67
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, 3 rd 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 : [email protected]

OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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 : [email protected]

Page 2: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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 : [email protected]

Page 4: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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: OFFICE OF THE DEPUTY COMMISSIONER OF …imghost1.indiamart.com/tenders/doc/2010-01-14/343_2010...2010/01/14  · 2.9 The Company/ JV/ Consortium of Companies should have sufficient

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