Вы находитесь на странице: 1из 29

• No.

RWINH-24020105/2019-EAP
Government of India
Ministry of Road Transport & Highways
(EAP Section)
Transport Bhawan, 1, Parliament Street, New Delhi - 110001

Dated: 09th December, 2019

Corrigendum - 2

to

Requestfor Proposal(RFP)

for

"National Highway Safety System as a Pilot Project in the State of


Maharashtra under National Highways Inter-Connectivity
Improvement Projects (NHIIP)"

1. The relevant clauses of the Bid Documents issued on 01.11.2019 shall be


amended as under:

Sr.No Description Existing Particulars vide Particulars vide


Particulars Corrigendum No.-1 Corrigendum No.-2
1 Date of submission of 17.12.2019 (upto 22.12.2019 (upto 26.12.2019 (upto
Bids 11:00 AM) 11:00 AM) 11:00 AM)

2. The reply to the pre-bid queries raised during the pre-bid meeting held on
15.11.2019 are attached at Annexure-/.
3. Description of the Control Room Hardware BOQand Control Room Software
BOQis attached at Annexure-I/.
standard clause that allows bidders to use Parent / Subsidiary / Sister
Qualification requirements in major ICBtenders / tender from NHAI is missing this this RFP.
for Bidders are: request you to include the following clause that allows bidders to use
/ Subsidiary / Sister Concern experience.
&

ITB28.5

levatuatlon parameters and


scheme can be found
to this BDS.

2 SO ITB 28.5 2. Number of sensor (loop / radar / Lidar) A speed Enforcement Systems (SVDS) is installed at accident
The technical/quality Fully Automatic speed Enforcement System locations on a stretch and hence the total quantity cannot be much in
evaluation parameters and (SVDS) implemented by bidder/OEM in single project. Hence we would like to request to consider
scoring scheme can be found purchase order and working as on projects for achiving the total quantity as mentioned in the clause.
attached to this BDS.

the minimum number is not applicable, then a


cost no commitment proof of concept (POC)
can be undertaken on a live NHAI stretch for
days to prove the capability of the SVDS
as per the MoRTH specifications subsequent
which the status of 25 units experience will
applicable if performance is satisfactory.
>= 2S and <=50 Nos. : Marks 12
>50 Nos. and <= 75 Nos.: Marks 16
Nos.: Marks 20

Page 1 of 23
'''''''~'H''UINational Highway, State Highway or Express Highways are built
Highway Intelligent Traffic Management construct that intersection / cross roads should be kept to a
levatuatton parameters and Intelligent
project(s) for a minimum length of 100 Km with minimum, This is to ensure continues and efficient flow of traffic. "'~,"~,ol"r~<Ff;~
scheme can be found following features: Management System on Road Project(s) for
RLVDsystems are not recommended in Highways.
ched to this BDS. minimum length of 100 Km with following features:
1. Speed Violation detection Systems
1. Speed Violation detection Systems
2. Red Light Violation Detection System VD subsystems are applicable in a intra city environment where . Red Light Violation Detection System
3. VMS to be regulated for compliance to traffic rules. VMS
Video Incident Detection System / Analytics
4. Video Incident Detection System / Analytics
Traffic Counting
5.Automatic Traffic Counting and Classifying Systems
6. Number Plate Recognition System
scoring if all
7. Command Centre CC/Enforcement Centre
of have
lexnerlence in at least 4 items. In case the bidder
in < 4 items then 25% weightage will
>= Rs. 100 crore and < Rs.200 crore : 9 Marks
>= Rs.200 crore and < Rs.500 crore : Marks 12
>Rs.500 crore : Marks 15

Rs.100 crore and < Rs.200 crore : 9 Marks


Rs.200 crore and < Rs.500 crore : Marks 12
>Rs.500 crore : Marks 15

4 51 5. Experience in state wide Enforcement Generally Payment Management of challan is not under the scope
The clause shall be read as
Room Facility Management Service (FMS: challa Integrator. The same is done by concerned Govt. Authorities directly.
5. " Experience in Enforcement Control Room Facili
levaluation parameters and processing, payment management, other control request you keep the same as optional component in
Management Service (FMS: challan processing/ pavrnenn
room functions) for a minimum of 3 years in Management Service.
past 7 years. ) for a
of 3 years in the past 7 years..........u
No FMS experience,.....No Marks
1 or more FMSexperience ........15 marks

Page 2 of 23
(iv) Communication Network - IA will provide and maintain including
U) will be combined with the scores recurring expenditure of the communication system like telephones at 1
Comparison of Bids in the same category as a weighted su km distance on each side having hotline connection with the control room
to form the Category Technical Score using the and Internet connectivity to the cameras and VMS system.

technical evaluation will be done based on the compliance of the


IDrOOOSE~dtechnical solution by the Bidder. Full marks shall be given in case
compliant features and no marks should be given to a non compliant

central control room is planned for We understand Control Room for each Project (Bihar, HP, Maharashtra Room of min. area 1500 sqft will be
6 151 Section VI. Technical
Requirements/1.1.2 state with servers, storage, displays, firewall etc. and Tamilnadu) will be located on a single location in each State and
CONTROLROOM Control Room building at each project site for each stretch will be
provided by Authority. water supply, furniture, hardware, software
We request to provide location coordinates of the Control room for each However a sub Control Room has to be established
stretch with area of the control room and Drawings of the Control room. on each stretch in the project for monitoring and
administrative purpose which will be established and
maintained by the IA with no extra cost to the Authority.
location for Central Control Room and sub Control
Rooms shall be finalised with the Authority in
consultation with the IA. The cost to establish and
maintain the central control room/ sub control room
shall be deemed to be included in the quoted Bid Price.

7 151 Section VI. Technical ng and reporting cases of over- understand apart from over speeding all other detection clause shall be read as under:
Requirements/2.1IA would overloading, drunken driving, contra- nken driving, contra-flow movement, absence of helmet and seat reporting casesof over-speeding, wrong-side
primarily undertake four movement, absence of helmet and seat belts needs to be done manually by Police personnel or any nt'h",",,'rr to the local Police."
responsibilities as etc. to the local Police. '''''Tnnrt<"n personnel as per the law of the land with the help of e-challan

2.1.1 Deterrence

Page3 of 23
teams of four Ex-Servicemen each As per this clause one Ex- Servicemen personnel is required for clause shall be read as under:
assigned a stretch of 60km length or on entire a length of 60 Km. So by this calculation for three stretch in Bihar project " mentioned in para 3 above "
having length I~ssthan 60km of a National KM, 90 KM and 30 KM) total no. of patrolling officers would be 5, 2
1 respectively in each shift and each officer would need a patrol
stretcheslvehicle with 1 Supervisor and one reserve at each site. So there would
total no. of 8 Teams to be deployed.

confirm if understanding is correct and please also revise


in each RFPunder Operational Expenses& Manpower requirement.
Item should be revised as below:

quoted bid price shall be deemed to include the


9 157 Smart Surveillance Vehicle (SUV) with all
uisite equipment and CCTVCamera Network CCTVCamera Network is not mentioned in RFPBOQ hence we understand procurement and maintenance cost of such SUVwith all
item is not under Scope of deliverables by IA in this project. requisite equipment and CCTVCamera Network
delete the clause, else add the same in BOQand Price Bid.

is the Bidder's responsibilities to coordinate with the


11 158 Ambulance with Paramedics:
bulance available with the concessionaire or with the
nrr,;.,,·tlnearest hospital for first aid relief to the patients.

understand Emergency vehicles and related accessories ( speed is the Bidder's responsibilities to coordinate with the
12 158 (v) Communication through VMS - IA shall
breath analyzers, "jaws of life" , recovery van, Crane) are already RecoveryVan / Crane/ Jawsof Life Equipments available
set up command and control centres to m
and else will be procured directly by authority. lA/bidder of this with the concessionaire for the requisite facilitation of
Equipment movement of patrol vehicles. IA will

and remove victims) would also be provided.

