2 Project Execution Plan
Contractor shall prepare a definitive project execution plan for the work under Contract
covering all aspects, including, but not limited to the following:
• Project organization;
• Roles and responsibilities;
• Project construction and installation insurance
• Locations;
• Project team mobilization;
• Project management;
• Schedule;
• Procedures;
• Communications and interface management;
• IT management;
• Engineering (detailed design and installation);
• Risk management;
• Health, Safety, Environmental and Security management;
• Installation supervision engineering;
• Requisition and procurement;
• Document control;
• Requirements for construction facilities;
• Installation / construction management and supervision;
• Site access;
• QA, QC, and inspection and testing;
• Mobilization of construction supervision personnel and equipment;
• Materials transportation and management;
• Planning and cost control;
• Subcontracts management;
• Change management;
• Staff competency assurance;
• Prefabrication;
• Testing;
• Manuals and training;
Page 343 / 427
• Commissioning;
• Facilities start up and hand over;
• Completion of punch list items;
• As-built drawings;
• Certification;
• Final Documentation.
The project execution plan shall identify all the key resources proposed to be used in the
execution of the works.
All management procedures such as Co-ordination, Management of Interfaces, Project
Control, Document Control, Material Management, Information Technology and
Communication, must be submitted for Investor’s approval.

3.4.3 Project Management System


Contractor shall prepare a project management procedure manual specific to the Work, and
shall include and incorporate the requirements of project interfaces.
Contractor shall implement a document management system upon award of the contract. The
system shall identify all formal document deliverables and present from the lowest level of
schedule planning and control.
The document management system shall be forwarded to Investor as part of the handover of
documentation at the completion of the Project.

3.4.4 Contractor Organisation Structure


Prior to commencement of the Work, Contractor shall submit for Investor’s approval an
updated organization chart listing all key personnel. The organization chart shall be kept up
to date and any changes shall be submitted for Investor’s written approval seven (07) days
prior to the change taking effect.
Prior to commencement of the Work, Contractor shall appoint in writing a full time
representative, hereinafter called as Contractor representative, who will have full authority to
receive instructions and administer Contract for and on behalf of Contractor. Investor shall
approve contractor representative. The Contractor shall also appoint in writing, and subject
to the Investor approval, a full time Representative for Project site at which the works are to
be carried out.
3.4.5 Key Milestones
Contractor shall make the key milestone dates an integral part of its overall execution
program, and monitor and report the progress on this requirement to Investor on a regular

Page 344 / 427


basis.
Contractor shall monitor work progress schedules at all time and shall take all necessary
corrective actions to prevent any impact to the agreed Work Milestone Dates.
Any delays that will impact the agreed baseline completion date shall be taken immediate
action by Contractor without prejudice to Investor. Contractor shall develop an accelerated
program that will bring the work back in line with the original agreed baseline completion
schedule at no cost impact to the Investor.

3.4.6 Site Coordination and Communication Procedures


3.4.6.1 General
The coordination and communication procedure covered in this section is intended to provide
and serve as guidelines for Contractor in coordination, supervision and management of the
Work.

3.4.6.2 Reports
Unless otherwise stated, Contractor shall submit progress reports to the Investor on a weekly
and monthly basis. The format and minimum information required in these reports are given
below.
a. Weekly Progess Report
By 09:00 A.M. each Monday morning, a weekly report for the previous seven (07) days
relating to all Work is to be submitted. This report will include the following items:
• A statement of progress based upon the detailed schedules and progress curves
• A short narrative of events is including locations and references
• General forward plan for seven days following the above seven days period.
• Summary of received material stating tag number, tonnage, type, received number,
shortage/overage/damage report as applicable
• Summary of any significant events and concerns
Weekly reports shall have the filename:
WRXXX.docx
where
WR : Refers to weekly reports
XXX : Sequential number from document register
b. Monthly Progess Report
Contractor shall report progress gathered from Project site together with a brief summary of
the previous month works/activities to Investor. The monthly report shall include all elements
of the Work together with photographs showing physical

Page 345 / 427


installation/commissioning/configuration progress, and shall be submitted not later than one
(01) week after cut-off date of each reporting period.
Contractor shall submit a format of the monthly report for Investor review and approval.
Contractor shall also issue detail activity lists and update to show progress achieved to date.
Contractor shall obtain Investor’s approval before issuing the monthly progress report.
The monthly report shall include but not limited (based on project milestone ):
• Narrative section summarising the overall status of the Works with percentages behind
or ahead of schedules in the various categories highlighting any specific problem areas, and
proposed remedies.
• Engineering, procurement, installation, commissioning schedule progress curves
showing planned and actual completion
• Works/activities completed
i. Summary of tests and inspections carried out
• HSE reporting including HSE statistics, incidents, near-miss, etc.
• Plan of works/activities for next month
• Two (2) sets of colour photographs showing the progress of the works
Monthly reports shall have the filename:
MRXXX.docx
where
MR : Refers to monthly reports
XXX : Sequential number from document register

3.4.6.3 Meetings
a. Kick Off Meeting
Immediately after the Contract award, a Kick off meeting shall be held between Investor and
Contractor. The initial Kick Off meeting and recorded Minutes shall form the basis of the
Project action plan and set such requirements as Safety & Constructability Reviews. It shall
also be used to introduce Investor & Contractor representatives associated with aspects of the
work. The objectives of the kick-off meeting are as follows:
• Introduction all of Investor’s and Contractor’s Project Management Team,
Engineering, Procurement, Installation and Commissioning team personnel.
• Convey and promote shared commitment of project expectations.
• Review and establish understanding of project Work Scope
• Review milestones and overall project schedule.
• Review and establish date of submissions of project deliverables.
• Review and establish understanding of HSE requirements.
• Establish project meetings requirements and frequency of meetings.

Page 346 / 427


• Establish reporting requirements and frequency of reports.
• Establish invoicing process and requirements.

b. Investor Progress / Interface Meetings


Contractor shall hold regular weekly meeting, monthly progress meeting and any other
meetings as required from time to time with Investor to plan, review and evaluate the progress
of the Work and other matters relevant to the Work. Meetings shall be called with prior notice
to the relevant attendees and shall have a comprehensive agenda as agreed by both parties.
Contractor shall record minutes of all meetings and discussions. The minutes of any meeting
shall include the following:
• Objective / Purpose of the meeting, when and where it is held and a list of all the
attendees; Issues discussed in the meeting and other necessary information
• Results of assigned actions outlined in the previous minutes, actions from the previous
minutes of meeting which have not been resolved, problems in performing the work scope, if
any
• Remedies, measures to be taken by Contractor. Other Investor’s instructions and
directions
• Any other related works/activities concerns
The Contractor shall record the events of the meeting regardless if no issues are noted and
shall send the minutes of the meeting to the Investor for review and agreement not more than
one day after the conclusion of the meeting.
If the minutes, in the Investor's opinion, do not accurately reflect the direction(s) given or the
agreement among attendees, the Investor shall instruct the Contractor to make the necessary
corrections to the Investor's satisfaction.
The Contractor shall conduct all necessary technical clarifications of the bids and shall hold
clarification meetings with his Suppliers

c. Supplier Interface Meetings


Contractor shall schedule periodic Supplier interface meetings appropriate to the
works/activities scope for each Supplier, which shall be used as a basis for progressing and
reporting Supplier status.
Contractor shall issue minutes of these meetings to Investor and retain a set of hardcopy
minutes in file for Investor audit at any time. Investor shall be notified of, and invited to, all
Supplier interface meetings with an advanced notice of at least seven (07) days.
Contractor shall nominate interface project engineer for interfacing with the suppliers and the
engineering team and between suppliers.
Interface matrix shall be prepared and maintained for all interface information record and

Page 347 / 427


control.

3.4.6.4 Review and Approval


The Contractor shall submit all Contractor Document Requirement List (CDRL) documents
for Investor review. The Contractor shall ensure that all documents are prepared by personnel
with appropriate qualifications and experience. The Contractor shall ensure that all documents
are adequately checked and approved for accuracy, compliance with its internal quality
system and relevant requirements set forth herein prior to the submission to the Investor.
Unless otherwise stated, the review and approval procedure shall be as follows:
• Contractor shall submit three (03) sets of documents to Investor for review and
approval by Transmittal Letter.
• Investor will review and give its status code to the documents by marking the
Transmittal Letter of Contractor with one of the following codes:
Code 1 : Documents to which it has no comments, Work can proceed
Code 2 : Documents to which it has minor comments, Work may proceed but
Contractor to revise and resubmit accordingly
Code 3 : Documents rejected. Contractor shall re-prepare the documents and re-
submit for Investor approval
Code 4 : Documents for information only
The Investor shall return one set of documents marked with Code 2 or Code 3 together with
its comments, to the Contractor by a transmittal letter. The Contractor shall make suitable
adjustment to the documents pursuant to the Investor's comments in the next issue of the
documents..
The Investor will acknowledge the documents marked with Code 1 to the Contractor by a
Transmittal Letter. The documents marked with Code 1 will not be returned to the Contractor.
Investor has and reserves the right to review all engineering deliverables generated by
Contractor, its Subcontractors and Suppliers, although it is its intention to review only the key
documents.
The review of documents by Investor shall not relieve Contractor, its Subcontractor(s) and
supplier(s) of the responsibility to provide complete, safe and operable facilities in accordance
with the contract.
It is Contractor’s responsibility to ensure that Investor and Investor representative are notified
in good time of the issue of key documents for review and to expedite review to avoid delay
to the Works.

3.4.6.5 Change Management


Any identified change to the scope of the project must be specifically drawn to the attention

Page 348 / 427


of the Investor. Any impact due to the late information or confirmation from Investor shall be
immediately brought into the notice of the Investor for review and consideration. A change
control procedure shall be developed by the Contractor and shall obtain Investor approval at
the early stage of the project as part of project execution plan.
The Contractor shall implement a change control system to ensure that changes in the design
of the facilities are controlled.
Any proposed changes shall be submitted by the Contractor to the Investor in writing
accompanied by all supporting documentation. The Investor will give approval or rejection
of the deviations in writing. The Contractor shall maintain a record of these deviations.

3.4.7 Project Interface


Contractor shall manage all the interfaces between itself and all other relevant other parties,
including but not limited to:
• Investor
• Industrial Park Infrastructure Construction Contractors
• Project Management Team;
• Certifying Agencies;
• Inspection Agencies;
• Government and non-government Authorities;
• Service Utility Providers;
• Other service provider companies;
• Local communities;
• Etc.
3.4.8 Other requirements
3.4.8.1 Project Schedule Requirement
For the detailed project execution schedule, refer to the Chapter VI – Progress and Timeline
Requirements. The Project is scheduled to be completed and ready for start-up in Q1-2024.
Contractor shall optimize and provide milestone, detail works schedule showing duration of
design, procurement, fabrication, testing, packaging, delivery to Binh Duong province site,
mobilization at sites, site installation supervision, pre-commissioning, commissioning and
start-up and Go-Live with milestone dates for completions.

3.4.8.2 Factory Acceptance Test / Integrated Factory Acceptance Test (FAT/IFAT)


FAT/IFAT will be carried out as a major milestone of Project Timeline. The Contractor shall
propose FAT/IFAT plan with detail activities and inform by writing to Investor
Details of inspection during FAT/IFAT, refer to Chapter IX – Special Condition of Contract,

Page 349 / 427


item SCC 9.1

3.4.8.3 Training
Training for the Investor operation and maintenance personnel shall be conducted by
Contractor. A training schedule shall be prepared and agreed with Investor.
Training shall include operation and maintenance of all systems and components provided
under the Contract.
If required, the training for Investor’s staff can be provided in both locations at factory and
on site. Contractor to propose in detail in his proposal completed for review and decision by
Investor.

4. Post Go-live support requirements


The Contractor provides a detailed process for recording error logs, change requests from
Investor, appointing Person-In-Charge (PIC) of processing requests, recording solutions and
tracking response time (SLA) to solve issues;
PIC of Contractor shall report work performed to Project leaders of all parties regarding
warranty, upgrade and technical support.
4.1. System software warranty
Warranty/Support period: Refrer period in Chapter VI-Progress and Timeline Requirements,
Section 2, Item 9
Method: On-site/Phone/Email/Remote access;
Available time: 24/7.
Contractor shall perform works within their scope and responsibility, progress and quality as
assessed by the Software manufacturer regarding technical support according to
manufacturer’s standards;
The Contractor fixes errors/bugs, updates patches, upgrades, manages database and security,
etc.;
The time for receiving and resolving errors (SLA) are specified as follows Section 4.3
4.2. Hardware warranty
Warranty/Support period: Refrer period in Chapter VI-Progress and Timeline Requirements,
Section 2, Item 9
Method: On-site/Phone/Email/Remote access;
Available time: 24/7.
The Contractor undertakes on-site technical support in critical and emergency cases

Page 350 / 427


Hardware receives the official manufacturer’s warranty service in Vietnam;
In case there is faulty hardware that needs replacing, the bidder needs to provide hardware
that fulfill the following requirements:
Replacement does not take more than 14 days;
While hardware is being replaced, the bidder needs to install equivalent equipment
(temporarily used hardware while waiting for the faulty one to be replaced) regarding
performance within 1 day since the hardware is identified as faulty and needs replacing.
The time for receiving and resolving errors (SLA) are specified as follows Section 4.3
4.3. Technical support requirements
The Contractor shall provide technical support services (e.g., configuration, customization,
report modification, bug fixing in the application's configuration, etc.) for the Smart IP
system;
Method: On-site/Phone/Email/Remote access;
Available support time: 24/7
Failure to comply Response time and Resolution time in case of Priority cases will be
penalized by deduction from Retained Value of five percent (5%) of the Contract Value.
SLA of the technical support service is specified as follows.
Priority Description Response Resolution Penalty
time Time

Priority 1 Severe Business 30 minutes Resolved 20%


(Urgent) Disruption - within
Multiple users 2 hours
affected:
1. Business processes
are affected
2. All services are
unavailable without
any workaround
3. Critical impact on
business

Page 351 / 427


Priority Description Response Resolution Penalty
time Time

Priority 2 Major Business 60 minutes Resolved 15%


(High) Disruption – Partial within
Service loss: 4 hours
1. Business processes
are affected
2. Users are affected
without any
workaround
Priority 3 Minor Business 2 hours Resolved 10%
(Medium) Disruption – Low within
Impact: 8 hours
System errors are
described in the scope
of SMART IP system
process by the
Manufacturer or
vendor, for example:
1. Users are affected;
however, there is
workaround
2. Batch processing
does not meet the
processing time
requirements (SLA) of
the system

Page 352 / 427


Priority Description Response Resolution Penalty
time Time

Priority 4 Minor Business 1 day Resolved 5%


(Low) Disruption – Low within
Impact: 5 days
System errors are
described in the scope
of Smart IP system
process by the
Manufacturer or
vendor, for example:
1. Errors out of initial
system scope (errors
related to system
configuration)
2. Errors related to
information query in
the data warehouse to
develop reports

Technical support is performed by managing and monitoring application’s performance:


- Monitor Investor’s application system on a day-to-day basis to ensure that it functions
reliably;
- Ensure to fulfill requirements regarding uptime and performance of the Smart IP system;
- Any major changes to the system shall be suitably planned to ensure SLA requirements;
- Ensure the accuracy and timeliness of data uploaded and received;
- Resolve and report the data discrepancies to Investor;
- Send quarterly reports to Investor on the performance of the Smart IP system based on
SLA requirements.
Technical support includes modifying and integrating systems:
- Enhance / Modify system functions;
- Ensure operational functions of the interface/integration;
- Test applications;
- Install applications and check if required;
- Modify and develop reports;

Page 353 / 427


- Provide technical support regarding system parameters and requirement of investor’s
application software;
- Provide on-site support for system users to perform business processes.
Technical support by bugs/fixes management:
- This task is based on the severity level of bugs. Following are the steps involved:
• Define bugs and scenarios
• Analyze requests
• Classify based on bug priority
• Record logs and provide solutions
- The Technical support identifies and solves application problems, such as malfunction,
performance, data, etc. These are the specific tasks to be performed by the Technical
support:
• Apply all available patch or updates to the Smart IP solution
• Provide handholding support to end users
• Ensure proactive and timely support in identification and provision of solutions,
including OEM Support for resolution
• Timely log of Bugs/Problems
• Develop daily/weekly/monthly status reports to Investor

Page 354 / 427


5. Quality System Requirements
5.1 General
Unless otherwise stated, Contractor shall institute a quality assurance system to demonstrate
compliance with the requirements of the Contract. Such a system shall be in accordance with
the details stated in the main Contract.
Compliance with the quality assurance system shall not relieve Contractor of his duties,
obligations or responsibilities under the provisions of this Contract.
Contractor shall prepare a Quality Assurance Plan and Quality Control Plan in accordance
with Investor requirements. These documents shall be submitted to Investor representative
for review, comment and approval within twenty four (24) days upon award of contract. Five
(5) complete sets of plans, in hard copies, shall be submitted, along with soft copy.
In the event of conflict, inconsistency or ambiguity between the Contract documents, the
Project Specification(s), National Codes or Standards, or any other document(s) referenced
herein, Contractor shall refer them to Investor for resolution, whose decision shall be final.
Contractor/Supplier shall make all exceptions to the Project Specification(s) and other
referenced specifications or attachments listed in the contract documents in writing and shall
obtain the written approval of Investor prior to the commencement of activities. All proposed
materials, equipment and procedures shall be submitted in writing by Contractor to Investor
for approval at least twenty four (24) days upon award of contract.

