View
1
Download
0
Category
Preview:
Citation preview
OFFICE OF THE DEPUTY COMMISSIONER OF POLICE:
COMMUNICATION, OLD POLICE LINES, RAJPUR ROAD, DELHI-54.
GLOBAL NOTICE INVITING TENDER
Sealed tenders are invited Globally by the undersigned in two-bid system from
the established, reputed and experienced Companies /JV /Consortium of companies
for the supply, installation, integration and commissioning of an Integrated
Command, Control, Coordination and Communication Centre (C4i) at Police
Headquarters, MSO Building, IP Estate, New Delhi on Turnkey basis. The detailed
tender document can be downloaded from the Websites:
http://www.delhipolice.nic.in or http://www.delhigovt.nic.in or can be obtained from
the office of the undersigned at Old Police Lines, Rajpur Road, Delhi-110054 on any
working day till 08.02.2010 at 1700 hrs. A non-refundable tender fee of Rs.1000/-
in the form of DD/Pay order/Banker’s cheque drawn in favour of Dy. Commissioner
of Police, Communication, Delhi, must be attached with the technical bid. Last date
for submission of the tender is 09.02.2010 by 1130 hrs. The technical bids will be
opened on the same day at 1200 hrs. In case the due date is declared holiday, the
tenders will be opened on the next working day. Pre-bid meeting will be held on
18.01.2010 at 1500 hrs in the Conference Hall, 3rd
floor, PHQ, IP Estate, New Delhi.
The bidders shall be required to arrange presentation and live demonstration of their
quoted system during the period from 15.02.2010 to 19.02.2010 at PHQ, New Delhi.
(NAVED MUMTAZ)
DCP/COMMUNICATION, DELHI
Tele fax: 011-23918132
Email : dcpcom@rediffmail.com
Page 2 of 67
Global Tender No.V/30/09-10/C4i/DP
Global Tender No.V/30/09-10/C4i/DP
For
Establishment of
Integrated Command, Control,
Coordination and Communication Centre
(C4i)
At
Delhi Police Headquarters
4th
Floor MSO Building
IP Estate New Delhi
Page 3 of 67
Global Tender No.V/30/09-10/C4i/DP
INDEX
S. No Description Page
Nos.
1. Index & Important dates 03
2. Chapter - 1 Instructions to Bidders 04-10
3. Chapter - 2 Conditions of Contract 11-18
4. Chapter - 3 Schedule of Requirements 19-21
5. Chapter - 4 Specifications and allied Technical Details 22-50
6. Chapter - 5 Price Schedule for quoting prices 51-52
7. Chapter - 6 Contract Form 53-55
8. Chapter - 7 Other Standard Forms:
8.1 Annexure-T1 Bidders Particulars 56
8.2 Annexure-T2 Bid Form 57
8.3 Annexure-T3 Guarantee/warranty 58
8.4 Annexure-T4 Company details for eligibility criteria 59-60
8.5 Annexure-T5 Proforma for ST/VAT clearance certificate 61
8.6 Annexure-T6 Proforma for Bank Guarantee as EMD 62
8.8 Annexure-T7 Proforma for Contract Performance Bank Guarantee 63-64
8.6 Annexure-T8 Check List - Technical Bid 65
8.7 Annexure-C1 Bid letter 66
8.9 Annexure-C2 Check List - Commercial Bid 67
IMPORTANT DATES
Pre-bid meeting 18.01.2010 at 1500 hrs
Last date for submission of sealed Bids 09.02.2010 latest by 1130 hrs
Opening of Technical Bids 09.02.2010 at 1200 hrs
Live Demonstration of the quoted System 15.02.2010 to 19.02.2010
Contact Address:
Deputy Commissioner of Police
Communication, Delhi Police,
Old Police Lines, Rajpur Road, Delhi-110 054.
Telephone : 91-11-23933396
Fax : 91-11-23918132
Email : dcpcom@rediffmail.com
Page 4 of 67
Global Tender No.V/30/09-10/C4i/DP
CHAPTER – 1
INSTRUCTIONS TO BIDDERS
1. General:
1.1. Bids are invited from the established, reputed and experienced Companies/JV/Consortium
of Companies for the supply, installation, integration and commissioning of Integrated
Command, Control, Coordination and Communication Centre (C4i) at Police Headquarters,
MSO Building, IP Estate, New Delhi for CWG 2010 (hereinafter referred to
interchangeably as the “C4i” or the “System” or the “Equipment”) as per the Schedule of
Requirement (Chapter-3) and Technical Specifications (Chapter-4) in this document and
any other item required for the completion of the project exclusively on Turnkey basis.
1.2. The Bidders are advised to study the tender document thoroughly. Submission of tender
shall be deemed to have been done after careful study and examination of the tender
document with full understanding of its implications.
1.3. The Scope of Work shall include supply, delivery at site, unloading, any other services
associated with the delivery of equipment and materials, installation, commissioning,
integration, software optimization, providing warranty/ post warranty services for the entire
C4i Equipment and any other related accessories/services for the complete setting up of the
proposed C4i, as per the Schedule of Requirements (Chapter-3) and Technical
Specifications (Chapter-4). The successful bidder shall assume full responsibility of the
complete System until final acceptance.
1.4. It will be imperative on each bidder to fully acquaint himself with all the local conditions
and factors which would have any effect on the performance of the contract and cost of the
Stores. No request for the change of price or delivery schedule shall be entertained, on
account of any local condition or factor once the offer is accepted by the Purchaser.
1.5. Bidders shall not be permitted to alter or modify their bids after expiry of the deadline for
receipt of bids.
1.6. The purchase committee reserves the right to relax any tender term/ condition in larger
public interest with the approval of the competent authority.
1.7. The proposal should fully comply with all the requirements, specifications, terms &
conditions of the Tender.
2. Eligibility Criteria:
2.1 The Company/ JV/ Consortium of companies should either be Indian Company or have an
Indian company as the leading partner.
2.2 In case of JV/ Consortium, it can have a maximum of three members. In addition, total stake
of Indian Co. in JV/ Consortium should be 51% or more with management control in JV in
Indian Co’s hand and with Indian Citizen.
2.3 Such JV/Consortium shall be formed under an Agreement on a non-judicial stamp paper of
Indian Rupees one hundred, duly signed by all the firms. At least one of the consortium
partners/members shall be an Indian Firm.
2.4 The agreement shall be submitted with the Bid. Agreement document should clearly state
the Lead Partner of the consortium, roles and responsibilities of each firm for the successful
implementation of the said Project. It should be clearly mentioned in the consortium
agreement that every firm of the consortium shall be responsible, and jointly and severally
liable for the successful completion of the entire project. The Lead Partner shall be
Page 5 of 67
Global Tender No.V/30/09-10/C4i/DP
authorized to incur liabilities, receive payments and receive instruction for and on behalf of
any or all consortium partners. If the Bidder uses strength of OEM, in that case OEM should
be a consortium partner.
2.5 The annual turnover of the Company/ JV / Consortium of companies should not have been
less than Rs.25 Crores on an average during each of the last three years. In case of
JV/Consortium of companies, the annual turnover of the leading company should not
have been less than Rs.15 Crores on an average during each of the last three years.
2.6 The Company/leading partner in case of JV / Consortium of companies should have at least
one technical maintenance and support base in Delhi/NCR. In case a Bidder does not have a
maintenance base in Delhi/NCR, an undertaking should be submitted by the Bidder that a
maintenance base in Delhi/NCR will be established in case the Bidder is declared as
successful Bidder. The maintenance base should be in place by the time the C4i is
commissioned.
2.7 The Company/ JV/ Consortium of companies should have proven experience in setting up of
Integrated Command, Control, Coordination and Communication Centre (C4i) and in
developing, integrating and implementing similar customized applications, CCTV System,
Web technologies and other components of C4i.
2.8 The Company/ JV/ Consortium of companies should have successfully completed at least
one similar project during the last three years nationally/ globally. Reference list and
Certificate of such completed projects shall be submitted with the technical bid.
2.9 The Company/ JV/ Consortium of Companies should have sufficient technical skilled
manpower having requisite experience in the field of development of customized
applications integrating cameras, Web technologies.
2.10 The bidder shall furnish the details and requisite certificates/documents regarding its
eligibility in the prescribed format as at Annexure T-4.
3. Schedule of Tender:
3.1 The tender document can be downloaded from the websites of Delhi Police or Delhi
Government at http://www.delhipolice.nic.in or http://www.delhigovt.nic.in.
3.2 The tender document can also be obtained free of cost from the office of the Dy.
Commissioner of Police, Communication, Old Police Lines, Rajpur Road, Delhi-110054 on
any working day between 10 A.M. to 5 P.M upto 08.02.2010.
3.3 In both the cases, a non-refundable Tender Fee of Rs.1000/- shall be enclosed with the
technical bid in the form of demand draft/ banker’s Cheque/ Pay Order. Failure to do so
will result in the rejection of the bid. 3.4 The pre-bid meeting will be held on 18.01.2010 at 1500 hrs in the Conference Hall, 3
rd floor
Police Headquarters, MSO Building, I.P. Estate, New Delhi-110001.
3.5 Prospective bidders desirous to seek clarifications regarding Tender Specifications/ Terms &
Conditions shall submit their queries in writing and duly signed by the bidder at least 48
hours before the pre-bid meeting. However, if for any valid reason, clarifications are not
sought by the bidder within the stipulated time, Delhi Police may, at its discretion, entertain
such queries at the pre-bid meeting in the presence of the bidders attending the meeting.
The same, however, should be in writing and duly signed by the bidder. The queries will be
discussed at the pre-bid conference and within one week necessary clarifications would be
posted by Delhi Police on the Websites of Delhi Police/Delhi Government apart from
furnishing clarification in writing for which the bidders should state their address, fax and e-
mail ID number very clearly on their query letters.
3.6 The sealed bids will be accepted till 1130 hrs. on 09.02.2010. The sealed bids can be put
personally in the Tender Box kept at the Reception at Old Police Lines, Rajpur Road, Delhi
Page 6 of 67
Global Tender No.V/30/09-10/C4i/DP
– 110 054. Alternatively, the bids may be sent by Registered Post addressed to the Deputy
Commissioner of Police, Communication, Delhi Police, Old Police Lines, Rajpur Road,
Delhi -110 054.
3.7 The Technical bids will be opened at 1200 hrs. on 09.02.2010 in the Committee Room, Old
Police Lines, Rajpur Road, Delhi. The bidders or their authorized representatives may be
present, if they so desire. In case the due date is declared holiday, the tenders will be opened
on the next working day.
3.8 The bidders shall arrange presentation and live demonstration of the quoted System for
the C4i during the period from 15.02.2010 to 19.02.2010 to show that their quoted System
fully conforms to this tender.
3.9 The bidders are advised to make all necessary arrangement for the presentation and the live
demonstration of their quoted system well in advance as they will be required to adhere to
the time schedule.
3.10 The live demonstration of the quoted systems is a mandatory requirement to show
conformity with the tender specifications and shall include the following:
(i) Video Display Wall comprising of at least two cubes alongwith Video Wall Controller,
decoders and management software,
(ii) C4i Operational and Management Console to show its features and capabilities,
(iii) C4i System Configuration, features & Software capabilities,
(iv) Integration with existing Systems (viz. PA-100, AVTS, GIS map, market CCTV
System) and upcoming Systems viz. GNCTD TETRA System, ITS, venue CCTV
System, if available at the time of demonstration,
(v) C4i connectivity through LAN/ Cyber Highway WAN and
(vi) Recording System features and capabilities.
3.11 The following considerations of paramount importance will be taken into account while
evaluating the bids:
(i) Whether the goods or services offered are of the requisite tender specifications
(ii) Whether the bidder has the ability to deliver the goods and services as per
specifications and the financial ability of the bidder to fulfill the requirement of the
job.
(iii) The ability of the bidder to deliver goods or services or to do the work of the
requisite standard and quality.
(iv) Past experience of the bidder, and whether he has successfully completed similar
work earlier.
(v) Time which will be taken to deliver the goods or services.
(vi) The ability of the bidder to take follow up action, rectify defects or to give post
contract services
3.12 After evaluation of the Technical bids and the live demonstration, the short-listed Bidders
will be intimated. The list of short listed Bidders will also be posted on the department’s
website and Notice Board at OPL. The decision of the committee on technical suitability of
the offer shall be final and shall not be open for discussion.
3.13 The Commercial bids of the short-listed Bidders will be opened in the Committee Room at
Old Police Lines, 5, Rajpur Road, Delhi and such short-listed bidders will be intimated
about the date and time accordingly. The short-listed bidders or their authorized
representatives may remain present, if they so desire.
3.14 Delivery of the Stores at Delhi Police premises shall be completed by the Supplier in
accordance with the terms specified by the Purchaser within Eight (08) weeks from the date
of Award of Contract. The installation, testing, integration and commissioning of the
Page 7 of 67
Global Tender No.V/30/09-10/C4i/DP
proposed system shall be completed within a period of Eight (08) weeks after the delivery
of the Stores at Delhi Police premises or with in a period of Sixteen (16) weeks from the
date of award of Contract.
4. The Purchaser’s reserves the right to vary quantities at the time of placement of Supply
Order/signing of Contract.
5. Purchaser’s right to accept any bid and to reject any or all bids: The Purchaser reserves
the right to accept any bid, and to annul the bid process and reject all bids at any time,
without assigning any reason, prior to placement of supply order/ signing of contract,
without thereby incurring any liability to the affected Bidder(s) or any obligation to inform
the affected Bidder(s) of the grounds for the Purchaser’s action.
6. Bidder Qualification: The “Bidder” as used in the tender document shall mean the one
who has signed the Bid Form. The Bidder may be either an Indian Company or leading
partner in the JV/ Consortium of Companies qualifying the eligibility criteria mentioned at
Clause-2, Chapter-1 above.
7. Bid Security (Earnest Money):
7.1 Bid Security (Earnest Money) amounting to Rs.60,00,000.00 (Rupees Sixty Lakhs only) in
the form of Account Payee Demand Draft, Fixed Deposit Receipt, Banker’s Cheque or Bank
Guarantee, from any of the commercial banks, in favour of Deputy Commissioner of Police
(Communication), Delhi, should be enclosed alongwith the Technical Bid. Failure to do so
will result in the rejection of the bid.
7.2 The bidders registered, for the quoted items, with Central Purchase Organization (e.g.
DGS&D), National Small Industries Corporation (NSIC) may be exempted from depositing
of Earnest Money. The bidders shall have to enclose documentary proof to authenticate
their firm’s registration with these organizations for the specific items to avail this
exemption.
7.3 The Bid Security (Earnest Money) shall be valid for a period of Forty Five (45) days
beyond the Bid validity. No interest will be payable by the Purchaser on this amount.
7.4 The Bid Security (Earnest Money) may be forfeited:
a) if a Bidder withdraws his bid during the period of bid validity ; or
b) in the case of the finally selected Bidder, if the Bidder fails;
i) to sign the Contract in accordance Clause 1 of Chapter-2; or
ii) to furnish Contract Performance Security in accordance with Clause 2 of
Chapter-2; or
iii) if at any stage any of the information/ declaration is found false.
7.5 Bid Security (Earnest Money) in respect of the finally selected Bidder will be discharged
upon the Bidder signing the Contract, pursuant to Clause 1 of Chapter-2 and furnishing the
Performance Guarantee, pursuant to Clause 2 of Chapter-2.
8. Period of Validity of Bids: Bids shall remain valid for Six (06) calendar months from the
date of Bid opening. A bid valid for a shorter period may be rejected by the Purchaser as
non-responsive.
9. The bidders should be registered with the Sales Tax/VAT Department, with respect to Sales
Tax/ VAT and shall furnish copies of the same with their Technical Bid alongwith their
Page 8 of 67
Global Tender No.V/30/09-10/C4i/DP
latest Sales Tax/ VAT Clearance Certificates or Tax Deposit Receipts from the concerned
department. Proforma for the same is given at Annexure-T5 of Chapter-7.
10. Terms and conditions of Tendering Firms:
10.1 Printed terms and conditions of the Bidders shall not be considered as forming part of their
Bids.
10.2 Bidder must state categorically whether or not his offer conforms to all the tender terms and
conditions (Chapter-1 & Chapter-2). If there is a variation in any of the terms and
conditions, the extent of variation and the reasons thereof shall be clearly mentioned in the
technical bid.
10.3 Bidder must state categorically whether or not his offer conforms to the Schedule of
Requirement (Chapter-3) and Technical Specifications (Chapter 4) of the tender.
11. Bid Requirements:
11.1 The Bidder shall quote for the items and quantities as listed under the Schedule of
Requirements (Chapter-3) in the Price Schedule format (Chapter-5) and it shall be
enclosed in the commercial bid.
11.2 The bidder shall also submit the Bill of Material as per Schedule of Requirement (Chapter-
3) clearly giving the nomenclature, make & model no., quantities, specifications of all the
items to be supplied for C4i under this Contract. It shall be enclosed in the Technical Bid.