Page4 of 23
158
Equipment
TO'"ITI.rnITUrp for control room only. Pleasealso provide the area and Dr a wlnasl
the Control room with location coordinates. We request to provide
for furniture as well to be placed inside Control room and to fittings, hardware, software, video walls etc. ,
by IA. Please also quantify what all interior services shall if any, will be provided by the Authority."

14 157 & VI. Technical radar and camera shall be able to seems to be a typo error. As per Technology standard one Ca sub-para of clause 3.1 shall be read as under:
158 uirements/3.13D
"
Single radar shall be able to capture speed of
DOPPLERRADARBASED per road shall be used to take I Hence we suggest to amend the clause as below: on up to 3 lanes. One camera per lane shall be
SPEEDVIOLATION shots of all the lanes. Two wide angle radar aM €affiefa shall be able to capture speed of vehicles on up to used to capture number plate of speed violating
DETECTIONSYSTEM- SVDS lanes. One ~ camera per road/lane shall be used to gke wi..... llvphir:lp<

15 159 I speed enforcement sites are plan ng Solar power backup for 3 days is not feasible as per shall be read as under: "All
powered by solar power with 3 day of these projects due to unavailability of solar light round the year. enforcement sites are planned to be powered by
with main power back up available to be used Hence proposing such solution would attract a huge Capex cost and still r power with 24 hours autonomy with main power
after that period. may not provide the envisaged output. We would suggest to amend the up available to be used after that period."
ause to make it practically possible, considering the geographical spread.

Page 5 of 23
vehicles moving on wrong lanes, Detection of vehicles ctr:.nrll;n,al
verucresjnetween lanes shall be done manually and hence we suggest to amend the
ICI'''I,,,aIJseas below.

3. Manually by telephone call on an emerge understand provision of dedicated emergency


17 161
umber dedicated for the purpose Hardware & software e.g. Phones, contact center software and
staff and software, recurring charges for phone calls etc. is not a part of
deliverables in this project and hence not in scope of lA/bidder. Please
confirm.

Traffic lights at intersections, vehicle activated (sensor) based ti para of clause 3.4 shall be treated as deleted.
18 162 possible to provide Traffic lights
intersections, vehicle activated (sensor) ba
control (optional) for side entry roads. understand that this system would be procured separately, if

seems to be a typo error. One radar can monitor up to 3 lanes/Road "Road" word shall be replaced with "one side
19 164 Doppler Radar ( 1 per road)
a time and hence we request to amend the clause as below: rriageway"

SYSTEMWITH ANALYTICS
1 or up to 3 lanes.
CAPABILITY

Page 6 of 23
Requirements/ANPR Camera
LicensePlate Capture ( 1
per lane) For accurate detection of violation side view deployment of Camerasis Road on each carriageway, True day & night
suggested due to possibility of interference and obstruction by ur images for day, and night CMOS Global
images for day, and night CMOS objects/vehicles. This can lead to false detection. Hence all the
should be installed on the overhead cantilever, installed parallel to road
width.

21 168 Flashfor Illumination ( 1per lane) understand bidder can propose IR Illuminators under this item. words "low dazzle white LEDflash" shall be replaced

ladvanced Bullet Cameras which are supplied with inbuilt powerful


SYSTEMWITH ANALYTICS uuummanon technology for efficient and reliable functionalities.
CAPABILITY
22 169 Section VI. Technical E DISCIPLINEVIOLATION industry standard Incident detection is done with Video Ca
Requirements/S.2. LANE I\J.\ILJJ.\I"urliV. Hence, we understand Radar will only be used for speed detection
DISCIPLINEVIOLATION IN SVDSSYSTEMS be done with dedicated Incident detection
ON & WRONG WAY Cameras only.
DETECTIONSYSTEMUSING Pleaseconfirm.
RADARSENSORIN SVDS
SYSTEMS
23 172 Section VI. Technical • System shall automatically detect heavy We understand Radar will only be used for speed detection and Incident per IFB
Requirements/S.2. LANE vehicles moving on wrong lanes and capture the detection will be done with independent, dedicated Incident detection
DISCIPLINEVIOLATION number
DETECTION& WRONG WAY
SYSTEMUSING

24 173 n VI. Technical shall an Audio messaging system to system is not mentioned in BOQ and Price Bid and sentence" there shall an Audio messaging system to
Requirements/ S.3. ILLEGAL stopped vehicle drivers. Anti-tamper with sire understand this should not be part of deliverables by lA/bidder. alert stopped vehicle drivers" shall be deleted.
STOPPAGEDETECTION& shall be part of systems. please delete this clause.
ACCIDENTDETECTION
SYSTEMUSINGAI SMART
CAMERAS

Page7 of 23
these vehicles are already available with Authority or As per IFB
MANAGEMENT contractor with GPS devices installed on all the vehicles and
lA/bidder of this project needs to provide tracking facility only. lA/bidder
III get the data from these devices as per lA/bidder'S format and bidder
will provide the tracking facility on publicly available free maps. Please also
provide the maximum no. of such vehicles to be tracked per stretch.

26 179 VI. Technical .8. MINI MAST LED LIGHTS We understand raw power and recurring charges shall be provided requisite power for operation of Mast LED Lights
Requirements/5.8. MINI Authority directly. Please confirm. II be provided by the IA at their own cost.
MAST LED LIGHTS Please also confirm if bidder can propose solar enabled MINI MAST LED
LIGHTS.
27 183 Section VI. Technical also help higher management We understand Base Maps are already available with the Authority and to provide the basemap(s) if necessary.
Requirements/6.2. ORITY, Highway Traffic Police etc. to lA/bidder needs to integrate the same with proposed software platform.
GEOGRAPHICINFORMATION analysesthe events on a spatial perspective. I confirm. If bidder needs to provide Base Maps and route
(GIS) Has to use existing Base map which will please add the same in BOQand Price Bid.
available through API for integration.
Required number of layers shall be integrated
into GISapplication.

28 186 VI. Technical Challan processing understand IA agency will provide soft copy of the challan
Requirements/6.3. STATE respective authority and Auditing, Challan printing, dispatching and
GOVERNMENTSUPPORT and Management of Challans will be done by I
SOFTWARE lri",noo·tm"niccdirectly. lA/bidder will be only responsible for providi
necessary Hardware and software only for generation of soft copy of
challans based on the speed detection violations generated by speed
sensors, deployed on the field. Any hardware, software and other
challenging will be out of lA/bidder'S scope.