5.2 Quality System


5.2.1 Contractor Quality Management
Contractor shall prepare, for Investor, a Project Quality Plan in accordance with the
requirements of ISO 9001, which shall describe the specific application of the quality system
to the scope of the Work.
Contractor shall apply the applicable parts of ISO 9000 quality systems standard to his Sub-
Contractors and Suppliers.
Contractor shall conduct quality audits according to a program approved by Investor and
Investor shall have the option to attend these audits. All reports of such audits shall be
submitted to Investor.
Investor shall have the right of access to all parts of Contractor’s Work in order to carry out
quality audits.
5.2.2 Supplier Quality Management
Contractor shall develop a plan for the control of his Supplier’s goods and services.
All Suppliers must have audit records or quality verification evidence which compliant with
the above requirements and to the satisfactory of Investor. The plan shall be made available
Page 355 / 427
to Investor before award of purchase order.
All Suppliers shall have a compliance audit performed on them by Contractor, except where
Supplier can provide documented evidence of recent satisfactory audit or performance for
Investor’s review.
5.2.3 Inspection and Test Plans
Prior to the start of installation, Contractor shall produce and submit an Inspection and Test
Plan (ITP) for each part of the Work, that describes the methods and procedures to be
employed to assure and verify work quality in full conformance to the quality control and
inspection requirements specified in the Contract Specifications.
The ITP shall indicate the witness and hold points for Contractor and Investor.
Contractor shall provide notice of witness and hold points identified on ITP to Investor and
shall not proceed without written notice from Investor.
Inspection and Test Plan (ITP) to address:
• A list of all Inspection and Testing activities associated with each activity for all phases
of work.
• Contractor’s method of demonstrating achievement of product quality.
• That each activity in the ITP has a project specification reference, codes & standards
reference, quality control procedure / method statement reference, frequency of inspections
/ tests, verifying document, responsible person and acceptance criteria.
• ITP shall contain hold, witness inspection, actual inspection, document review, approval
points.
• On completion of the individual operations / inspections, the Contractor shall ensure that
the ITP is signed off by Investor as applicable.
• Activities undertaken by a Supplier/Sub-contractor shall be referenced on the ITP.
Contractor's standard format can also be accepted if all requirements are addressed.

5.3 Identification and Marking


Contractor, in cooperation with Subcontractor(s)/Supplier(s) and Manufacturer(s), shall adopt
a unique identification and marking system on all equipment, material, appurtenances, etc.
for all activities ranging from fabrication, manufacturing, installation to completion of
project.
Each equipment or component item shall be adequately and uniquely marked for
identification. The marking shall, as a minimum, provide correlation of the product with the
Page 356 / 427
related inspection documentation. The marking shall be such that it easily will be identified,
and retained during the subsequent activities.

5.4 Quality Records


Contractor shall establish, implement and maintain a computerized quality verifying
documentation system capable of recording the status of all inspection and test activities
including acceptance and rejection from Investor. Status reports shall be issued to Investor on
a weekly basis. Details of the quality records to be maintained shall be listed in Contractor’s
quality plan.
Contractor shall provide relevant final quality documents as specified in approved project
deliverable of the Works. The records shall be delivered to Investor at the end of the project
in a database format.
Investor reserves the right of access to Supplier(s) / Sub-Contractor(s) works for review of all
quality records including inspection and test reports and records.

5.5 Quality Audits


Investor reserves the right to review and audit all engineering and procurement activities
performed by Contractor in carrying out the Work, using either Investor’s own or other
personnel. The audit may include, but not limited to, design calculations, specifications,
drawings, manuals, reports, third parties and Contractor’s internal control documentation.
Investor and or their representatives reserve the right to conduct quality audits
(documentation, process or personnel) at Contractor/Sub-Contractor’s locations to assess
compliance to the quality management system and quality plan requirements, degree of
implementation, effectiveness and adequacy of their quality system being able to provide the
required level of quality in the product.
The Contractor shall conduct a planned and documented internal quality audits to verify
compliance of the activities to the quality plan requirements and effectiveness of the quality
system as relevant to the scope of the order and Suppliers activities and shall be scheduled
based on importance of the activity.
Investor reserves the right to request the Contractor to provide a schedule of their quality
audits, appropriate to Contractor/ Supplier(s)' activities and inform or request Investor (as per
approved schedule) to attend or review the outcome of such audits
Investor Representative(s) and Investor nominated QA/QC Representative(s) shall also have
full and unrestricted access to Contractor and / or Sub-Contractors fabrication facilities at all
times during the fabrication / Installation of the Works. Access shall include approval of
Contractor’s QA/QC documentation and audit of Contractor Total Quality Management

Page 357 / 427


System. At any time should Contractor be found not to comply with any part of his Quality
System, Investor and/or Industry Specifications referenced in this scope of Work, the
Contractor shall perform all necessary re-work at his own cost.

6. Environment Health and Safety Requirements


6.1 General Requirements
The Contractor shall be responsible for the safety at Project site including all travel to the site
and any remote offices. The Contractor work shall be conducted in a safe manner such that
risk to personnel and/or the public is minimized.
As a minimum, the following issues should be addressed:
• The Contractor is responsible for maintaining a safe and tidy workplace and has a duty of
care to his workforce. This includes the provision of safety personal protection equipment
(PPE), the provision of medical facilities as well as providing medical assistance.
• The Contractor shall ensure that all employees are made aware of the safety practices
procedures prior to commencing work.
• The Investor retains the right to inspect the work site at any time and stop work should the
working conditions prove imminently hazardous to persons or property. This shall in no
manner be a justification for delaying the work under Contract or reason for an extension of
time.
• The Investor shall be immediately notified of any accidents that involve lost time injury
or death. In the event of death, the Contractor shall notify the appropriate authorities.
The Contractor shall prepare and submit for approval within four weeks of Contract award a
project specific environment, health and safety management plan, which will cover all stages
of the work.

6.2 Environmental Requirements


The Contractor's work shall be conducted in an environmentally responsible manner such that
adverse effects on the environment are minimized and controlled as per Vietnamese codes
and standards about air emission, wastewater discharge, polluted soil, water supply source
and noise level.
The Contractor shall incorporate all requirements of facility environmental impact assessment
and environmental management plan into their design and installation.
The Contractor shall prepare a detailed Environmental Management Plan (EIA) for the
execution of the work under Contract.

Page 358 / 427


The Contractor shall implement the requirements of the environmental management plan and
carry out all work under Contract in such a way as to cause as little damage to the existing
environment and as little inconvenience to tenants, as reasonably possible. The Contractor
will restore areas affected by site activities, to the condition, where practicable, to that existing
prior to commencement of the work under Contract.

7. Documentations and Deliverables Requirements


The Contractor shall record transmittal to the Investor (at Investor's office in Binh Duong
province) of all documents and provide document Project to ensure that such documents and
subsequent revisions are available for the Investor's inspection at all times.
All documents and technical data shall be in the English language.

7.1 Information Required with the Bidding


Refer to Chapter II -Bid Data Sheet, item ITB 19.1, 03 Hardcopies and 01 Softcopy of Bid
Proposal c/w all documents in pdf format will be provided in USB/CD.

7.2 Deliverables
Contractor shall provide, as a minimum, the engineering deliverables as marked-up in
Appendix 4 – Contractor Master Deliverable List. However, the Contractor shall develop and
provide all other documents that have not been listed in Appendix 4, but necessary to
complete its scope of work. Deliverables will be detailed by Investor during Kick-off meeting
after contract award.
The Contractor shall prepare, review and update all deliverable documents so that they shall
be clearly legible when reduced to a size A3 (297x420mm).
Drawing prints larger than A4 shall be folded to A4 size, with the title block visible at the
bottom right hand corner. Originals and transparencies shall be supplied rolled up and
adequately protected. Documents larger than A3 to be included in manuals shall be inserted
in pre-punched plastic sleeves.
Photocopy quality shall ensure that legibility and clarity of documents is maintained.
Manuals shall be supplied in loose-leaf hard cover binders.
Unless specified otherwise, approved copies of the manuals shall be supplied in time for them
to be available on site two (02) months prior to commissioning and Go-Live.
Data, drawings, documents and calculations provided to the Investor in electronic format shall
be developed in the software applications as defined below:

Page 359 / 427


Electronic Deliverable Software Application
Drawings Auto CAD release 2017 (or later)
Correspondence, Reports Microsoft Office V.2013 (or later)
Documents and Graphics Microsoft Office V.2013 (or later)
Schedules Primavera / Microsoft Project
Other documentation Adobe Acrobat latest Version

The Contractor shall prepare all Engineering data sheets, drawings and documents using the
English language and the SI for measurement as described in Terms and Conditions of the
Contract. The Contractor shall also ensure that Suppliers and Subcontractors also comply with
this requirement.
Study reports, the design report and the operating manual shall all be prepared so that each is
self-contained and provides sufficient detail to allow calculations and specifications to be
verified by a third party.

7.3 As-Built Documents


All Engineering documents shall be finally issued in their "As-built" version. During
fabrication and installation, the Contractor shall update and maintain on a master file all
documents as required in the contract. Prior to acceptance by the Investor, the Contractor shall
prepare and submit all the as built documents for Investor / Certifying Authority approval.
All As-built documents shall be prepared from the original drawings and data sheets.
Documents shall be redrafted as required to incorporate all final information. Mark ups
sketches, referencing and other field marking techniques shall not be acceptable. The as built
documents shall be stamped "AS-BUILT" and signed.
As-built documents shall include list of all cross-referenced drawings, installation log books
and relevant site queries. All clouds, revision diamonds and other interim control markings
shall be removed from the as built documents.
The Investor requires all installation data that is relevant to the future safe operation,
management, and development of the facility to be captured in electronic databases that will
be available to be accessed directly through the database.
The Contractor is required to acquire the data and supply it to the Investor in an acceptable
electronic format (typically an PDF, Excel or a Word document). Paper copies shall also be
provided when the documents are required to be signed as a formal record of an activity.
The Contractor shall compile the required number of sets of as-built fabrication and
Page 360 / 427
installation documents into an as built dossier upon completion of the works. The dossier
shall contain but not be limited to:
• Material Certificates, Specification and Data Sheets.
• As built Drawings.
• Inspections and tests records (Test Sheets, manufacturers’ test reports / certificates
etc).
• Operational & Maintenance (O & M) manuals.
• Electrical cable/Electronic device (Camera, iOT device, IT-Non IT device) Test
Sheets.
• Telecommunication wiring and schematic drawings.
• Testing and Commissioning Reports.
• Electronic copy of all Smart Interventions / ICCC applications
• Electronic copy of all Smart Interventions / ICCC configuration / program after
commissioning.
• Commissioning files.
• Warranty Certificates
• Training Attandace List
• GoLive and Handover Report
• Etc.
The as built dossier shall be progressively compiled during the work and the master document
registers shall be reviewed by the Investor / Certifying Authority and corrected if required by
the Contractor to the Investor approval. The marked up documents set, which has been used
in order to proceed with as built documents issue, during execution of the work shall not be
disposed of, but shall be filed in the Investor library.
The Investor / Certifying Authority shall continuously check the marked up documents set,
in order to ensure that the Contractor implements the design into the submitted documents
along the execution of the work up to the issue of the as built version.

7.4 Operation and Maintenance Manuals


Contractor shall develop and issue the operation and maintenance manuals for all the Works.
The operation and maintenance manuals development shall closely follow the detailed
Engineering progress. Supplier operation and maintenance manuals for each equipment shall
form part of this document.
Contractor shall submit the operation and maintenance manuals development schedule for
Investor approval.

Page 361 / 427


Investor reviewed Code 1 operation and maintenance manuals shall be submitted two (02)
weeks prior to the Commissioning Activities.

Page 362 / 427


Part III. CONDITIONS OF CONTRACT
Chapter VIII. GENERAL CONDITIONS OF CONTRACT (GCC)

1. Definition These specific terms are interpreted as follows in this contract:

1.1 “Buyer” or “Investor” or “Purchaser” means the


organization purchasing the Goods and Services, as named in
SCC.
1.2 “Contractor” or “Seller” means the individual or firm
supplying the Goods and Services under this Contract in the
SCC
1.3 "Project venue" is the place specified in the SCC.
1.4 “Bidder’ shall mean organization/ consortium submitting the
proposal in response to this Bidding Documents
1.5 “Abandons” means Bidder has substantially reduced personnel
at the Site or removed required equipment from the Site such
that the Bidder would not be capable of maintaining or
sufficiently discharging its obligations under the Contract
1.6 “Agreement” or “Contract” or “MSA" means the Master
Services Agreement together with the RFP and all the
Annexures, the Work Order issued by Investor, the Acceptance
letter from the Successful Bidder together any addendum(s) or
corrigendum(s) issued and shall include any modifications,
alterations, additions or deletions thereto agreed between the
Parties in writing after the date hereof in terms of the
Agreement
1.7 “Applicable Laws” includes all applicable statutes,
enactments, acts of legislature or laws, ordinances, rules, by-
laws, regulations, notifications, guidelines, policies, directions,
directives, requirement or other governmental restriction and
orders or judgements of any Governmental authority, tribunal,
board, court or other quasi-judicial authority or other
governmental restriction or any similar form of decision
applicable to the relevant Party and as may be in effect on the
date of execution of the Contract and during the subsistence
thereof, applicable to the Project

Page 363 / 427


1.8 “Bill of Material” or “BoM” means the bill of material
provided by bidder in its bid, stating the prices and the quantity
of the materials to be procured by the bidder (on behalf of
Investor)
1.9 “Confidential Information" information means all
information and data relating to Investor and all other data
accessed by the Master System Integrator/Successful Bidder,
provided by Investor, or is captured by or stored in the system,
whether in written, oral, electronic or other format; technical,
financial and business affairs, developments, operations,
processes, data, secrets, design rights, know-how, plans,
budgets and personnel which is disclosed to or otherwise
learned by the Master System Integrator in the course of or in
connection with the Contract (including without limitation such
information received during negotiations, location visits and
meetings in connection with the Contract )
1.10 “Joint-Venture” means a group of multiple members
(not more than five parties) entering into a Joint Venture
Agreement for a common objective of satisfying the Purchaser
requirements & represented by lead member of the Joint
Venture, designated as a “Lead Bidder”.
1.11 “Contract Value” means the price payable to the
Bidder under this Contract for the full and proper performance
of its contractual obligations
1.12 “The Goods” means all of the equipment, machinery,
and/or other materials which the Supplier is required to supply
and services ancillary to the supply of the Goods, such as
transportation and insurance, and any other incidental services,
such as commissioning, provision of technical assistance,
training, and other such obligations of the Supplier covered
under the Contract.
1.13 “Data” shall mean any record, transaction, document
and information related to the Project which includes, but not
limited to, any matter or thing tangible or intangible, factual,
fictitious or imaginary, hypothetical or abstract, known or
unknown, accurate or inaccurate provided by Investor to
successful bidder and includes any thought, form or substance,

Page 364 / 427


or knowledge proposition or opinion supplied or recorded by
man or machine and prepared, stored or transmitted in
computer readable form and shall include information.
However, the ownership of all the Data belongs to Investor and
successful bidder would merely handle the data on behalf of
Investor.
1.14 “Data Centre” or “DC” means the primary centre where
Data, Software, computer systems and associated components,
such as telecommunication and storage systems, redundant or
backup power supplies, redundant data communications,
environment controls and security devices and other services
are housed and operated from
1.15 "Deliverables" means the solutions, software products,
infrastructure, licenses and services agreed to be delivered by
the Successful Bidder in pursuance of the Contract as
elaborated in the RFP and includes all documents related to the
Solution, user manual, technical manual, designs, process
documentations, the artefacts, the training materials, process
and operating manuals, service mechanisms, policies and
guidelines, inter alia payment and/or process related etc., source
code and all their respective modifications
1.16 “Disaster Recovery Centre” or “DR” means the centre
that is designed to act as the Data Centre on occurrence of a
disaster/non-functioning of the DC
1.17 “Effective Date” means the date on which the Contract
is executed by both the Parties
1.18 “Effective Date of Go-Live” means the date on which
all the proposed solutions & its associated services including
integration/ interfacing requirements with the various third-
party systems are successfully implemented as specified in the
RFP and all the acceptance tests & certifications or agreed
otherwise by the authorities are successfully concluded to the
satisfaction of Investor
1.19 “Equipment” means the computer hardware, machinery
and other tangible equipment used for the Project, pursuant to
the Contract