11.3 The Successful Bidder(s) shall be required to furnish Performance Security for Ten
Percent (10%) of the Contract value in the form of Contract Performance Bank Guarantee,
at the time of award of Contract as per the prescribed proforma (Annexure-T7 of Chapter-
7 & Clause-2 of Chapter-2). The performance security can also be furnished in the shape
of Account Payee Demand Draft/FDR in favour of the Dy. Commissioner of Police
(Communication) Delhi. The Performance Security should be valid for at least 60 days
beyond the date of completion of all contractual obligations of the Supplier including the
warranty/guarantee obligations. No interest is payable by the Purchaser on Performance
Security.
11.4 All the bidders participating in the tender must submit a list of their owners, partners, etc.
and a certificate to the effect that the firm is neither blacklisted by any Government
Department nor any Criminal Case is registered against the firm or its owner or partners or
directors anywhere in India.
11.5 Bids not accompanied by prescribed Tender Fee or Bid Security will be rejected.
11.6 Conditional bids, Telex/Fax bids and incomplete bids will be summarily rejected.
11.7 The bid shall contain no interlineations, erasures or overwriting and all pages of the Bid
must be signed and sequentially numbered by the Bidder.
11.8 It must be ensured by the bidders that all columns of price schedule are completely and
properly filled. If any column of the price bid is found blank the price bid shall be treated as
incomplete and unresponsive and price bid shall not be considered and summarily rejected.
No clarification whatsoever shall be entertained after opening of the price bid. Optional rates
shall not be considered and the bid may be rejected.
11.9 The AMC rates will be considered as a loading factor and criterion for deciding the
lowest bidder. The AMC charges for 7 years will be loaded in the project price for
deciding the lowest bidder.
11.10 The payments to the supplier may be made through Electronic Fund Transfer (EFT) into
their designated bank accounts. The bank Account Number with the branch Code of the
Bidder and mandate form duly filled in all respect may be furnished with the technical bid.
Page 9 of 67
Global Tender No.V/30/09-10/C4i/DP
11.11 The Bidder shall also provide the soft copy of their Bid including BOM, Equipment Data
Sheets, conformance chart for Tender Terms & Conditions and Technical Specifications etc.
12. Bid Prices:
12.1 The Bidder shall quote the Prices in the Price Schedule (Chapter - 5) of this document, as
per the Schedule of Requirement, Technical Specifications and Terms & Conditions of the
Tender, in the following manner:
i) Cost of Item/Work Set in Indian Rupees against each Item strictly as per Chapter-5
ii) Taxes and Totals in the relevant columns as given below:
A. Total Cost of all items (without taxes) for establishment of C4i with 3 years
warranty period in Indian Rupees(INR)
B. Total VAT/Sales Tax or Central Sales Tax @ ____% on Item No. __________ , %
on item No._______ etc.
C. Total Service Tax @ ____% on Item No. _________
D. Other Govt. Levies, Incidental Charges if any (to be specified)
E Total Project Cost of C4i with 3 years warranty period including all taxes
[A+B+C+D] in INR
F. Total Maintenance Charges for seven years after the expiry of 3 years warranty
period (AMC @ Rs._____________/- per annum) including all taxes in INR
G. Total Turnkey Cost of C4i Project for 10 years, including all taxes (including 3
years warranty & 7 years AMC charges) [ E + F]
12.2 The price should be quoted for all items strictly in line with the price schedule leaving no
column blank or adding any column whatsoever to avoid ambiguity and disqualification.
12.3 No conditions should be written in the price bid.
12.4 The Purchaser will make all payments, under this contract, in Indian rupees.
13. Contents of Bid: The Bids prepared by the Bidder shall comprise of the following two
components:-
A) Technical Bid comprising of the following and to be filled on the format sheets
provided in the Tender Document. This is mandatory:
i) Bidders Particulars (Annexure T1, Chapter 7)
ii) Bid Form (Annexure T2, Chapter 7)
iii) Bill of Material as per Schedule of Requirement (Chapter-3) clearly giving the
nomenclature, make & model no., quantities, specifications etc. of all the items
iv) Technical Specifications compliance sheet (Chapter 4)
v) Warranty Certificate (Annexure T3, Chapter 7)
vi) Earnest Money for Rs.60,00,000.00 (Rupees Sixty Lakh only) in the form of
Account Payee Demand Draft, Fixed Deposit Receipt, Banker’s Cheque or Bank
Guarantee from a Commercial Bank in favour of DCP (Communication), Delhi
(Clause 6 of Chapter 1). vii) Tender fee of Rs.1000/- in form of D.D./Pay Order/Banker Cheque (Chapter-1)
Page 10 of 67
Global Tender No.V/30/09-10/C4i/DP
viii) All technical brochures/documents relevant to the Bid
ix) Company details for eligibility criterion in the format as at Annexure T-4.
x) Copies of ST/VAT Regn. & Clearance Certificates as per enclosed proforma at
Annexure T-5 (Clause 8, Chapter 1) xi) Certificate as per Clause 11.4 of Chapter 1
xii) Proforma for Contract Performance Bank Guarantee(Annexure T7, Chapter 7)
xiii) Signed copy of the Tender Document.
xiv) Check List of Technical Bid (Annexure T8, Chapter 7)
B) Commercial Bid comprising of the following and to be filled in accordance with
the formats provided in the Tender Document:
i) Bid Letter (Annexure C 1, Chapter 7)
ii) Price Schedule (Chapter -5)
iii) Check List of Commercial Bid (Annexure C2, Chapter - 7)
14. Procedure for Submission of Bids:
14.1 It is proposed to have a Two-Cover System for this tender.
a) Technical Bid in one cover superscribing “Technical Bid, Tender Number and date
of opening”. Please note that prices should not be indicated in the Technical Bid.
b) Commercial Bid in one cover superscribing “Commercial Bid and Tender Number”.
14.2 Both the Technical Bid cover and Commercial Bid Cover prepared as above are to be kept
in a single sealed cover superscribed with Tender No. and date of opening.
14.3 All the covers should also indicate clearly the name and address of the Bidder.
Page 11 of 67
Global Tender No.V/30/09-10/C4i/DP
CHAPTER – 2
CONDITIONS OF CONTRACT
1. Award of Contract:
1.1 Prior to the expiry of the period of bid validity, the Purchaser will notify the finally selected
Bidder and issue Letter of Intent. If a need for extension of the Price validity period arises,
it should be extended by mutual agreement. The notification of award/placement of supply
order will constitute the formation of the Contract.
1.2 At the time of placement of the supply order, the Supplier shall sign the contract with the
Purchaser. The Supplier shall bring alongwith him, the power of attorney, the contract
performance bank guarantee and common seal etc. for signing the contract.
2. Contract Performance Bank Guarantee/Performance Security:
2.1 Before the signing the contract, the Supplier shall furnish Performance Security for Ten
Percent (10%) of the value of the Contract, in the form of Contract Performance Bank
Guarantee, as per the prescribed proforma (Annexure T7, Chapter 7), from a Commercial
Bank. The Performance Security can also be furnished in the shape of Account Payee
Demand Draft/FDR.
2.2 The Contract Performance Bank Guarantee/ Account Payee Demand Draft/ FDR will be in
the name of the Deputy Commissioner of Police (Communication), Delhi Police, Old
Police Lines, Rajpur Road, Delhi-110054.
2.3 The Contract Performance Bank Guarantee should be valid for a period of 3 (three) years
and 6 (Six) months from the date of award of the Contract. This will be released after the
successful completion of warranty period.
2.4 In the event of delay in acceptance of the Stores, the Supplier shall, at the request of the
Purchaser, extend the validity of the Contract Performance Bank Guarantee so as to cover
the warranty period.
2.5 AMC Performance Bank Guarantee/ AMC Performance Security: On completion of the
3 years warranty period, the Supplier shall furnish an Annual Maintenance Contract (AMC)
Performance Bank Guarantee/AMC Performance Security for Five Percent (05%) of the
total Contract Price from a Commercial Bank. The AMC Performance Security can also be
furnished in the shape of Account Payee Demand Draft/FDR.
2.6 The AMC Performance Security/Bank Guarantee shall be in the name of Dy. Commissioner
of Police, Communication, Delhi.
2.7 The AMC Performance Bank Guarantee/ FDR should be valid for a period of 7 years and 6
months from the date of expiry of the warranty period. This will be released after the
successful completion of AMC period of 7 years.
3. Payment Schedule: The standard payment terms subject to recoveries, if any, under the
Liquidated Damages clause will be as follows: -
3.1 Delivery of Stores: The Supplier shall notify the Purchaser about the delivery of the Stores
to the Delivery Site one week in advance of the expected date of partial or complete
delivery.
Page 12 of 67
Global Tender No.V/30/09-10/C4i/DP
3.2 Transfer of Title: Upon each partial delivery of the Stores at the Purchaser’s delivery site,
an inventory of the Stores shall be taken jointly by the Supplier and the Purchaser to be
completed within five (5) working days of such delivery to ensure that the supply is
complete and in order. After the inventory of each partial delivery of the Stores has been
completed to the entire satisfaction of the Purchaser, the title of those Stores will transfer to
the Purchaser. In the event of short shipment or damage to the Stores inventorised, the title
of only those items of Stores that are in order will transfer to the Purchaser.
3.3 The Supplier shall ensure that its representatives are present for the inventorisation of the
Stores supplied under the contract failing which the Purchaser shall proceed with the
inventorisation in the Supplier’s absence and the Purchaser’s inventorisation report shall be
binding on the Supplier.
3.4 First payment: The Purchaser shall pay, to the Supplier, sixty percent (60%) cost of the
Stores, title of which has been transferred to the Purchaser, and applicable VAT amount as
First Payment”, on transfer of title of the Stores as per specifications and receipt of
supplier’s bill complete in all respects.
3.5 Final payment: The Purchaser shall pay, to the Supplier, the balance amount and
VAT/Service Tax amount as “Final Payment” on Final Acceptance of the system and
receipt of Supplier’s bill complete in all respects.
3.6 No advance payment shall be made.
3.7 No interest is payable by the Purchaser in case of delayed payments.
4. Packing, Forwarding & Shipment: The Supplier shall provide proper packing of the
Stores to prevent their damage or deterioration during transit to the final destination site.
The Supplier shall notify Purchaser of the date of each shipment from his works and the
expected date of arrival of goods at the site.
5. Delivery, Installation and Commissioning: Delivery of the Stores at Delhi Police
premises shall be completed by the Supplier in accordance with the terms specified by the
Purchaser within Eight (08) weeks from the date of Award of Contract. The installation,
testing, integration and commissioning of the proposed system shall be completed within a
period of Eight (08) weeks after the delivery of the Stores at Delhi Police premises or with
in a period of Sixteen (16) weeks from the date of award of contract (LOI).
6. Insurance: The Goods supplied under the Contract shall be fully insured on a warehouse-
to-warehouse basis by the Supplier against loss or damage incidental to manufacture or
acquisition, transportation, storage and delivery.
7. Inspection and Tests:
7.1 The Purchaser shall have the right to inspect and/or test the Stores for conformity to the
Contract Specifications.
7.2 Should any inspected or tested Stores fail to conform to the specifications, the Purchaser
may reject them and the Supplier shall either replace the rejected Stores or make all
alterations necessary to meet specification requirements free of cost to the Purchaser.
7.3 The Supplier shall provide installation and standard test procedures for the individual
equipment and for the complete System offered.
Page 13 of 67
Global Tender No.V/30/09-10/C4i/DP
7.4 The Supplier shall test individual equipment and the complete System after installation at
site. The Supplier shall submit complete documentation of all the measurements conducted
during installation period for future reference of the Purchaser.
7.5 A document comprising of the technical problems faced during installation, testing,
integration and commissioning period and their solutions shall be submitted by the Supplier
at the time of handing over the completed works to DCP (Comn.), Delhi Police.
7.6 For the purpose of taking over the Stores/system supplied, an Acceptance Test shall be
carried out at the Purchaser destination site. The equipment that meets the acceptance test
shall only be accepted by the Purchaser.
7.7 The installation or commissioning shall not be deemed to have been completed unless all
the Stores and System are accepted by the Purchaser.
7.8 Before the equipment is taken over by the Purchaser, the Supplier shall supply installation,
operation, repair and maintenance manuals of the equipment/system. This shall include the
i) System Interface Drawings, ii) System Interconnection and Block Diagrams, iii)User
Operation Manuals & iv)Equipment Maintenance Manuals
8. Guarantee/ Warranty
8.1 The Supplier shall provide comprehensive on-site Guarantee/ Warranty for all
Stores/equipment supplied under the Contract at least for a period of 3 (three) years from
the date of final acceptance of the System. An undertaking to this effect shall be
furnished as per Annexure-T3, Chapter-7 alongwith the Technical Bid.
8.2 The Supplier must have a maintenance base in Delhi/NCR to provide maintenance service,
of the System being offered, efficiently and promptly. The Supplier shall undertake to
establish a maintenance base in Delhi/NCR by the time the System is commissioned, in
case the Supplier does not have a maintenance base in Delhi/NCR already.
8.3 If the performance of any individual equipment or System fails to meet the contract
specifications then the same shall be replaced by the Supplier free of cost during the term of
the warranty/guarantee period.
8.4 The Supplier shall provide necessary Software upgrades/updates free of cost during the
warranty/guarantee period.
8.5 The maintenance services, including spares shall be free of cost during the
warranty/guarantee period.
8.6 During the term of warranty/guarantee the service/repair calls will have to be attended by
the Supplier within two hours from the time of such calls. The defective
card/item/equipment should be repaired the same day at Purchaser's location. In case of
major defects requiring the defective card/item/equipment to be taken to the Supplier’s
workshop, an immediate substitute card/item/equipment will be provided by the Supplier
for the smooth operation of the System. The to and fro transportation of the
card/item/equipment will be the responsibility of Supplier.
8.7 Apart from the service/repair calls, the service engineer deputed by the Supplier will visit
the site once every month to assess the serviceability of the System and thrice in a year to
carryout the Preventive Maintenance and diagnostics of the system during the Warranty
Period.
8.8 Delays in attending the calls and or repairing the defective card/item/equipment beyond
time limit specified in this Clause, without providing the substitute, will attract penalties in
accordance with Clause 14.
Page 14 of 67
Global Tender No.V/30/09-10/C4i/DP
8.9 If the Supplier fails to repair or replace the defective Equipment/ Item, the Purchaser will be
free to get the same repaired/replaced from the market and its cost will be adjusted from the
Supplier’s Contract Performance Bank Guarantee or recovered from the Supplier.
8.10 The supplier shall depute their Technical Team on round the clock basis at C4i during
the Commonwealth Games period (September-October 2010) and during the major
arrangements in Delhi to ensure uninterrupted operation.
9. Post-Warranty services and maintenance
9.1 The Supplier shall be responsible for the comprehensive on-site maintenance of the entire
System including both hardware and software, at a reasonable price, for a minimum period
of seven years after expiry of the warranty/guarantee period assuming the life span of the
System to be 10 years. The bidder shall indicate the estimated life span of the quoted
System. An undertaking to this effect shall be furnished as per Annexure-T3, Chapter-7
alongwith the Technical Bid.
9.2 The Supplier shall quote the rates for comprehensive Annual Maintenance of the entire
System including both hardware and software in the Price Schedule (Chapter-5) for all the
7 years after expiry of the warranty/guarantee period of three years.
9.3 The AMC rates will be considered as a loading factor and criterion for deciding the lowest
bidder. The AMC charges for 7 years will be loaded in the project price for deciding the
lowest bidder.
9.3 The payment towards AMC shall be payable quarterly after successful completion of the
maintenance service during that period.
9.4 Under the AMC, the Supplier shall provide comprehensive maintenance services of the
entire System including the spares and there shall be no hidden cost.
9.5 Preventive maintenance service of the System under AMC must be carried out once in three
months.
9.6 During the period of AMC, the service/repair calls are to be attended by the Supplier within
two hours from the time of such calls. The defective card/item/equipment should be
repaired the same day at Purchaser's location. In case of major defects requiring the
defective card/item/equipment to be taken to the Supplier’s workshop, it should be returned
within, six weeks duly repaired and immediate substitute card/item/equipment will be
provided by the Supplier for the smooth operation of the System. The to and fro
transportation of the card/item/equipment will be the responsibility of Supplier.
9.7 Delays in attending the calls and or repairing the defective equipment beyond time limit
given in this Clause, without providing the substitute, will attract penalties. AMC charges
of the delayed period will not be paid if the delay is more than Eight (08) hours from the
specified time limit on pro-rata basis.
9.8 If the Supplier fails to perform any of the Services of the Contract within the time period
specified in the tender, the Purchaser shall, without prejudice to its other remedies under the
tender, deduct from the pending bills/Contract Performance Bank Guarantee, by way of
penalty, a sum equivalent to Half Percent (0.5%) of the price of the AMC rates for each and
every week (part of a week being treated as full week) of delay until actual performance.
Page 15 of 67
Global Tender No.V/30/09-10/C4i/DP
9.9 If the Supplier fails to repair or replace the defective card/item, the Purchaser will be free to
get the same repaired/replaced from the market and its cost will be adjusted from the
Supplier’s pending bills/Security deposit or recovered from the Supplier.
9.10 The Supplier shall not retract from the responsibilities under the AMC Contract once the
Contract is signed. However, in the unlikely case of violation, the Purchaser will be at
liberty to forfeit the Contract Performance Bank Guarantee and make recoveries from the
firm besides initiating legal proceedings against the firm.