29 187 a call from


shall confirm software and Hardware (e.g. Phones, Contact Centre Software, Ma
Ifnlln,,,,;r,a information from the caller: etc.) is not under scope of lA/bidder. Pleaseconfirm.

30 205 ResponseTime for Minor Failure: 2 Hours There seems to be a typo error. Pleaseamend the clause as below:

ResponseTime for Minor Failure - 4 Hours or 240 Minutes

31 212 i On completion of pilot implementation before We understand trainings for all States need not to be quoted by lA/bid will be organised by the IA at its own cost.
Requirements/8.7 full roll out, IA shall organize trainings in all states at present and this will be charged at mutually agreed rates after the end
OPERATION& covering police and motor vehicle departments. this pilot project. Pleaseconfirm or else add the item and quantity and
MAINTENANCEPERSONNEL size in Price bid and BOQ.

Page8 of 23
spot identification, analysis, and As a part of deliverables under current project IA will
practices as required. IA should only for generation of e-challan and sending a soft copy of identification, analysis, and rectification practices
required hardware & software to to respective Police Department for further processing and required. IA should provide required hardware
limolamant challan processing and fine collection auditing . Fee collection Hardware and Software is not under the scope OrISO,TtV~c
traffic enforcement, for the state government lA/bidder as per current scope as the same is not mentioned in the Pricelscvemment departments ( police department or
rtments ( police department or motor Bid. We understand Price for this would be decided after contract award departments) for different states concerned.(
departments) for different with lA/bidder, if deemed necessary. Pleaseconfirm. extra cost as required)"

33 214 The Implementation Agency shall assign two understand mentioned manpower under these sections word" Chief Engineer (NHSS)"shall be replaced with
chief engineers (NHSS)and two (2) chief required during Implementation period of 9 months Only. Please " Chief Manager (NHSS)"
Personnel & LocalSenior (Operation and Maintenance, nd add the manpower to Price Bid and BOQ.
Personnel Engineering) to be full time participant personnel shall be deployed as per IFB
Project during the course of the Works.

&

Implementation Agency shall employ at least


(2) senior local personnel under the Contract
including engineering and technical managers in
field of traffic engineering,
electronics, computer
munication.

34 218 & VI. Technical Implementation Agency's Quality We understand mentioned manpower under this section will per IFB
219 Manager during Implementation period of 9 months Only and will be at IA,'nllm,>r<1
central location only. Please confirm and add the manpower to Price Bid
and
35 221 I VI. Technical ded quantities for five years per IFB
Requirements/Recommende intenance, proposed rates and total prices
Spare Parts and spare parts and consumables shall be listed
Maintenance Equipment in the Rates and Prices of Recommended Sparelamend
Parts and Maintenance Equipment.
quantities for five years of maintenance, ~
rota! j}fkes to!' these 5paH~pafts and consumables shall be listed i
Rates aJffi I2fi¬ ee!;af Recommended Spare Parts and

Page 9 of 23
Section VI. Technical
Requirements/BOQ - OTHER ldetectlon each location there are two lanes to be monitored. Please confirm else
ITEMS are total lanes to be monitored then No. of Radars should be
"Idlecr'ea'sedto 56 as one Radarcan monitor 2 lanes.

Multi lane operation. Speed Accuracy better than


97%. Heavy vehicle classification (trucks /
etc.) should be possible by Radar. Global
mega pixel lane camera
evidence camera - 112

37 276 Section VI. Technical Spot and average speed 3D radar understand there are total 22 locations and one lane will be moor per IFB
Requirements/BOQ - OTHER
ITEMS monitoring 22 locations. Pleaseconfirm.

shutter mega pixel lane


flash, evidence camera.

38 276 VI. Technical Room Operator - 3 shifts - 6 Nos. There is discrepancy in Qty. If Manpower is required in 3 Shifts then per IFB
Requirements/Operational Room Helper - 3 Shifts - 1 No. should be modified as below.
expenses & Manpower Field service personnel/Driver - 3 Shifts - 1 No.
requirement Control Room Operator - 3 shifts - e 3 Nos.
Control Room Helper - 3 Shifts -13 No.
Field service personnel/Driver - 3 Shifts - 1, 3 No.

also confirm if this manpower is over and above manpower asked


clause 2.2.1 National Highway Safety Teams. (Three teams of four Ex-
tservtcernen each would be assigned a stretch of 60km length or on
length having length less than 60km of a National Highway).

yes, then please include the same in BOQand Price Bid.

Page 10 of 23
mandates the purchase of the connectivity/bandwidth directly internet / bandwith connectivity for efficient functioning
Hence we request that Bandwidth/Internet Connectivity of the system.
be directly procured by Authority at all locations (Field, control room
shall not be under scope of lA/bidder.

40 The requisite power to run the system is the


responsibility of the IA at their own cost.

41 must submitted online only at Due Date of date of submission of Bid is 17.12.2019
Section I-Instruction for http://eprocure.gov.in/eprocurelapp on or before- Kindly confirm as to which date of submission shall be considered as,
Bidder, Sr. no 8 17.12.2019 (up to 11.00 hours 1ST).Proposals proposal submission date is 06.12.2019 on e-tendering portal and
Page No. 7/332 submitted through any other mode shall not be 17.12.2019 in RFP.
entertained.
43 explain definition of "Sensor" based SVDS.We understand any SVDS
is mandatory that the bidder should have based on either of Video/Radar/Lidar technology shall qualify for clause shall be replaced as follow:
II, Bid Data sheet experience in implementing sensor mandatory that the bidder should have significant
(BDS) Automatic Traffic Enforcement in implementing Fully Automatic Traffic
ITB Clause 6.1 (a) (SVDS), Integration of Control room etc. I=nf'nrr,.,m"nl System (SVDS) based on Sensor 1Video 1
r. No.4 last 5 years) and should be in operation 1 Lidar technology, Integration of Control room etc.
Page 46/332 II .."~ ..~,,. documents from end user should be last 5 years) and should be in operation (relevant
from end user should be produced) "

44 security shall be replaced with Bid Security


declaration. The Bidder shall submit the Bid Security
Declaration in the prescribed format enclosed in the IFB.
Section II, Bid Data sheet Bid Data Sheet ITB 17.7 shall be read as under:
Bids need to be secured by a Bid Security.
(BDS) On e-tendering portal EMD is specified as INR00 however in RFPit is "One Year"
The amount of Bid Security required is: INR0.945
ITB clause 17.1 specified as INR0.945 crore. Kindly confirm as which one to be followed
Page. No. 48 1 332 crore
45

46 Section II, Bid Data sheet tp,ch,"r;lI/c uality evaluation parameters and The documentary evidence/requirements are not specified in BDSfor ITB As per IFB
(BDS) scheme can be found attached to this 28.5 to ascertain eligibility under teach criterion. Requesting authority to
ITB Clause 28.5 BDS. clearly indicate documentary requirements
Page No. 50/332

Page 11 of 23
and instead add "Video" based SVDSsystems.
cost no commitment POCexperience should not be allowed in this
minimum number is not applicable ,then no cost any criterion as it does not prove bidder's ability to execute the same. If
no commitment Proof of Concept (POC)can be doesn't have experience in any criterion, they should not be
undertaken on a live NHAI stretch for 14 days to bllnr~t'."marks for it. Making such provision in only one criterion is not
II, Bid Data sheet
prove the capability of the SVDSsystem as per ble. Also what will authority do if the bidder gives POCof different
MoRTH specifications subsequent to which the and proposes some other system?
of 25 units experience will be applicable if
merrorrna nce is satisfactory. We request you to please modify this clause as :-
Number of sensor (video/radar/Lidar) based fully automatic speed
enforcement systems (SVDS)implemented by bidder/OEM in single
purchase order and working as on date satisfactorily.

