Вы находитесь на странице: 1из 623

REQUEST FOR PROPOSAL (RFP) For Selection of Master System

Integrator for Implementation of


Integrated Command and Control Centre & Smart Components in
Saharanpur City
Volume 1: Instruction to Bidders
Invited by
Saharanpur Smart City Limited
Saharanpur Nagar Nigam, Gurudwara Road,
Saharanpur, Uttar Pradesh, India

Tender Reference: 1/ICCC/SAHART/288


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

Table of Contents
Disclaimer.................................................................................................................................. 6
Important Dates......................................................................................................................... 7
Glossary ..................................................................................................................................... 8
Definitions ............................................................................................................................... 11
1. Introduction.................................................................................................................... 14
1.1. Introduction to Saharanpur Smart City Projects ...................................................................... 14
1.2. RFP Format ................................................................................................................................... 15
1.3. Fact Sheet ....................................................................................................................................... 16
2. Instructions to the Bidder .............................................................................................. 18
2.1. Instructions for Online Bid submission ....................................................................................... 18
2.2. General ........................................................................................................................................... 20
2.3. Eligible Bidders ............................................................................................................................. 20
2.4. Compliant Bids/Completeness of Response ................................................................................ 22
2.5. Bidder to Inform ........................................................................................................................... 22
2.6. Bid Preparation costs .................................................................................................................... 22
2.7. Pre-Bid Meetings & Clarifications .............................................................................................. 22
2.7.1. Bidders Queries................................................................................................................. 22
2.7.2. Responses to Pre-Bid Queries and Issue of Corrigendum ................................................ 23
2.8. RFP Document Fee ....................................................................................................................... 23
2.9. Earnest Money Deposit (EMD) .................................................................................................... 23
2.10. Bid Validity Period ........................................................................................................................ 24
2.11. Contents of Bid .............................................................................................................................. 24
2.12. Bid Formats ................................................................................................................................... 25
2.12.1. Pre-Qualification Bid Format............................................................................................ 25
2.12.2. Technical Bid Format ....................................................................................................... 26
2.12.3. Price Bid Format ............................................................................................................... 26
2.13. Language of the Bid ...................................................................................................................... 26
2.14. Hand written documents, Erasures or Alterations..................................................................... 27
2.15. Submission of Bid .......................................................................................................................... 27
2.16. Authentication of Bids .................................................................................................................. 27
2.17. Amendment of the RFP Document .............................................................................................. 27
2.18. Bid Prices ....................................................................................................................................... 27
2.19. Firm Prices..................................................................................................................................... 28
2.20. Inspection of Site and sufficiency of RFP .................................................................................... 28
2.21. Deviations and Exclusions ............................................................................................................ 28
2.22. Total Responsibility ...................................................................................................................... 28
2.23. Late Bids ........................................................................................................................................ 28
2.24. Right to Terminate the Process .................................................................................................... 29
2.25. Non-Conforming bids ................................................................................................................... 29
2.26. Acceptance/Rejection of Bids ....................................................................................................... 29
2.27. Confidentiality ............................................................................................................................... 29
2.28. Disqualification .............................................................................................................................. 29
2.29. Key Personnel ................................................................................................................................ 30
2.29.1. Initial Composition; Full Time Obligation; Continuity of Personnel ............................... 30
2.29.2. Evaluations........................................................................................................................ 30
2.29.3. Replacements .................................................................................................................... 30

Page 2 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

2.29.4. High Attrition .................................................................................................................... 31