9.11 The Purchaser shall also have the right to decide whether or not to enter into the
maintenance agreement with the Supplier.
10. Training 10.1 The scope of work envisages that the Bidder shall undertake to train communication
engineers and other staff nominated by Delhi police in different aspects of equipment
design, functioning, field installation, testing, commissioning, system management,
operation & administration, maintenance and repair.
10.2 The supplier shall at every stage of installation; testing and commissioning provide all
facilities for adequate training of Delhi Police personnel who may be deputed to work on
the project.
10.3 The system Administration and Maintenance Training program, at the user’s location, will
be structured so as to train Ten (10) of the Delhi Police personnel deputed for the purpose.
10.4 The user operational training program, at the user’s location, will be structured so as to train
up to Eighty Eight (88) operators, who will be deployed in the C4i. The user operation
training may be carried out in multiple batches during the Commissioning and
integration period.
10.5 The maintenance training program, at the OEM’s location, will be structured to train up to
03(Three) engineers and 05(Five) experienced technicians in the complete trouble shooting
and maintenance of the equipment to both the board replacement and repair level.
10.6 Bidder will provide complete details on the training programs to be offered including:
(a) Material to be covered, (b) Number of hours of training per operator or technician for
each specific course and (c) Supporting documentation to be provided
11. Spare Parts: The Bidder will submit undertaking from the manufacturer (OEM) that
supplies of necessary maintenance equipment and spare parts will be made available for all
Items/ Equipment and the complete System for a period of 10 (Ten) years on a continuing
basis and life time spares after 10 years.
12. Sites Preparation
12.1 The site for installation of the System shall be provided by the Purchaser as per the required
environmental conditions before the installation of the system.
12.2 The Supplier shall provide site plan and equipment layout plan for the System.
12.3 The complete installation of the System at Purchaser’s site shall be the responsibility of the
Supplier.
Page 16 of 67
Global Tender No.V/30/09-10/C4i/DP
12.4 The C4i is to be installed at PHQ, MSO Building, I.P. Estate, New Delhi.
12.5 Earthing arrangements for all the Equipment at all the locations shall be the responsibility
of the Supplier and to be carried out as per standard procedures.
13. Responsibility of Completion & Software Optimization:
13.1 Any fittings or items which may not be specially mentioned in the tender document but
which are necessary are to be provided by the Supplier without any extra charge for
completeness of the work under this tender.
13.2 The System software and user interactive windows shall be configured after carrying out
thorough study of the operations at C4i. Thereafter these may be further optimized after
installation based on the feed back from the actual users over a period of six months.
14. Delay in the Suppliers performance
14.1 Delivery of the Goods and performance of Services including Warranty and Post Warranty
Services shall be made by the Supplier in accordance with the time schedule specified by
the Purchaser. Delay by the Supplier in the performance of its Delivery or Service
obligations shall render the Supplier liable to imposition of Liquidated Damages in
accordance with clause-15 below and thereafter, upon reaching the maximum deduction set
out therein, to termination for default in accordance with Clause-22 below accompanied by
forfeiture of Bank Guarantee/Performance Security.
14.2 If the bidder fails to complete the work within the stipulated period, the Purchaser reserves
the right to get the work completed from open market and difference of bill, if any, will be
recovered from the bills of the Supplier.
15. Liquidated Damages: If the Supplier fails to deliver any or all of the Goods or perform the
Services within the time period specified in the Contract, the Purchaser shall, without
prejudice to its other remedies under the Contract, deduct from the Contract Price, as
liquidated damages, (not by way of penalty) a sum equivalent to Half Percent (0.5%) of the
price of the delayed goods or unperformed service for each & every week (part of a week
being treated as a full week) of delay until actual delivery or performance, upto a maximum
deduction of 05% (Five Percent) of the undelivered Equipment/Services.
16 Force Majeure:
16.1 Force Majeure means an event beyond the control of the supplier and not involving the
supplier’s fault or negligence and which is not foreseeable. Such events may include, but
are not restricted to, acts of the purchaser either in its sovereign or contractual capacity, wars
or revolutions, hostility, acts of public enemy, civil commotion, sabotage, fires, floods,
explosions, epidemics, quarantine restrictions, strikes, lockouts and freight embargoes.
16.2 If there is delay in performance or other failures by the supplier to perform its obligation
under its contract due to event of a Force Majeure, the supplier shall not be held responsible
for such delays/failures.
16.3 If a Force Majeure situation arises, the supplier shall promptly notify the purchaser in
writing of such conditions and the cause thereof within twenty one days of occurrence of
such event. Unless otherwise directed by the purchaser in writing, the supplier shall
Page 17 of 67
Global Tender No.V/30/09-10/C4i/DP
continue to perform its obligations under the contract as far as reasonably practical, and shall
seek all reasonable alternative means for performance not prevented by the Force Majeure
event.
16.4 If the performance in whole or in part or any obligation under this contract is prevented or
delayed by any reason of Force Majeure for a period exceeding sixty days, either party may
at its option terminate the contract without any financial repercussion on either side.
16.5 There may be a Force Majeure situation affecting the purchase organization only. In such a
situation the purchase organization is to take up with the supplier on similar lines as above
for further necessary action.
17. Patent Indemnification: The Supplier shall indemnify the Purchaser against all third party
claims of infringement of patent, copyright, trademark, license or industrial design rights,
software piracy arising from use of the goods or any part thereof in the Purchaser’s country.
18. Waiver: Failure or delay on the part of the Supplier or the Purchaser to exercise right or
power hereunder shall not operate as a waiver thereof.
19. Assignability: Neither this Contract nor any rights under it may be assigned by either Party
without the express prior written consent of the other Party. However, upon assignment of
the assignor’s interest in this Contract, the assignor shall be released and discharged from its
obligations hereunder only to the extent that such obligations are assumed by the assignee.
20. Severability: If any portion of this Contract or any of the Contract Documents hereto is held
to be invalid, such provision shall be considered severable, and the remainder of this
Contract hereof shall not be affected.
21. Governing Law: This Contract including the Contract Documents shall be governed by and
construed in accordance with the laws of India and the Delhi Courts shall have jurisdiction
in this regard.
22. Termination for Default
22.1 The Purchaser may without prejudice to any other remedy for breach of Contract, by Thirty
(30) days written notice of default sent to the Supplier and upon the Supplier’s failure and
neglect to propose and/or execute any corrective action to cure the default, terminate this
Contract in whole or in part:
(i) If the Supplier fails to deliver any or all of the Stores within the time period(s)
specified in the Contract; or
(ii) If the Supplier fails to perform any other obligation(s) under the Contract.
22.2 On termination of the Contract for default, the Performance Security deposit of the Supplier
will be forfeited.
23. Termination for Insolvency: The Purchaser may at any time terminate the Contract by
giving written notice to the Supplier, without compensation to the Supplier, if the Supplier
becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice
Page 18 of 67
Global Tender No.V/30/09-10/C4i/DP
or affect any right of action or remedy which has accrued or will accrue thereafter to the
Purchaser.
24. Termination for Convenience
24.1 The Purchaser shall have the right to terminate the Contract in whole or in part at any time
for its convenience. The notice of termination shall specify that termination is for the
Purchaser's convenience, the extent to which performance of work under the contract is
terminated and the date upon which such termination becomes effective.
24.2 The Goods those are complete and ready for shipment within Ninety (90) days after the
Supplier's receipt of notice of termination shall be purchased by the Purchaser at the
Contract terms and prices. For the remaining Goods the Purchaser may elect:
(a) to have any portion completed and delivered at the Contract terms of prices, and/or
(b) to cancel the remainder and pay to the Supplier an agreed amount for partially
completed Goods and for materials and parts previously procured by the Supplier.
25. Resolution of Disputes: In the case of dispute or difference arising between the Purchaser
and the Supplier relating to any matter connected with this contract, the same shall be settled
through amicable negotiations between a maximum of Two (2) officers nominated by the
competent authority of Delhi Police and Two (2) employees nominated by the Supplier,
failing which, the dispute shall be submitted to arbitration in accordance with the provisions
of the Arbitration and Conciliation Act, and the Arbitrator’s decision shall be final &
binding. The language of arbitration shall be English. The venue of the conciliation and/or
arbitration proceedings shall be in Delhi, India.
Page 19 of 67
Global Tender No.V/30/09-10/C4i/DP
CHAPTER - 3
Schedule of Requirement
(All Hardware, Software and Services as per the Technical Specifications in Chapter-4)
SNo Item Description Qty.
1. VIDEO DISPLAY SYSTEM COMPRISING OF THE FOLLOWING
1.1 (A) CENTRAL VIDEO DISPLAY WALL FOR C4i HALL
(i) Video Display Wall consisting of 16 (8x2) DLP Cubes of 50” each in Hall
(ii) Video Wall Controllers & Decoders (4 Set minimum) for item 1.1(i)
(iii) Video Wall Management Software supporting various display formats
2x2, 3x3, 4x4 for above
Set
1.2 (B) VIDEO DISPLAY PANEL FOR OBSERVER’S ROOM
(i) Two (2) Nos. 46” LCD display panels for Observers Room
(ii) Video Controller & Decoder for 1.2(i)
(iii) Video Panel Management Software supporting various display formats
2x2, 3x3, 4x4 for above
Set
2. C4I OPERATIONAL & MANAGEMENT CONSOLES (22) AS GIVEN BELOW: Set
(i) 16 Nos. C4I Operator Consoles at Lower level in C4i Hall
(ii) One Console for Incharge C4i at Upper level in Hall
(iii) Two (2) Investigation and Debriefing Consoles at Upper level in Hall
(iv) One Console in Meeting Room at Upper level in C4i having 3 Nos. 32” LCD
display panels in lieu of TFT Monitors
(v) One Console in Observers Room in C4i
(vi) One Console in Administration & Maintenance Room in C4i
(vii) Each of the above 22 Consoles/Workstations shall include 3 monitors
[except 2(iv)], optical mouse, multi media keyboard, multi media kit, VOIP
dialer with integrated headset & mic, finger print authentication etc.
3. C4I BACKBONE EQUIPMENT AND NETWROK COMPONENT
3.1 (A) COMMAND AND CONTROL SYSTEM
(i) Command and Control Servers in fully redundant Configuration (1+1)
(ii) System Administration, Security and Management Terminal(s) with finger
print authentication
(iii) Command and Control Application Software for Command and Control
Servers having Unix/Linux/Win Server2003 O/S (2 Nos). The following
licenses for all Operation and Management Consoles (22 Nos) :- Linux/Win
XP/Vista O/S , C&C - Client Application, Incident Management, GIS engine, 2D
and 3D engine management of maps , Access Control Management, Sensor
Management, Situation at a glance, Training and Simulation, Skill-set
Management, Threat level management, Reports, Sounds and
announcements, VOIP integration, SNMP support, Zones, Mobility,
Debriefing and analysis, Camera-feed ingest server software, APIs / Remote
control interface of surveillance devices, Storage management software,
Video management software for operators and any other software for
meeting the technical & functional requirements of C4I.
Set
Page 20 of 67
Global Tender No.V/30/09-10/C4i/DP
3.2 (B) INGEST SYSTEM FOR INTEGRATION
(i) Ingest Servers/Decoders for integration of all existing and upcoming
cameras & Video Management systems of BOSCH, DVTEL, VERINT, GE or any
other OEM. Integration software, tools, SDK/API etc. required for integration
will be arranged by the bidder at their end
Set
3.3 (C) RECORDING SYSTEM
(i) Screen Encoder for 84 screens (16 for Video Wall + 2 for Observer Room
LCD + 66 for 22 Consoles)
(ii) Screen Recording Servers Hardware and Software for minimum 84 screens
(iii) VOIP Recorder for minimum 64 channels.
(iv) Hotline recorder for 64 Channels.
(v) Investigation Server Hardware and Software required for above screen
recording
(vi) Encoders/Video Convertor/Digitizer, Decoders and Server(s) with Content
Analytic capabilities required for Content Analytics at C4i for 22 Consoles
(vii) Enterprise Grade Storage – NAS, 50TB usable in RAID 5/6 configuration
Set
3.4 (D) NETWORK AND SECURITY COMPONENTS
(i) Central Firewall and IPS at the entry point of C4i
(ii) Antivirus, Client Firewall for all required Nos. of Servers & Consoles
(iii) Layer 2 switches required for establishing LAN in C4i
(iv) 8 channel - KVM switch
(v) 19 “ rack required for installation of Servers and other Hardware
(vi) CAT6 IP Cable, terminations, power cable, cable racks, patch connectors,
wiring, mounts and other accessories etc. required for operation of C4I
Set
3.5 (E) MISCELLANEOUS ITEMS AND ACCESSORIES
(i) UPS 20 KVA, Redundant,4 hrs back up, with Batteries
(ii) Inverter 5 KVA with 4 hrs back up for Lighting Load
(iii) Two (2) Color Laser Printers for heavy duty operation of 30 ppm(min)
(iv) Access Controller for 4 doors, Biometric finger print readers for Access
Control System (ACS)
(vi) One 77” Interactive Board with suitable PC, printer and scanner in
Observers Room
(vii) Switch for terminating 50 Hot Lines and switching the calls to at least
eight end users.
Set
4. FURNITURE: (refer C4i layout plan in Figure-3) Set
(i) Workstation Console & Chairs for 16 Nos. C4I Operators
(ii) Workstation Console & Chairs for 6 Nos. Wireless Operator positions
(iii)Workstation Console & Chairs for 2 nos Investigation and Debriefing
(iv)Supervisor Workstation Console & Chairs for Incharge C4i
(v) 8 seat sofa set in C4i Hall upper level
(vi) 6+1 capacity Conference Table & Chairs for Meeting Room.
(vii) 12+1 capacity Conference Table & Chairs, Work Desk Table with chairs for
7 persons and 1 Workstation Console with chair for Observers Room.
(viii) Workstation Console & Chairs for C4i Administrator
Page 21 of 67
Global Tender No.V/30/09-10/C4i/DP
(ix) Reception table with 10 visitor chairs, 6-seat sofa set with glass table for
reception area.
(x) The furniture for C4i should be modular and ergonomically designed with
high quality, powder coated steel, wood and glass of international standard
of reputed make.
5. PROFESSIONAL SERVICES:
(A) System Installation, Commissioning, Integration &Project Management
(i) Installation of CAT6 IP Cable + terminations + cable racks
(ii) Installation of Power cable + cable racks
(iii) Command and Control Room architectural design
(iv) C4i installations: rack wiring and mounting
(v) Integration of 4000 TETRA radio devices
(vi) Integration of 1000 PCR Vans GPS location data on GIS map, including
existing system
(vii) Integration of 12 police video monitoring vehicles
(viii) Integration of 700 Traffic Vehicles for location data on GIS Map
(ix) Integration of Automatic LPR System Alarms & Event, Face Detection
Alarms & Event, Video Analytics Alarms & Event
(x) Integration of existing PA 100 system
(xi) Integration of Video Surveillance System at various venues, market
places, traffic junctions and interface to Intelligent Traffic System (ITS) etc.
(xii) Project Professional Work: system requirements, system design,
supervision and software installations including 2D/ 3D interface and sensors
positioning
(B) Project documentation: System Layout plan, as built plan, detailed design
document, Acceptance test procedures, C4i SOP, Technical, Operation and
maintenance manuals, etc.
(C) Training
(a) System Administration and Maintenance Training, at the user’s location,
will be structured to train 10 (Ten) of the Delhi Police personnel deputed for
the purpose
(b) User Operational Training, at the user’s location, will be structured so as
to train the C4i operators (88) in batches.
(c) Technical Maintenance Training, at the OEM’s location, will be structured
to train up to 03(Three) engineers and 05(Five) experienced technicians in
the complete trouble shooting and maintenance of the equipment to both
the board replacement and board repair level
Set
Note:
1. The Bidder shall quote for the items and quantities as listed above in the Price Schedule format
(Chapter-5) and it shall be enclosed in the commercial bid.
2. The bidder shall also submit the Bill of Material as per above Schedule of Requirement clearly giving
the nomenclature, make & model no., quantities, specifications etc. of all the items to be supplied for
C4i under this Contract. It shall be enclosed in the Technical Bid.
3. The Project shall be completed on turnkey basis and any other item/ hardware/ software/ service
required for successful completion of the project shall be provided by the finally selected bidder within
the quoted prices.
Page 22 of 67
Global Tender No.V/30/09-10/C4i/DP
CHAPTER – 4
Specification and Technical Details
1. GENERAL
1.1. Delhi police has the overall responsibility & Operational Command to provide a safe &
secure environment both for smooth conduct of the games as well as security & safety of
Delhi as a whole.
1.2. The C4i is being established especially for the security of Commonwealth Games 2010 and
as a legacy for future command and control of major events and safe city operations.
1.3. The C4i will have unified and streamlined, integrated command for operations in Delhi
under the Commissioner of Police during the major events in Delhi and for staging of
Commonwealth Games 2010.
1.4. The C4i at Police Headquarters will have video linkages from CCTV surveillance system
of:-
a) Borders of Delhi with neighbouring states.
b) Important markets/crowded places of the city.
c) Intelligent Traffic Management System
d) Competition and non-competition Venue Security Command Centres
e) Security Command Centre of Games Village
f) Command Centre of Ashoka and Samrat Hotels
g) Games Operation Centre from Games Headquarters of Organising Committee.
h) Video linkages from mobile periscope vans, Air surveillance helicopters, etc.