52 We request you to kindly clarify on definition of "Enforcement Control


II, Bid Data sheet
Room". Is this just a Control Room Setup on Road network/Highway or it
has some specific components?

53 in installing blinkers for accident criterion does not hold any value as blinkers is just a flashing device para should be read as under:
II, Bid Data sheet
and it has no complexity. If really required, then specify Traffic Signalling " Experience in installation & implementation of Traffic
instead of blinkers Signalling System"

54 Superiority of proposed solution criterion on which the evaluation is to be done shall be provided. As per IFB
II, Bid Data sheet
= 5 Marks ood/Very Good/Excellent is a subjective criterion. There should be
Good =7 Marks marking based points, on which Good/Very Good/Excellent will be

55 11,Bid Data sheet Quality of proposed project execution on which the evaluation is to be done shall be provided.
Methodology Good/Excellent is a subjective criterion. There should be
Good = 3 Marks marking based points, on which Good/Very Good/Excellent will be
Very Good =4 Marks
Excellent = 5 Marks
56 11,Bid Data sheet The Vendor should have ISO9001-2015 understand this criterion is for "Bidder" and not "Vendor" which can word "Vendor" shall be replaced with "Bidder"
OEM. Kindly clarify

Page 12 of 23
use 3.2 it is mentioned that wrong way detection to be done using
Requirements system and in Section 5.1 it is mentioned that front side capture of
Cia use 3.2, Page no-
& is apparent here to understand that the camera direction for wrong way
Clause 5.1, Page 171/332 Front side capture ldatactlon shall be opposite to SVDScamera. Logically these two
lities cannot be achieved automatically by same set of cameras.
We request you to kindly include separate set of cameras for wrong way
detection or remove this requirement

60 Section VI, Technical For VMS - Full color display is not recommended as they are being used As per fFB
Requirements for advertisements and not for traffic applications. In case of highways to
Clause 5.4 - Technical LEDOutdoor Full-Color Display display informatory signs, only Amber color signages are used which is the
Solar powered as required standard practice across the globe. We request to kindly change this to
Page no- 179/332 Amber LEDonly.

r Powered as required is an open ended statement. We request you to IA to provide the requisite source of power at their
clearly indicate provision of raw power and also specify the backup sizing cost.
required for Solar powered VMS so that all bidders proposes solar panels

61 Section VI, Technical Level Requirements (SLR) want you to clarify what are the Service Level Requirements for fA to
Requirements ply with as the same are not included in RFP?
Clause 9.1. Service Level
Requirements (SLR)

63 apparatus section indicates test apparatus for each equipment with indicator, As per fFB
Requirements lamp, monitor or other means. Kindly clarify this requirement in detail and
Clause 10.3 indicator, lamp, monitor or other means to if this is applicable only for one set for project or for all equipments
Page no- 223/332 normal operation of the equipment.
b. Alternatively, the IA shall supply suitable

puter as part of equipment. Control of

rough the testing apparatus

Page 13 of 23
required. However in this section "Source Programs" are being asked for.
a copy of all source programs which have Both sections are contradicting each other. We request you to kindly

Page no- 233/332 been coded for this system on a CD-ROM or DVD remove this requirement as "Source code/program" cannot be provided.
ready for compilation. The source programs shall
be written in English and compatible with the
flowcharts and program listings. In addition, a
copy of the operating system, utility programs
and other programs used in the CPU shall be
rorovioeo on a CD-ROMor DVD which can be
readily loaded.

65 VI, Technical LIQUIDATEDDAMAGES/PENALTIESFORDELAYS specifies Liquidated Damageswhich are as per WB guidelines. as per IFB
IN SETIING UPTHESYSTEM VI Clause 10.11 also has another section on LD.We request to
kindly remove LDclause from Section VI.

ne Item No. Subsystem/ ItemNational We could not find Table No. n.1. Kindly clarify. word n.1 shall be deleted.
66

an Power Deployment n.l

Page 14 of 23
I "",,~"o.of sensor (loop / radar / Lidar) based
Fully Automatic speed Enforcement Systems
(SVDS) implemented by bidder/OEM in
single purchase order and working as on date
satisfactorily. If the minimum number is not
Page No. 521 ITB 28.5 1
applicable, then a no cost no commitment
Sr. No.2
of concept (POC) can be undertaken on
live NHAI stretch for 14 days to prove the
11."'_I""J1l1l) of the SVDS system as per the
specifications subsequent to which
status of 25 units experience will be
applicable if performance is satisfactory.

70 sentence" 3D DOPPLER RADAR BASED SPEED


Page No. 1611 Sr. No. 3.1 3D DOPPLER RADAR BASED SPEED LATION DETECTION SYSTEM - SVDS" shall be
VIOLATION DETECTION SYSTEM - replaced as " 3D DOPPLER RADAR / VIDEO BASED SPEED
SVDS Video based speed violation detection system is latest technology and DETECTION SYSTEM - SVDS"
~_..jf----I---------+----------------111Ire working in multiple smart cities. Video based technology is
71 in Indian conditions and being used by various state police
Page No. 1701 Sr. No. 5.I.IA(]VanCt:uTracking Doppler Radar - , Detects l,jpt~1"1tmf'nt< for challaning purpuse. This will also help in capturing
SPEED VIOLATION measures speed of vehicles. > 240 speed along with instentanius speed.
DETECTION SYSTEM Refresh Time - 50msec, Multi lane request you to amend the clause as
WITH ANAL YTICS Speed Accuracy better than 97%. " 3D Doppler Radar / Video based Speed Violation Detection
CAPABILITY vehicle classification (trucks / Bus System"
etc.) shall be possible by Radar.

72
Spot and average speed 3D radar based
Page No. 2781 Sr. No. violation detection system with lane violation
1.3.1 [aetecnon, Camera intelligence, with
[connectivity, power (1 road, 2 lane system),
Advanced Tracking Doppler Radar -,
and measures speed of vehicles. >
73
Page No. 278 1Sr. No. 240 Km/hour. Refresh Time - 50msec, Multi
1.3.2 lane operation. Speed Accuracy better than
97%. Heavy vehicle classification (trucks /
L.___JL.___ .J_ -'Bus etc.) should be possible bv Radar. Global

Page 15 of 23
mega pixel lane camera with Infrared
flash, evidence camera.