Page 365 / 427


1.20 “Go-Live” means the date on which the proposed
solutions are successfully implemented as specified in the RFP
and all the acceptance tests & certifications as defined in the
RFP are successfully concluded to the satisfaction of Investor
1.21 “Intellectual Property Rights" means all rights in
written designs and copyrights, moral rights, rights in databases
and software including its up-gradation systems and
compilation rights (whether or not any of these are registered
and including application for registration)
1.22 “Network Service Provider” means a company
providing internet access using copper, fiber-optics, satellite
and other forms of communication pursuant to the Contract
1.23 “Lead Bidder” – means the firm/ company who buys
the tender, signs and submits the tender on behalf of
Consortium shall be taken as the Lead Member of Consortium
and shall be taken as the “MSI”, for the purpose of this tender
document.
1.24 “OEM” or “Original Equipment Manufacturer” or
“Supplier” or “Vendor” means the original manufacturer and
owner of the Intellectual Property Rights of any Software or
Equipment to be used in the Project and to which Investor has
been granted license to use
1.25 “Contract Performance Guarantee” or “Performance
Bank Guarantee” shall mean the guarantee provided by a
Scheduled Commercial Bank / Nationalized Bank to Investor
on behalf of the Successful Bidder
1.26 “Project” means Implementation and maintenance of
Smart Solutions in VSIP III premises and provision of all
Services and Deliverables as per the terms and conditions laid
in the RFP and provision of Services in conformance to the
SLA
1.27 “Project Assets” means the assets procured and/or
developed and supplied by the Successful Bidder to Investor for
the purpose of the Project, pursuant to this RFP
1.28 “Project Data" means all proprietary data of the Project
generated out of project operations and transactions, videos,
documents and related information including but not restricted

Page 366 / 427


to user data which the Successful Bidder obtains, possesses or
processes in the context of providing the Services to the users
pursuant to the Contract and the RFP
1.29 “Project Location” are the VSIP III premises that shall
require Implementation & Maintenance of Smart Solutions
1.30 "Proprietary Information" means processes,
methodologies and technical and other information, including
drawings, designs, formulae, flow charts, data and computer
programs already owned by, or granted by third parties to a
Party hereto prior to its being made available under this RFP

1.31 “Purchaser’s Representative” or “Purchaser’s


Technical Representative” means the person or the persons
appointed by the Purchaser from time to time to act on its behalf
for overall co-ordination, supervision, and project management
1.32 "Replacement Master System Integrator" means any
third party that Investor may appoint to replace the Master
System Integrator upon expiry of the Term or otherwise
termination of Contract to undertake the Services or part thereof
1.33 “Request for Proposal (RFP)” or “Bidding
Documents” means the documents containing the general,
technical, functional, commercial and legal specifications for
the implementation and maintenance of Smart Solutions in the
VSIP III premises including different Annexures and includes
the clarifications, explanations, minutes of the meetings,
corrigendum(s) and amendment(s) issued from time to time
during the bidding process and on the basis of which bidder has
submitted its Proposal
1.34 “Scope of Work” - means all Goods and Services, and
any other deliverables as required to be provided by the MSI
under the RFP.
1.35 "Service Level" means the level of service and other
performance criteria which shall apply to the Services by the
Successful Bidder as set out in this RFP
1.36 “Service Specifications” means and includes detailed
description, statements to technical data, performance
characteristics, and standards (Vietnamese as well as

Page 367 / 427


International) as applicable and as specified in the Contract as
well as those specifications relating to Industry standards and
codes applicable to the performance of the Services and Scope
of Work, work performance quality and the specifications
affecting the Services and Deliverables or any additional
specification required to be produced by the bidder to meet its
obligations under this RFP
1.37 "Services" means the services to be performed by the
Successful Bidder in pursuant to the Contract more elaborately
provided in the Bidding Document using the tangible and
intangible assets created, procured, installed, managed and
operated by the Successful Bidder including the tools of
information and communications technology includes but is not
limited to the list of services specified in the Bidding
Documents
1.38 “Software” means the software designed,
developed/customized, tested and deployed by the Successful
Bidder for the purposes of the Project and includes the source
along with associated documentation, which is the work
product of the development efforts involved in the Project and
the improvements and enhancements effected during the Term
of the Project, but does not include the third party software
products (including the COTS products/Be-spoke
implementation used for the Project) and proprietary software
components and tools deployed by the Successful Bidder
1.39 “Solution” means all the hardware, equipment, servers,
third party tools, databases, and software provided by
successful bidder to meet the functional and technical
requirements of Investor and required to implement Smart
Solutions in the VSIP III premises.
1.40 “Master System Integrator” means the Successful
Bidder selected by this tendering process for the
Implementation and Operations & Maintenance of Smart
Solutions in the VSIP III premises
1.41 “Tender” or “Tender Document” means the RFP
1.42 “Term” means the period of the Contract commencing
from the Effective Date and continuing till the last day of

Page 368 / 427


Operations & Maintenance Services, or the date of termination,
in case of earlier termination of the Contract
1.43 "Third Party Solution" means Systems (or any part
thereof) in which the Intellectual Property Rights are owned by
a third party and to which successful bidder or Investor has been
granted a license to use
1.44 “Timelines” means the timelines for performance of
Scope of Work as described in the RFP
1.45 “Working Day” means any day on which any of the
office of Investor shall be functioning, including gazetted
holidays, restricted holidays or other holidays, Saturdays,
Sundays and other State Government Holidays
1.46 “Delivery term” shall be specified in Bidding
documents.
1.47 “Effective of contract” The Contract shall enter into full
force and effect as soon as the Purchaser sends the notification
of award.

2. Priority Order Components of contract are arranged in the order of priority as follows:

2.1. Written contract, enclosed with contract appendices;

2.2. Proposal by bidder approval and contract award letter;

2.3. Written decision on Bidder selection result approval;

2.4. SCC;

2.5. GCC;

2.6. Proposal by bidder and other clarification documents of the


awarded bidder;

2.7. Request for Proposal and amendment documents (if any);

2.8. Other documents specified in the SCC.

3. Country of All Goods and Services supplied under the Contract shall have their
Origin transparent and legal origin, conform to the Bidding documents.

Page 369 / 427


4. Standard The Goods supplied under this Contract shall conform to the standards
mentioned in SCC

5. Use of Contract 5.1 The Contractor shall not, without the Purchaser’s prior written
Documents and consent, disclose the Contract, or any provision thereof, or any
Information specification, plan, drawing, pattern, sample, or information furnished
by or on behalf of the Purchaser in connection therewith, to any person
other than a person employed by the Contractor in the performance of
the Contract. Disclosure to any such employed person shall be made
in confidence and shall extend only so far as may be necessary for
purposes of such performance.
5.2 The Contractor shall not, without the Purchaser’s prior written
consent, make use of any document or information enumerated in
GCC Clause 5.1 except for purposes of performing the Contract.
5.3 Any document, other than the Contract itself, enumerated in GCC
Clause 5.1 shall remain the property of the Purchaser and shall be
returned (all copies) to the Purchaser on completion of the
Contractor’s performance under the Contract if so required by the
Purchaser.

6. License and The Contractor shall indemnify the Purchaser against all third-party
Copyright claims of infringement of patent, trademark, or industrial design rights
arising from use of the Goods or any part thereof in the Purchaser’s
country.

7. Contract 7.1 The Contractor shall furnish to the Purchaser the performance
Performance security as specified in SCC.
Security 7.2 The proceeds of the performance security shall be payable to the
Purchaser as compensation for any loss resulting from the Contractor’s
failure to complete its obligations under the Contract.
7.3 The performance security will be discharged by the Purchaser and
returned to the Contractor in period specified in SCC.
8. Technical The goods and related services provided in this Contract shall comply
Specifications with the specifications and standards mentioned in Chapter VII -

Page 370 / 427


and Standards Technical requirements and instructions. If there is no specifications
and standards specified in Chapter VII, the provided goods and related
services shall comply with the specifications and standards equivalent
to or higher than the current ones in the country or territory from which
the goods originate.
9. Goods 9.1 The Purchaser or its representative shall have the right to inspect
Inspections and and/or to test the Goods to confirm their conformity to the Contract
Tests specifications at no extra to the Purchaser. The special conditions
of Contract shall specify what inspections and tests the Purchaser
requires and where they are to be conducted.
9.2 Should any inspected or tested Goods fail to conform to the
Specifications, the Purchaser may reject the Goods, and the
Contractor shall either replace the rejected Goods or make
alterations necessary to meet specification requirements free of cost
to the Purchaser. If the Contractor fails to replace the rejected
Goods or make alterations, the Purchaser may proceed to replace at
the Contractor’s risk and expense.
9.3 Nothing in GCC Clause 9 (sub-clause 9.1 and 9.2) shall in any way
release the Contractor from any warranty or other obligations under
this Contract.

10. Packing 10.1 Software: Not applicable


10.2 Hardware:
The Contractor shall provide such packing of the Goods as is required
to prevent their damage or deterioration during transit to their final
destination, as indicated in the SCC. The packing shall be sufficient to
withstand, without limitation, rough handling during transit and
exposure to extreme temperatures, salt and precipitation during transit,
and open storage. Packing case size and weights shall take into
consideration, where appropriate, the remoteness of the Goods’ final
destination and the absence of heavy handling facilities at all points in
transit.
The packing, marking, and documentation within and outside the
packages shall comply strictly with such special requirements as shall
be expressly provided for in the contract, including additional
requirements, if any, specified in SCC, and I any subsequent

Page 371 / 427


instructions ordered by the Purchaser.
11. Delivery and Delivery of the Goods shall be made by the Contractor in accordance
Documents with the terms specified in the Schedule of Requirements. The details
of shipping and/or other documents to be furnished by the Contractor
are specified in SCC.
12. Insurance The Goods supplied under the Contract shall be fully insured in a
freely convertible currency against loss or damage incidental to
manufacture or acquisition, transportation, storage, and delivery in the
manner specified in the SCC.
13. Transportation Goods transportation, delivery and other requirements are specified in
and Other the SCC.
Arising Services
14. Construction 14.1 The contractor is responsible for purchasing construction and
Insurance installation insurance during construction/installation at
Investor’s site. The sum assured is the full value of construction
works upon completion but shall not be allowed to be lower than
total construction contract value, including the value subject to
amendments or revisions (if any)

14.2 The Contractor is obliged to purchase insurance by the


Contractor's cost for the insurance coverage including:
+ Insurance for damage to works, materials, labor, machinery,
equipment, installations thereof, freights, taxes, other expenses
and other work items provided by the investor, Supervisor
employee of Investor…
+ Civil liability with respect to compulsory third-party insurance:
a) The minimum sum assured regarding damage of health or life
is 100 million VND/person/case, not limiting the number of cases
of damage or losses.
b) The minimum sum assured regarding damage of assets or
related legal costs (if any) is:
- 10% of the value of the works for the entire valid duration of the
insurance regarding works valued at less than 1.000 billion VND,
not limiting the number of cases of damage or losses.
- 100 billion VND for the entire valid duration of the insurance
regarding works valued at 1.000 billion VND or more, not

Page 372 / 427


limiting the number of cases of damage or losses.

14.3 Any change to the terms of insurance will not be permitted


without the written consent of the Investor, unless specified in the
specific conditions of the contract or an addendum mutually
agreed by both parties.

14.4 The Contractor shall provide Investor with the relevant insurance
certificate within 01 week from the date of the Contract.
15. Warranty 15.1. The bidder ensures that the provided goods is brand-new with
complied manufacturing standards, unless otherwise specified in the
SCC. Additionally, the Bidder shall ensure there will not be any
arising defects that can lead to inconvenient use.
15.2. Warranty requirements of goods are specified in the SCC.
16. Types of The Type of contract shall be specified in SCC.
contract
17. Payment 17.1. The payment shall be undertaken as prescribed in the SCC.
17.2. Payment currency: VND.
18. Advance 18.1 Advance Payment: Ten (10) percent of the Contract Price shall
Payment be paid within thirty (30) days of signing of the Contract, and upon
submission of claim and Advance Payment Bank guarantee for
equivalent amount, valid from the date of issuance of the guarantee
letter to Go-Live date of the Project.
19. Contract Prices 19.1 Contract price specified is the total cost of completing the goods
and related service provision in the bid package stated in the contract
price quotation table (Table “Summary of contract price quotation” in-
form No. 23(a) and “Tóm tắt báo giá hợp đồng” in-form No. 23(b)
table Chapter X – Contract Form of this Part), to ensure the required
timeline and quality. The contract price includes all taxes and fees (if
any).
19.2 The contract price table in the Contract price quotation appendix
of this contract is an integral part of this contract, including the scope
of provision and the total price of items.
20. Change Orders 20.1 The Purchaser may at any time, by a written order given to the

Page 373 / 427


Contractor make changes within the general scope of the Contract
in any one or more of the following:
(a). drawings, designs, or specifications, where Goods to be furnished
under the Contract are to be specifically manufactured for the
Purchaser;
(b). the method of shipment or packing;
(c). the place of delivery; and/or
(d). other criteria specified in SCC.
(e). The service to be provided by the Contractor.
20.2 If any such change causes an increase or decrease in the cost of,
or the time required for, the Contractor’s performance of any
provisions under the Contract, an equitable adjustment shall be
made in the Contract Price or delivery schedule, or both, and the
Contract shall accordingly be amended. In the period specified in
SCC since the time of receiving amending, the Contractors have
responsibility to answer and submit the amending for negotiating
and signing Appendix of Contract.
20.3 The amending the Contract must be conformity with contract
Type and other requirements specified in SCC.
21. Contract Contract performance timeline is only adjusted in the following cases:
Timeline 21.1 Force majeure, not related to violations or negligence of
Adjustment contractual parties;
21.2 Changes in the scope, method of provision due to objective
requirements that affect the contract performance timeline;
21.3 In case of adjusting the contract performance timeline without
extending the project completion schedule, contractual parties shall
agree on the adjustment. In case the adjustment results in the project
completion schedule extension, this shall be reported to the individual
with authority for consideration and decision;
21.4 Other cases prescribed in the SCC.
22. Subcontractor 22.1 The bidder can sign a contract with subcontractors in the list of
subcontractors specified in the SCC to perform a part of the work
specified in the PBB. The use of subcontractors will not change the
Bidder’s obligations. The Bidder shall be responsible for quantity,

Page 374 / 427


quality, progress, timeline and other obligations for the work
performed by the subcontractor.
The substitution and addition of subcontractors that are not in the list
specified in this Section may be carried out only if there are reasonable
reasons and this is approved by the Investor.
22.2 The bidder must not use subcontractors for any tasks other than
the specified work for subcontractors stated in the PBB.
22.3 Other requirements on subcontractors are specified in the SCC.
23. Liquidated Subject to GCC Clause 23, if the Contractor fails to deliver any or all
Damages of the Goods or to perform the Services within the period(s) specified
in the Contract, the Purchaser shall, without prejudice to its other
remedies under the Contract, deduct from the Contract Price, as
liquidated damages, a sum equivalent to the percentage specified in
SCC of the delivered price of the delayed Goods or unperformed
Services for each week or part thereof of delay until actual delivery or
performance, up to a maximum deduction of the percentage specified
in SCC. Once the maximum is reached, the Purchaser may consider
termination of the Contract pursuant to GCC Clause 25.
24. Delays in the If at any time during performance of the Contract, the Contractor or its
Contractor’s subcontractor(s) should encounter conditions impeding timely
Performance delivery of the Goods and performance of Services, under GCC
Clause 11, the Contractor shall promptly notify the Purchaser in
writing of the fact of the delay, its likely duration and its cause(s). As
soon as practicable after receipt of the Contractor’s notice, the
Purchaser shall evaluate the situation and may at its discretion extend
the Contractor’s time for performance, with or without liquidated
damages, in which case the extension shall be ratified by the parties
by amendment of Contract.
25. Termination for 25.1 The Purchaser, without prejudice to any other remedy for breach
Default of Contract, by written notice of default sent to the Contractor, may
terminate this Contract in whole or in part if the Contractor fails to
deliver any or all of the Goods within the period(s) specified in the
Contract or within any extension thereof granted by the Purchaser
pursuant to GCC Clause 23; or the Contractor fails to perform any
other obligation(s) under the Contract.

Page 375 / 427


25.2 In the event the Purchaser terminates the Contract in whole or in
part, pursuant to GCC Clause 25.1, the Purchaser may procure, upon
such terms and in such manner as it deems appropriate, Goods or
Services similar to those undelivered, and the Contractor shall be
liable to the Purchaser for any excess costs for such similar Goods or
Services. However, the Contractor shall continue performance of the
Contract to the extent not terminated.
26. Termination for The Purchaser may at any time terminate the Contract by giving
Insolvency written notice to the Contractor if the Contractor becomes bankrupt or
otherwise insolvent. In this event, termination will be without
compensation to the Contractor, provided that such termination will
not prejudice or affect any right of action or remedy which has accrued
or will accrue thereafter to the Purchaser.
27. Contract 27.1 The Investor or the Bidder can terminate the contract if either
Termination party violates the contract as follows:
a) The Bidder fails to perform part or all of the contract work within
the specified period or the period extended by the Investor;
b) The Investor or the Bidder goes bankruptcy or needs to liquidate
assets for restructure or merger and acquisition
c) There is evidence showing that the Bidder violates one of the
prohibited acts
d) Other acts prescribed in the SCC.
27.2 In case the Investor terminates the performance of part or all the
contract according to Point a, Section 27.1 of the GCC, the Investor
may sign a contract with another bidder to perform that terminated
contract. The Bidder will be responsible for compensating the Investor
for all additionally incurred expenses for the performance of this
terminated contract. However, the Bidder must continue to perform
the contractual part that is not terminated and be responsible for the
warranty of this contractual part itself.
27.3 In case the Investor terminates the contract in accordance with
point b, Section 27.1 of the GCC, the Investor shall not incur any
compensation costs. Termination of this contract does not nullify the
rights of the Investor in accordance with the contract and the law.