1.5. The C4i will have communication linkages through Wireless (TETRA/ APCO/
Conventional), Mobile phones, Landline telephones and Hotline with various stake holders.
1.6. The C4i is required to provide real time situation awareness of all incidents, activities and
traffic situations in various parts of Delhi.
1.7. The C4i is envisaged to create a Common Operational Picture providing uniformed situation
awareness and an integrated decision support system with the following objectives:
(a) Monitoring of live video from the controlled areas: When an incident is detected, the
operator should be alerted and the relevant video feed and other inputs should be
available at the C4i.
(b) Identify and locate various resources like cameras, PCR Vans, traffic vehicles,
specialized units around the city on 2/3D GIS map. All the mobile points and vehicles
which have the GPS capability should be displayed on the GIS map as a layer.
(c) Provide investigation tools that enable simultaneous and synchronous viewing of
video, data, audio, telephony, etc. on the same screen.
(d) Incidents management, including preliminary planning and plan activation to better
respond to any event and identify all the needed activities required to resolve the
incident.
(e) Investigation engine that enable investigation of reported and detected incidents with
the ability to export investigation files.
(f) Ability to produce statistical reports to study the C4i effectiveness and improve its
operation.
Page 23 of 67
Global Tender No.V/30/09-10/C4i/DP
(g) Work flow management in the C4i to have the existing chain of command and ability
to work in various architectures such as:
(i) Hierarchical Command and Control Rooms – This configuration enables working
in different control centers under the management of a centralized command and
control center.
(ii) Zones divisions – Ability to divide the city into zones where each zone is under
the control of a different operator.
(iii) Ability to divide the work between the different operators by: city sectors, event
type, operator functionality, per event time, etc.
1.8. Integration of Digital GIS Map of Delhi:
(a) High Resolution Land base Map provided by National Informatics Centre (NIC) is
being used for Delhi Police Automatic Vehicle Tracking System (AVTS). The
landbase map of NIC is in Arc GIS format via Arc IMS. The NIC Server is connected
with Delhi Police Server through 2Mbps line which provides land based map on view
and query.
(b) A large scale 3-D GIS map of Delhi is being developed by the Delhi State Spatial Data
Infrastructure (DSSDI) Project in collaboration with the Survey of India as initiated by
the Govt. of NCT of Delhi. The digital map data will be made available on-line at C4i
in OGC compliant format. This GIS map data may be used for the existing and future
applications in Delhi Police.
(c) Bidder shall provide OGC compliant GIS software which should be able to integrate
and use both the above digital maps provided by NIC and DSSDI for C4i application.
(d) The proposed GIS software for editing/updation, view & query should be able to
accept the landbase map in its native format without import or export of GIS data. The
creation of new feature layers and the updation of existing features or any other map
editing should be done in the local Delhi Police Server at C4i.
(e) The GIS software should also be capable of supporting OCG complaint, vector and
raster data from various sources in its native format, viz. ESRI, Auto Cad, Google
earth, Mapinfo, Bing Maps.
(f) The GIS software should be capable of 3-D visualization, terrain handling, handling of
3-D building models and support walk through, etc. It should have archiving facility
for historical data.
1.9. Main feature & functional components: 1.9.1. Incident Management:
(i) Incidents may be triggered from Video Content analytics, ANPR systems, events
generated from various sensors sending feed to the C4i. The system should respond to all
events and alarms sent from the field or remote control rooms.
(ii) It enables on-demand task and procedure activation and displays task lists for active and
closed incidents.
Page 24 of 67
Global Tender No.V/30/09-10/C4i/DP
(iii) The Integration and Interface points need to be studied by the bidder and accordingly
incorporated in the Bid response.
1.9.2. Integrated 2D & 3D GIS: GIS based mapping module that displays layered information
regarding various resources of Delhi Police including location, status and metadata about
sensors, vehicles etc. It must be possible to include other layers of information like other
maps, Building plans, VIP routes & photos on the GIS module. The GIS interface must
enable interaction, i.e. Communication, activation, re-assignment etc of all resources and
elements represented on the map. The GIS mapping module should be used as a foundation
for integration with all other location based systems (such as GPS enabled mobile vans).
1.9.3. Video Management to allow operators to easily manage and view live video feeds from
surveillance cameras. With a simple mouse click, operators gain full control of PTZ
cameras, thus giving operators an easier way to manually track moving objects. Video feeds
and controls from various surveillance systems may converge into the C4i by an ingest
mechanism/decoders that would comprise of video stream decoders and application
wrappers for individual system, APIs/controls for each surveillance systems (Bosch, Verint,
DVtel, GE, etc.).
1.9.4. Video Feeds Management:
(i) To allow operators to easily organize access and control the information received from
the surveillance systems.
(ii) The system shall record and keep a log of all video feeds viewed at the C4i for future
retrieval for investigation purposes. An online storage shall be deployed at the C4i for
storing the video feeds of last 15 days; stored feeds older than 15 days shall be moved to
long term storage through suitable Archive Mechanism.
(iii) Recordings older than 15 days may be purged automatically, on First in First out basis, if
archiving is not done and storage is not available.
(iv) There shall be a permanent storage space on the local C4i storage where the operators
can transfer the recordings of important incidents by clicking a few buttons. This storage
will not be erased without the intervention of the C4i Administrator.
(v) There shall also be a separate partition for storing artifacts related to Incident
Management module of the C4I; these artifacts include relevant portions of stored feeds
and other information obtained during the occurrences of the incidents and shall form the
ingredients to the Incident Management system. Operator shall be provided with an
interface to select the relevant portions from the live or stored feeds and put appropriate
annotations.
1.9.5. Situation at a glance: Clear and precise comprehensive view for visually displaying the
situation status at any time.
1.9.6. Surveillance Systems Controls: The controls of various surveillance devices such as PTZ
cameras can be taken over by the C4i in case of any incident in that area. Necessary APIs
and controls etc. might need to be exposed towards the control room application via an
independent brokering or triage agent server. The equipment, if required for triage/ingest
servers are to be provided by the Bidder.
1.9.7. Threat Level Management: Automatic and manual updates/activation of threat level
procedures. Adjustable deployment of incident response procedures.
1.9.8. Zones: The Zones Module should enable effective situation management in a dynamic
objects environment. It should be possible to apply access control rules such as alarm,
restricted and control to defined areas. Presented in a zone layer on the GIS, zones can be
Page 25 of 67
Global Tender No.V/30/09-10/C4i/DP
temporarily disabled and hidden on the map and can be grouped for easy viewing and
management. Logical applicable rules, various automatic actions, and predefined response
procedure check lists are activated upon the entry, exit, or presence within the defined zone.
1.9.9. Mobility: The Mobile Engine to provide secure wireless mobile communication between
the application and the field offices/police car. A person/vehicle equipped with mobile
communication devices such as TETRA portable, Mobile Client application, mobile phones,
etc. should be able to receive and send information to the operator/dispatcher handling the
event. It may be implemented via a web-based application.
1.9.10. VOIP Integration should support phone to phone connection automatically or on-demand.
A built-in dialer, with an electronic phone book with searching capabilities, be easily
accessible from anywhere in the Control Room. This feature to enable the operator to
converse with the supervisor or his/her peers using “skype” like mechanism without the
need to use an external telephone.
1.9.11. Investigation & Debriefing Station to capture and consolidates many different types of
multimedia information, including voice (telephony, radio, VoIP, Tetra network), video,
GIS information, call-taker screens, crime scene photos, incident reports, emails, faxes, mug
shots and more.
1.9.12. Operator Skill Management to enable assignment of operators according to their skills.
For example: Operator that is trained on a specific city zone, or operator that is skilled in
investigation, operator that is skilled in Traffic related events, etc to handle events as per the
skill.
1.9.13. Training and Simulation: Training application to simulates sensor functionality, user and
vehicle location and incident activation according to pre-planning or according to ad-hoc
decisions of training instructors. Operators will go through this training and simulation
module before deployment in C4i for live operation. This module shall be available on all
the 22 Consoles.
1.9.14. Reports: This application to provide several interfaces for report generation, all supported
by the application with no need for any proprietary software. The report types may be
Incident, Periodic, Maintenance, and Statistic. It should support generation of several file
types, including WORD, PDF, MHT and XLS.
Page 26 of 67
Global Tender No.V/30/09-10/C4i/DP
2. C4I LAYOUT, SYSTEM CONNECTIVITY, ARCHITECTURE & CONCEPT:
2.1. C4i Connectivity:
2.1.1. The block diagram in the following Figure-1 represents the C4i Connectivity:
Figure-1
2.1.2. The system should be modular to allow interface to 3rd party sub-systems.
2.1.3. The system should be able to interface with the existing PA 100 and PCR vehicle tracking
system (vis SDK v 2.5.0.0) to allow tracking and monitoring of 1000 vehicles.
2.1.4. The system should be able to integrate and display video feeds from the existing and future
Police CCTV control rooms, all video surveillance systems surveying the sport events of the
commonwealth games and other important places.
2.1.5. Suitable ingest mechanism comprising of video stream decoders/application wrappers/ SDK/
API’s etc to integrate Video feeds and controls from all surveillance systems (Bosch, Verint,
DVtel, GE etc.). Design of the Ingest mechanism at the C4I must be modular and scalable
allowing integration of future video surveillance system types.
2.1.6. The system shall support 12 interfaces for periscope video Surveillance vehicles, Air
Surveillance Helicopters, etc.
2.1.7. The system should be able to receive events such as: Video content Analytics, crowd
gathering, intrusion detection, face recognition, ANPR and various VMD related events and
alarm data from all existing and future video surveillance systems.
2.1.8. The system shall be interfaced with the PA100 system in order to effectively respond to
situations and shall extend usage level integration with the Incident management system at
C4i. The usage level integration of PA100 shall include access to call details such as call
Page 27 of 67
Global Tender No.V/30/09-10/C4i/DP
recording, time, caller-id, location etc that may be needed, for example, to better respond in
situations where a flood of distress calls arrive at the same time and coordination between
various agencies becomes crucial or in the event of hoax calls etc.
2.2. C4i System Architecture:
2.2.1. The block diagram in the following Figure-2 represents the C4i System Architecture:
Figure-2
2.2.2. The systems shall be built and installed in web browser or Client/Server architecture.
2.2.3. The overall system design should ensure that the system is highly available and various
input feeds coming into the systems are load balanced.
2.2.4. The system shall be scalable to support expanding operations.
2.2.5. The system shall have built-in monitoring mechanisms to ensure that all C4i services are
functional and that various activities are performed in case of failures (including restarting
the service and notifying administration staff).
2.2.6. The system shall support any practical number of client workstations.
2.2.7. The system shall manage all permissions and notifications centrally by the server.
2.2.8. The system shall be designed and built to allow smooth and easy integrations that will not
affect core product functionality and stability.
2.2.9. The system shall be database centric and will make use of a standard, well recognized
database engine.
2.2.10. The system should be robust in design and be highly available. Single point failures should
not affect theC4i operation.
Page 28 of 67
Global Tender No.V/30/09-10/C4i/DP
2.3. C4i Layout: 2.3.1. The C4i Layout Plan is given below:
Figure-3
Note: - The Civil work (access flooring, portioning, wall paneling) and Electrical work (air
conditioning, lights, power points) is being done by Delhi Police through PWD. The C4i system
Page 29 of 67
Global Tender No.V/30/09-10/C4i/DP
equipment, all furniture items including consoles, conference/meeting tables, chairs etc and other
items required for completion of C4i are to be supplied by the bidder under this tender.
2.3.2. The C4i Elevation Diagram is given below Figure-4:
Figure-4
Page 30 of 67
Global Tender No.V/30/09-10/C4i/DP
2.4. The Concept of the C4i Hall is shown below in Figure-5:
Figure-5
2.5. Indicative Layout of Observer’s Room and Meeting Room is shown below:
Figure-6
Page 31 of 67
Global Tender No.V/30/09-10/C4i/DP
2.6. The Concept of Observer’s Room is shown below in Figure-7:
Figure-7
Note:- One Operator Console, 2 Nos. 46” LCD display panels, 77” Interactive Board, Conference
room furniture etc shall be provided by the bidder.
3. FEATURES & FUNCTIONAL REQUIREMENTS IN C4i
3.1. Incident Management:
3.1.1. The system shall have the ability to open incidents in the following ways:
(i) Automatically, triggered by sensor alarms (rule based)
(ii) Automatically via scheduled time-based triggers
(iii) On-demand via “quick launch” buttons
3.1.2. The system shall provide an integrated Incident Log which contains views of all incidents.
3.1.3. The system shall provide users the ability to define what incidents are viewed.
3.1.4. The system shall support incident load balancing capabilities, meaning, if an operator queue
is full (overloaded) then the next incident will be diverted to another operator with lighter
work load.
3.1.5. The Incident Log shall support different views of incidents (according severity, time of
creation, etc.).
3.1.6. The Incident Log shall provide easy access to all relevant maps and video sources for each
incident.
3.1.7. The Incident Log shall automatically sort new incidents according to their pre-defined
severities and creation time.
3.1.8. The Incident Log shall adapt dynamically to evolving incident situations and support the
user in managing activities.
Page 32 of 67
Global Tender No.V/30/09-10/C4i/DP
3.1.9. The system shall support the initiation of actions upon pre-defined conditions and support
the execution of a predefined set of actions.
3.1.10. The Incidents Log shall support the ability to group incidents by sites.
3.1.11. The system shall have an Escalation ability that will monitor and trigger on status of
incidents, tasks and notifications.
3.1.12. When closing an incident the system shall request the user to state the reason for closing the
incident
3.1.13. The system shall support the ability to generate incident reports on-demand or automatically
for any incident at any time.
3.1.14. The system shall enable support for recommendation of the relevant response procedure for
each incident.
3.1.15. The system shall have inherent capabilities to facilitate and manage routine activity.
3.1.16. Closed incidents in the system shall not be shown in the active Incidents Log but shall be
easily accessible at any time.
3.1.17. The system shall enable information sharing with other agencies like: city infrastructure
departments, traffic, secret service, etc.
3.1.18. The system shall have the capability to record/time-stamp all actions taken when managing
the incident.
3.1.19. The system shall provide a user-friendly tool for creating response procedures and policies
offline.
3.1.20. The system shall support searching capabilities for incidents.
3.2. Integrated 2D & 3D GIS:
3.2.1. The system shall support multiple visualization options such as GIS engines like MapInfo
ESRI’s ArcGIS and Google Earth, AUTOCAD, aerial photos, Skyline and more. It must
support maps provided by Survey of India.
3.2.2. The system should include 2D GIS and 3D GIS. The 3D GIS view should be fully
synchronized with the 2D GIS.
3.2.3. The system shall have a capability to map all incident alerts received from cameras, sensors
and personnel on both 2D and 3D displays. The maps must support ECW format to allow
multi resolutions functionality.
3.2.4. The system shall provide GIS functionality that will support multi-level drill-down/up
between views
3.2.5. The GIS shall enable dynamic view of the location and status of resources and
objects/sensors on both 2D and 3D displays.
3.2.6. The GIS shall enable a uniform method to interact with different types of systems in the
control room and in the field.
3.2.7. The system shall enable sending a new task to mobile responder by clicking on it on the GIS
display.
3.2.8. The system shall enable sending a message to mobile responder by clicking on it on the GIS
display.
3.2.9. The system shall enable authorized user to open a new incident and to associate the incident
with it geographic location automatically, via the GIS display.
3.2.10. The system shall enable associating an already opened incident with a geographic location.
3.2.11. The GIS shall provide a common operational picture that will enable information sharing
between different control rooms and mobile responders.
3.2.12. The system shall provide a module for the creation and management of rule-based “alarm
zones” on the GIS.
Page 33 of 67
Global Tender No.V/30/09-10/C4i/DP
3.2.13. The system shall support camera designation by clicking on any area covered by video
cameras in 2D or 3D view.
3.2.14. The system shall support flexible navigation on the 2D and 3D display window.
3.2.15. The system shall support standard input devices for inputs and navigation such as: mouse,
keyboard, and joystick.
3.2.16. The system shall have the capacity to support 3D online construction (Upon availability) of
new objects on the terrain (e.g. new building)
3.3. Video Management:
3.3.1. The system shall have a built-in virtual video matrix to manage the video streams displayed
on the video wall from various sources to any video wall monitor.
3.3.2. The system shall provide each operator monitor with video matrix enabling to view any
number of video feeds on the same monitor.
3.3.3. The system shall enable to display both real-time and playback video.
3.3.4. The system shall support a simultaneous display of multiple video streams on multiple
screens.
3.3.5. The system shall always keep last display configuration and shall return to it upon
application restart.
3.3.6. The system shall enable the saving and recalling of multiple matrix favorites either
automatically or on-demand.
3.3.7. The system shall determine the definition of individual video sources according to the
supported logical functionality that is associated with them.
3.3.8. The video matrix shall support displaying of video streams, archived playbacks and rule-
based video sources.