75 Page No. 157, 2.2.1 National Highway Safety Team - Man Power 1. What is A, B, C or 0 " (Mention either A, B, C or D)" shall be
Deployment (Mentin either A, B, C or 0 ) 2. Recruitment of Ex-servicemen by whom
3. Sal
76 Page No. 272, 2.6 National Highway Safety Team Cost Sub Table In the table it is proposed for 6 Years ( Y1, Y2 Y3, Y4, Y5 and Y6) and Maintenance period is 60 Months

In IFBit is mentioned as Operation and Maintenance period - 60 Months-


Clarification uired
77 Page 30: and Marking of Bids Submission of Bid via envelop or e-submission ?

79 No. 52: Number of sensor (loop / radar / Lidar) based per this clause, bidder / OEM need to have relevant experience to get
28.5 Fully Automatic speed Enforcement Systems
(SVDS)implemented by bidder/OEM in single It is assumed to be applicable for ITB 28.5, 51.No.3 to 51.No.7 (bidder or
purchase order and working as on date need to have experience)
satisfactorily. If the minimum number is not
applicable, then a no cost no commitment proof
of concept (POC)can be undertaken on a live
HAl stretch for 14 days to prove the capability
the SVDSsystem as per the MoRTH
subsequent to which the status of

80 No.53: Rs.500 crore Marks 15 Cumulative project value for marking is from 100 to 500 Cr as per this As per IFB
28.5 clause:
Request to reduce the same to 50 to 200 cr.
Also request to consider only 2 type of system out of below for marking
(Speed Violation detection systems, Red Light Violation detection System,
VMS Video Incident Detection System / Analytics, Automatic Traffic

81 Page No. 54: in setting up a total of 250 or more


ITB 28.5
No.7

Page 16 of 23
specifications of system for all bidders. (Elsemany systems will not work
specified) or POCon demand by MoRTH if in doubt.

83 Can the implementation time schedule be increased to 12 months

85 SVDScamera can also be used for helmet violation and seat belt
violation detection.
5. TECHNICAL Image quality should be sufficient to detect seat belt violation in day
SPECIFICATIONOFSUB and night (subject to sunlight glare)
SYSTEM uest to add this feature also to ?
86 Page 170: VIOLATIONDETECTIONSYSTEMWITH icle classification (minimum 4 types) is required for selective fines
depending on vehicle type.
5. TECHNICAL Request to add this feature.
SPECIFICATIONOFSUB
SYSTEM
87 Page 170: VIOLATIONDETECTIONSYSTEMWITH Infrared flash gives only monochrome images during night. As stated above
Request to change same & use of infrared flash.
5. TECHNICAL
SPECIFICATIONOFSUB

89 VIOLATIONDETECTIONSYSTEMWITH multiple vehicles may be moving together, it is mandatory to mark As per IFB
violating vehicle explicitly on the image, to avoid confusion

Rquest to add this feature

91 VIOLATIONDETECTIONSYSTEMWITH to add remote monitoring for diagonostic & health monitoring per IFB
cloud.

Road processing hardware

Page 17 of 23
is assumed 5 teams required for the 300 km stretch, (1 team per 60
stretch)
2.2.1: National Highway teams of four Ex-servicemen each would be It is assumed 12 personnel required for 3 shifts for one 60 km stretch
Safety Teams: assigned a stretch of 60 km length or on entire Is the reserve personnel requiement for one 60 km stretch or for every
length having length lessthan 60 km of a National
Highway. There woould also be one reserve
person and a supervisor per team. Diesel requirement to be calculated for the teams patrolling activites
per day (3 Biderectional trips daily per team)
Sample stretch of Chennai - Hosur (301.5 km) The SUV maintenance charges as each SUVwould cover nearly 1,30,000
KMs per year.
7. Requirement of Body camera would be team based or individual based?
8. This para 3 (A, B, C & D) is not found in the BDS
the entire length of stretches mentioned in
para 3 (A,B,C& D) above

93 Page No. 159: and maintain including recurring 1. Is it implied that IA has to provide Phones every Kilometer? para 2.2.2 (iv) of Section VI Technical Requirements
of the communication system like 2. Are the telephones wired models and then the associated cabling or II be read as "deleted"
2.2.2 (iv) lteleohones at 1 km distance on each side having mobile phones?
hotline connection with the control room and 3. How can they be prevented from theft / vandalism?
Internet connectivity to the cameras and VMS
system.

94 2.2.2. (v) - IA will provide and deployment of 1. As ONLYlaw enforcing agencies like Police, MVD are allowed to enforce
other related enforcement equipment such as Speed Guns, Breath analysers etc. IA will not be able to deploy them on
speed guns, breath analyzers etc. the field?
2. If it is to be
95 2.2.2 (viii) : Ambulance with Paramedices : If not This is the Bidder's responsibilities to coordinate with the
available already, the toll plazaswill be equipped Plazasfor exigencies. It is assumed this is in the scope of MoRTH? ambulance available with the concessionaire or with the
with Basic 2. Pleaseintimate whether all stretches have the required number of nearest hospital for first aid relief to the patients.
Ambulances and Recoveryvehicles with infrastructure like drivers,
recurring expensesof Diesel, Maintenance Servicesetc.?

Page 18 of 23
rl>r'nn,m,pn,i"rl to have minimum 3 months vehicle data storage in
room, assuing 15,000 vehicles per site per day.
vehicle data is assumed to be one full resolution lane image, with
Storage size not specified 1"..tr~"t,.'rI number plate data & other information as required.
IVi,"la·t,n'1< assumed to have 2 x Evidence camera images & one lane image
full resolution.
Also NAS back up capacity is assumed as that of main SANstorage?

97 Page276 Bill OF QUANTITY- ANNEXUREI Server, Firewall, SAN switch etc. minimum specification not given? per Annex II of Reply to Pre-Bid Query
1.2 CONTROLROOM HARDWARE(BOQ) UPSon line type with sine wave output assumed? UPScan be any
Bill OFQUANTITY- equivalent make? (Numeric mentioned)

98 OF QUANTITY- ANNEXUREI furniture, Air Conditioning, minimum furnishing etc. to be considered is para shall be read as under:

1.1.15 - Any other sub systems fittings, hardware, software, video walls etc. as
I room connectivity speed not mentioned, redundancy of per the requirements for the systems. However, the
space for sub-control room at project site excluding
furniture, fittings, hardware, software, video walls etc. ,
if any, will be provided by the Authority."

99 Page 16 For the purpose of establishing a Bidder's contribute to the bidders qualifications, without being a JV NO
qualifications and unless stated to the contrary in
Clause6.1 (a) BDS,the experience and / or resources of any
Subcontractor will not contribute to the Bidder's
qualifications; only those of Joint Venture partner
will be considered

100 Page 17 A firm may submit bids either as a single Bidder n a company bid for two or more projects as a JV partner or as a single per IFB
on its own, or as partner in one, and only one,
Clause6.2 (e) Joint Venture. If, as a result of the bid opening
pursuant to ITBClause 24, this requirement is not
met, all bids involving the firm as a single Bidder
or Joint Venture partner will be disqualified.