2.30. Fraud and Corrupt Practices ....................................................................................................... 31
2.31. Conflict of Interest ........................................................................................................................ 32
2.32. Sub-Contracting ............................................................................................................................ 33
2.33. Inclusion of MSMEs in Project Delivery ..................................................................................... 33
2.34. Eligible Goods and Services, and OEM Criteria: ....................................................................... 33
2.35. Right to vary quantity ................................................................................................................... 34
2.36. Right to vary the scope of Work .................................................................................................. 34
2.36.1. Right to vary the scope of the work at the time of award ................................................. 34
2.36.2. Cost Control ...................................................................................................................... 35
2.37. Withdrawal, Substitution and Modification of Bids .................................................................. 36
2.38. Rejection criteria ........................................................................................................................... 36
2.38.1. General rejection criteria................................................................................................... 36
2.38.2. Pre-Qualification rejection criteria.................................................................................... 36
2.38.3. Technical rejection criteria ............................................................................................... 36
2.38.4. Price Bid Rejection Criteria .............................................................................................. 37
2.39. Concessions permissible under statutes ...................................................................................... 37
2.40. Taxes ............................................................................................................................................... 37
2.41. Audit, Access and Reporting ........................................................................................................ 37
2.41.1. Audit Notice and Timings ................................................................................................. 37
2.41.2. Access ............................................................................................................................... 38
2.41.3. Audit Rights ...................................................................................................................... 38
2.41.4. Audit rights of Subcontractors, Suppliers and agents ....................................................... 38
2.41.5. Action and review ............................................................................................................. 39
2.42. Records and Information.............................................................................................................. 39
2.43. Terms of Payment ......................................................................................................................... 39
3. Selection Process for Bidders ........................................................................................ 41
3.1. Opening of Bids ............................................................................................................................. 41
3.2. Preliminary Examination of Bids ................................................................................................ 41
3.3. Clarification on Bids ..................................................................................................................... 42
3.4. Evaluation Process ........................................................................................................................ 42
3.4.1. Stage 1: Pre-Qualification ................................................................................................. 42
3.4.2. Stage 2: Technical Evaluation........................................................................................... 42
3.4.3. Stage 3: Commercial Evaluation....................................................................................... 43
3.4.4. Successful bidder evaluation ............................................................................................. 43
3.5. Pre-Qualification Bid Evaluation Criteria .................................................................................. 44
3.6. Technical Bid Evaluation Criteria ............................................................................................... 50
3.6.1. Technical Bid Evaluation Criteria..................................................................................... 50
3.6.2. Technical Demonstration of Proof of Concept during evaluation period ......................... 59
3.6.3. Key Personnel Criteria ...................................................................................................... 59
3.6.4. Manpower Deployment .................................................................................................... 63
4. Award of contract ........................................................................................................... 65
4.1. Notification of Award ................................................................................................................... 65
4.2. Signing of Contract ....................................................................................................................... 65
4.3. Performance Bank Guarantee (PBG).......................................................................................... 65
4.4. Warranty & Maintenance ............................................................................................................ 66
4.5. Failure to agree with the Terms & Conditions of the RFP ........................................................ 67

Page 3 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

5. Annexure 1 – Template for Pre-Bid Queries ................................................................ 68


6. Annexure 2 – Formats for submission of Pre-Qualification Bid ................................ 69
6.1. Pre-Qualification Bid Checklist ................................................................................................... 69
6.2. Pre-Qualification Bid Cover Letter ............................................................................................. 70
6.3. Particulars of the bidders (required for Sole/Lead Bidder and all Consortium Members) ... 72
6.4. Declaration of Non-Blacklisting ................................................................................................... 73
6.5. Declaration for Consortium Member:......................................................................................... 74
6.6. No Deviation Certificate ............................................................................................................... 75
6.7. Total Responsibility Certificate ................................................................................................... 76
6.8. Self-certificate for Project execution experience (On Bidding Entity’s Letter Head) ............. 77
7. Annexure 3 – Formats for submission of the Technical Bid ....................................... 78
7.1. General Instructions for the Technical Bid ................................................................................. 78
7.2. Technical Bid Checklist ................................................................................................................ 80
7.3. Technical Bid Covering Letter ..................................................................................................... 81
7.4. Details of the resource proposed .................................................................................................. 82
7.4.1. Summary of resource proposed......................................................................................... 82
7.4.2. Curriculum Vitae (CV) of Team Members ....................................................................... 83
7.5. Credential Summary ..................................................................................................................... 85
7.6. Bidder’s Experience- Client Citations ......................................................................................... 86
7.7. Project Plan ................................................................................................................................... 87
7.8. Manpower Plan ............................................................................................................................. 87
7.8.1. Till Go-Live Implementation ............................................................................................ 87
7.8.2. After Go-Live implementation (Operation & Maintenance) ............................................ 87
7.9. Format for sharing details of the Resources/Personnel to be deployed .................................... 89
7.10. Format for specifying Compliance to the benchmark / minimum Specifications.................... 90
7.11. Format for Authorization Letters from OEMs .......................................................................... 91
7.12. Anti-Collusion Certificate............................................................................................................. 92
7.13. Overview of Proposed Solution .................................................................................................... 93
7.14. Proposed Bill of Material .............................................................................................................. 93
7.14.1. CAPEX items .................................................................................................................... 94
7.14.2. OPEX Items .................................................................................................................... 109
8. Annexure 4 – Formats of Price Bid ............................................................................ 112
8.1. Price Bid - Format 1 .................................................................................................................... 112
8.2. Price Bid - Format 2 – Unit Rates .............................................................................................. 114
8.2.1. Price Component for CAPEX – Unit Rates .................................................................... 114
8.2.2. Price Component for OPEX – Unit Rates ....................................................................... 115
8.3. General instructions .................................................................................................................... 116
9. Annexure 5 (A) - Format for EMD ............................................................................. 117
10. Annexure 5 (B) - Format for Bank Guarantee (Advance & Performance) .............. 119
11. Annexure 6 - Non-Disclosure Agreement ................................................................... 121
12. Annexure 7 - Consortium Agreement ......................................................................... 124
13. Annexure 8 - Format for Power of Attorney to Authorize Signatory ........................ 126
14. Annexure 9 - Format for Power of Attorney for Lead bidder of Consortium ........... 127
15. Annexure 10: Format of Agreement between Bidder and their parent company /
subsidiary / Sister Concern Company (As the case may be) ............................................... 128