Page 376 / 427


28. Force Majeure 28.1 In this contract, force majeure is all events beyond the control and
anticipation of the parties, such as wars, riots, strikes, fires, natural
disasters, floods, disease, quarantine due to disease control.
28.2 When a force majeure occurs, the party affected by the force
majeure event shall promptly send a written notice of the event and its
causes to the other party, as well as a written confirmation of the force
majeure issued by a competent organization/authority at the place of
the event.
During the period that the contract cannot be performed due to force
majeure, the Bidder, under the guidance of the Investor, shall continue
to perform its contractual obligations according to the actual
circumstances and find all possible solutions to perform the work not
affected by force majeure.
28.3 A party that fails to fulfill its duties due to force majeure will not
be required to compensate for damages, penalized or terminate the
contract.
In case of an arising dispute due to a force majeure event, it will be
resolved in accordance with the GCC Section 29.
29. Dispute 29.1 The Investor and the Bidder are responsible for resolving disputes
Resolution arisen between the two parties through negotiation and conciliation.
29.2 If the dispute cannot be resolved by negotiation or conciliation
within the time limit specified in the SCC from the date of the dispute
arises, any party may request to settle the dispute as specified in the
SCC.
30. Governing The Contract shall be written in the language specified in BDS Section
Language 9, Chapter I, Part I. All correspondence and other documents
pertaining to the Contract which are exchanged by the parties shall be
written in the same language.
31. Applicable Law The Contract shall be interpreted in accordance with the laws of
Vietnam and except others specified in SCC.

32. Authorization Not Applicable, otherwise specified in the SCC


33. Notice 33.1 Any notice sent by one party to another related to the contract
shall be in the written form and sent to the address specified in the

Page 377 / 427


SCC.
33.2 The notice of one party is considered valid from the receipt date
of another party or based on the validity date specified in this notice.
The later date shall prevail.
34. Taxes and duties A foreign Contractor should be entirely responsible for all taxes, stamp
duties, license fees, and other such levies imposed outside the
Purchaser’ country.

35. Tax Adjustment Tax adjustment is performed as prescribed in the SCC.


36. Scope of Goods and related services shall be provided in accordance with
Provision Chapter V – Project and Bid Package Summary, attached as
Appendices so that they can be an integral part of this contract,
including types of goods, services provided by the Bidder and their
unit prices.
37. Timeline of Timeline of goods provision and related service completion shall
goods provision, comply with the content specified in Chapter VI – Progress and
related services Timeline Requirements. The bidder shall provide documents
completion (if documents as specified in the SCC.
any) and
Documents
38. Responsibilities The Bidder shall provide all goods and related services within the
of the Bidder scope of supply as specified in the GCC Section 36 and according to
the timeline of goods and related service completion as specified in
the GCC Section 37.

Page 378 / 427


Chapter IX. SPECIAL CONDITIONS OF CONTRACT (SCC)
Unless otherwise specified, all SCC shall be filled in before issuing RFP.
Clause Item Contents
GCC 1 1.1 The Buyer is:
VietNam Singapore Industrial Park JV Company Ltd (VSIP),
Address: 08 Huu Nghi St., Binh Hoa Ward, Thuan An City, Binh Duong
Province, Vietnam.
Tel : (84-0274) 3743898
Fax : (84-0274) 3753960
1.2 The Contractor Seller is:
..................................................................................................
The Company awards the Contract
1.3 Project venue:
Hoi Nghia Ward, Tan Uyen Town and Tap Lap Ward, Bac Tan Uyen
District, Binh Duong Province
1.6 Contract: Refer Contract templates in English in Form 23(a) and
Vietnamese in Form 23(b), Chapter IX – Contract Forms
1.12 Goods: Including Hardware components and Software component
1.37 Services: Including Implementation services, including, but not limited
(a)Installation software, (b)Design, (c)Development, (d)Customization,
(e)Integration with Integrated Command Control Center, (f)Testing
(including Factory Acceptance Testing (FAT), Site Acceptance Test
(SAT), User Acceptance Test (UAT)) and (g)Commissioning, (h)Training,
(i)Acceptance and (j)System handover for Completed Solution
1.46 Delivery Term
Services: Not Applicable
Goods: Not Applicable
The investor certifies the delivery process at the Project site with the
support of an independent inspection unit (at the Investor's expense). All
goods will be delivered to Contractor’s warehouse (setup by Contractor’s
expense at Project site ) and Contractor is responsible for preservation
before installation

Page 379 / 427


1.47 Effective Date of the Contract:
The Contract shall enter into full force and effect as soon as the Buyer sends
the notification of award.
GCC 2 2.8 The following documents are also part of the Contract:
1. Minute of Contract Finalization (if any);
2. Minute of Contract Negotiation;
3. Other related documents (if any).
GCC 4 Standards of Goods and Services: as required by the bidding documents
(Part II: Bid Package Requirement)
GCC 7 7.1 Performance Security:
- Within Fifteen (15) days from the day of contract signing, the Seller shall
furnish to the Buyer the performance security.
- The performance security shall be in one of the following forms:
+ A bank guarantee issued by a reputable bank legally operated and located
in Viet Nam or in foreign, in the form the provided in Form 24-Chapter X
– Contract Form or another form acceptable to the Buyer. If the
performance security issued by a foreign bank, it is requested that the
security should be issued through its legally operated representative office
in Vietnam (if any) or its validity should be confirmed by a Vietnamese
Bank which have the agent relationship with the issuing Bank.
+ A cashier’s or certified check accompanied by a letter stating that all
conditions of the Performance Security shall be strictly conformed by the
Contractor.
+ Money transfer to the Buyer over TTR or SWIFT stating that strictly
conformed to condition Contract.
- The amount of performance security, as a percentage of the Contract be
Price, shall be ten (10) %.
- Validity of performance security: Performance security is valid until the
Official Go-Live day of system.

Page 380 / 427


7.3 Contract performance security returning deadline:
The Performance Security shall be discharged by the Buyer and return to
the Contractor following the date of Completion of the Contractor’s
performance obligations under the Contract

GCC 9.1 Goods and Services inspection and testing:


9 Implementation and acceptance phases for all modules/functions that
fulfill all business requirements are divided into the following stages:
- Stage 1: Factory Acceptance Test/Integrated Acceptance Test
(FAT/IFAT)
- Stage 2: Delivery at Site
- Stage 3: in SAT/UAT (Site Acceptance Test / User Acceptance Test
) Commissioning, GoLive and Warranty period

Details as below
- Stage 1: FAT/IFAT
(a) All materials and equipment shall be inspected to ensure the
conformity to the require technical specifications
(b) Contractor shall deliver to the Investor the list of inspections and/or
tests which will be conducted by either the Contractor itself or its sub-
contractor. According to the list, the Investor shall select and decide
inspections and/or tests to be witnessed.
(c) Contractor shall notify the Investor in writing the date, time, venue
and contents of such inspection and/or test. Investor shall notify in
writing to the Contractor of his intention to witness the inspection
and/or test
(d) The Contractor shall facilitate the Investor’s representatives to
access the Contractor’s manufacturing factories at any time during the
working time in order to observe the performance of such inspection
and/or test.
All costs relating to preparation, testing, meal, transportation,
accommodation… of each party shall be borne by each own party.
- Stage 2: Delivery at site

Page 381 / 427


(a) Notwithstanding the Investor’s observation of the inspection and/or
test, it shall be in any way release the Contractor from any warranty
or other obligations under this Contract. The quantity and status of
goods shall be inspected by a third-party Inspection Unit at the
Contractor’s warehouse. In case of discrepancy in the quantity and
quality of goods to the requirements agreed in the Contract, inspection
report of inspection unit shall be used for claiming purposes, if any,
against the insurance company or the carrier or the Contractor.
Inspection costs shall be borne by the Investor, except in case of the
Contractor’s faults.
(b) Claims with supporting documents shall be made by fax or
registered mail to the Contractor not later than twenty (20) days of
unloading of goods.
(c) Whenever such claim is proved to be of the Contractor’s
responsibility, the Contractors shall notify the Investor of the
results within fifteen (15) days after receiving the Investor’s claim.
(d) In case of nonconformity or discrepancy, the Contractor is liable to
supply at its own expense of the required replacement of the defective
goods on the basis of the Investor’s warehouse or the project site.
(e) The Contractor shall have the right to present in these inspections at
his expenses.

- Stage 3: SAT or/and UAT / Inspection and Test at site supplied by


Investor:
(a) The Contractor shall supply the testing under supervisor of Investor.
(b) Inspection and Test at site during Implementation, on Go-Live and
during the warranty period:
- If the test supplied by the Investor reveals a fault or problem, the
entire test shall be repeated until the problem is corrected. The
Contractor shall pay the cost for the second and onwards tests.
- During the warranty period, if the supplied equipment reveals fault,
the test shall be implemented and the cost shall be paid by Contractor.

GCC Packaging:

Page 382 / 427


10 Goods provided by the Contractor shall be carefully packed with
specific sender, receiver, content, and a brief description, etc.
according to the industrial packaging standards, to ensure firmness and
avoid impacts when handling, delivering or preserving in the
Contractor’s warehouses.

GCC Delivery:

11 1. The goods shall be delivered within ………… months from the


effective date of the Contract.
Notice and Document:
(a) Ten (10) days prior to each shipment, the Contractor shall notify
the Buyer and the Insurance Company by Facsimile or Telex the
full details of the shipment. The notice of shipment shall comprise
the following details:
1. Contract name and number
2. Description of goods
3. Number of packages and description
4. Gross/net weight
5. Volume in total
6. Estimated dimension
7. Name of vessels
8. Number and date of Bill of Lading/Air Bill
9. Port of Loading
10. Shipment date (estimated)
11. Name and address of Shipping Agent at port of unloading and
all other data that deem necessary.
(b) Three (03) days after each shipment, the Contractor shall mail the
following documents to the Buyer, with a copy to the Insurance
Company:
(i) The one (1) original and three (3) copies of the Contractor’s
invoice showing Goods’ description, quantity, unit price, and
total amount;
(ii) The one (1) original and three (3) copies of the negotiable,

Page 383 / 427


clean, on-board bill of lading marked “freight prepaid” and
three (3) copies of non-transferable bill of lading;
(iii) The one (1) original and three (3) copies of the packing list
identifying contents of each package;
(iv) The one (1) original and five (3) copies of Insurance certificate;
(v) The one (1) original and five (3) copies of Manufacturer’s or
Contractor’s warranty certificate;
(vi) The one (1) original and three (3) copies of Inspection
certificate, issued by the nominated inspection agency, and the
Contractor’s factory inspection report; and
(vii) The one (1) original and three (3) copies of Certificate of
Origin.
(viii) The one (1) original and three (3) copies of Certificate of
Quality and Quantity of goods of the Manufacturer or
Contractor
(a) The above documents shall be received by the Buyer at least one
week before arrival of the Goods at the place of arrival and, if not
received, the Contractor will be responsible for any consequent
expensesDuring the design process, the Contractor shall furnish to
the Purchaser all drawings and technical specifications of the
goods for the Purchaser’s review.
(b) All the technical documents relating to the manufacture design
and technical documents for purpose of civil works design of the
Purchaser shall be submitted to the Purchaser and Contractor
within 4 weeks from the Effective Date of the Contract.
(c) All the drawings and relating document shall be submitted to the
Purchaser by the Contractor in five (05) copies, clearly marked
“Drawings for approval”
(d) Within three (03) weeks after receipt by the Purchaser of the
above documents, the Purchaser shall return to the Contractor the
comments by fax or email, of which the comments or
modifications (if any) shall be clearly indicated
(e) All the drawings returned to the Contractor marked “Return to
modify” shall be modified by the Contractor. The Contractor shall
resubmit the drawings and relevant document showing revision in

Page 384 / 427


each relating drawings (if any) in four (04) weeks. Then the
Contractor can manufacture the goods continuously.
(f) Prior to each shipment, the Contractor shall send to the Purchaser
eight (8) copies of document of installation, operation and
maintenance as follows:

GCC Insurance:

12 The Insurance shall be in an amount equal to 110% of value of the Goods


from “warehouse to “warehouse” on “All Risks” basis, excluding War
Risks and Strikes.

GCC Transportation
13 - Goods delivery requirements:
+ The Bidder is responsible for arranging means of delivery and ensuring
that goods are safely delivered to the specified venue
+ Loading and delivery costs are incurred by the Bidder
+ Delivery address: Specified in SCC Item 1.3
GCC 15.1 Other conditions of goods assurance: The bidder shall ensure the provided
15 Software/license include legitimate license, activation code, end-user
permanent license. Additionally, the provided hardware is brand-new with
complied manufacturing standards. All software and hardware shall
comply with manufacturers’ technical standards and match with the
Buyer’s requirements on information security, unless otherwise specified
in SCC. The bidder shall ensure there will not be any arising defects that
can lead to inconvenient use.
15.2 Warranty requirements: Specifically prescribed in Chapter VII-
Requirement Specification, Section 4 Post Go-Live support Requirements
GCC 16.1 Type of contract: Lump-sum Contract.
16 - Contract for signing: Vietnamese and English version.
GCC Payment:
17 The method and conditions of payment to be made to the Contractor under
this Contract shall be as follows:

Page 385 / 427


Payment method:
a. Smart IP software license:
- 10% of the value for advance payment, from the Contract Sign date
- 50% of the value, from the Smart IP system Installation and Testing &
Commisioning completion signoff date
- 35% of the value, from the Smart IP system Go-live Minute of
Acceptance signoff date
- 5% of the value, from the Smart IP system End of Warranty Period.
b. Smart IP implementation service:
- 10% of the value for advance payment, from the Contract Sign Date
- 50% of the value, from the Smart IP system Installation and Testing &
Commisioning completion signoff date
- 35% of the value, from the Smart IP system Go-live Minute of
Acceptance signoff date
- 5% of the value, from the Smart IP system End of Warranty period.
c. Smart IP Hardware:
- 10% of the value for advance payment, from the Contract Sign Date
- 70% of the value, from the Delivery date
- 15% of the value, from the Smart IP system Installation and Testing &
Commisioning completion signoff date
- 5% of the value, from the Smart IP system End of Warranty Period.

Notes:
Payment for Goods and Services supplied from within the Buyer’s country:
- Pay according to the delivery schedule under DDP conditions and shall
be paid through irrevocable letter of credit opened in favor of the
Contractor in a bank in its country, upon submission of documents
specified in SCC Clause 10
- Payment Method: Bank Transfer
Payment for Goods supplied from abroad:

Page 386 / 427


- Pay according to the delivery schedule shall be paid through irrevocable
letter of credit opened in favor of the Contractor in a bank in its country,
upon submission of documents specified in SCC Clause 10
2) Payment with Letter of Credit:
- The Letter of Credit shall be valid up to 30 day from the last shipment and
should be extended according in the event of the Contractor’s delay (all
cost concerning the extension of LC shall be borne by the Contractor).
- If the Contractor requests the confirmed L/C, confirmation charges shall
be borne by the Contractor,
- Any discrepancy between the terms agreed by the parties and the Letter
of Credit as issued shall be notified by the Contractor to the Buyer
immediately.
- All banking and other financial institution charges within the territory of
Vietnam shall be borne by the Buyer,
- Certificate of origin issued by Chamber of Commerce of Manufacture’s
country,
- Partial shipment and transshipment are allowed.
- In case for any reasons the shipping documents of the Contractor have
discrepancies, all the charges occurred concerning the consignment shall
be borne by the Contractor.

GCC 20.1(d) Change Orders: Not applicable


20
20.2 Within thirty (30) days from the date of Contractor’s receipt of the Buyer’s
charge order.
GCC 21.4 Other cases: As agreed by parties in the contract negotiation process
21
GCC 22.1 List of subcontractors: The list of subcontractors will be updated if the
22 bidder selection result is available

22.3 Other critical requirements on subcontractors: Not applicable

Page 387 / 427


GCC Liquidated Damages:
23 - 0.1 % (One tenth of one percent) of total contract price per day for the
delayed Goods or unperformed Services , excluding Public holiday
(Vietnam) shall be applied .
- The maximum payable amount of liquidated damages for delay shall not
exceed ten percent (10 %) of the Contract price, once on the maximum is
reached; the Buyer may consider the termination of the Contract.
- A shorter delivery time will be one of the advantages for evaluation.
GCC 27.1 (d) Other behaviors: As agreed by parties in the contract negotiation process
27
GCC 29.2 - Deadline for dispute settlement: 30 days from the date of an arisen dispute
29 - Dispute settlement: If parties are unable to settle the dispute by
negotiation or conciliation within 30 days from the date that one Party
sends to the other one a written request for dispute resolution, all Parties
have the right to escalate the dispute to Court based on its rules. The
decision of the arbitrator shall be final and enforceable to all Parties. The
losing party shall incur all arbitration and related costs. The place of dispute
settlement is the Court situated in Binh Duong, Vietnam, language used is
English and Vietnamese
GCC Applicable law:
31 The Contract shall be interpreted in accordance with the laws of Viet Nam.