Page 19 of 23
per POCriteria 1.The bidder has to demonstrate the capability of
rnover of INR 168 as sole Bidder or as JV. But as per Technical evaluation replaced as " Average Annual Turnover figure of last
the case of JV, the lead partner should have at ITB6.1 (a) bidder should have average turnover of INR 168.
Rs.94 crore and the other partner{s) of Rs.
23.5 crore turnover each. However, the combined It is request you to kindly clarify whether bidder has to provide Total
'TI"nnv,or of all the JV partners together shall not of last five years or Average Turnover of five years.

In case of Himachal State the sentence "Turnover figure


you have mentioned INR 94 Crores for Lead bidder & INR 23.5 Crores for of last past five years (incase of a sole bidder, it should
be at least Rs.168 crore and in the caseof JV, the lead
[collectively. It is request you to kindly re check the Turnover criteria and partner should have at least Rs.94 crore and the other
the criteria mentioned below. partner{s) of Rs.23.5 crore turnover each. However, the
combined turnover of all the JV partners together shall
"the lead partner should have at least Rs.84 Crore and the other be lessthan Rs.94 crore"
partner{s) of Rs.42 crores turnover each. However, the combined
turnover of all the JV partners together shall not be lessthan Rs.168
crores. Annual Turnover figure of last past five years
of a sole bidder, it should be at least Rs.94 crore
nd in the caseof JV, the lead partner should have at
least Rs.47 crore and the other partner{s) of Rs.23.5
crore turnover each. However, the combined turnover of
all the JV partners together shall not be lessthan Rs.94
crore."

bid can be submitted by an indivudial The supporting document which you hae asked to bidder for submission is per IFB
102 No(7)
Criteria-3 pany / partnership or lead partner of Joint not viable. If bidder is bidding this tender as "Sole Bidder or in JV, then we
of maximum three companies. provide only undertaking or consortium agreement along with the
'to,,"ni~" bid. It is request you to kindly amend this clause as mentioned.

"If any bidder is bidding this tender as sole bidder. then Bidder has to
provide the undertakind for sole bidder or if ay company / orgainsation
are bidding this tender as JV/Consortium. they have to submit the
Consortium agreement along eith power of attorney in the name of lead
bidder signed by the all consortium member.

Page 20 of 23
PQ Criteria-6 undertaking that they will setup service centres
for the project purpose.

104 ion for Bids (IFB) Clause Proposals must be submitted online only at to be submitted online only on eprocurement portal
page no 8 http://eprocure.gov.in/eprocure/app on or
before 17.12.2019 (up to 11.00 hours 1ST). rtment has asked for submission of Technical bid in Three set as
roposals submitted through any other mode VI\'''"'''L BID", "COpy NO.1", "COPYNO.2". But as clause no (8) of IFB
II not be entertained.
mode of bid submission will not entertained by department.

is request you to kindly clarify, whether bidders have to submit bid


mode only or they have to submit hard copy of technical bid in your

105 Query many total and concurrent users will be considered to use the Being the pilot project, this is to be assessedby the IA
App in iOSand Android?

106 Query Being the pilot project, this is to be assessedby the IA

107 I Query provide the requisite power supply will be the

108 Additional Query per Annex II of Reply to Pre-Bid Query

110 Additional Query Query is provision to have Disaster recovery server configuration at the pilot project, this is to be assessedby the IA

111 Sr. No.1 figure of last five years you to kindly relax the turnover criteria to INR 40-45 Crore. This
(In case of a sole bidder, it should be at least Rs. I rpl"x,.ticln will permit quality MSME OEMs to participate in your tender
170 crore and in the caseof JV, the lead partner to fair and healthy competition and result in the most optimal
should have at least Rs.85 crore and the other to a Public institution as compared to the pricing structure of
partner(s) of Rs.42.5 crore turnover each. OEMs.
However, the combined turnover of all the JV
partners together shall not be less than Rs.170
crore.

Page 21 of 23
We request you to kindly modify the clause as under:
ificant experience in implementing sensor It is mendatory that the bidder should have significant experience in
based Fully Automatic Traffic Enforcement implementing (nonintrusive Sensor/ Video/loop/radar/Udar) based Fully
(SVDS),Integration of control room etc. Automatic Traffic Enforcement System (SVDS).Integration of Control room
(within last 5 years) and should be in operation etc. (within last 5 years) and should be in operation (relevant documents
(relevant documents from end user should be end user should be produced)
produced)

113 E. BIDOPENINGAND The bidder must have a minimum average Annual you to kindly relax the turnover criteria to INR40-45 Crore. This perlFB
EVALUATION;ITB28.5; SI turnover of Rs.168 crores over the preceding 3 I r"lbv"Hr,n will permit quality MSME OEMs to participate in your tender
No.1

and <340 Crore : Marks 3

114 E. BID OPENINGAND Number of sensor (loop / radar / Lidar) based We request you to kindly modify the clause as under: Number of sensor words "Number of sensor (loop / radar / Lidar) "
EVALUATION;ITB 28.5; SI Fully Automatic speed Enforcement Systems (nonintrusive Sensor/Video/loop/radar/Lidar) based Fully Automatic shall be replaced as
No.2 (SVDS)implemented by bidder/OEM in single speed Enformancement Systems (SVDS)implemented by bidder/OEM in "Number of sensor (Video/ loop / radar / Lidar)"
purchase order and working as on date single purchase order and working as on date satisfactorily. IFthe
satisfactorily. If the minimum number is not minimum number is not applicable, then a no cost no commitment proof
icable, then a no cost no commitment proof concept (POC)can be undertaken on a line NHAI stretch for 14 days to
concept (POC)can be undertaken on a live the capability of the SVDSsystem as per the MoRTH specifications
NHAI stretch for 14 days to prove the capability bsequent to which the status of 25 units experience will be applicable if

Icr,"r;f;r~Hnnc subsequent towhich the status of


25 units experience will be applicable if
performance is <atisfactorv.
>=25 and <=50 Nos. : Marks 12
>50 Nos. and <=75 Nos.: Marks 16
>75 Nos.: Marks 20

Page 22 of 23
shall have successfully executed
Intelligent Traffic Management System Iprequautication is very a restrictive clause since most of the ITMS projects
Inrni~>rt«l for a minimum length of 100 km with implemented in smartcity projects. Retaining this clause will lead to
particiapation and consequent high cost for the govt and is not inline
with CVCguidelines which provide for transparent, fiar, equitable
tendering process leading to fair and wide competition. Further the
making system and the values of the work for the technical scoring is
impracticable, unrealistic and very high it appears that this entire clause
. Automatic Traffic Counting and Classifying including the value of the project presctibed for technical scoring is
(Proportionate scoring if all of above not prescribed keeoing in view some specific system integrator in gross
[executed) violation of CVCguidelines. We therefor request you to kindly modify the
clause to include ITMS experience in smartcities and ammend marks as
under:
Rs. 100 Crore and < Rs. 200 Crore : 9 Marks bidder shall have successfully executed Highway I Smartcity
Rs. 200 Crore and <Rs. SOOCrore : 12 Marks Intelligent Traffic Management system Projects with following features
1. Speed Violation detection Systems Z. Red light Violation detection
System 3. VMS 4. Video Incident Detection System I Analytics
(Proportionate scoring if all of above not executed) Cumulative Project
the making system as under
<Rs.50 Crore : Marks 0
>= Rs.50 Crore and < Rs.75 Crore : 9 Marks
>= Rs.75 Crore and <Rs.100 Crare : 12 Marks
>Rs. 100 Crore : Marks 15