3.3.9. The system shall support multiple opened video views.
3.3.10. The system shall support full screen mode for the complete matrix or of individual cameras.
3.3.11. The system shall support drag & drop functionality of video sources.
3.3.12. The system shall support locking of slots for permanent display.
3.3.13. The system shall support the display of Virtual Tours, PTZ tours and Salvos.
3.3.14. The system shall support visual indication of all cameras’ current status
3.3.15. The system shall clearly indicate cameras that popup as a result of alarms.
3.3.16. A double-click of a camera shall expand it to full screen. Closing the window shall return
the matrix back to its previous display.
3.3.17. The systems shall provide a PTZ controller for controlling all integrated PTZ enabled
cameras. Additionally users shall have the capability to PTZ camera from the video
slot/viewer.
3.3.18. The system shall support the capability to assign PTZ cameras preset positions.
3.3.19. The systems shall support searching capabilities to enable users to quickly and easily locate
any camera connected to the system.
3.3.20. The system shall have the capability to export any desired video recording segments in
windows standard format to be played by a standard window player.
3.3.21. The system shall provide Video Pursuit capabilities; the ability to easily navigate between
multiple cameras thus enabling operators to, for example, easily tracks suspicious
individuals.
3.3.22. The system shall support the capability to display video in 'panoramic view,' enabling
operators, with a single click, to display all the nearest, surrounding cameras for a desired
view, thus giving a 360 degree of the situation.
3.3.23. The system shall provide the capability to set, show, or hide a camera's field of view for
fixed and PTZ enabled cameras on the GIS.
Page 34 of 67
Global Tender No.V/30/09-10/C4i/DP
3.3.24. The system shall provide the capability to easily open/close all cameras in specific a zone.
Likewise, users can display zone related video favorites
3.3.25. The system shall provide the capability to control camera operations via the GIS views.
3.3.26. The system shall support the ability to define which video operation features are to be
available via the map.
3.3.27. The system shall provide the capability to point supported cameras to a specific coordinate
with a simple mouse-click on the geo-referenced map.
3.3.28. The system shall provide a capability to display video on a video wall.
3.3.29. The system shall provide a capability to receive VMD events from any video system.
3.3.30. The system shall provide a capability to receive LPR events from any external system.
3.3.31. The system shall provide a capability to receive Face Recognition events from external
system.
3.3.32. The system shall provide a capability to log the viewed video channels (and associated
channel’s parameters) for future retrieval from the recorder.
3.4. Access Control Management:
3.4.1. The bidder shall provide Access Control System for 3 entries to control the entrance to the
C4i room as well as to the servers’ room.
3.4.2. The system shall provide the capability to prevent duplicate logging and displaying of
Access Granted events during busy hours.
3.4.3. The system will be stand alone and not integrated into the C4i.
3.4.4. The system shall support queries of access control events for readers and/or users.
3.4.5. The system shall support association between access control events and the users who
triggered the event
3.4.6. The system shall enable access to the associate user’s details within one click.
3.4.7. The system shall support the ability to generate customizable access control reports, on
demand or automatically, directly from the Access Control view.
3.4.8. The system shall support filtering capabilities by ACS device, user, or incident.
3.4.9. The system shall the ability to query an ACS user or point; showing, for example, the
locations of the x card swipes.
3.4.10. The system shall support the ability to pause the access entries in the Log while retaining all
incoming access entries. Once it is un-paused, the system synchronizes accordingly.
3.5. Sensor Management:
3.5.1. The system shall have a module dedicated for the management of sensors.
3.5.2. The systems shall support searching capabilities to enable users to quickly and easily locate
any sensor connected to the system.
3.5.3. The system shall support gateway administration capabilities directly from user interface
such as stop/start and enable/disable
3.5.4. The system shall provide a mechanism that monitors all incoming traffic from sensors and
allows you to set configuration-able thresholds of permissible number of reports per
timeframe and alerts the operator if the traffic exceeds the policy.
3.6. Situation at a Glance:
3.6.1. The system shall provide a comprehensive view for displaying the situation status at a
glance.
3.6.2. The view shall be clear and precise and shall reflect only the information that is relevant to
the user who is logged in.
Page 35 of 67
Global Tender No.V/30/09-10/C4i/DP
3.6.3. The view shall include all the relevant incidents sorted in a meaningful way.
3.6.4. The view shall include all the relevant sensors that not in normal mode.
3.6.5. The view shall include general information notes (bulletins).
3.7. Sounds and Announcements:
3.7.1. The system shall provide easy to use GUI to configure sounds and voice announcements for
Alarms and various other events
3.7.2. The system shall support functionality of selection sounds from a built-in repository or add
new sound tracks as files.
3.7.3. The system shall support text-to-speech sounding of messages and announcements.
3.8. Threat Level Management:
3.8.1. Threats can be classified and color coded according to severity: red, yellow, green, etc. The
system shall provide a visual indication for the current threat level at any time.
3.8.2. The system shall support automatic and manual updates of the threat level.
3.8.3. The system shall enable automatic and on-demand activation of threat level procedures.
3.8.4. The system shall support deployment of incident response procedures according to the
active threat level.
3.9. Zones:
3.9.1. The system shall have the ability to relate entities such as LPRs, GPS units, etc. to
geographic zones
3.9.2. The system shall have the ability to perform operations on all the entities in a zone.
3.9.3. The system shall have the ability to relate video “favorites” to a zone
3.9.4. The system’s zone capabilities shall be supported on both geo-referenced and non-geo-
referenced maps.
3.9.5. The system shall provide the capability to easily sensors in specific a zone. Likewise, users
can display zone related video favorites, etc.
3.10. Mobility:
3.10.1. The system shall have a built-in mobility support to enable a wireless communication
between the Control Room and field users equipped with dedicated mobile units (e.g.
Mobile computers (e.g., laptops), mobile phones and PDA).
3.10.2. The system shall support two way communications with mobile responders via SMS, e-mail
and unique mobile application.
3.10.3. The system shall support sending messages/images and video automatically or on-demand.
3.10.4. The mobile application shall ensure that only relevant information is displayed and that
interaction is easy and efficient.
3.10.5. The mobile application’s feedback shall be communicated back to the server and will update
the situation for display on all client workstations.
3.10.6. The mobile application’s feedback shall influence the logic flow of procedures.
3.10.7. The mobile application shall enable mobile responders to communicate back to control
room.
3.10.8. The system shall keep all messages on the system database for further debriefing.
3.10.9. The system shall support GPS enabled devices that report their location.
Page 36 of 67
Global Tender No.V/30/09-10/C4i/DP
3.11. VOIP Integration:
3.11.1. VoIP tools provide the operators with “Skype” like tool that enables them to converse with
the supervisor or with other operators without having to resort to telephone. This provides
the operator with the ability to concentrate on his/her monitored area while conversing.
3.11.2. The system shall support phone to phone connection automatically.
3.11.3. The system shall support phone to phone connection on-demand.
3.11.4. The system shall provide electronic phone book with searching capability.
3.12. Training and Simulation:
3.12.1. The system shall have simulation capabilities to be used as part of the individual job-training
of operators and field responders.
3.12.2. The system shall have special permissions for simulation mode
3.12.3. Simulation module should include both 2D and 3D virtual simulation of the scenario based
on standard formats
3.12.4. Simulation module should be based on accurate and validated models of Crowd Behavior,
Urban traffic, weather and threat module. The threat module should take care of situations
such as of terror attacks, accidents, natural disasters, public order, and hazardous materials
dispersion model etc.
3.12.5. The system should also include simulation of first responders capabilities including
maneuvering to the event, crowd and traffic direction, road blocks, medical treatment,
evacuation and detection, identification and decontamination of hazardous materials etc.
3.12.6. The simulation module should have both investigation capability to evaluate the trainee
performance.
3.12.7. The system shall enable launching of pre-defined simulation scripts for group-training
scenarios.
3.12.8. The system shall provide scheduling and automatic execution of training sessions.
3.12.9. The system shall provide on-demand activation of training session.
3.12.10. The system shall record in the system database all training steps and responses for further
analysis and conclusions.
3.13. Debriefing and Analysis:
3.13.1. The system shall provide offline debriefing capabilities.
3.13.2. The system shall provide access to all routine and emergency incidents.
3.13.3. The system shall enable managers to view past events according to various parameters and
investigate what happened, who did what and when.
3.13.4. The system shall provide a clear method for the incident-related elements.
3.13.5. The system shall enable to investigate specific flows, display more details regarding
actions taken, messages delivered, video playbacks, etc.
3.13.6. The system shall facilitate storage of specific points of interest in event flows for fast
access at a later time.
3.13.7. The system shall support recording and consolidation of all videos related in a certain
event/incident
3.13.8. The system shall support Synchronous retrieval and playback of audio and video received
from Tetra Network.
3.13.9. The system shall support Live Monitor and Recent Call Replay functions
3.13.10. The system shall support Extensive search and retrieve query tool for reconstructed
information and incident folders
3.13.11. The system shall support Evidence authentication features (e.g. Digital signature)
Page 37 of 67
Global Tender No.V/30/09-10/C4i/DP
3.13.12. The system shall support advanced playback features include: AGC on playback, loop
replay, pitch correction, speed control, sequential and mixed sorted playback modes
3.13.13. The system shall support history auditing of case prepared via distributed information (i.e,
from several sensors)
3.13.14. The system shall support User preferences (layout configuration of the application)
3.13.15. The System shall be capable of searching and replaying all users’ channels on the system
at the same time.
3.13.16. The System shall support streaming of audio and video over the LAN in compressed
format
3.13.17. The System shall be able to provide a Web-based application that supports online help
3.13.18. The System reconstruction application must allow users to search on the following criteria,
individually, in any combination (Boolean) and supporting wild cards: Time & Date
(i) Duration
(ii) Channel ID
(iii) Position or Alias
(iv) Extension Number
(v) Condition Code (incoming or outgoing)
(vi) Dialed Number (where available)
(vii) Calling Number (where available)
(viii) Annotation - user specific notes
(ix) ANI/ALI data (where available)
3.13.19. The System reconstruction application must allow the user to filter the search results based
on user-configurable parameters.
3.13.20. The System reconstruction application must provide the capability to text/voice annotate.
3.13.21. The System Reconstruction application supports bookmark feature.
3.13.22. The System Reconstruction application shall interface the Command and Control
application to debrief GPS-based vehicle’s location.
3.13.23. The System debriefing application shall retrieve from the Command and Control
application debriefing information of:
(i) GPS-based vehicle’s location
(ii) Events-based information
(iii) LPR-based information
3.13.24. The System Reconstruction application shall support Synchronous retrieval and playback
on:
(i) 2D and 3-D map window.
(ii) Sensors events window.
3.14. Skill-set Management:
3.14.1. The system shall provide personnel skill-set management capabilities.
3.14.2. The system shall provide method to assign people to tasks according to their applicable
skill-sets.
3.14.3. The system shall provide multi-level skills matching capability.
3.14.4. The system shall manage the expiration of skills and notify on required training necessary to
renew them.
3.15. Reports:
3.15.1. The system shall provide an integrated Reporting Tool that will enable generating reports,
automatically or on-demand.
Page 38 of 67
Global Tender No.V/30/09-10/C4i/DP
3.15.2. The Reporting Tool shall provide detailed incident reports which include incident summary,
all the tasks that been associated with the incident, sensor related activities, relevant
snapshots and maps.
3.15.3. The Reporting Tool shall provide flexible definition for periodic reports.
3.15.4. The Reporting Tool shall provide system maintenance reports.
3.15.5. The Reporting Tool shall provide various customizable statistic reports.
3.15.6. The Reporting Tool shall enable printing and saving in various file formats including Word,
Excel, MHT, PDF, etc.
3.15.7. The system will provide automated generation and distribution of reports to users according
to incident progress
3.15.8. The system will provide automated generation and distribution of reports to users according
to a pre-defined schedule.
3.16. SNMP Support: The system shall have the ability to monitor the health of the IT network
by handling SNMP traps.
3.17. Workflow / Business Process / Event Correlation:
3.17.1. The System shall support the ability to design and execute business workflow processes,
providing advanced support for mapping the business rules into a set of workflows,
supporting the business logic and providing automatic response.
3.17.2. The system shall be capable of identifying potential threats coming from seemingly
unrelated activities over a period of time.
3.17.3. The system shall support incident prioritization. If there are at least more then two urgent
incidents at any operator then send a message to the supervisor
3.18. Administration and Authorization:
3.18.1. The system shall be flexible for adapting to various configurations by authorized users. The
system shall have dedicated configuration application module.
3.18.2. The system shall provide administration capabilities for managing users, job titles, roles,
workstations, vehicles and connectivity.
3.18.3. The system shall provide inherent support of flexible multiple screen setups.
3.18.4. The system shall have all applicable logs and configurations available in plain text files for
viewing and analyzing. All authorization settings will be flexibly configurable by system
administrators.
3.18.5. The system shall enable operators to define system users with their communication methods,
passwords and authorization properties.
3.18.6. The system shall support advanced authentication policies including password length,
special characters, maximum number of failed logins before access is denied, etc. These
security settings will be configurable by system administrator.
3.18.7. The system shall enable administrators to terminate or block user sessions and force them to
change their password next time they login.
3.18.8. The system shall support MS Active directory for unified users’ management,
synchronization etc.
3.18.9. The system shall support configurable association between users and terminals such that
users will be restricted to access only from their assigned terminals.
3.18.10. The system shall ensure that users will be authorized to view and perform various actions
according to their permissions.
Page 39 of 67
Global Tender No.V/30/09-10/C4i/DP
4. IT SECURITY:
4.1. The C4i is a next generation security solution for empowering Delhi Police to detect,
prevent and responds to threats in real time and to investigate and reconstruct criminal and
security cases using video surveillance and control services, incident monitoring and
reconstruction solutions.
4.2. Confidentiality of information is mandated by common law, formal statue, explicit
agreement or convention. Different classes of information warrant different degrees of
confidentiality. Network solution of C4i is of paramount importance and its assets needs to
be protected in order to maintain operational continuity for eliminating cases of loss of
relevant evidence.
4.3. The hardware and software components that constitute the network assets of C4i represent a
sizable monetary investment for operational efficiency that must be protected. The same is
true for the information stored in its IT systems, which has taken huge resources to generate
and some of which can never be reproduced.
4.4. The security shall be deployed at various levels to have fool proof multi layered security
system.
4.5. Computer system security will include
(A) Access Security through User Name/ Password and Bio-metric (Finger print) login.
(B) Fire Walls, Anti Virus, Patch Updation etc.
4.6. The assets that must be protected include Computer and Peripheral Equipment,
Communication Equipment (like Switches, Router, Firewall, Server), Data Storage Media
and Application Programmes (like Mailing, Video, Audio) etc.
4.7. The following Security Rules may be applied on Desktops and Servers: i. Personal Firewall
ii. Kernel Protection Related Rules
iii. Email Client – Based Security
iv. General Application Based security
v. Port Scanning blocked
vi. Email worm protection rule
vii. Buffer overflow/Sync Flood attack protection.
viii. OS Hardening Rules
ix. Exception Rules for Application to access System Network Resources.
4.8. The network solution should be self resilient having mechanism to deny the internet
connectivity within the network and shall generate necessary logs of such attempts/events.
4.9. The Bidder shall carryout detailed risk and threat assessment of entire network and shall
provide necessary security control provisions for threat mitigation.
Page 40 of 67
Global Tender No.V/30/09-10/C4i/DP
5. DESCRIPTION OF SUB-SYSTEMS USED IN C4i
5.1. Video Display System comprising of the following:
(A) Central Video Display for C4i Hall
(i) Video Display Wall {consisting of 16 (8x2) DLP Cubes of 50”} in C4i Hall will have the
following configuration, specification and functionalities:
a. Sixteen (16) Rear Projection modules (Size 50”, Native Resolution: WXGA+) shall be
installed in 8x2 configuration.
b. The video wall is to be installed in a mission critical environment. The system shall be of
Industrial grade, rugged and capable of operating in a 24x7x365 environment.
c. The design of the system should be such that it facilitates easy repair/ replacement of
faulty components on site. The key components should have high MTBF and low
MTTR.
d. The System should have built-in redundancy of all the critical components such as
Lamps, power supply unit, hard disk (RAID 1), Ethernet ports, fans etc. with auto
switchover facility.
e. The Video/Data Wall System design should be modular & scalable to meet the
future expansion requirements of Delhi Police.
f. The solution must incorporate current technologies, open-systems components and
open architecture. The System design should be based on standard Intel platform
and Linux/ Windows operating system.
g. The Video/Data Wall System should be able to show the applications of Windows
XP, Windows 7 and Windows NT 4. However, it should also be capable of showing
the UNIX applications on the WINDOWS platform by using X-emulation software.
h. The Video/Data Wall System should have the functionality to pre-configure and
save various display layouts to be accessed at any given point of time with a simple
mouse click.
i. The whole screen of the Video/Data Wall System should behave as a single logical
screen and the gap between video cubes should be less than 1mm to get the desired
results. It should be possible to control the video wall from a WIN PC / WS on LAN.
j. The System should be interfaced on 100/1000 MBPS LAN. The system should have
possibility to connect RGB, Video & Streaming video input available in C4i to the
video wall.
k. Projection modules (video cubes) specifications are given below:
Sl. No. Description Specifications
1. Display Cube Size Each 50 inch (diagonally)
2. Resolution WXGA plus (Native 1360 x768) or better
3. DLP Chip Based on single chip DLP, Rear projection
technology
4. Contrast ratio 1500:1 or better
5. Brightness (On Screen) Better than 300 Cd/m2
6. Brightness uniformity > 90%
7. Color Stability Self Calibrating with Spectrometer
8. Aspect Ratio 16:9
9. Light Source
Multiple LED light source. Failure of one/two LEDs
shouldn’t affect the functioning of that projection
Page 41 of 67
Global Tender No.V/30/09-10/C4i/DP
module and the system should automatically adjust
brightness uniformity
10. LED Life 50000 hours or better
11. Inter cube colour and
brightness uniformity
The inter cube colour and brightness uniformity
should be adjusted automatically without operator
intervention.