GCC The Investor can authorize rights and responsibilities to others


32
GCC 33.1 Notices shall be sent to the Investor, as per the following address:
33 - Buyer’s address for notice purposes:
VietNam Singapore Industrial Park JV Company Ltd
08 Huu Nghi St., Binh Hoa Ward, Thuan An City, Binh Duong Province,
Vietnam
Tel : (84-0274) 3743898
Fax : (84-0274) 3753960
Attn. : Mr. …………………………
Email:..........................................................................................
- Contractor’s address for notice purposes:

Page 388 / 427


Name:........................................................................................
Address: ...................................................................................
Tel: ...........................................................................................
Fax: ..........................................................................................
Email: .....................................................................................
GCC Tax adjustment:
35 During the contract performance process, in case at the payment period
there is any change in tax policy (increase or decrease) and tax adjustment
is allowed in the contract, as well as the Bidder can provide documents to
determine the increased/decreased tax amount, that amount due to tax
policy change will be adjusted in the contract accordingly.
GCC The bidder shall provide all information and documents related project as
37 follows: Deliverables prescribed in Chapter VII – Requirements
Specification, Section 7, Item 7.2

Page 389 / 427


Chapter X. CONTRACT FORMS
This chapter includes forms that once filled with all information, they will become part of the
Contract. Regarding the contract performance security and advance payment security forms,
the awarded Bidder shall fill in with comprehensive information after being awarded with
the contract.
Form 22. Proposal by bidder Acceptance and Contract award letter
Form 23(a). Contract (English version)
Form 23(b). Contract (Vietnamese version)
Form 24. Contract performance security
Form 25. Advance payment security

Page 390 / 427


Form 22. PROPOSAL BY BIDDER ACCEPTANCE AND CONTRACT AWARD
LETTER
____, date ____ month ____ year ____

To: [insert the name and address of the bidder that is awarded with the bid, hereafter
called “the Bidder”]
Subject: Notice of Proposal by bidder acceptance and contract award

Pursuant to the Decision No. ___ date___ month___year___ of the VIETNAM SINGAPORE
INDUSTRIAL PARK (VSIP) JV CO., LTD ( hereafter called “the Investor”) regarding the
approval of bidder selection “Design, Develop, Implement for Phase 1, 2 and 3A” of “VSIP
III Smart Industrial Park” project , the Bid solicitor [insert the name of the Bid solicitor,
hereafter called “the Bid solicitor’] is pleased to announce that the Investor approves the
Proposal by bidder and awards the contract to the Bidder to perform the bid package “Design,
Develop, Implement for Phase 1, 2 and 3A” of “VSIP III Smart Industrial Park” project with
the contract value of …… [insert the bid price in the bidder selection result approval
decision] with the contract performance period of ___[insert the duration of contract
performance in the bidder selection result approval decision].
The legal representative of the Bidder shall finalize and sign the contract with the Investor,
Bid solicitor as per the following plans:
Contract finalization time:___[insert the contract finalization time], at [insert the place of
contract finalization];
Contract signoff time:___[insert the contract signoff time]; at [insert the place of contract
signoff], enclosed with the draft Contract.
The Bidder shall take contract performance security measures according to Form 24 Chapter
VIII – Contract forms with the amount of ___ and validity period of___[insert the
corresponding amount and validity period of the contract performance security as prescribed
in Section 6.1, Specific Conditions of Contract in the Bidding Document].
This document is an inseparable part of the contract package. Upon the receipt of this
document, the Bidder shall submit a written acceptance of finalizing, signing the contract and
taking contract performance security as mentioned, specifically, the bidder shall ensure the
current qualification and capability remain fulfilled for the Bidding requirements. The
Investor will refuse to finalize and sign the contract with the Bidder in case the former
discovers that the current qualification and capability of the Bidder fail to fulfill bid package
requirements.
Page 391 / 427
If until date ___month___year___(1) , the Bidder has not finalized, signed the contract or
refuses to finalize, sign the contract or does not take any contract performance measures as
required, the Bidder shall be eliminated and not returned the bid security.
Legal representative of Bid solicitor
[Full name, position, signature and
stamp]
Attachment: Draft contract

Note:
(1) Insert the time suitable with the specified time in the Bid security Form.

Page 392 / 427


Form 23(a). CONTRACT (English Version) (1)
ENGINEERING, PROCUREMENT, INSTALLATION AND
COMMISSIONING SERVICE AGREEMENT
Contract No: ……/M&E/VSIP
……………………………………………………………………………

This Agreement (“Contract”) is made on day month year 202x between:

BUYER: VIETNAM –SINGAPORE INDUSTRIAL PARK J.V. CO., LTD


Address : 8 Huu Nghi Street, Binh Hoa Ward, Thuan An City, Binh Duong
Province, Vietnam
Phone : (0650) 374 3898 Fax: (0650) 375 3960
Tax code : 3700230075
Representative : Mr NGUYEN PHU THINH
Position : General Director

And

SELLER:
Address :
Phone :
Account No :
Tax code :
Representative :
Position :

The Buyer and the Seller are hereinafter referred to collectively as the "Parties" and
individually as the "Party”.

The Parties agree to sign this contract with the following content :

ARTICLE 1: Scope of work and Supply

1.1 The Buyer assigns and the Seller agrees to accept the Engineering, procurement,
installation and commissioning acceptance project :” …………….” (“Project”).

Page 393 / 427


1.2 Execution of the Works includes but is not limited to the followings:

a. Complete system design and configuration before, during and after installation.

b. Supply of materials, equipment and construction and installation of project


items.

c. Installation, commisioning, acceptance, handover, training and equipment


operation provided by the Seller.

d. Site cleaning before and after working

e. Perform other tasks as described in the contract documents and/or at the request
of the Buyer from time to time.

1.3 Applicable standards: The Seller will do the Project on the basis of current project
standards of Vietnamese law and other standard framework required by the Buyer.

1.4 Contract documents include the following documents:

a. ……………………….

b. ……………………….

c. ………………………..

Documents specified above as Contract documents form an integral and integral part of the
Contract, binding the parties in the Contract. If there is a discrepancy between the Contract
Document and the contents of this Contract, the Buyer shall decide which shall prevail.

ARTICLE 2: Contract period

2.1 The Project period will be ( … ) months from the date of the Contract.

2.2 In any case of delay compared to the agreed schedule, in addition to other sanctions
specified in the Contract, the Seller must pay the Buyer a fine of 0.1% of the contract
value/late date including Sunday but excluding public holidays as prescribed by

Page 394 / 427


Vietnamese law and the total fine does not exceed 10% of the Contract Value. Buyer
shall deduct this amount from Seller's due payments, if not enough, Seller must make
additional payment.

2.3 In case a force majeure event is the cause of the delay in the performance of a contractual
obligation, the time for performance of that obligation will automatically be extended
in proportion to the time of the occurrence of the force majeure event. If the force
majeure event occurs for more than 30 days, the Buyer has the right to terminate the
Contract.

ARTICLE 3: Change and adjustment to the Scope of Work and Supply

3.1 This is a lump sum contract, the Buyer shall not be charged for parts incurred during
the project process if there is no specific requirement confirmed by the Buyer. Seller
shall not alter, add or reduce any scope from the Contract Document. Any change,
either addition or reduction in scope must be approved in advance in writing by an
authorized representative of the Buyer.

3.2 If the Seller changes the scope without complying with Article 3.1, in addition to other
remedies specified in the Contract, the Seller shall not be paid any additional amount.

3.3 In case the Seller intends to change, either add or reduce the scope, the Seller must
notify the authorized representative of the Buyer in writing. After the two parties
discuss and come to an agreement on the change, either addition or reduction (if any)
in writing, the Seller will follow the instructions of the Buyer for the above scope.

ARTICLE 4: Contract value

4.1 Contract value:

a. The value of this contract is: VND

(In words:
…………………………………………………………………………………
……)

Page 395 / 427


b. The Unit Price in the Contract Document is fixed throughout the Contract
performance (“Unit price”).

c. The Contract Value is a lump sum package including import tax, VAT and all
other taxes, fees, charges and expenses for the Seller to complete the Contract.

4.2 Payment in accordance with Article 3.3:

The value of the work changed, added or reduced according to the provisions of Article
3.3 shall be calculated based on the Unit Price. In case the unit price of this work is not
included in the Contract Document, that unit price shall be agreed in writing by 02 parties
before performing the related work.

ARTICLE 5: Terms of payment

5.1 The Buyer makes advanced payment to the Seller as ten percent of the Contract
Value (10%) within 30 days from the date the Buyer has received the full payment
documents from the Seller as below:

a. The Contract Performance Guarantee has a value equal to 10% of the Contract
Value according to Article 9.4, valid from the date of issuance of the guarantee
letter to Go-Live date of the Project.
b. The advance guarantee is equal to 10% of the Contract Value according to
Article 9.5, valid from the date of issuance of the letter of guarantee to Go-Live
date of the Project.
c. Advance request letter.

5.2 The Buyer pays the Seller seventy percent (70%) of the Hardware goods value (H)
within 30 days from the date the Buyer has received the full following goods and
documents from the Seller:
i. Financial invoice (01 original and 03 copies);
ii. Letter of request for payment.
iii. Packing list of goods (01 original and 03 copies);
iv. Certificate of quality and quantity of goods by the manufacturer.
v. Manufacturer's warranty certificate (01 original and 03 copies);
vi. Certificate of origin of imported goods (01 original copy and 03 copies);

Page 396 / 427


vii. Goods inspection results of independent inspection units (02 originals).
viii. Minutes of delivery and receipt of goods at the Buyer's site, signed by
authorized representatives of both Parties (02 originals).

5.3 The Buyer pays the Seller Fifteen percent (15%) of the Hardware goods value (H),
Fifty percent (50%) of the Software goods value (S) including respective taxes,
and Fifty percent (50%) of the Services value (M) including taxes (if any) after the
Seller completes the installation, configuration, Pre-Acceptance Test, Pre-
Comissioning of the Project, Training Operation and Maintenance for Buyer’s
personel, within thirty (30) days from the date the Buyer receives all the following
documents as below:
i. Financial invoice (01 original and 03 copies);
ii. Letter of request for payment.
iii. Minutes of completion of installation signed by authorized representatives of
the Parties (02 originals)
iv. Minutes on completion of Pre-Acceptance Test, Pre-Comissioning signed by
authorized representatives of the Parties (02 originals).
v. Minutes of completion of Training signed by competent representatives of the
Parties (02 originals).

5.4 The Buyer pays the Seller Thirty five percent (35%) of the Software goods value
(S) including taxes and Thirty five percent (35%) of the Services value (M)
including taxes (if any) after the Seller puts the Project Go-Live and hands-over for
acceptance protocol within thirty (30) days from the date the Buyer receives all the
following documents:
i. Financial invoice (01 original and 03 copies);
ii. Letter of request for payment.
iii. Minutes of Final Acceptance and Go-Live certificate signed by authorized
representatives of the Parties (02 originals).

5.5 The Buyer pays to the Seller a portion of the Retained Value of five percent (5%) of
the Contract Value, unless the Buyer decides to et off the Retention Value for the
financial obligations or liabilities of the Seller within thirty (30) days from the date the
Seller has fulfilled all warranty obligations and the Seller receives a legal VAT invoice
and the completion of the Project, whichever is later.

5.6 Payment method: Transfer to Seller's account.


Page 397 / 427
ARTICLE 6: Contract suspension and termination

6.1 Buyer reserves the right to terminate the Contract in the following scenarios:

- Seller violates any terms stated in the Contract.

- Seller violates the law or stops its business operation, leading to the inability to
perform this Contract.

6.2 Upon termination of the Contract, Buyer has the right to take over the Site and all
supplies, machinery and equipment at the Site to perform (or appoint another unit to
perform) the work and deduct the costs incurred to the outstanding payment. If this
outstanding payment is less than the cost incurred, such excess will be deducted from
the Contract performance guarantee and if there is still a deficiency, the Seller is
responsible for paying the excess.

6.3 Buyer has the right to suspend the Contract at its discretion, in case of suspension of
the Contract, the Buyer must notify the Seller in writing at least 15 days before the
date of suspension unless the suspension is due to a Seller breach of the Contract.

ARTICLE 7: Liability for compensation

7.1 If the Seller breaches any provision of the Contract, other than delay in accordance
with Article 2.2, the Seller shall pay the Buyer an amount equivalent to 10% of the
Contract Value..

7.2 Seller shall be directly liable to the third party for the damage Seller causes to such
third party. If the Seller violates this provision, the Buyer, at its discretion, has the right
to withhold the amount that the Buyer must pay to the Seller or use the Contract
performance guarantee to pay for damages to the third party.

7.3 The payment of a penalty for breach or compensation for damage will not relieve the
Seller of its responsibility for the completion of the Project or any responsibility or
duty specified in the contract.

ARTICLE 8: Warranty

Page 398 / 427


8.1 The warranty period for goods is twelve (12) months from the date of signing the
handover acceptance protocol or eighteen (18) months from the date of last delivery at
the place of delivery, whichever comes first.

8.2 Immediately after receiving Buyer's request via email, phone, etc. about the warranty,
Seller must immediately send qualified personnel to perform and complete the
warranty on the same day. If the Seller fails to perform the warranty within 10 days
from the date Buyer submits the warranty claim, the Buyer has the right to perform the
warranty on its own or appoint another unit to perform the warranty and, at the
discretion of the Buyer, the Seller must pay all costs incurred or Buyer will deduct
from the Retained Value.

ARTICLE 9: Rights and Obligation of the Seller

9.1 Seller is a professional company in the supply of materials, equipment, and installation
for the system
…………………………………………………………………………………………
……..

9.2 Ensure compliance with the provisions of the Contract including but not limited to the
compliance with the designs, technical requirements agreed by both parties and other
requirements of the Buyer; supply Project materials and equipment on schedule; Only
use materials and equipment approved by Buyer for Project.

9.3 Materials and equipment provided for the Works must ensure quality in accordance
with the law, 100% new, must not be expired, and must meet Buyer's requirements, all
goods provided for The Works must be fully insured.

9.4 Within 15 days from the date of the Contract, the Seller must provide the Buyer with
the original English and Vietnamese versions of the contract performance guarantee
by a bank guarantee, equal to 10% of the Contract value. This guarantee is valid from
the date of issue until the Go-Live date operation of the project.

9.5 Within 15 days from the date of the Contract, the Seller must provide the Buyer with
the original English and Vietnamese versions of the advance guarantee by bank
Page 399 / 427
guarantee, equal to 10% of the Contract value, this guarantee. valid from the date of
release to the Go-Live date operation of the Project.

9.6 During the execution of the Works, the Seller must:

a. Use qualified, experienced, qualified and professionally trained staff to execute


the Works. In particular, the persons directly involved in the Project and
installation of the Works must be trained and inspected to meet the requirements
on occupational safety and hygiene in accordance with current laws. Seller must
send copies of certificates/certificates of the aforementioned personnel to
Buyer. Seller must follow the instructions of the Buyer supervisory department
about the order and procedures when working at the Project site managed and
operated by Buyer.
b. Sellers must comply with Buyer's controls as required by the OHSAS 18001
(Occupational Health and Safety Assessment Series) standard.

c. Follow Buyer's instructions and/or directives and protect Buyer's interests at all
times.

d. Seller shall check for safety before, after and during the Project period, is
responsible for any accidents that occur to workers and damage to materials and
equipment of both parties and third parties.

e. Seller shall assign the Project Site Manager to be present at the Project site
continuously to coordinate with Buyer to solve arising problems in design,
Project plan, Project progress, etc. In case the Site Manager is absent, the Seller
must immediately replace another Site manager/supervisor and must notify the
Buyer in writing and obtain the Buyer's approval.

f. Before executing the Works, the Seller must submit the Project method, all
designs and specifications of the main materials and equipment used for the
Works to the Buyer for approval prior to use in the Works.

g. Receiving, transporting and preparing warehouses to store materials and


equipment provided by Seller for the Project of the Works.

Page 400 / 427


h. Seller must submit six (06) sets of As-built documents to Buyer within 15 days
from the date Buyer and Seller sign the minutes of acceptance and handover of
the Works.

i. Seller must purchase insurance for Project and installation of the Works,
insurance for materials, equipment and human accidents for anyone related to
the Project and other types of insurance according to the regulations of the State
of Vietnam, separately. civil liability insurance for all risks up to:
……………………….. đồng (…………..). Seller must provide the Buyer with
the relevant certificate of insurance/policy within one week of the date of the
Contract.

j. Coordinate with stakeholders for related work and allow other Buyer
contractors access to their site by walking through Seller's site.

k. Ensuring the quality and efficiency of the Project.

l. Ensure environmental sanitation, security and order and comply with all
Buyer's regulations on environmental protection laws during the performance
of the Contract.

m. Presiding over the acceptance of the Project, making the acceptance minutes to
be signed by both parties and a third party if required by the Buyer.

n. Do not destroy, damage or cause damage to the properties of Buyer and/or


others at the Site and related areas during the performance of the Contract.

o. If the Seller violates any of the terms of the Contract, in addition to the
provisions of article 7.1, the Seller will be fined for the breach and compensate
the Buyer for damage to the maximum extent in accordance with applicable
laws.

p. Responsible for fully paying subcontractors that the Seller cooperates with
under the contract between the Seller and the subcontractor and ensuring that
the Subcontractor does not dispute to the Buyer.