116 PRcamera shall be 2 Mega Pixel type IP ANPR camera works in a fixed field of view (FOV)environment to capture stated above
meras (minimum HD pixel) if used overhead license number plate, hence zoom lens not required for ANPRcamera.
lane and 9 Mega Pixel (minimum HD pixel) Choice of lens size should be left to OEM, so that OEM can use suitable
mera if one camera is deployed on side of the lens size for the application.
to cover 3 lanes, True day & night camera
images for day and night Request to modify the clause as:
Global shutter sensor Exposuretime camera shall be Z Mega Pixel type IP Cameras (minimum HD pixel)
maximum 1 millisecond, with zoom lens. if used overhead per lane and 9 Mega Pixel (minimum HD pixel) camera
if one camera is deployed on side of the road to cover 3 lanes, True day
& night camera
Color images for day and night
CMOS Global shutter sensor Exposure time maximum 1 millisecond, with
suitable lens.

Page 23 of 23
• Annexure-II

CONTROL ROOM HARDWARE: MINIMUM REQUIREMENTS

Control Room Hardware BCM & SPECS

STORAGE Qty
Product description
1 The SAN Storage Array shall be offered with 2 no's 32TB, usable Capacity using with RAID S, 1 set
Each SAN controller shall supports 8 Gb FC, 16 Gb. FC, 1GbE iSCSI or 10GbE iSCSl, each
SAS controller shall supports 12Gb SAS host connectivity, shall have at least raid 6 support.
CONTROL ROOM SERVER
Description Qty
2 Gen9 ES-2620v4 2P 32G-lndia Server
2 x Intel® Xeon® ES-2620v4 (2.1GHzl8-core/20MB/8SW) or equivalent
24 DiMM slots
32 GB DDR4-2400 R Memory
8 SFF(2.Sinch) Hot Plug Drive
Smart Arra't P440ar/2G Controller
Hot Plug I Hot swap
2 x HP SOOWFlex Slot Power Slot
Embedded 1 Gb Ethernet 4-port 331i Adapter
3
iLO{Firrnware HPE iL04 2.Q}_2GB NAND
S Yrs. 24x7 4Hr Support
8Gb Dual port PCI-e FC HBA
300GB 12G SAS 10K rpm SFF (2.S-inch) SC Enterprise SYr Warranty Hard Drive
8Gb Dual Port PCI-e FC HBA-10
Firewall
3 Firewall
8/8 GE RJ4S/GE SFP next generation advanced threat protection security gateway appliance
with minimum 12Gbps throughput, IPS with 2.1Gbps, NGFW 2Gbps 100K connection per sec, 2
Memory 8Gb expandable up to 16GB.
4 Client PC - For operator Desktop pc- INTEL Core 1S, 8GB memory, SOOGBSATA HOD, LED
MONITOR, Genuine WINDOWs 8.1 Professional or better, OEM Operating System with
License, K~board & Mouse 4
S Pc/server For Automatic number plate recognition. Intel Core is (QC/8MB/8T/3.4GHzl6SW);
supports Windows 7/8.1/1 O/Linuz, with Graphics card 10S0 GTX, 3
6 NAS storage NAS CPU -Intel Lvy Bridge i3-3220v2 Dual Core, 3.3GHz,Drive Bays -12, Hot 1
Swappable Drive, support up to RIADS/6 with 12TB storage
SWITCHES
Description
7 L3 Switch - 48 port 48 RJ-4S autosensing 10/100/1000 ports (IEEE 802.3 Type 1OBASE-T,
IEEE 802.3u Type 100BASE-TX, IEEE 802.3ab Type 1000BASE-T); Duplex: 10BASE- 2
T/100BASEO-TX: half or full; 1000BASE-T: full only; Ports 1-48 support MACsec 1 open
module slot Supports a maximum of 4 SFP+ ports or 2 40GbE ports, with optional module

8 L2/L3 Switch -48 RJ-4S autosensing 10/100/1000 ports (IEEE 802.3 Type 10BASE-T, IEEE
802.3u Type 100BASE-TX, IEEE 802.3ab Type 1000BASE-T); Duplex: 10BASE-TX:half or 2
full; 1000BASE-T: full only 4SFP+1/10GbE ports
Description
9 SAN SWITCH Channel ports Switch mode (default):, 16/24-port configurations

Performance 1.063 Gbps line speed, full duplex; 2.125 Gbps line speed, full duplex; 4.25
Gbps line speed, full duplex; 8.5 Gbps port speed, full deplex; auto-sensing of 1,2,4, and 8
Gbps port speeds; Frame-based Trunking with up to eight 8Gbps ports per ISL trunk with
bandwidth 192 Gbps: 24 ports x 8Gbps (datarate) Maximum fabric latency 700 ns with no
contention, cut-through routing at 8 Gbps Maximum frame size 2112-byte payload Frame
buffers 700 dynamically allocated, 484 maximum per port Classes of service Class 2, Class 3,
Class F (inter-switch frames) Port types FI port, F_port, M_port (Mirror Port), and E_Port;
optional port_!yQ_e control
UPS
Description
10 20KVA Numeric Online DHP MAX UPS System - 288VDC -using Advanced PWM IGBT
Technology - with inbuilt isolation transformer -Three phase input and single phase output.
Using 24-28 Nos, of 12VI 100AH VRLA (SMF) Batteries to providing battery back-up of 2
around 1 Hour with Suitable stand for housing the batteries. Includes MCBs, cabling,
installation kits - 5 year warranty
RACK
Description
11 19"42UH x 800mmWx1000mmD with front toughened glass door, rear steel door, side panel
vented and lock for both front and rear door 1
INTALLATION

Description
12 Installation of SAN storage, Server, clustering, NAS, SAN switch, RACK server, L3 switches,
Firewall, Client PC, UPS installation and maintenance with 5 year onsite support 1

MONITOR
13 Monitor for Live Video 48 inch LED TV (3x3 per monitor) Display Type Full HD 2

14 Access control, attendance punching system, fire alarm system 1 set

GENERTOR - 40 KVA (auto on/off)


1 Genset Output (KVAlKW) 40
2 Engine rating or Max. Power at rated RPM, in KW (BHP) 24.72 (33.6) minimum

3 No. of Cylinders 1 Cylinder arrangement 3/inline


4 Voltage 380-440V
5 Frequency 50Hz
6 Current @ 0.8PF (Amps) 108.6/34.7
7 VoltC!9_ere_g_ulator Solid State
8 Insulation Class H
9 Voltage regulation: No load to full load 2 Phase sensing, ±1%
• Engine with direct injection, water-cooled engine, 3 cylinder, in-line, 4 stroke, rated at
1500RPM, conforming to ISO 3046 / BS 5514 has the following

Specifications:

Mechanical governor / Electronic Governor (Optional)

Alternator:

Brushless alternator, Self-excited, self-regulated, Automatic voltage regulator

Acoustic enclosure

Engine alternator assembly mounted on AVM with Silencer and 5.5 exhaust sound emission
standards as laid down by MOEF /CPCB, Sub-base fuel tank with 13 hours capacity at 75%
load, 12 V dry, batteries with connecting leads and terminals

Control Panel:

MCB of suitable rating with short circuit protection Controller which displays voltage,
current, KW, PF, Frequency, KWh.