12. Input DVI
13. Power Input 100-240V,50Hz standard
(ii) Video Wall Controllers & Decoders (4 Set minimum): The Controller should be able to
make the Video/ Data Wall display behave as a single logical screen and provide
functionalities of display through LAN, IP streaming, RGB and video inputs as per the
specifications below:
Sl. No. Description Specifications
1. Operating System Linux/Widows of latest version
2. Out put resolution Should support XGA/SXGA+/WXGA+/HD
3. CPU In an industrial 19” rack mounted casing based on Intel
Core 2 Quad Q9400
RAM 2GB (standard) expandable up to 4 GB or better.
4. Hard Disks, LAN etc. The hard Disk should be of 430 GB in RAID 1
Configuration.
The display controller to have dual redundant hot
swappable power supply and fan.
Supplied with a Keyboard and mouse with 20 m cable
extension. The unit should be equipped with a 48X
DVD RW Drive.
Graphic cards – 4 x nVidia 9300GS or better
5. Streaming Input Unit/
Module
1. It shall support IGMP (V.2) or better, RTSP &
SNMP protocols.
2. It shall support MPEG-2, MPEG-4, MPEG-4.10,
SP@L3 and ASP@L5, MJPEG, H.263, H.264,
H.323, compression protocols.
3. It shall allow implementing other compression
protocols via a firmware upgrade.
4. It shall have a configurable buffer size to
compensate for network congestion.
6. Digital PTZ Support Shall include digital PTZ support
7 Scaling Smooth scaling icon size to screen size
8. Power Input 220V,50Hz standard
(iii) Video Wall Management Software supporting various display formats
2x2, 3x3, 4x4 for above: The software supplied must include the following features but not
limited to:
(a) Switching the entire Video Wall on or off
(b) Switching all projection modules to common brightness target, this can be either static
or dynamic.
Page 42 of 67
Global Tender No.V/30/09-10/C4i/DP
(c) Changing the active lamp or activation of the darker / the brighter lamp.
(d) Switching to hot or cold standby operation mode.
(e) Changing the active input.
(f) The Video wall Software should have the functionality to pre-configure and save
various display layouts to be accessed at any given point of time with a simple mouse
click.
(g) The system should be configured for 22 client licenses such that designated client on
the LAN should be able to work on the video wall from their own positions with their
local keyboard and mouse
(h) The software should copy the screen content of the WIN PC/Workstation connected on
the Ethernet with the display controller to be shown on the display wall in scalable and
movable windows in real time environment.
(i) The Video wall management software shall allow switching the video streams.
(j) It should support open API’s and web based applications.
(k) Diagnostics software: For health monitoring that allows timely detection of fault and
wall configuration.
(l) Support multiple video IP camera encoders of reputed make such as BOSCH, DVTel,
Verint, GE etc used in Delhi Police.
(B) Video Display Panel for Observer’s Room
(i) Two (2) Nos. 46” LCD display panels (Industrial grade) for Observers Room which
should be based on Motion Flow Technology to display high speed moving object.
The display panels should be Industrial Grade of reputed make.
(ii) Video Controller & Decoder and Video Panel Management Software will be the same
as for the Central Video Display Wall.
5.2. C4i Operation & Management Consoles (22) as given below:
(i) The 22 C4i operation & management console will be installed as given below:
(ii) 16 Nos. C4I Operator Consoles at Lower level in C4i Hall
(iii) One Console for Incharge C4i at Upper level in Hall
(iv) Two (2) Investigation and Debriefing Consoles at Upper level in Hall
(v) One Console in Meeting Room at Upper level in C4i having 3 Nos. 32” LCD display
panels in lieu of TFT Monitors
(vi) One Console in Observers Room in C4i
(vii) One Console in Administration & Maintenance Room in C4i
(viii) Each of the above 22 Consoles/Workstations shall include 3 monitors , optical mouse,
multi media keyboard, multi media kit, VOIP dialer with integrated headset & mic,
finger print authentication etc.
(ix) The minimum Technical Specifications of the Workstations are as given below:
CPU One Quad Core Intel® Xeon® E5345 (2.33GHz,1333
MHz,2x4MB Cache)
Operating System Linux/Unix flavour/MS Windows XP Professional, License
included
Anti Virus Antivirus & Client Firewall software included
RAM 4GB DDR2 667 Quad Channel FBD Memory (4x1GB)
Network Adapter Integrated 10/100/1000 Base – T
Storage Internal 320 GB Hard Disc
Page 43 of 67
Global Tender No.V/30/09-10/C4i/DP
Video cards 2 Video cards each with 2 GB DDR RAM, 256MB PCIe x16
NVIDIA Quadro FX 5600 , Dual DVI
Optical Drives 48X CDRW/DVD Drive
Monitors 21” TFT with DVI interface. The 3 monitors shall display Video
Control Monitor, 2-D and 3-D GIS display and Event
Management display
Console Access Through finger print bio-metrics
Accessories PS /2 or USB Keyboard, Optical Mouse with scroll, inbuilt Sound
Card, USB 2.0, integrated head set and mic.
Power Supply Hot swappable redundant power supply
(x) The system’s operator workstation shall include a single computer supporting 3 video
monitors as follow:
(a) Video management.
(b) 2-D & 3-D GIS.
(c) Situation Management
(xi) There will be correlations between all the screens viewed by the operators as follow:
(a) Ability to view video from cameras in a selected area by pressing the
associated area on the digital map.
(b) Ability to see the camera locations on GIS by selecting cameras in the
video management display.
(c) Upon receiving an event the cameras viewing the events will be displayed
automatically and the event location will be indicated on the 2-D & 3-D digital
map. The event management display should automatically display the event
details and the rule base associated with the event.
(xii) The investigation & debriefing consoles shall provide a unified and synchronized view
of the telephony, radio (supporting TETRA system) and the video GIS related
information in one screen. This station should interface with the radio recording
system, the telephony recording system and with investigation system existing in the
emergency call center.
5.3. C4i Backbone Equipment and Network Component
5.3.1. Command and Control System:
(A) Command and Control Servers in fully redundant Configuration (1:1 redundancy) with the
following minimum Technical Specifications:
CPU Quad Core Intel® Xeon® E5405, 2X6MB
Cache, 2.0GHz, 1333MHz FSB
Operating System Windows Server 2003, Standard Edition R2, SP2
RAM 4GB FB 667MHz Memory
LAN Interface 1 x Gigabit Ethernet
Storage Internal HDD or external RAID
Internal disk size 320 GB minimum
Storage Redundancy For Operating System: hot swappable RAID1
For video recordings: hot swappable RAID5
Storage Performance 16MB/s in rebuild mode (usually supported by at least
7200RPM SATA-II HDDs configured at RAID-5)
Power Supply Hot swappable redundant power supply
Page 44 of 67
Global Tender No.V/30/09-10/C4i/DP
(B) System Administration, Security and Management Terminal(s) with finger print
authentication with the following minimum Specifications:
CPU One Quad Core Intel® Xeon® E5345 (2.33GHz,1333
MHz,2x4MB Cache)
Operating System Linux/Unix flavour/MS Windows XP Professional, License
included
Anti Virus Antivirus & Client Firewall software included
RAM 4GB DDR2 667 Quad Channel FBD Memory (4x1GB)
Network Adapter Integrated 10/100/1000 Base – T
Storage Internal 320 GB Hard Disc
Video cards 2 Video cards each with 2 GB DDR RAM, 256MB PCIe x16
NVIDIA Quadro FX 5600 , Dual DVI
Optical Drives 48X CDRW/DVD Drive
Monitors 21” TFT with DVI interface. The 3 monitors shall display Video
Control Monitor, 2-D and 3-D GIS display and Event
Management display
Console Access Through finger print bio-metrics
Accessories PS /2 or USB Keyboard, Optical Mouse with scroll, inbuilt
Sound Card, USB 2.0,
Power Supply Hot swappable redundant power supply
(C) Command and Control Application Software for Command and Control Servers having
Unix/Linux/Win Server2003 O/S (2 Nos). The following licenses for all Operation and
Management Consoles (22 Nos) :- Linux/Win XP/Vista O/S , C&C - Client Application,
Incident Management, GIS engine, 2D and 3D engine management of maps , Access
Control Management, Sensor Management, Situation at a glance, Training and Simulation,
Skill-set Management, Threat level management, Reports, Sounds and Announcements,
VOIP integration, SNMP support, Zones, Mobility, Debriefing and analysis, Camera-feed
ingest server software, APIs / Remote control interface of surveillance devices, Storage
management software, Video management software for operators and any other software for
meeting the technical & functional requirements of C4I.
5.3.2. Ingest System for Integration: Ingest Servers/Decoders for integration of all existing and
upcoming cameras in markets, boarder check-posts, stadia, traffic interceptions etc. & Video
Management systems of BOSCH, DVTEL, VERINT, GE or any other OEM. Integration
software, tools, SDK/API etc. required for integration will be arranged by the bidder at their
end
(i) The Integration shall be carried out by using a suitable ingest/decoding
mechanism.
(ii) INGEST Recording server Capable of ingesting/decoding 200 IP MPEG4, H.264
Video streams at 10Mbps each in real time through Quad Core Server with suitable
Hard Disk. The requirement is indicative; however bidder needs to size it as per actual
requirement.
(iii) Application servers: Size and configurations to be decided by the SI as per his design.
Page 45 of 67
Global Tender No.V/30/09-10/C4i/DP
5.3.3. Recording System:
(A) Functionality of recording system is indicated below:
(i) The recording servers would be one of the most crucial part of the entire system. The
system must record and log every communication along with the relevant parameters
like time stamp data, operator accessing the communication, call duration etc for
retrieval at a later point in time.
(ii) The recording servers should be time synchronized with GPS time server for real time
recording of all types of communication. It should be capable of recording telephone,
intercom, TETRA, Screens, Video, VOIP and other data. All the recording systems shall
be synchronized on the same time system. The replay facility should be user friendly as
per configurable parameters.
(iii) The recording shall be well catalogued for easy access and replay.
(iv) The search and replay application must be capable of searching and replaying all
channels simultaneously.
(v) When recording HOTLINES, radio channels, the system must provide the following
start triggers for recording
(vi) When recording HOTLINES, radio channels, the system must provide the following stop
triggers for recording.
(vii) When recording HOTLINES, the SYSTEM must be capable of recording up to 48
channels (extension side or trunk side) per chassis. It must be able to record a mix of
digital extensions and analog ports in the same chassis.
(viii) When recording HOTLINES, For security reasons, all audio files stored on the recorder
must be saved in a format that cannot be played via a non-Supplier provided application.
Any solution that stores voice recordings in a standard (wav, MP3, etc) format will not
be considered. It must not be possible to manually delete specific individual messages
from the RECORDING SYSTEM hard drive(s).
(ix) When recording HOTLINES, SYSTEM must provide the capability to decode and store
call data (CTI/CDR) in a database.
(x) When recording HOTLINES, SYSTEM search and replay application must provide the
capability to voice annotate selected recordings
(xi) When recording screens of the operators, the system shall use Screen encoders. The
recording shall be in 4CIF and Real Time. The screen recording encoders shall be used
for 16 Nos. Video wall screens, 2 Observer room screens & (22x3) 66 Nos. operator
screens.
(xii) The hardware for the Recording, Investigation & Video Analytics Servers shall be sized
and proposed by the Bidder to achieve the desired functionalities of the tender. The
Servers shall be of reputed make like IBM/DELL/HP etc
(xiii) The Investigation software shall have the functionalities described in the tender.
(xiv) The system shall be in operation round the clock (24X7X365), the hardware should be
chosen to achieve the required duty cycle.
(xv) The Record & Replay Servers should employ high speed multi processors, Multi Gigabit
expandable RAM, High speed & Terabyte capacity hot swappable Hard Disk, RAID
Controller, Dual Gigabit Ethernet ports, 21’’ Touch Screen Monitor, DVD RW Drive,
Dual Redundant Hot swappable power supply and all other required accessories and
interfaces in 19’’ mount rack.
(xvi) The hardware should be from a standard and reputed make.
(xvii) The bidder shall give the specifications and details of the proposed Hardware in their
technical bid.
Page 46 of 67
Global Tender No.V/30/09-10/C4i/DP
(B) The following recording components shall be considered:
(i) Screen Encoder for 84 screens (16 for Video Wall + 2 for Observer Room LCD + 66 for
22 Consoles)
(ii) Screen Recording Servers Hardware and Software for minimum 84 screens.
(iii) VOIP Recorder for minimum 64 channels
(iv) Hot line recorder for minimum 64 channels.
(v) Investigation Server Hardware and Software required for above screen recording
(vi) Encoders/Video Convertor/Digitizer, Decoders and Server(s) with Content Analytic
capabilities required for Content Analytics at C4i for 22 Consoles
(vii) Enterprise Grade Storage – NAS, 50TB usable in RAID 5/6 configuration. The
minimum specification is given below:
(a) The NAS system should support heterogeneous multi-host connectivity with various
Operating Systems (OS), including but not limited to, HP UX, IBM AIX, Linux 32
bit, Linux 64 bit, Microsoft Windows, SUN Solaris, etc.
(b) The storage shall be scalable to at least double this capacity
(c) Offered NAS shall support multiple protocols like but not limited to NFS, v3 &
HTTP / CIFS etc.
(d) Offered NAS shall be based on n+1 cluster or equivalent architecture with a
minimum of 4 active GbE ports.
(e) Internal OS of NAS shall be protected by using hardware based RAID using either
Raid 1 or Raid 5. The NAS data area should also be protected using RAID 5 or 6.
(f) Offered NAS shall support minimum of 96 file systems or continuous memory to
support an intensive I/O operation..
(g) Offered NAS shall be configured with minimum 4, GbE I/0 ports per controller and
support Active / Active or Active /Passive mode and shall be scalable up to 16 I/O
nodes in symmetrical fashion.
(h) Adding capacity in the NAS shall increase the also performance subsystem almost
linearly,
(i) The storage system offered shall have redundant active-active hw raid controllers
with FC connections in the system
(j) Necessary licenses for all the software and services that are needed to run the system
shall be provided by the vendor.
(k) Offered NAS cluster solution shall maintain data and cache coherency at all times
even in the event of single or multiple node failures.
(l) The NAS system should have the capability to support Single Copy Data Sharing
between multiple servers running, using industry standard protocols, namely NFS
and CIFS.
(m) The NAS system should support appropriate measures of locking to protect against
corruption when a file/memory block is shared between multiple systems
(n) There should not be any performance degradation in case of failure of any
controllers.
(o) The solution should support storage based replication to a remote site.
(p) It should be able to support multiple antivirus engines from different vendors at the
same time. Necessary licenses need to be provided for the same.
(q) Every Node of NAS subsystem shall be supplied with At-least Dual CPU, 4GB
RAM, Dual FC ports and Quad Gigabit Ethernet ports.
Page 47 of 67
Global Tender No.V/30/09-10/C4i/DP
5.3.4. Networking and Security Components:
(i) Central Firewall and IPS should be designed at the entry point of C4i
(ii) Antivirus, Client Firewall for all required Nos. of Servers & Consoles
(iii) Layer 2 switches required for establishing LAN for all components in C4i with
following minimum specifications:
Ports 24 Ports 100/1000 Mbps
Transmission method Store and forward with min. 32 Gbps forwarding capacity
Memory 64 MB DRAM /32 MB Flash
Basic Protocols &
Standards
Built in basic routing functionality such as QoS Support,
VLAN Support, Port Mirroring, Link Aggregation, Multi-
link Trunking etc.
(iv) 8 channel - KVM switch
(v) 19 “ rack required for installation of Servers and other Hardware
(vi) CAT6 IP Cable, patch connectors, terminations, mounts, power cable, cable racks etc.
conforming to IS/IEC/BIS or better standards. The cable should ensure high bandwidth,
low attenuation and low losses in signal quality.
(vii) Penta Testing of the C4i LAN should be carried out by the bidder and ensure availability
of bandwidth as per tender requirement.
5.3.5. Miscellaneous Items and Accessories:
(i) UPS 20 KVA, (1+1 Redundant), 4 hrs back up, of reputed make like TATA Libert,
APC etc., with SMF Batteries
(ii) Two (2) Color Laser Printers for heavy duty operation of 60 ppm(min)
(iii) Access Controller for 4 doors, Biometric finger print readers for Access Control System
(iv) One 77” Interactive Board alongwith PC, scanner and printer to be installed in
Observers Room.