ARTICLE 10: Rights and Obligation of the Buyer

Page 401 / 427


10.1 Handover of project site and documents Buyer deems necessary and related to the
performance of the Contract to Seller.

10.2 Review all documents and proposals submitted by Seller, make a decision to take
action as soon as possible to reduce contract suspension.

10.3 Ensure the payment to Seller according to the provisions of the contract.

10.4 Appoint a representative to check the quality of the Works and supervise the project
progress.

10.5 Buyer reserves the right to appoint contractors or other consultants to perform works
outside of the Project.

10.6 Have the right to inspect and test materials and equipment at the workshop before the
Seller transports it to the site and/or at the site before the Seller executes the Project.
Accordingly, the Seller must notify the Buyer of the shipping time 5 days in advance
so that the Buyer can arrange personnel to inspect.

ARTICLE 11: Data protection

Seller will keep the content of this contract and all issues arising during the negotiation
process confidential, and will not distribute this information to any third party unless
disclosure required by law or regulation or the information has been publicly disclosed. This
provision will continue in effect regardless of the termination of the contract for any reason.

ARTICLE 12: Code on Conduct

Buyer does not accept any violations of Seller including misrepresenting, bribing, giving
discounts, bribes, gifts directly or indirectly to Buyer employees, cooperating with employees
of Buyer causes a conflict of interest or damage to Buyer. Seller must immediately notify
Buyer Management if any Buyer’s employee requests Seller discounts, gifts, kickbacks or
illegal benefits referred to in this article. Buyer may, at its discretion, terminate this
Agreement and notify the competent authority if Buyer discovers violations of this clause.

ARTICLE 13: Inspection and Factory Acceptance Test (FAT)

Page 402 / 427


13.1 Buyer reserves the right, at its own cost, to send employees to the Seller's factory or
Seller's subcontractor or manufacturer to check the quality of supplies, equipment, and
materials, details used to assemble in accordance with the technical requirements and
Contract conditions, as well as witness the testing. The test start date will be notified
by the Seller to the Buyer at least two (02) weeks before the test is conducted. The
notification is made in writing or by email to the Buyer's authority.

13.2 Seller and/or Seller's subcontractors, at their own expense, shall carry out all inspection
and testing work required by the Contract. During testing activity, the Seller shall
provide the Buyer's representative with all technical documents, materials, tools, labor,
etc. to conduct the test.

13.3 Seller will be responsible for arranging for Buyer experts and will provide all necessary
assistance for Buyer experts to deal with issues related to accommodation and travel
at the site of inspection test.

13.4 While conducting testing at the Factory, Buyer reserves the right to refuse any
materials and equipment that do not conform to the specifications and technical
requirements of the Contract.

13.5 Upon completion of the Inspection and FAT, the Seller and/or Subcontractor of the
Seller and/or the manufacturer will issue an Integrated FAT/FAT Report. All records,
certificates etc. related to testing and inspection will be presented to the Buyer by the
Seller upon completion.

13.6 Buyer's approval of the specification and their participation in the inspection and
testing of materials and equipment, does not release the Seller's warranty liability as
set forth in Article 8.1 of the Contract.

ARTICLE 14: Patents and licenses

Seller warrants that the materials, equipment, production methods and technologies used by
the Seller in connection with the performance of this Contract do not infringe the intellectual
property rights of any third party, whether in the form of evidence. claim inventions,
registered designs, copyrights, trademarks, drawings or any similar rights. Seller shall
indemnify and be obligated to defend the Buyer against all claims, claims, lawsuits, claims,

Page 403 / 427


losses, liabilities, expenses, regardless of what is suffered by the owner due to any any breach
caused by the Seller in respect of the performance of this Contract.

ARTICLE 15: Operational and Maintenace (O&M) Training

15.1 Seller is responsible for organizing training course for Buyer's operation team on site.
The content of the training course includes but is not limited to: system operation ...,
...., sequence of handling problem.

15.2 The training course plan will be provided by the Seller and agreed upon and agreed
with the Buyer, along with the content of the training course. Seller must ensure that
the training will equip the Buyer operation team with the minimum knowledge to
operate the system, maintain the system and the main equipment in the system..

15.3 Materials and necessary equipment used in the training course will be provided by the
Seller. Buyer is responsible for arranging the venue and general equipment for the
training course.

15.4 After completing the course, Seller will issue a certificate of course completion to
Buyer's participants.

ARTICLE 16: Governing law

14.1 This Contract is Vietnamese laws.

14.2 In the event of a dispute arising from the Contract, the parties shall first attempt to
resolve such dispute by negotiation and conciliation. If the dispute still cannot be
resolved by the Parties by negotiation and conciliation within thirty (30) days from the
date of arising, such dispute shall be submitted to the Court. The decision of the Court
is final and binding upon both parties. The losing party shall bear all Court costs and
related expenses.

ARTICLE 17: Force majeure

15.1 A force majeure event is an event that occurs objectively, which cannot be foreseen and
cannot be remedied, despite the application of all necessary and permissible measures,
such as war, riot, conflict. armed forces, embargoes, natural disasters (floods, fires,

Page 404 / 427


earthquakes).

15.2 The party experiencing the force majeure event must immediately notify the other party
and provide evidence to prove that the force majeure event is the direct cause of the
breach of contract.

15.3 A written certification of the Vietnam Chamber of Commerce and Industry or a


competent authority in the place where the force majeure event occurs is sufficient
evidence to prove the event and time of the force majeure event.

15.4 If any force majeure event occurs, preventing a party from performing all or part of its
obligations under this contract, the contract performance period shall be extended by
the time that the force majeure event occurs.

15.5 If the force majeure event lasts more than 3 months, each party has the right to terminate
this contract without having to pay any money to the other party.

15.6 The party that fails to perform its contractual obligations due to the direct impact of
force majeure events must immediately notify the other party. Notify more than 10 days
after the force majeure occurs, causing the party experiencing force majeure to lose the
right to be exempted from liability later for force majeure reasons.

15.7 Difficulties in production such as lack of materials, labor ... are not considered force
majeure and do not exempt Seller from delivery obligations or late delivery.

ARTICLE 18: General Terms

16.1 If there are any changes or additions to the Contract, it must be agreed in writing by
both parties.

16.2 This Contract takes effect from the date of the Contract and ends on the date the parties
fulfill the obligations specified in the Contract.

16.3 The contract is made into four (04) copies of equal value, each party keeps two (02)
copies.

Page 405 / 427


VIETNAM –SINGAPORE (SELLER)
INDUSTRIAL PARK J.V. CO., LTD

Name :
Position: Name :
Position:

Page 406 / 427


APPENDIX OF CONTRACT PRICE
(Attached to contract number _____, dated ____ month ____ year ____)
CONTRACT PRICE SUMMARY
Item. Description Total Price
A. Cost of Design, Procurement, Installation,
[P1] = [A] + [T1] + [T2] +[T3]
Commissioning
1 Hardware goods value (H) [AH]
2 Software goods value (S) [AS]
Services value ( Engineering, Manpower )
3 [AM]
(M)
Total contract price (excluding tax and fee) [A] = [AH] + [AS] + [AM]
Tax or fee (if any) ([ ]%) for Hardware goods (H) [T1]
Tax or fee (if any) ([ ]%) for Software goods (S) [T2]
Tax or fee (if any) ([ ]%) for Services (M) [T3]
Contract Value (including tax/fee)
[P] = [P1]
(Refer to Article 4 of Contract)

CONTRACT DETAILS - HARDWARE GOODS


Delivery method: Contractor transports and maintains equipment at Contractor's
Warehouse
Origin,
Unit Total Amount
Item Description Unit Quantity number,
Price (Quantity x Unit Price)
label
1 Equipment 1 [AH1]
2 Equipment 2 [AH2]
… …
n Equipment n [AHn]
Total price (excluding tax and fee) [AH]=[AH1]+
[AH2]+…+ [AHn]
Tax and fee (if any) [T1]
Total price for Hardware goods ( including tax and fee, if any ) [AH]+[T1]

Page 407 / 427


CONTRACT DETAILS – SOFTWARE/LICENSE GOODS
Delivery method: Contractor transports and maintains equipment at Contractor's
Warehouse
Origin,
Unit Total Amount
Item Description Unit Quantity number,
Price (Quantity x Unit Price)
label
1 Software/License 1 [AS1]
2 Software/License 1 [AS2]
… …
n Software/License n [ASn]
Total price (excluding tax and fee) [AS]=[AS1]+[AS2]+…
+[ASn]
Tax and fee (if any) [T2]
Total price for Software goods ( including tax and fee, if any ) [AS]+[T2]

CONTRACT DETAILS – SERVICES


Location of service implementation: VSIP III site / Office, Contractor's workshop/factory
Total Amount
Unit
Item Description Unit Quantity Location (Quantity x Unit
Price
Price)

Services of designing, deploying, installing, integrating software and hardware


1 Software
configuration,
Design,
Development,
Customization,
On project
Integration with
site/Offsite/Office
Integrated Control 1 Package [AM1]
or Factory of
Operations Center,
Contractor
Testing (including
factory acceptance
test, Site acceptance
test/User
Acceptance Test),

Page 408 / 427


Commissioning,
Training and
Handing over the
complete system.
2 Hardware
installation package
(including all
hardware under
1 Package Onsite Project [AM2]
contract and tools
and facilities to
support the
installation process)
Total price (excluding tax and fee) [AM]=[AM1]+[AM2]
Tax and fee (if any) [T3]
Total price for Services (including tax and fee, if any) [AM] + [T3]

Page 409 / 427


Form 23(b). CONTRACT (Vietnamese Version) (1)

HỢP ĐỒNG
Số:……/M&E/VSIP

THIẾT KẾ, CUNG CẤP THIẾT BỊ CÔNG NGHỆ, LẮP ĐẶT, CHẠY THỬ NGHIỆM
…………………………………………………………………………….

Hợp Đồng này được lập vào ngày tháng năm 202x, giữa:

BÊN MUA: CÔNG TY LIÊN DOANH TNHH KHU CÔNG NGHIỆP VIỆT NAM - SINGAPORE
Địa chỉ : Số 08 Đại Lộ Hữu Nghị, Khu Công Nghiệp Việt Nam – Singapore, Phường Bình Hòa,
Thành phố Thuận An, Tỉnh Bình Dương, Việt Nam
Điện thoại : (0650) 374 3898 Fax: (0650) 375 3960
Mã số thuế : 3700230075
Đại diện : Ông NGUYỄN PHÚ THỊNH
Chức vụ : Tổng Giám Đốc

BÊN BÁN:
Địa chỉ :
Điện thoại :
Tài khoản :
Mã số thuế :
Đại diện :
Chức vụ :

Bên Mua và Bên Bán sau đây được gọi chung là “Các Bên” và gọi riêng là “Bên”.

Hai bên thỏa thuận ký kết hợp đồng này với các nội dung sau:

ĐIỀU 1: Phạm vi công việc

1.1 Bên Mua đồng ý giao và Bên Bán thực hiện công việc thiết kế, cung cấp thiết bị công nghệ, lắp đặt và
chạy thử nghiệm, nghiệm thu, dự án :” …………….” (“Dự án”).

1.2 Thực hiện Dự án bao gồm nhưng không giới hạn những công việc sau:

a. Thiết kế, cấu hình hoàn thiện hệ thống trước, trong và sau khi lắp đặt

b. Cung cấp vật tư, thiết bi và thi công lắp đặt các hạng mục dự án.

c. Lắp đặt, chạy thử nghiệm, nghiệm thu, chuyển giao, huấn luyện công nghệ và đưa vào vận hành
các thiết bị do Bên Bán cung cấp.

Page 410 / 427


d. Vệ sinh công trường trước và sau khi thi công;

e. Thực hiện những phần việc khác như đã mô tả trong tài liệu hợp đồng và/hoặc theo yêu cầu của
Bên Mua tùy từng thời điểm.

1.2 Những tiêu chuẩn áp dụng: Bên Bán sẽ thi công Dự Án trên cơ sở những tiêu chuẩn hiện hành về
xây dựng của pháp luật Việt Nam và hệ thống tiêu chuẩn khác do Bên Mua yêu cầu.

1.3 Tài Liệu Hợp Đồng bao gồm:

a. . ……………………….

b. ……………………….

c. ………………………..

Các văn bản thuộc Tài Liệu Hợp Đồng nêu trên tạo thành một phần thống nhất và không thể tách rời của Hợp
Đồng, có giá trị ràng buộc các bên trong Hợp Đồng. Nếu có sự khác biệt giữa Tài Liệu Hợp Đồng và nội dung
Hợp Đồng này thì Bên Mua sẽ quyết định nội dung được ưu tiên áp dụng.

ĐIỀU 2: Thời gian thực hiện hợp đồng

2.1 Thời gian thực hiện Dự án là ( … ) tháng kể từ ngày của Hợp Đồng.

2.2 Trong mọi trường hợp chậm trễ so với tiến độ đã được thỏa thuận, ngoài các chế tài khác quy định
trong Hợp Đồng, Bên Bán phải trả cho Bên Mua khoản tiền phạt là 0.1% giá trị hợp đồng /ngày trễ
hạn bao gồm cả ngày Chủ nhật nhưng không bao gồm những ngày lễ theo quy định của pháp luật
Việt Nam và tổng số tiền phạt không vượt quá 10% Giá Trị Hợp Đồng. Bên Mua sẽ khấu trừ khoản
tiền này vào các khoản thanh toán đến hạn của bên Bán, nếu không đủ Bên Bán phải thanh toán bổ
sung..

2.3 Trường hợp sự kiện bất khả kháng là nguyên nhân gây ra việc trì hoãn thực hiện nghĩa vụ Hợp Đồng,
thời gian thực hiện nghĩa vụ đó sẽ tự động kéo dài thêm tương ứng với thời gian diễn ra sự kiện bất
khả kháng. Nếu sự kiện bất khả kháng diễn ra quá 30 ngày, Bên Mua có quyền chấm dứt Hợp Đồng.

ĐIỀU 3: Thay đổi, hiệu chỉnh khối lượng công việc

3.1 Đây là gói thầu trọn gói, Bên Mua sẽ không tính phần phát sinh trong quá trình thi công nếu không có
yêu cầu cụ thể được xác nhận bởi Bên Mua. Bên Bán không được thay đổi, thêm vào hoặc giảm bớt
bất kỳ khối lượng công việc nào so với Tài Liệu Hợp Đồng. Mọi sự thay đổi, thêm vào hoặc giảm bớt
khối lượng công việc phải được người đại diện có thẩm quyền của Bên Mua chấp thuận trước bằng
văn bản.

3.2 Nếu Bên Bán thay đổi phạm vi công việc mà không tuân theo Điều 3.1, ngoài các chế tài khác quy
định trong Hợp Đồng, Bên Bán sẽ không được thanh toán thêm bất kỳ khoản tiền nào.

Page 411 / 427


3.3 Trong trường hợp Bên Bán có ý định thay đổi, thêm vào hoặc giảm bớt công việc, Bên Bán phải thông
báo bằng văn bản cho người đại diện có thẩm quyền của Bên Mua. Sau khi hai bên thảo luận và đi
đến thống nhất phần việc thay đổi, thêm vào hoặc giảm bớt (nếu có) bằng văn bản, Bên Bán sẽ thực
hiện theo hướng dẫn của Bên Mua phần việc trên.

ĐIỀU 4: Giá trị hợp đồng

4.1 Giá Trị Hợp Đồng:

a. Giá Trị Hợp Đồng là: VND

(Bằng chữ: ………………………………………………………………………………………)

b. Đơn giá trong Tài Liệu Hợp Đồng là cố định trong suốt quá trình thực hiện Hợp Đồng (“ Đơn Giá”).

c. Giá Trị Hợp Đồng là trọn gói đã bao gồm thuế nhập khẩu, thuế GTGT và mọi khoản thuế khác, phí,
lệ phí, chi phí để Bên Bán hoàn thành Hợp Đồng.

4.2 Thanh toán theo quy định tại Điều 3.3:

Giá trị phần việc thay đổi, thêm vào hoặc giảm bớt theo quy định tại Điều 3.3 sẽ được tính dựa trên Đơn
Giá. Trong trường hợp đơn giá phần việc này không có trong Tài Liệu Hợp Đồng, đơn giá đó sẽ do 02
bên thỏa thuận bằng văn bản trước khi thực hiện phần việc liên quan.

ĐIỀU 5: Điều khoản thanh toán

5.1 Thanh toán trước: Bên Mua sẽ thanh toán trước cho Bên Bán mười phần trăm (10%) Giá Trị Hợp
Đồng trong vòng 30 ngày kể từ ngày Bên Mua nhận đầy đủ và chấp nhận các chứng từ hợp lệ sau:
a. Bảo lãnh thực hiện Hợp Đồng có giá trị bằng 10% Giá Trị Hợp Đồng theo Điều 9.4, có hiệu lực từ
ngày phát hành thư bảo lãnh đến ngày vận hành chính thức hệ thống.
b. Bảo lãnh tiền tạm ứng có giá trị bằng 10% Giá Trị Hợp Đồng theo điều 9.5, có hiệu lực từ ngày
phát hành thư bảo lãnh đến ngày vận hành chính thức hệ thống.
c. Thư yêu cầu tạm ứng.