Indicating lamps for "Load On" and "Set Running"

CONTROL ROOM SOFTWARE REQUIREMENTS

1. CONTROLROOMAPPLICATION
SVDS system, Analytics System, IncidentDetectionand Management,Violation Detection
and Management,Automatic Number Plate Recognition,etc. All the SUb-systemsshall
integratewiththis applicationon a commonUI.

Incidentmonitoring,verificationand responsealsofalls underthis application.


Business
The applicationshall allowto definestandardOperatingProcedures(SoPs)with an optionto
Requirements
modifyand definethe unlimitedSOPsdynamically.

The architecture,Internallayoutsand menu operationsshall supply fast and intuitiveUI for


quick and efficientincidentand violationmanagementand otherfeaturesof the IARPsystem,
offering operatorsone-clickaccessto flows/toolsthat help them completetasks faster and
more efficientlyVarious users shall be able to accessthe system using single sign on and
shall be role based.Differentroleswhichcouldbe definedcouldbe Administrator,Supervisor,
Officer,Operatoretc.

2. INCIDENTI ACCIDENTDETECTION& MANAGEMENTPROCEDUREREQUIREMENTS

Incidents can be defined as crashes, breakdowns, and other random events that occur on
the Highway, which essentially leads to more congestion, economic losses, air pollution,
and human suffering. IARP envisages to develop a quick response incident management
system, recognizing the importance of transporting victims to trauma centers within the
golden hour. IARP system (including all field camra and sensors together affixed for any
purpose) shall assist with coordination among operator, Highway Traffic Police and
emergency personnel etc. through CONTROL ROOM. Incident management system shall
contain following components:

Incidents are detected by one of following means


• Automatically by one the many analytics camras or radar sensors as
described earlier
• Manually by telephone call on emergency number
• APP alert message
Incident The Incident Management System shall be able to detect and alert for Various kinds of
Detection incidents within its viewing area, including
1. Stationary vehicles which could be illegal stoppage or breakdown of vehicle or any
minor or major accidents
2. Unusual traffic snarls, Animals on road etc. Environmental factors such as low
visibility due to fog, Landslides etc.
3. In either case, automatic or manually, minimum details such as Type of incident, Date
and Time, Location, PhotoNideo of the vehicle unitls involved in the incident, Status
of response to the incident etc. about the incident shall be captured in a standard
format.
4. These incidents can be marked on the GIS MAP.

The system shall have provisions for taking appropriate actions on the detected incidents. The
Incident action and viewing interface for the same shall be user access based.
Management The operators at the control room shall be given an interface to define various action as per
and Dispatch Standard Operating process (SOP) based on Type of the incident, and as per the incident
Module priority, after due approvals from relevant authorities.
SOP involves directing the emergency vehicles to the site as per requirement with follow up
action on the same.

3 GEOGRAPHIC INFORMATION SYSTEM1GI~


The IARP shall implement Geographical information System (GIS) to map physical
location of all the field components, location of incidents, violations, locating site of
faulty nodes and devices and corresponding geographic analysis etc. of the IARP
system
The KELTRON shall undertake detail assessment for integration of the IARP system
with the GIS system. KELTRON shall leverage industry leading Maps and GIS related
Business Shared Services for integration with IARP system. KELTRON shall check the source
Requirements and reliability, position, accuracy, attribute, authenticity and methods have to be
advised to reduce the error to carry out the seamless integration to ensure ease of use
of GIS in Control Rooms by CR operators, NHAI and other stake holders.
It shall also help higher management of NHAI, highway Traffic Police etc. to analyses
the events on a spatial perspective.
The KELTRON has to use existing Base map which will be available through API for
integration.
Required number of layers shall be int~rated into GIS ~ication.
The system shall allow all resources, objects, sensors and elements on the map to be
geo-referenced such that they have a real world coordinate. The GIS application
allows operator to navigate on the map and use it for better spatial understanding.

Allow Authorized user to zoom in/out on different regions of map graphic

Different layers to be covered under GIS are as follows:


Functional • IARP components
• Requirements
• Major Buildings/Structures: hospitals, police stations
• Roads
• Others as necessary
GIS will be use for,
To select cameras-views from SVDS
To select LED signage's and messages,
To view position of a vehicle user activating Mobile APP panic button,
Viewing/tracking Emergency vehicles, and guiding to an accident location
To view stopped vehicle position from associated camera. '
And similar functions.

4 STATE GOVERNMENT SUPPORT SOFTWARE


SI. Specification
No.
1. Challan Processing: All violation data will be captured in the system and number plates automatically
captured. These ready to process challan into with images will be locally stored in one of storages, for
transfer to required government department for challan printing, di~patch and fine payment collection
2. All Vehicle database: images of all vehicles moving on road with extracted number plate also will be
stored locally on one of the storages. The data can be accessed by police department for crime analysis
purpose.

5. FUNCTIONAL REQUIREMENTS LED SIGNAGE SYSTEM


1. Shall have features to update anyone or group of the displays with standard messages as
required from control room
2. • Functional requirements: The LED signage system shall consist of variable message signboard
with local controller, and a power backup with UPS along with other power and network
components.
• A LED Signage system application shall be provided to the CR operators for message
preparation, rnonitorinq and control of the LED signage system through IP based network
equipment.
• The system shall have provision for setting pre-defined message or to set message in a free-text
mode.
• The system shall be capable of displaying warnings, details of violating vehicles, traffic advice,
route guidance and emergency message etc. to commuters from the CR in real time.
• The LED signage system shall be based on light Emitting Diode (LED) technology possessing a
proven track record suitable for this application. The LED technology shall not require external or
supplementary illumination.
• The message (Text) on the LED Signage system must be readable even in board daylight. The
system shall allow to set the brightness dynamically for day light or low light and low visibility
conditions.
• CR Operator shall be provided with functionality to select desired location in if the controller is
unable to connect to the server for the next message, it shall not display the old message, which
hasj>_assedits expiry time. Instead it shall be programmed to display a default message.

6. CITIZEN APP REQUIREMENTS

Android AND lOS version, to sLIPportlatest & old versions


2 Shall be able to dis_pl~ emergency messages on same
3 Display warning mess~e to driver like Accident ahead, weather info etc.
4 It shall have an Emergency button to generate alarm to control room in case of any accident or to sent an
incident image or message by driver along with GPS coordinates of his/her vehicle shall be able to make a
phone call directly to control room

Вам также может понравиться