(v) The interactive board should have the following minimum specification:
(a) Input Methods: Image sensor and infrared method
(b) Interface to Computer: USB 2.0
(c) Effective Screen Size 77 Inches (1,573 mm (W) x 1,180mm (H))
(d) Sampling Rate Approximately 100 points/sec
(e) Resolution Approximately 0.05 mm
(f) Accuracy Approximately ±1.5 mm
(g) Certificates FCC, CE, UL
(vi) Switch for terminating 50 Hot Lines and switching the calls to at least eight end users
5.4. Furniture:
5.4.1. The furniture required for C4i Centre should be modular and ergonomically designed with
high quality, powder coated steel, wood and glass of international standard from reputed
make.
5.4.2. Please refer C4i layout plan in Figure-3 for dimensions & layout.
5.4.3. The requirement of the Furniture is indicated below:
(i) Workstation Console & Chairs for 16 Nos. C4I Operators
(ii) Workstation Console & Chairs for 6 Nos. Wireless Operator positions
Page 48 of 67
Global Tender No.V/30/09-10/C4i/DP
(iii) Workstation Console & Chairs for 2 Nos. Investigation and Debriefing
(iv) Supervisor Workstation Console & Chairs for Incharge C4i
(v) 8 seat sofa set in C4i Hall upper level
(vi) 6+1 capacity Conference Table & Chairs for Meeting Room
(vii) 12+1 capacity Conference Table & Chairs, Work Desk Table with chairs for 7 persons
and 1 Workstation Console with chair for Observers Room.
(viii) Workstation Console & Chairs for C4i Administrator
(ix) Reception table with 10 visitor chairs, 6-seat sofaset with glass table for reception area.
5.5. Professional Services as Described Below:
(A) System Installation, Commissioning, Integration &Project Management
(i) Installation of CAT6 IP Cable + terminations + cable racks
(ii) Installation of Power cable + cable racks
(iii) Command and Control Room architectural design
(iv) C4i installations: rack wiring and mounting
(v) Integration of 4000 TETRA radio devices
(vi) Integration of 1000 PCR Vans GPS location data on GIS map, including existing system
(vii) Integration of 12 police video monitoring vehicles
(viii) Integration of 700 Traffic Vehicles for location data on GIS Map
(ix) Integration of Automatic LPR System Alarms & Event, Face Detection Alarms & Event,
Video Analytics Alarms & Event
(x) Integration of existing PA 100 system
(xi) Integration of Video Surveillance System at various venues, market places, traffic junctions
and interface to Intelligent Traffic System (ITS) etc.
(xii) Project Professional Work: system requirements, system design, supervision and software
installations including 2D/ 3D interface and sensors positioning
(B) Project documentation: System Layout plan, as built plan, detailed design document,
Acceptance test procedures, C4i SOP, Technical, Operation and maintenance manuals, etc.
(C) Training
(a) System Administration and Maintenance Training, at the user’s location, will be
structured so as to train 10 (Ten) of the Delhi Police personnel deputed for the purpose.
(b) User Operational Training, at the user’s location, will be structured so as to train up to 88
(Eighty Eight) operators who will be deployed in the C4i. The user operation training may be
carried out in multiple batches during the Commissioning and integration period.
(c) Technical Maintenance Training, at the OEM’s location, will be structured to train up to
03(Three) engineers and 05(Five) experienced technicians in the complete trouble shooting and
maintenance of the equipment to both the board replacement and board repair level
6. MISCELLANEOUS:
6.1. Band width Requirements: Delhi Police has invested in a Cyber Highway Network from
MTNL with the requirements envisioned at that point in time of entering into the contract.
The bidder need to workout the B.W. requirement for operation of C4i.
6.2. Customer and Bidder responsibility: In order to run the entire system, it is critical that the
Information is presented in right way at the right time with right set-up. The requisite data
centre architecture, Server, Storage Firewall, UPS and relevant local Area Network
components need to be proposed by the bidder. Delhi Police will provide the space on as is
Page 49 of 67
Global Tender No.V/30/09-10/C4i/DP
where is basis and the provision for the Raw Power. All the other work needs to be taken
up by the Bidder after the requisite site Survey.
6.3. Bill of Material Responsibility: The Bill of Material in the tender is indicative, the Bidder
has to provide a turnkey solution to comply to the tender specification and terms &
conditions.
6.4. Software Q.A and Licensing: Any Software Development required for achieving the
functionality must be taken up by the bidder and must be quoted for the Software
development required for the Integration must be of extremely high quality as it is a matter
of national security. The software development cannot be outsourced by the bidder. Bidder
needs to provide the source code for development work specifically carried out for Delhi
Police.
6.5. Delhi Police will own the C4i data and Application Software specifically developed/
customized for Delhi Police under this project alongwith its source code including
supporting classes, modules, etc. which shall be provided by the Supplier before final
acceptance of the System.
6.6. The successful bidder has to implement the entire project on turnkey basis. It shall include
design, development, supply, installation, integration and commissioning and providing the
warranty and post warranty services for successful implementation and operation of the
proposed Integrated Command, Control, Coordination and Communication Centre (C4i).
6.7. The C4i should be designed in a manner that operational data is not lost in case of any
failure of individual equipment or communication network.
6.8. The hardware and software for C4i should be designed to ensure modular expansion with
growing needs.
(i) The hardware for the Servers, Workstations etc. shall be sized and proposed by the
Bidder to achieve the desired functionalities.
(ii) The system shall be in operation round the clock (24X7X365), the hardware should be
chosen to achieve the required duty cycle.
(iii) The Servers should employ high speed multi processors, Multi Gigabit expandable
RAM, High speed & Terabyte capacity hot swappable Hard Disk, RAID Controller,
Dual Gigabit Ethernet ports, 21’’ Touch Screen Monitor, DVD RW Drive, Dual
Redundant Hot swappable power supply and all other required accessories and interfaces
in 19’’ mount rack.
(iv) The Workstations hardware should employ high speed multi processors, Gigabit RAM,
High speed & high capacity Hard Disk, Gigabit Ethernet ports, Multimedia cards with
audio mixer (VoIP), 21’’ Touch Screen Monitor, DVD RW Drive, Soft PTT & Foot
PTT Switches and all other required accessories and interfaces
(v) The hardware should be from a standard and reputed make.
(vi) The OS and Application Software shall be selected/ designed/ developed by the bidder to
achieve the desired functionalities.
(vii) The customization of the software shall be carried out by the bidder as per the tender
requirement.
Page 50 of 67
Global Tender No.V/30/09-10/C4i/DP
(viii) The bidder shall give the specifications and details of the proposed Hardware and
software in their technical bid.
6.9. The bidder has to build in comprehensive security, while designing the solution, in a layered
approach. A security audit from approved firm of IT Ministry shall be got done by the
vendor at his cost and any vulnerability reported by audit shall be removed. Such audit
shall be carried out every year till the warranty as well as AMC period.
6.10. The bidder shall submit the proposed system design document having system engineering
diagram clearly specifying the system interfaces, hardware, software and other components
for implementation of the proposed system. This document should be submitted as part of
the Technical bid. The bidder shall quote accordingly in the financial bid.
Page 51 of 67
Global Tender No.V/30/09-10/C4i/DP
CHAPTER – 5
PROFORMA FOR PRICE SCHEDULE
(Enclose with commercial Proposal)
Tender No. V/30/09-10/C4i/DP
We------------------hereby certify that we are established manufacturers/authorized
representatives of M/s----------------with factories at ------------which are fitted with modern
equipment and where production methods, quality control and testing of all materials
manufactured or used by us are open to inspection by the representative of the Purchaser.
We hereby offer our prices for establishment of C4i at PHQ as per the Schedule of
Requirement, Technical Specifications and Terms & Conditions of the Tender:
SNo Description of Equipment/Item /Work
As per the Schedule of Requirement (Chapter-3) and
Technical Specifications (Chapter-4)
Qty Cost of
Item/Work Set
without taxes
(In INR)
1. VIDEO DISPLAY SYSTEM COMPRISING OF THE FOLLOWING ---- ------
1.1 (A) CENTRAL VIDEO DISPLAY WALL FOR C4i HALL Set
1.2 (B) VIDEO DISPLAY PANEL FOR OBSERVER’S ROOM Set
2. C4I OPERATIONAL & MANAGEMENT CONSOLES (22) Set
3. C4I BACKBONE EQUIPMENT AND NETWROK COMPONENT
COMPRISING OF THE FOLLOWING :
------ -------
3.1 (A) COMMAND AND CONTROL SYSTEM Set
3.2 (B) INGEST SYSTEM FOR INTEGRATION Set
3.3 (C) RECORDING SYSTEM Set
3.4 (D) NETWORK AND SECURITY COMPONENTS Set
3.5 (E) MISCELLANEOUS ITEMS AND ACCESSORIES Set
Page 52 of 67
Global Tender No.V/30/09-10/C4i/DP
4. FURNITURE (as per C4i layout plan in Figure-3) Set
5. PROFESSIONAL SERVICES: Set
(A) System Installation, Commissioning, Integration
&Project Management
(B) Project documentation and
(C) Training
A. Total Cost of all items (without taxes) for establishment of
C4i with 3 years warranty period [1.1+1.2 + 2 + 3.1 + 3.2 +
3.3+ 3.4+ 3.5+4+5] in Indian Rupees(INR)
B. Total VAT/Sales Tax or Central Sales Tax (@ ____% on Item
No. _________ , ------% on item No._______ etc.)
C. Total Service Tax (@ ____% on Item No. _________)
D. Other Govt. Levies, Incidental Charges if any
(to be specified)
E Total Project Cost of C4i with 3 years warranty period
(including all taxes) [A+B+C+D] in INR
F. Total Maintenance Charges for seven years after the expiry
of 3 years warranty period (AMC @ Rs._____________/-
per annum) including all taxes in INR
G. Total Turnkey Cost of C4i Project for 10 years, including all
taxes (including 3 years warranty & 7 years AMC charges)
[ E + F] [ In Figures and words in INR]
It is hereby certified that we have understood all the terms and conditions specified in the
tender document and are thoroughly aware of the nature of job required to be done and
Goods/items to be supplied. We agree to abide by all the tender terms and conditions and we
hereby offer to carry out the job and (or) supply the Goods/items/ services detailed above or such
portion(s) thereof as you specify in the notification of award. It is further certified that the Project
shall be completed on turnkey basis and any other item/ hardware/ software/ services required
for successful completion of the project shall be provided within the quoted Project Cost.
(Signature and seal of Bidder)
Page 53 of 67
Global Tender No.V/30/09-10/C4i/DP
CHAPTER-6
Contract Form
CONTRACT No. --------------------------------
This Contract made on the ------- day of ------------, (hereinafter referred to as the
“Contract Date”) between the President of India acting through the Deputy Commissioner of
Police, Communication, Delhi Police, Old Police Lines, Rajpur Road, Delhi-110054 (hereinafter
referred to as the “Purchaser” which term will include its representatives, successors and permitted
assignees) of the one part and M/s ------------------------------------------, a Company incorporated
under the Companies Act, 1956 and having its office at -----------------------------------------------------
-------------------------------- (hereinafter referred to as the “Supplier” which term will include its
representatives, successors and permitted assignees) of the other part.
WHEREAS
A. The Purchaser is desirous to procure -------- (hereinafter referred to as the “Stores”) for
Delhi Police and had sought a commercial offer for the supply of the System.
B. With respect to the enquiry issued by the Purchaser -------------------------------------------------
--------, the Supplier had submitted its Commercial Bid dated -----------------
C. The Purchaser has accepted the Supplier’s Commercial offer read with the
clarifications/confirmation (if any) submitted by the Supplier vide letter ----------- for the
supply of the Stores and associated services at a total cost of Indian Rs.-----------/- (Indian
Rupees -------------------------only).
NOW, THEREFORE, in consideration of the mutual promises and covenants contained
herein, the parties agree as follows:
1. DEFINITIONS OF TERMS: In this Contract, capitalized words will have the same
meaning as respectively assigned to them in the conditions of Contract herein.
2. CONTRACT DOCUMENTS: The following documents, (each a “Contract Document”
and collectively, the “Contract Documents”) are hereby expressly incorporated into this
Contract and shall form and be read and construed as part of this Contract viz: -
Exhibit-A: Tender enquiry No.-------------------- dated ---------------------
Exhibit-B: Suppliers Technical offer dated------------
Exhibit-C: Supplier’s commercial offer dated ---------------------
Exhibit-D: Supplier’s written clarification and confirmation letter dated ------------- (if
any)
Exhibit-E: Purchaser’s Letter of Intent No----------/ T (W)/DCP/Comn dated----------
Exhibit-F: Supplier’s Letter of acceptance dated----------
Exhibit-G: Copy of Contract Performance Security No……. dated …….
2.2 Order of Precedence: In case of conflict between the terms in this Contract and the
Contract Documents, the terms of this Contract shall prevail. In case of conflict between the
Page 54 of 67
Global Tender No.V/30/09-10/C4i/DP
terms in any two Contract Documents, the Contract Document mentioned later in the above
list shall prevail.
3. SCOPE OF WORK: The Scope of Work shall include supply, delivery at site, unloading,
any other services associated with the delivery of equipment and materials, installation,
commissioning, integration, software optimization, providing warranty/post warranty
services for the Stores/Equipment, identifying communication Service Provider & getting
suitable data channels on rental basis and any other related accessories/services for the
complete installation and commissioning of the System, as per the Schedule of
Requirements and Technical Specifications of the tender. The successful bidder will assume
full responsibility of the complete System until final acceptance.
4. CONTRACT PRICE 4.1 The prices for supply of the Stores and other associated services is detailed specifically in
the Supplier’s Commercial offer (Exhibit-B) read with Supplier’s written clarification and
confirmation letter dated ----------------------( Exhibit-C). The contract price is Indian Rs.-----
------------/- (Indian Rupees --------------------- only). This price excludes existing Central
Sales Tax/Service Tax as applicable and any new Government levies/taxes imposed in India
after the Contract Date, which the Purchaser shall bear and pay at actuals.
5. CONTRACT PERFORMANCE BANK GUARANTEE/PERFORMANCE SECURITY
6. AMC PERFORMANCE BANK GUARANTEE/AMC PERFORMANCE SECURITY
7. PAYMENT SCHEDULE
8. PACKING, FORWARDING & SHIPMENT
9. DELIVERY, INSTALLATION & COMMISSIONING
10. INSURANCE
11. INSPECTION AND TESTS
12. GUARANTEE/WARRANTY
13. POST-WARRANTY SERVICES AND MAINTENANCE
14. TRAINING
15. SPARE PARTS
16. SITE PREPARATION
17. RESPONSIBILITY OF COMPLETION & SOFTWARE OPTIMIZATION
18. DELAY IN THE SUPPLIER’S PERFORMANCE
19. LIQUIDATED DAMAGES
20. FORCE MAJEURE
21. PATENT INDEMNIFICATION
22. WAIVER
23. ASSIGNABILITY
24. SEVERABILITY
25. GOVERNING LAW
26. TERMINATION FOR DEFAULT
27. TERMINATION FOR INSOLVENCY
28. TERMINATION FOR CONVENIENCE
29. RESOLUTION OF DISPUTES
(The clauses 5 to 29 shall be according to the Chapter 2: Conditions of Contract of this
Tender)
Page 55 of 67
Global Tender No.V/30/09-10/C4i/DP
29. ENTIRE CONTRACT: This Contract including the Contract Documents constitute the
final expression of agreement between the parties and supersedes all previous agreements
and understandings, whether written or oral, relating to the Contract. This Contract may not
be altered, amended, or modified except in writing, signed by the duly authorized
representatives of both parties.
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed by
their duly authorized representatives as of the last day and year written below:
Signed by:
Signed by:
Name: Name:
Title:
Title:
Date: Date:
For and on behalf of The President of India
For and on behalf of
1 Witness-1 Witness-1
Signature:
Signature:
Name: Name:
Address:
Address:
Date: Date:
Witness-2
Witness-2
Signature:
Signature:
Name: Name:
Address:
Address:
Date: Date:
Page 56 of 67
Global Tender No.V/30/09-10/C4i/DP
CHAPTER - 7
OTHER STANDARD FORMS
ANNEXURE-T1
BIDDER PARTICULARS
(Enclose with Technical Bid)
1. Name of the Bidder :
2. Address of the Bidder :
3 Name and address of members of JV Consortium :
4. Name and Address of the Manufacturer(s) :
5. Name & address of the person o whom all references shall :
be made regarding this tender enquiry.
Telephone :
Fax :
E-mail :
Signature
Name
Designation
Address
Date & Company Seal
Witness: Signature
Name
Address
Page 57 of 67
Global Tender No.V/30/09-10/C4i/DP
ANNEXURE-T2
BID FORM
(Enclose with Technical Bid)
Date: ___/___/___
The Deputy Commissioner of Police
Communication, Delhi Police,
Old Police Lines,
Rajpur Road,
Delhi-110 054
Sir,
Having examined the Request for Proposal document dated ______________
We, __________________________, offer to supply and deliver_______________________
(Name of the Firm) _________________________________________________________________
(Description of Stores and Services) in conformity with the said tender provisions for sums as may be ascertained in accordance with the
Schedule of Prices provided in the Commercial Bid.
We undertake, if our bid is accepted, to complete delivery, installation and commissioning of the
System as per the schedule specified in the Tender.