5.2 Bên Mua sẽ thanh toán cho Bên Bán bảy mươi phần trăm (70%) Giá Trị hàng hóa phần cứng (H)
trong vòng ba mươi (30) ngày kể từ ngày sau cùng mà Bên Mua nhận được tất cả hàng hóa và tài
liệu sau:
i. Hóa đơn tài chính (01 bản chính và 03 bản sao);
ii. Thư yêu cầu thanh toán.
iii. Bảng kê đóng gói hàng hóa (01 bản chính và 03 bản sao);
iv. Giấy chứng nhận chất lượng và số lượng hàng hóa của nhà sản xuất.
v. Giấy chứng nhận bảo hành của nhà sản xuất (01 bản chính và 03 bản sao);
vi. Giấy chứng nhận nguồn gốc hàng hóa nhập khẩu (01 bản sao gốc và 03 bản sao);
vii. Kết quả giám định hàng hóa của đơn vị giám định độc lập (02 bản gốc).
viii. Biên bản giao nhận hàng hóa tại công trường của Bên Mua, được ký bởi đại diện có thẩm
quyền của 02 Bên (02 bản gốc).

Page 412 / 427


5.3 Bên Mua sẽ thanh toán cho Bên Bán mười lăm phần trăm (15%) Giá Trị hàng hóa phần cứng (H)
, năm mươi phần trăm (50%) Giá Trị hàng hóa phần mềm (S) gồm thuế tương ứng và năm mươi
phần trăm (50%) Giá Trị dịch vụ (M) gồm thuế (nếu có) sau khi Bên Bán hoàn thành thi công lắp
đặt, cấu hình chạy thử nghiệm Dự án, huấn luyện vận hành bảo trì cho nhân sự Bên Mua, trong vòng
ba mươi (30) ngày kể từ ngày Bên Mua nhận được tất cả tài liệu sau:
i. Hóa đơn tài chính ( 01 bản chính và 03 bản sao);
ii. Thư yêu cầu thanh toán.
iii.Biên bản hoàn thành thi công lắp đặt được ký bởi đại diện có thẩm quyền của Các Bên (02 bản
gốc)
iv. Biên bản hoàn thành chạy thử nghiệm hệ thống được ký bởi đại diện có thẩm quyền của Các Bên
(02 bản gốc).
v. Biên bản hoàn thành huấn luyện đào tạo được ký bởi đại diện có thẩm quyền của Các Bên (02
bản gốc).

5.4 Bên Mua sẽ thanh toán cho Bên Bán ba mươi lăm phần trăm (35%) Giá Trị hàng hóa phần mềm
(S) gồm thuế và ba mươi lăm phần trăm (35%) Giá Trị dịch vụ (M) gồm thuế (nếu có) sau khi
Bên Bán bàn giao nghiệm thu và đưa vào vận hành Dự án cho Bên Bán trong vòng ba mươi (30)
ngày kể từ ngày Bên Mua nhận được tất cả tài liệu sau:
i. Hóa đơn tài chính (01 bản chính và 03 bản sao);
ii. Thư yêu cầu thanh toán.
iii. Biên bản nghiệm thu và đưa dự án vào sử dụng được ký bởi đại diện có thẩm quyền của iv. Các
Bên (02 bản gốc).

5.5 Bên Mua sẽ thanh toán cho Bên Bán phần Giá Trị Giữ Lại là năm phần trăm (5%) của Giá Trị Hợp
Đồng, trừ khi Bên Mua quyết định cấn trừ Giá Trị Giữ Lại cho các nghĩa vụ hay trách nhiệm tài chính
của Bên Bán, trong vòng ba mươi (30) ngày kể từ ngày Bên Bán đã hoàn thành mọi nghĩa vụ bảo
hành và Bên Mua nhận được hóa đơn GTGT hợp pháp và hồ sơ hoàn công Dự Án tùy sự việc nào
đến sau.

5.6 Hình thức thanh toán: Chuyển khoản vào tài khoản của Bên Bán.

ĐIỀU 6: Tạm hoãn và chấm dứt hợp đồng

6.1 Bên Mua có quyền chấm dứt Hợp Đồng trong các trường hợp sau:

- Bên Bán vi phạm bất cứ điều khoản nào đã ghi trong Hợp Đồng.

- Bên Bán vi phạm qui định pháp luật hay ngưng hoạt động kinh doanh dẫn đến việc không thể
thực hiện Hợp Đồng này.

6.2 Khi chấm dứt Hợp Đồng, Bên Mua có quyền tiếp quản công trường cùng tất cả vật tư, máy móc, thiết
bị tại công trường để thực hiện (hoặc chỉ định đơn vị khác thực hiện) công việc và khấu trừ các chi
phí phát sinh vào phần thanh toán còn tồn đọng. Nếu khoản thanh toán còn tồn đọng này ít hơn chi
phí phát sinh, phần vượt quá đó sẽ được khấu trừ vào bảo lãnh thực hiện Hợp Đồng và nếu vẫn còn
thiếu, Bên Bán chịu trách nhiệm thanh toán phần vượt quá.

Page 413 / 427


6.3 Bên Mua có quyền tạm hoãn Hợp Đồng theo quyết định của mình, trong trường hợp tạm hoãn Hợp
Đồng, Bên Mua phải thông báo cho Bên Bán bằng văn bản ít nhất 15 ngày trước ngày tạm hoãn trừ
khi việc tạm hoãn là do Bên Bán vi phạm Hợp Đồng.

ĐIỀU 7: Phạt vi phạm và bồi thường thiệt hại

7.1 Nếu Bên Bán vi phạm bất kỳ điều khoản nào của Hợp Đồng, trừ việc chậm trễ bị xử lý theo Điều
2.2, thì Bên Bán phải trả cho Bên Mua một khoản tiền tương đương 10% Giá Trị Hợp Đồng.

7.2 Bên Bán phải chịu trách nhiệm trực tiếp đối với bên thứ ba đối với các thiệt hại Bên Bán gây ra cho
bên thứ ba đó. Nếu Bên Bán vi phạm quy định này, Bên Mua tùy vào quyết định của mình có quyền
giữ lại phần tiền mà Bên Mua phải thanh toán cho Bên Bán hoặc sử dụng bảo lãnh thực hiện Hợp
Đồng để chi trả cho các khoản thiệt hại cho bên thứ ba.

7.3 Việc nộp phạt vi phạm hay bồi thường thiệt hại sẽ không làm giảm nhẹ trách nhiệm của Bên Bán trong
việc hoàn thành Dự án hoặc bất cứ trách nhiệm, nhiệm vụ nào được quy định tại hợp đồng.

ĐIỀU 8: Bảo hành

8.1 Thời gian bảo hành hàng hóa là mười hai (12) tháng kể từ ngày ký biên bản nghiệm thu bàn giao
Dự án hoặc mười tám (18) tháng kể từ ngày giao hàng lần cuối cùng tại địa điểm giao hàng, tùy sự
việc nào đến trước.

8.2 Ngay sau khi nhận được yêu cầu của Bên Mua qua email, điện thoại,… về việc bảo hành, Bên Bán
phải cử ngay nhân viên có năng lực phù hợp đến để thực hiện và hoàn thành việc bảo hành trong
cùng ngày. Nếu trong vòng 10 ngày kể từ ngày Bên Mua gởi yêu cầu bảo hành mà Bên Bán không
thực hiện bảo hành, Bên Mua có quyền tự mình hoặc chỉ định một đơn vị khác thực hiện bảo hành
và tùy theo quyết định của Bên Mua, Bên Bán phải thanh toán tất cả chi phí phát sinh hoặc Bên Mua
sẽ khấu trừ vào Giá Trị Giữ Lại.

ĐIỀU 9: Quyền và nghĩa vụ của Bên Bán

9.1 Bên Bán cam kết là một công ty chuyên nghiệp về cung cấp nguyên vật liệu, vật tư thiết bị, lắp đặt
cho hệ thống ………………………………………………………………………………………………..
9.2 Đảm bảo tuân thủ các quy định của Hợp Đồng bao gồm nhưng không giới hạn việc tuân theo các
thiết kế, yêu cầu kỹ thuật đã được hai bên thống nhất và các yêu cầu khác của Bên Mua; cung cấp
nguyên vật liệu, thiết bị thi công đúng tiến độ cam kết; chỉ sử dụng nguyên vật liệu, thiết bị đã được
Bên Mua xét duyệt để thi công.
9.3 Vật tư, thiết bị cung cấp cho Dự án phải đảm bảo chất lượng theo đúng quy định pháp luật, mới 100%,
không được quá hạn sử dụng, đồng thời phải đáp ứng yêu cầu của Bên Mua, tất cả hàng hóa cung
cấp cho Dự án phải được bảo hiểm đầy đủ.
9.4 Trong vòng 15 ngày kể từ ngày của Hợp Đồng, Bên Bán phải cung cấp cho Bên Mua bản gốc của
tiếng Anh và Tiếng Việt của bảo lãnh thực hiện hợp đồng bằng bảo lãnh ngân hàng, có giá trị bằng
10% giá trị Hợp đồng, bảo lãnh này có hiệu lực từ ngày phát hành cho đến ngày vận hành chính thức
Dự án.

Page 414 / 427


9.5 Trong vòng 15 ngày kể từ ngày của Hợp Đồng, Bên Bán phải cung cấp cho Bên Mua bản gốc của
tiếng Anh và Tiếng Việt của bảo lãnh tạm ứng bằng bảo lãnh ngân hàng, có giá trị bằng 10% giá trị
Hợp đồng, bảo lãnh này có hiệu lực từ ngày phát hành cho đến ngày vận hành chính thức Dự án.
9.6 Trong quá trình thực hiện Dự án, Bên Bán phải:

a. Sử dụng đội ngũ nhân viên có năng lực, kinh nghiệm, đã được huấn luyện chuyên môn phù
hợp và hợp lệ để thi công Dự án. Trong đó, những người trực tiếp tham gia thi công lắp đặt Dự
án phải được huấn luyện, kiểm tra đạt yêu cầu về an toàn và vệ sinh lao động theo quy định
pháp luật hiện hành . Bên Bán phải gửi bản sao chứng chỉ/giấy chứng nhận của các nhân lực
nói trên cho Bên Mua. Bên Bán phải tuân thủ theo hướng dẫn của bộ phận giám sát Bên Mua
về trình tự, thủ tục công tác khi làm việc tại công trường do Bên Mua quản lý vận hành.
b. Bên Bán phải tuân thủ các biện pháp kiểm soát của Bên Mua theo yêu cầu của tiêu chuẩn
OHSAS 18001 (Hệ thống quản lý sức khỏe và an toàn nghề nghiệp).

c. Theo đúng hướng dẫn và/hoặc chỉ thị của Bên Mua và luôn luôn bảo vệ quyền lợi của Bên Mua.

d. Bên Bán phải kiểm tra về an toàn trước, sau và trong suốt thời gian thi công, có trách nhiệm đối
với bất kỳ tai nạn nào xảy ra cho công nhân và thiệt hại vật tư, thiết bị của hai bên và bên thứ
ba.

e. Bên Bán phải phân công Giám sát trưởng của dự án có mặt liên tục tại công trường để phối
hợp với Bên Mua giải quyết các vấn đề phát sinh về thiết kế, phương án thi công, tiến độ dự án
… Trong trường hợp Giám sát trưởng vắng mặt, Bên Bán phải thay thế ngay Nhân viên giám
sát khác và phải thông báo bằng văn bản cho Bên Mua và được Bên Mua chấp thuận.

f. Trước khi thi công Dự án, Bên Bán phải đệ trình biện pháp thi công, tất cả mẫu mã và đặc tính
kỹ thuật của nguyên vật liệu, thiết bị chính sử dụng cho Dự án để Bên Mua chấp thuận trước
khi sử dụng ở Dự án.

g. Tổ chức tiếp nhận, vận chuyển và chuẩn bị kho bãi bảo quản nguyên vật liệu, thiết bị do Bên
Bán cung cấp để thi công Dự án.

h. Bên Bán phải nộp sáu (6) bộ hồ sơ hoàn công cho Bên Mua trong vòng 15 ngày kể từ ngày Bên
Mua và Bên Bán ký biên bản nghiệm thu bàn giao Dự án đưa vào sử dụng.

i. Bên Bán phải mua bảo hiểm xây lắp Dự án, bảo hiểm đối với nguyên vật liệu, thiết bị và tai nạn
con người cho bất kỳ ai liên quan đến Dự án và các loại bảo hiểm khác theo quy định của Nhà
nước Việt Nam, riêng phần bảo hiểm trách nhiệm dân sự cho tất cả mọi rũi ro tối đa là :
……………………….. đồng (…………..). Bên Bán phải cung cấp cho Bên Mua giấy chứng
nhận bảo hiểm / đơn bảo hiểm liên quan trong vòng một tuần kể từ ngày của Hợp Đồng.

j. Phối hợp với các bên liên quan cho những công việc liên đới và cho phép các nhà thầu khác
của Bên Mua quyền được tiếp cận công trường của họ bằng cách đi băng qua công trường của
Bên Bán.

k. Đảm bảo chất lượng và tính hiệu quả của Dự án.

Page 415 / 427


l. Đảm bảo vệ sinh môi trường, an ninh trật tự và tuân thủ tất cả các quy định của Bên Mua về
phát luật về bảo vệ môi trường trong quá trình thực hiện Hợp Đồng.

m. Chủ trì việc nghiệm thu Dự án, lập biên bản nghiệm thu được ký bởi hai bên và bên thứ ba nếu
Bên Mua có yêu cầu.

n. Không được phá hủy, làm hư hỏng hay gây thiệt hại đối với các tài sản của Bên Mua và/hoặc
của những người khác tại công trường và các khu vực liên quan trong quá trình thực hiện Hợp
Đồng.

o. Nếu Bên Bán vi phạm bất kỳ điều khoản nào của Hợp Đồng thì thêm vào quy định tại điều 7.1,
Bên Bán sẽ bị phạt vi phạm và bồi thường thiệt hại cho Bên Mua ở mức cao nhất theo qui định
pháp luật hiện hành.

p. Chịu trách nhiệm thanh toán đầy đủ cho các nhà thầu phụ mà Bên Bán hợp tác theo hợp đồng
giữa Bên Bán và nhà thầu phụ và đảm bảo Nhà thầu phụ không khiếu nại Bên Mua.

ĐIỀU 10: Quyền và nghĩa vụ của Bên Mua

10.1 Bàn giao mặt bằng thi công và các tài liệu Bên Mua cho là cần thiết và liên quan đến việc thực hiện
Hợp Đồng cho Bên Bán.

10.2 Xem xét tất cả những tài liệu và đề nghị được đệ trình bởi Bên Bán, đưa ra quyết định để có biện
pháp xử lý càng sớm càng tốt để giảm tình trạng tạm hoãn Hợp Đồng.

10.3 Bảo đảm việc thanh toán cho Bên Bán theo quy định của hợp đồng.

10.4 Chỉ định người đại diện kiểm tra chất lượng dự án và giám sát tiến độ thi công.

10.5 Bên Mua có quyền chỉ định nhà thầu hoặc nhà tư vấn khác để thực hiện các công việc ngoài các hạng
mục Dự án.

10.6 Được quyền kiểm tra và nghiệm thu vật tư, thiết bị tại xưởng trước khi Bên Bán vận chuyển đến công
trường và/hoặc tại công trường trước khi Bên Bán thi công. Theo đó Bên Bán phải thông báo cho
Bên Mua thời gian vận chuyển trước 05 ngày để Bên Mua sắp xếp nhân sự đến kiểm tra.

ĐIỀU 11: Bảo mật thông tin

Bên Bán sẽ bảo mật nội dung của hợp đồng này và tất cả các vấn đề phát sinh trong quá trình thương lượng,
cũng như sẽ không phát mãi các thông tin này cho bất kỳ bên thứ ba nào trừ khi việc phát mãi thông tin được
pháp luật hay quy định của cơ quan có thẩm quyền yêu cầu hoặc thông tin đã được thông báo công khai.
Điều khoản này sẽ tiếp tục có hiệu lực bất kể hợp đồng được chấm dứt vì bất cứ lý do gì.

ĐIỀU 12: Quy tắc ứng xử

Bên Mua không chấp nhận bất kỳ hành vi vi phạm nào của Bên Bán bao gồm xuyên tạc, mua chuộc, đưa tiền
chiết khấu, tiền lót tay, quà tặng một cách trực tiếp hoặc gián tiếp tới nhân viên của Bên Mua, hợp tác với
nhân viên của Bên Mua gây xung đột lợi ích hoặc thiệt hại cho Bên Mua. Bên Bán phải thông báo ngay cho
Ban lãnh đạo của Bên Mua nếu bất kỳ nhân viên nào của Bên Mua yêu cầu Bên Bán tiền chiết khấu, quà

Page 416 / 427


tặng, tiền lót tay hoặc các lợi ích bất hợp pháp nêu tại điều này. Bên Mua tùy theo quyết định của mình có thể
chấm dứt Hợp Đồng này và thông báo tới cơ quan có thẩm quyền nếu Bên Mua phát hiện các hành vi vi phạm
tại điều này.

ĐIỀU 13: Kiểm tra và thử nghiệm xuất xưởng

13.1 Bên Mua có quyền, bằng chi phí của mình, cử nhân viên đến xưởng chế tạo của Bên Bán hoặc nhà
thầu phụ của Bên Bán hoặc nhà sản xuất để kiểm tra chất lượng của vật tư, thiết bị, vật liệu, chi tiết
sử dụng để lắp ráp theo đúng yêu cầu kỹ thuật và điều kiện Hợp đồng, cũng như chứng kiến việc thử
nghiệm. Ngày bắt đầu thử nghiệm sẽ được Bên Bán thông báo cho Bên Mua chậm nhất là hai (02)
tuần trước khi tiến hành. Việc thông báo thực hiện bằng văn bản hoặc thư điện tử đến cấp thẩm quyền
của Bên Mua.

13.2 Bên Bán và/hoặc nhà thầu phụ của Bên Bán bằng chi phí của mình sẽ tiến hành tất cả các công việc
kiểm tra và thử nghiệm theo yêu cầu của Hợp đồng. Đồng thời Bên Bán sẽ cung cấp cho đại diện của
Bên Mua tất cả các tài liệu kỹ thuật, vật tư, dụng cụ, nhân công v.v. để tiến hành việc kiểm tra.

13.3 Bên Bán sẽ chịu trách nhiệm thu xếp cho các chuyên gia của Bên Mua và sẽ cung cấp mọi sự hỗ trợ
cần thiết để các chuyên gia của Bên Mua giải quyết các vấn đề liên quan đến việc lưu trú và đi lại tại
nơi tiến hành việc kiểm tra thử nghiệm.

13.4 Trong khi tiến hành kiểm tra thử nghiệm tại Xưởng chế tạo, Bên Mua có quyền từ chối bất kỳ vật tư,
thiết bị nào không phù hợp với qui cách, yêu cầu kỹ thuật của Hợp đồng.

13.5 Sau khi hoàn thành kiểm tra thử nghiệm, Bên Bán và/hoặc nhà thầu phụ của Bên Bán và/hoặc nhà
sản xuất sẽ phát hành Biên bản kiểm tra xuất xưởng/kiểm tra xuất xưởng tích hợp. Tất cả các biên
bản, chứng chỉ v.v. liên quan đến việc thử nghiệm và kiểm tra sẽ được Bên Bán trình cho Bên Mua
sau khi hoàn thành.

13.6 Phê duyệt của Bên Mua về đặc tính kỹ thuật và sự tham gia của họ vào các công việc kiểm tra và thử
nghiệm vật tư, thiết bị, không giải phóng trách nhiệm bảo hành của Bên Bán như đã quy định trong
Điều 8.1 của Hợp đồng.

Điều 14: Bằng phát minh, sáng chế và giấy phép

Bên Bán bảo đảm rằng vật tư, thiết bị, phương pháp và công nghệ sản xuất do Bên Bán sử dụng liên quan
đến việc thực hiện Hợp đồng này không vi phạm quyền sở hữu trí tuệ của bất kỳ bên thứ ba nào dù ở dạng
bằng chứng nhận phát minh, thiết kế được đăng ký, bản quyền, thương hiệu, bản vẽ hoặc bất kỳ những quyền
lợi nào tương tự như vậy. Bên Bán sẽ tự bồi thường và có nghĩa vụ bảo vệ cho Bên Mua tránh khỏi các khiếu
nại, khiếu tố, kiện, các đòi hỏi, tổn thất, trách nhiệm, chi phí bất kể những gì phải gánh chịu bởi người chủ sở
hữu do bất kỳ sự vi phạm nào gây ra bởi Bên Bán đối với việc thực hiện Hợp đồng này.

Điều 15: Huấn luyện vận hành và bảo trì

15.1 Bên Bán có trách nhiệm tổ chức khóa huấn luyện cho nhóm vận hành của Bên Mua tại công trường.
Nội dung khóa huấn luyện bao gồm nhưng không giới hạn: vận hành hệ thống ..., …., trình tự xử lý
khi có sự cố.

Page 417 / 427


15.2 Kế hoạch khóa huấn luyện sẽ do Bên Bán cung cấp và thỏa thuận, thống nhất với Bên Mua, cùng với
nội dung của khóa huấn luyện. Bên Bán phải đảm bảo rằng khóa huấn luyện sẽ trang bị kiến thức tối
thiểu cho nhóm vận hành của Bên Mua đủ kỹ năng vận hành hệ thống, bảo trì bảo dưỡng hệ thống
và các thiết bị chính trong hệ thống.

15.3 Tài liệu và các thiết bị cần thiết sử dụng trong khóa huấn luyện sẽ do Bên Bán cung cấp. Bên Mua có
trách nhiệm sắp xếp, bố trí địa điểm và các thiết bị phục vụ chung cho khóa huấn luyện.

15.4 Sau khi kết thúc khóa học, Bên Bán sẽ cấp chứng chỉ hoàn thành khóa học cho các học viên của Bên
Mua.

ĐIỀU 16: Luật áp dụng và giải quyết tranh chấp

14.1 Hợp Đồng này được điều chỉnh bởi luật pháp nước Việt Nam.

14.2 Trong trường hợp có tranh chấp phát sinh từ Hợp Đồng, trước hết các bên sẽ cố gắng giải quyết
tranh chấp đó bằng thương lượng và hoà giải. Nếu tranh chấp vẫn không thể giải quyết được bởi các
Bên bằng thương lượng và hoà giải trong vòng ba mươi (30) ngày kể từ ngày phát sinh, tranh chấp
đó sẽ được trình lên Tòa án để giải quyết. Phán quyết của Tòa án là cuối cùng và buộc hai bên phải
tuân thủ. Bên thua kiện sẽ phải chịu mọi chi phí tòa án và các chi phí liên quan.

Điều 17: Bất khả kháng

15.1 Sự kiện bất khả kháng là sự kiện xảy ra một cách khách quan không thể lường trước được và không
thể khắc phục được mặc dù đã áp dụng mọi biện pháp cần thiết và khả năng cho phép như: chiến
tranh, bạo loạn, xung đột vũ trang, cấm vận, thiên tai (lũ lụt, hỏa hoạn, động đất).

15.2 Bên gặp sự kiện bất khả kháng phải thông báo ngay cho bên kia biết và phải cung cấp chứng cứ chứng
minh sự kiện bất khả kháng đó là nguyên nhân trực tiếp dẫn tới việc vi phạm hợp đồng.

15.3 Văn bản xác nhận của Phòng Thương mại và Công nghiệp Việt Nam hoặc cơ quan có thẩm quyền ở
nơi xảy ra sự kiện bất khả kháng là bằng chứng đủ để chứng minh sự kiện và thời gian xảy ra bất khả
kháng.

15.4 Nếu bất kỳ một sự kiện bất khả kháng nào xảy ra, ngăn cản một bên thực hiện toàn bộ hoặc một phần
nghĩa vụ theo hợp đồng này thì thời gian thực hiện hợp đồng sẽ được kéo dài thêm bằng thời gian mà
sự kiện bất khả kháng diễn ra.

15.5 Nếu sự kiện bất khả kháng kéo dài hơn 03 tháng, mỗi bên đều có quyền chấm dứt hợp đồng này mà
không phải bồi thường bất cứ một khoản tiền nào cho bên kia.

15.6 Bên không thực hiện được nghĩa vụ theo hợp đồng do ảnh hưởng trực tiếp bởi các sự kiện bất khả
kháng phải ngay lập tức thông báo cho bên kia biết. Việc thông báo chậm hơn 10 ngày sau khi bất khả
kháng xảy ra làm cho bên gặp bất khả kháng mất quyền miễn trách sau này vì lý do bất khả kháng.

15.7 Các khó khăn trong sản xuất như thiếu vật tư, nhân công… không được coi là bất khả kháng và không
miễn cho Bên Bán nghĩa vụ giao hàng hoặc giao hàng muộn.

Page 418 / 427


ĐIỀU 18: Điều khoản chung

16.1 Nếu có sự thay đổi hoặc bổ sung nào đối với Hợp Đồng thì phải được hai bên thống nhất bằng văn
bản.

16.2 Hợp Đồng này có hiệu lực từ ngày của Hợp Đồng và kết thúc vào ngày các bên hoàn thành nghĩa vụ
qui định tại Hợp Đồng.

16.3 Hợp đồng được lập thành bốn (04) bản có giá trị như nhau, mỗi bên giữ hai (02) bản.

CÔNG TY LIÊN DOANH TNHH KHU CÔNG (BÊN BÁN)


NGHIỆP VIỆT NAM - SINGAPORE

Tên : Tên :
Chức vụ: Chức vụ

Page 419 / 427


PHỤ LỤC BÁO GIÁ HỢP ĐỒNG
(Kèm theo hợp đồng số _____, ngày ____ tháng ____ năm ____)
TÓM TẮT BÁO GIÁ HỢP ĐỒNG
SL. Hạng mục Tổng cộng
A. Chi phí Thiết kế, mua sắm, lắp đặt, chạy thử [P1] = [A] + [T1] + [T2] +[T3]
1 Giá hàng hóa phần cứng (H) [AH]
2 Giá hàng hóa phần mềm (S) [AS]
3 Giá dịch vụ ( thiết kế, nhân công ) (M) [AM]
Giá trị hợp đồng (chưa bao gồm thuế và phí) [A] = [AH] + [AS] + [AM]
Thuế/phí (nếu có) ([ ]%) đối với hàng hóa phần cứng
[T1]
(H)
Thuế/phí (nếu có) ([ ]%) đối với hàng hóa phần mềm
[T2]
(S)
Thuế/phí (nếu có) ([ ]%) đối với dịch vụ (M) [T3]
Giá trị hợp đồng ( bao gồm thuế và phí )
[P] = [P1]
(Tham chiếu đến Điều 4 Hợp đồng)

GIÁ CHI TIẾT HỢP ĐỒNG HÀNG HÓA PHẦN CỨNG


Hình thức giao hàng: Nhà thầu tự vận chuyển và bảo quản thiết bị tại Kho của nhà thầu
Nguồn
STT Tổng cộng
Mô tả Đơn vị Số lượng gốc, số, Đơn giá
. (Số lượng x Đơn giá)
nhãn
1 Thiết bị 1 [AH1]
2 Thiết bị 2 [AH2]
… …
n Thiết bị n [AHn]
Tổng cộng (trước thuế, phí) [AH]=[AH1]+
[AH2]+…+ [AHn]
Thuế, phí ( nếu có ) [T1]
Tổng giá trị hàng hóa phần cứng ( bao gồm Thuế phí nếu có ) [AH]+[T1]

Page 420 / 427


GIÁ CHI TIẾT HỢP ĐỒNG HÀNG HÓA PHẦN MỀM/BẢN QUYỀN
Hình thức giao hàng: Nhà thầu tự vận chuyển và bảo quản thiết bị tại Kho của nhà thầu
Nguồn
STT Tổng cộng
Mô tả Đơn vị Số lượng gốc, số, Đơn giá
. (Số lượng x Đơn giá)
nhãn
1 Phần mềm 1 [AS1]
2 Phần mềm 2 [AS2]
… …
n Phần mềm n [ASn]
Tổng cộng (trước thuế, phí) [AS]=[AS1]+[AS2]+…
+[ASn]
Thuế, phí ( nếu có ) [T2]
Tổng giá trị hàng hóa phần mềm ( bao gồm Thuế phí nếu có ) [AS]+[T2]

BÁO GIÁ CHI TIẾT HỢP ĐỒNG DỊCH VỤ TRIỂN KHAI


Địa điểm triển khai thực hiện dịch vụ: Công trường VSIP III / Văn phòng, xưởng nhà thầu
Số Đơn Tổng cộng
STT. Mô tả Địa điểm Đơn giá
lượng vị (Số lượng x Đơn giá)

Dịch vụ thiết kế, triển khai, lắp đặt, tích hợp phần mềm, phần cứng
1 Cài đặt cấu hình phần
mềm, thiết kế, phát
triển, tùy biến, tích hợp
với Trung tâm vận hành
điều khiển tích hợp, thử
Tại công
nghiệm ( bao gồm thử
trường/Ngoài
nghiệm xuất xưởng, thử
1 Gói phạm vi công [AM1]
nghiệm kiểm tra hiện
trường/Nhà
trường, kiểm tra thử
máy sản xuất
chấp nhận người dùng ),
vận hành chạy thử hệ
thống, nghiệm thu, huấn
luyện và bàn giao hoàn
thiện hệ thống.

Page 421 / 427


2 Lắp đặt trọn gói phần
cứng (bao gồm tất cả
phần cứng theo phạm vi Tại công
1 Gói [AM2]
hợp đồng và các công trường
cụ, phương tiện hỗ trợ
quá trình lắp đặt )
Tổng cộng (trước thuế, phí) [AM]=[AM1]+[AM2]
Thuế, phí ( nếu có ) [T3]
Tổng giá trị dịch vụ ( bao gồm Thuế phí nếu có ) [AM] + [T3]

Page 422 / 427


Form 24. CONTRACT PERFORMANCE SECURITY (1)
____, date ____ month ____ year ____
To: VIETNAM –SINGAPORE INDUSTRIAL PARK J.V. CO., LTD
(hereafter called the Investor)
As proposed by ____ [insert the Contractor’s name] (hereafter called the Contractor) as the
Contractor awarded the bid package “Design, Develop, Implement for Phase 1, 2 and 3A” of
“VSIP III Smart Industrial Park” and the guarantee of signing the contract to provide goods
for the mentioned bid package (hereafter called the contract); (2)
As prescribed in the Bidding Document (or the contract), the Contractor shall submit to the
Investor a bank guarantee with the determined value to ensure the former’s obligations and
responsibilities to perform the contract;
We, ____ [insert the name of the bank] in ____ [insert the nation or territory] with the
registered Headquarter in ____ [insert the address of the bank (3)] (hereafter called the
“Bank”), commits to act as a guarantor for the Contractor for contract performance with the
amount of ____ [insert the value in figures, letter and currency as prescribed in the SCC
Section 6.1 of the Bidding Document]. We commits to pay unconditionally and irrevocably
to the Investor an amount of ____ [insert the amount of contract performance security] as
mentioned, as soon as there is a written notice of the Investor stating that the Contractor
breaches the contract during the validity period of the contract performance security.
This contract performance security is valid from the issuing date to the end of
date____month____ year ____(4).

Legal representative of the bank


[Full name, position, signature and
stamp]
Note:
(1) Only applied in case the contract performance security is the Letter of Guarantee issued
by a bank or financial organization.
(2) If the issuing bank requires a signed contract before providing the contract performance
security, the Bid solicitor shall report to the Investor for approval, decision. In this case, this
part can be changed to:

Page 423 / 427


“As proposed by ____ [insert the Contractor’s name] (hereafter called the Contractor) as the
Contractor awarded the bid package ____ [insert the bid package name] that has signed the
contract No. __[insert the contract number] dated__ month ____ year ____ (hereafter called
the Contract).”
(3) Bank address: specify the address, phone number, fax, e-mail to contact.
(4) Specify the time suitable with the SCC Section 6.1.

Page 424 / 427


Form 25. ADVANCE PAYMENT SECURITY (1)
____, date ____ month ____ year ____
To: VIETNAM –SINGAPORE INDUSTRIAL PARK J.V. CO., LTD
(hereafter called the Investor)
[insert the contract name and number]
Pursuant to the advance payment of the SCC in the contract, ___[insert the name of address
of the Contractor] (hereafter called the Contractor), it is required that the Investor shall be
sent a bank guarantee to ensure that the Contractor uses the advance for the right purpose
with the amount of ___[insert the value in figures, letter and currency] for contract
performance;
We, ____[ insert the name of the bank] in ____ [insert the nation or territory] with the
registered Headquarter in ____ [insert the address of the bank (2)] (hereafter called “the
Bank”), as required by the Investor, agree unconditionally, irrevocably, and do not request
the Contractor to consider or pay to the Investor when requested by the Investor an amount
equivalent to and not exceeding ___[ insert the value in figures, letter and currency as
prescribed in the SCC Section 15.1 of the Bidding Document].
Additionally, we agree that any amendments to the contract conditions or any documents
related to the signed contract between the Contractor and Investor will not result in any
changes in our obligations according to this guarantee.
This guarantee is valid from the issuing date to the end of date ____ month____ year ____
(3)

Legal representative of the bank


[Full name, position, signature and
stamp]
Note:
(1) Based on the SCC of the bid package to specify in a suitable manner with the SCC Section
15.1.
(2) Bank address: specify the address, phone number, fax, e-mail to contact
(3) Specified date of goods delivery in the contract. In case of partial or phase-based delivery,
it is possible to specify the advance payment security is no longer valid if the goods value
delivered and accepted exceeds or is equivalent to the advance payment amount. In case there

Page 425 / 427


is a need to extend the contract performance duration, advance payment security shall also be
extended.

Page 426 / 427


Part IV. APPENDIXES
Below Appendix attached with this Bidding Document , including:
1. Appendix 1 – Contractor Scope of Works and Supplies
2. Appendix 2 – Proposed Location and Bill of Quantity
3. Appendix 3 – Industrial Park Infrastructure Design Document list
4. Appendix 4 – Contractor Master Deliverable List

Page 427 / 427

You might also like