We further undertake that, if our bid is accepted, we will obtain the Guarantee from a Commercial
Bank in a sum equivalent to 10% of the Contract value for the due Performance of the Contract as
per terms and conditions of the Tender. Further, on completion of the 3 years warranty period,
we will furnish the AMC Performance Bank Guarantee/ AMC Performance Security for Five
percent (05%) of the total Contract Price valid for a period of 7 years and 6 months from the date of
expiry of the warranty period.
We agree to abide by this bid for a period of 180 days from the date fixed for bid opening and it
shall remain binding upon us and may be accepted at any time before the expiration of that period.
This bid together with your written acceptance thereof and your notification of award shall
constitute a binding Contract between us.
We have noted the contents of Contract Form (Chapter 6) and agree to abide by terms and
conditions in the same.
We understand that you are not bound to accept the lowest or any bid you may receive. We also
understand that you have the right to vary the quantities and/or split the total order among the
Bidders and/or procure the available and compatible items/ equipments under DGS&D Rate
Contract.
SIGNATURE AND SEAL OF BIDDER
Page 58 of 67
Global Tender No.V/30/09-10/C4i/DP
Annexure – T3
GUARANTEE/WARRANTY & POST WARRANTY MAINTENANCE
(Enclose with Technical Bid)
To
The Deputy Commissioner of Police,
Communication, Delhi Police,
Old Police Lines,
Rajpur road,
Delhi-110054.
Ref: Tender No.V/30/09-10/C4i/DP
We guarantee that everything to be supplied and fabricated by us hereunder shall be brand
new, free from all encumbrances, defects and faults in material, workmanship and manufacturer and
shall be of the highest grade and quality and consistent with the established and generally accepted
standards for materials of the type ordered and shall be in full conformity with the specifications,
drawings or samples, if any, and shall operate properly. We shall be fully responsible for its
efficient and effective operation. This guarantee/warranty shall survive inspection of and payment
for, and acceptance of the goods, but shall expire 36 (Thirty Six) months after their acceptance by
the Purchaser.
We also undertake to carryout the post warranty maintenance of the system for 07 (Seven)
years after the guarantee/warranty period of three years as per the terms and conditions laid down
in the tender.
The obligations under the Guarantee/Warranty and Post Warranty maintenance expressed
above shall include all costs relating to labour, repair, maintenance (preventive and unscheduled),
and transport charges from site to manufacturers’ works and back and for repair/adjustment or
replacement at site of any part of the equipment/ item which under normal care and proper use and
maintenance proves defective in design, material or workmanship or fails to operate effectively and
efficiently or conform to the specifications and for which notice is promptly given by the Purchaser
to the Supplier.
SIGNATURE OF THE WITNESS SIGNATURE AND SEAL OF BIDDER
DATE ___________
Note: In case the bidder is not the manufacturer himself, this undertaking towards the
Guarantee/Warranty and Post Warranty Maintenance should be endorsed by the OEM(s).
Page 59 of 67
Global Tender No.V/30/09-10/C4i/DP
ANNEXURE-T4
Company details for eligibility criteria (Clause 2, Chapter-1)
(On applicant Company/leading company’s Letterhead)
(Enclose with Technical bid)
To,
The Dy. Commissioner of Police,
Communication, Old Police Lines,
Rajpur Road, Delhi-54.
Sub: Global Tender for establishment of C4i for Delhi Police.
Dear Sir,
We would like to clearly state that we qualify for this work as our company/JV/Consortium of
companies meets all the eligibility criteria of the tender. The details are as under:
Eligibility Criterion Details
Financial year Rupees in Crores
Leading
Company
JV/ Consortium
of Companies
1. Turnover of the company/JV/Consortium of
companies during the last three years.
In case of JV/Consortium of companies, the
turnover of the leading company during the last
three years may also be indicated. (Attach
necessary documentary proofs.)
2008-09
2007-08
2006-07
2. Copy of the Certificate of Incorporation with
the copy of Articles and Memorandum of
Association
Yes/No
3. Address and contact numbers of technical
support office in Delhi
4. Number of key persons having sufficient
experience to develop and implement
customized GPS, GIS and web-based
applications alongwith the Organizational
Chart.
(Attach separate statement indicating names,
qualifications, experience and skills sets and
details of projects handled)
(No. of Persons)
5. Whether at least one similar projects has
been successfully completed nationally
/globally? (Enclose the list of projects and
attach necessary documentary proofs
alongwith addresses & telephone numbers of
clients nationally/ globally.)
Yes/No
Page 60 of 67
Global Tender No.V/30/09-10/C4i/DP
We understand that if the details given in support of claims made above are found to be untenable
or unverifiable or both, our bid may be rejected without any reference to us.
Yours sincerely
(Signature, Name, designation, contact address and
telephone number of the authorized signatory)
Seal
Page 61 of 67
Global Tender No.V/30/09-10/C4i/DP
ANNEXURE – T5
PROFORMA FOR VAT/SALES TAX CLEARANCE CERTIFICATE
(Enclose with Technical bid)
OFFICE OF THE SALES TAX OFFICER, WARD-……………………
SALES TAX DEPARTMENT, ……………………………..
No._____________________________________________ Dated______________________
Sales Tax Clearance Certificate
Certified that M/s.______________________________________________________
is a registered Company of this ward having Registration No._________________
The Company is assessed upto_________________and there are no dues pending aginst the said
Company as on date.
This certificate is issued on the written request of the company, dated_____________for
submission of tender purposes only.
This certificate is valid up_______________
Signature & Seal of
SALES TAX OFFICER
WARD
DATE:
Page 62 of 67
Global Tender No.V/30/09-10/C4i/DP
ANNEXURE – T6
BANK GUARANTEE
BID SECURITY To,
The Deputy Commissioner of Police, Communication, Delhi Police,
Old Police Lines, Rajpur Road,
Delhi–110054.
Whereas __________________________ (hereinafter called “the Bidder”) for the supply of
__________________vide Tender No. ________________, KNOW ALL MEN by these presents that WE, ___________ having our registered office at ______________, (hereinafter called “the Bank”) are bound by
the DY. COMMISSIONER OF POLICE (COMMUNICATION), Old Police Lines, Rajpur Road, Delhi-
110054 (hereinafter called “the Purchaser”) in the sum of Rs. ______ (in words ) for the tender documents,
for which payment will and truly to be made of the said Purchaser, the Bank binds itself, its successors and assigns by these present.
THE CONDITIONS of the obligation are:-
1. If the Bidder withdraws his bid during the period of bid validity specified by the Bidder on the
Bid form or
2. If the Bidder, having been notified of the acceptance of his bid by the Purchaser during the
period of bid validity i.e. Six (6) calendar months from the date of opening of the tender.
(a) Fails or refuses to execute the Contract, if required; or
(b) Fails or refuses to furnish the Performance Security, in accordance with the
instructions to Bidders. (c) If at any stage any of the information/ declaration is found false.
We undertake to pay to the Purchaser up to the above amount upon receipt of its first written demand, without the purchaser having to substantiate its demand, provided that in its demand, the purchaser will note
that the amount claimed by it is due to it owning to the occurrence of one or both of the two conditions,
specifying the occurred condition or conditions.
This guarantee will remain in force of the Bid Document upto __________ and any demand in respect
thereof should reach the Bank not later than the specified date.
Notwithstanding anything contained herein above, our Liability under this Guarantee shall not exceed Rs. __________ (in words). This Bank guarantee shall be valid till Forty Five (45) days beyond the Bid validity
period of Six (6) months i.e. ___/___/___-.
We are liable to pay guarantee amount or part thereof under this bank guarantee only and only if you serve
upon us a written claim or demand on or before ____________.
Dated this ____________day of______________2010___________ at
WITNESS (Signature)_____________ (Signature)_____________________
(Name)__________________________
NAME____________________ (Banker’s Rubber Stamp)_________
(Official address) ____________________
Attorney as per Power of Attorney_________
Page 63 of 67
Global Tender No.V/30/09-10/C4i/DP
ANNEXURE – T7
PROFORMA FOR CONTRACT/AMC PERFORMANCE BANK GUARANTEE
(To be stamped in accordance with Stamp Act)
(Enclose with Commercial Bid)
Bank Guarantee No___________ Date__________
Ref________________________
To,
The Deputy Commissioner of Police,
Communication, Delhi Police, Old Police Lines, Rajpur Road,
Delhi-110 054
Dear Sir,
In consideration of the Deputy Commissioner of Police(Communication), Delhi Police, Delhi (hereinafter referred to as the ‘Purchaser’ which expression shall unless repugnant to the context or meaning
thereof include its successors, administrators and assignees) having awarded to M/s___________________ with its Registered/ Head Office at_____________ (hereinafter referred to as the ‘Contractor’ which
expression shall unless repugnant to the context or meaning thereof, include its successors, administrators,
executors and assignees), a Contract by issue of the Purchaser’s letter of intent No._______ dated __/__/____ entering into a formal contract to that effect with the Purchaser on ___________vide Agreement
No._________(hereinafter referred to as the “Contract”) and the Contractor having agreed to provide a
Contract Performance Bank Guarantee for the faithful performance of the entire Contract equivalent
to_______*_______Ten percent of the said value of the Contract to the Purchaser.
We_________________________________ (Name & Address of the bank) having its Head office
at______________________(hereinafter referred to as the ‘Bank’ which expression shall, unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assignees) do hereby
guarantee and undertake to pay the Purchaser, on mere demand any and all moneys payable by the
Contractor to the extent of Rs____*____as aforesaid at any time upto ________________ (day/month/year) without any demur, reservation, contest, recourse or protest and/or without any reference to the Contractor.
Any such demand made by the Purchaser on the Bank shall be conclusive and binding notwithstanding any
difference between the Purchaser and the Contractor or any dispute pending before any court, Tribunal,
Arbitrator or any other authority. The Bank undertakes not to revoke this guarantee during its currency without previous consent of the Purchaser and further agrees that the guarantee herein contained shall
continue to be enforceable till the Purchaser discharges this guarantee.
The Purchaser shall have the fullest liberty without affecting in any way the liability of the bank under this guarantee, from time to time to extend the time for performance of the contract by the Contractor.
The Purchaser shall have the fullest liberty, without affecting the guarantee, to postpone from time to time the exercise of any powers vested in them or of any right which they might have against the Contractors, and
to exercise the same at any time in any manner, and either to enforce or to forbear to enforce any covenants,
contained or implied in the Contract between the Purchaser and the Contractor or any other course or remedy
or security available to the Purchaser. The bank shall not be relieved of its obligations under these presents by any exercise by the Purchaser of its liberty with reference to the matters aforesaid or any of them or by
reason of any other act or forbearance or other acts of omission or commission on the part of the Purchaser or
any other indulgence shown by the Purchaser or by any other matter or thing whatsoever which under law would, but for this provision, have the effect of relieving the bank.
Page 64 of 67
Global Tender No.V/30/09-10/C4i/DP
The Bank also agrees that the Purchaser at its option shall be entitled to enforce this Guarantee
against the Bank as a principal debtor, in the first instance without proceeding against the Contractor and notwithstanding any security or other guarantee that the Purchaser may have in relation to the Contractor’s
liabilities. We undertake to pay to the Government any amount so demanded by the Government,
notwithstanding.
a) any dispute or difference between the Government or the Contractor or any other person or between the Contractor or any person or any suit or proceeding pending before any court or
tribunal or arbitration relating thereto; or
b) the invalidity, irregularity or un-enforceability of the contract; or c) in any other circumstances which might otherwise constitute discharge of this Guarantee,
including any act of omission or commission on the part of the Government to enforce the
obligations by the Contractors or any other person for any reason whatsoever. We, the Bank further agree that the guarantee herein contained shall be continued on and remain in
full force and effect during the period that would be taken for the performance of the said Agreement and
that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said
agreement have been fully paid and its claims satisfied or discharged or till the Purchaser, certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said
Contractor(s) and accordingly discharges this guarantee.
We_______________________________________ hereby agree and undertake that any claim which
(indicate the name of the bank)
the Bank may have against the Contractor shall be subject and subordinate to the prior payment and performance in full of all the obligations of the Bank hereunder and the Bank will not without prior written
consent of the Government exercise any legal rights or remedies of any kind in respect of any such payment
or performance so long as the obligations of the Bank hereunder remain owing and outstanding, regardless of
the insolvency, liquidation or bankruptcy of the Contractor or otherwise howsoever. We will not counter claim or set off against its liabilities to the Government hereunder any sum outstanding to the credit of the
Government with it.
Notwithstanding anything contained herein above our liability under this guarantee is limited to total amount of Rs______*______and it shall remain in force upto and including __________**_________and
shall be extended from time to time for such further period as desired by M/s ____________________on
whose behalf this guarantee has been given.
Dated this ____________day of______________2010___________ at
WITNESS (Signature)_____________ (Signature)_____________________
(Name)__________________________
NAME____________________ (Banker’s Rubber Stamp)_________
(Official address)____________________
Attorney as per Power of Attorney_________
* This sum shall be Ten Percent (10%) of the Contract Price.
** The date will be 03(three) years and six months from the date of award of the contract. In case of Bank guarantee issued by a Foreign Bank, the same shall be confirmed by any Scheduled Bank in
India.
Page 65 of 67
Global Tender No.V/30/09-10/C4i/DP
ANNEXURE – T8
CHECK LIST - TECHNICAL BID
(Enclose with Technical Bid)
1. Have you furnished bidder’s particulars Yes/No
furnished as per Annexure-T1?
2. Have you furnished Bid Form (Annexure-T2)? Yes/No
3. Have you enclosed Bill of Material as per Schedule of Requirement Yes/No
giving details of quoted items?
4. Have you enclosed compliance sheet of Technical Specs (Chapter 4)? Yes/No
5. Have you furnished the Guarantee/Warranty and Post Warranty Yes/No
Maintenance Undertaking?
6. Have you furnished Bid security (Earnest Money)? Yes/No
7. Have you enclosed the tender fee? Yes/No
8. Have you enclosed all Technical Brochures relevant to bid? Yes/No
9. Have your furnished company details for eligibility criterion? Yes/No
10. Have you enclosed Tax registration and clearance certificate? Yes/No
11. Have enclosed the certificate as per clause 11.4 of Chapter 1? Yes/No
12. Have you enclosed Proforma for Contract Performance Bank Guarantte? Yes/No
13. Have you enclosed signed copy of the tender document? Yes/No
14. Are you offering the goods & services as per delivery schedule? Yes/No
15. Have you noted the contents of Contract Form (Chapter 6)? Yes/No
16. Have you signed and sequentially numbered each page of your Bid? Yes/No
Page 66 of 67
Global Tender No.V/30/09-10/C4i/DP
ANNEXURE- C1
BID LETTER
(Enclose with Commercial Bid) To
The Deputy Commissioner of Police, Communication, Delhi Police,
Old Police Lines, Rajpur road, Delhi-110054.
Ref: Tender No.V/30/09-10/C4i/DP
Sir,
We declare: 1. a) That we are manufacturers / authorized agents of _________.
b) That we /our principals are equipped with adequate machinery for production, quality control
and testing of materials manufactured and used by us and that our factory is open for inspection by your representatives.
2. We hereby offer to supply the Stores at the prices and rates mentioned in the Commercial Bid at
Chapter 5.
3. Period of Delivery, Installation & Commissioning: We do hereby undertake, that in the event of acceptance of our bid, the supply, installation and commissioning of the System shall be
completed at site within the specified period of Sixteen (16) weeks from the date of Award of
Contract (LOI), and that we shall perform all the incidental services as per contract. 4. Terms of Delivery: The prices quoted are inclusive of all charges upto delivery at all the
locations (sites) to be indicated by Delhi Police.
5. We enclose herewith the complete Commercial Bid as required by you and also enclosed the Check List.
6. We agree to abide by our offer for a period of 180 days from the date fixed for opening of the
Bids and that we shall remain bound by a communication of acceptance within that time.
7. We have carefully read and understood the terms and conditions of the tender and the conditions of the Contract applicable to the tender and we do hereby undertake to supply as per these terms
and conditions.
8. Certified that the Bidder is: a sole proprietorship firm and the person signing the tender is the sole proprietor/constituted
attorney of the sole proprietor, or
a JV/ Consortium, and the person signing the tender is from the leading partner in the JV/
Consortium and he has authority to refer to arbitration disputes concerning the business of the partnership by virtue of the agreement/by virtue of general power of attorney, or
a company and the person signing the tender is the constituted attorney.
NOTE: Delete whatever is not applicable. All corrections/ deletions should be duly attested by the
person authorized to sign the tender document. 9. We do hereby undertake, that until a formal Contract is prepared and executed, this bid, together
with your written acceptance thereof and placement of letter of intent awarding the contract,
shall constitute a binding Contract between us.
Dated this ___________day of____________2010.
Signature of the Bidder Details of enclosures: Full address:
Telephone No. Mobile No. Fax No. Email address:
Page 67 of 67
Global Tender No.V/30/09-10/C4i/DP
Annexure – C2
CHECK LIST - COMMERCIAL BID
(Enclose with Commercial Bid)
1. Have you furnished the Bid Letter? (Annexure C1, Chapter 7) Yes/No
2. Have you filled in the Price Schedule? (Chapter 5) Yes/No
3. Have you quoted for all the items? Yes/No
4. Have you quoted the AMC charges for a period of seven years
after the warranty period? Yes/No
Recommended