Page 4 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

16. Annexure 11: Format of Parent company / Subsidiary / Sister Concern Company
Guarantee (as the case may be) ............................................................................................ 130
17. Shareholding pattern of the bidding entity as per audit reports ................................ 133

Page 5 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

Disclaimer

The information contained in this Request for Proposal document (“RFP”) whether subsequently
provided to the bidders, (“Bidder/s”) verbally or in documentary form by Saharanpur Smart City
Limited (henceforth referred to as “SSCL” in this document) or any of its employees or advisors,
is provided to Bidders on the terms and conditions set out in this Tender document and any other
terms and conditions subject to which such information is provided.

This RFP is not an agreement and is not an offer or invitation to any party. The purpose of this
RFP is to provide the Bidders or any other person with information to assist the formulation of
their financial offers (“Bid”). This RFP includes statements, which reflect various assumptions and
assessments arrived at by SSCL in relation to this scope. This Tender document does not purport
to contain all the information each Bidder may require. This Tender document may not be
appropriate for all persons, and it is not possible for the Chief Executive Officer, SSCL and their
employees or advisors to consider the objectives, technical expertise and particular needs of each
Bidder. The assumptions, assessments, statements and information contained in the Bid
documents, may not be complete, accurate, adequate or correct. Each Bidder must therefore
conduct its own analysis of the information contained in this RFP and to seek its own professional
advice from appropriate sources.

Information provided in this Tender document to the Bidder is on a wide range of matters, some
of which may depend upon interpretation of law. The information given is not intended to be an
exhaustive account of statutory requirements and should not be regarded as a complete or
authoritative statement of law. SSCL accepts no responsibility for the accuracy or otherwise for
any interpretation of opinion on law expressed herein.

SSCL and their employees and advisors make no representation or warranty and shall incur no
liability to any person, including the Bidder under law, statute, rules or regulations or tort, the
principles of restitution or unjust enrichment or otherwise for any loss, cost, expense or damage
which may arise from or be incurred or suffered on account of anything contained in this RFP or
otherwise, including the accuracy, reliability or completeness of the RFP, and any assessment,
assumption, statement or information contained therein or deemed to form part of this RFP or
arising in any way in this Selection Process.

SSCL also accepts no liability of any nature whether resulting from negligence or otherwise
howsoever caused arising from reliance of any Bidder upon the statements contained in this RFP.
SSCL may in its absolute discretion, but without being under any obligation to do so, can amend
or supplement the information in this RFP.

The issue of this Tender document does not imply that SSCL is bound to select a Bidder or to
appoint the Selected Bidder (as defined hereinafter), for implementation and SSCL reserves the
right to reject all or any of the Bidders or Bids without assigning any reason whatsoever.

The Bidder shall bear all its costs associated with or relating to the preparation and submission
of its Bid including but not limited to preparation, copying, postage, delivery fees, expenses
associated with any demonstrations or presentations which may be required by SSCL or any
other costs incurred in connection with or relating to its Bid. All such costs and expenses will
remain with the Bidder and SSCL shall not be liable in any manner whatsoever for the same or
for any other costs or other expenses incurred by a Bidder in preparation for submission of the
Bid, regardless of the conduct or outcome of the Selection process.

Page 6 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

Important Dates

S. No. Activity Deadline

1 Release of RFP 01/11/2019

2 Last date of receipt of queries on RFP 11/11/2019

3 Pre-bid Meeting date 13/11/2019 11:00 AM

4 Response to Pre-bid queries 18/11/2019

5 Last date for submission of Bid 04/12/2019 04:00 PM

6 Date of opening of Technical bids 04/12/2019 04:30 PM

7 Date of opening of Commercial bids To be conveyed to the selected bidder

8 Date for PoC and Presentation To be conveyed to the selected bidder

Page 7 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

Glossary

Abbreviation Description
ABG Advance Bank Guarantee
AFCS Automatic Fare collection Software
ANPR Automatic Number Plate Recognition
SSCL Saharanpur Smart City Limited
AVLS Automatic Vehicle Location Software
BoM Bill of Material
BOQ Bill of Quantity
CA Chartered Accountant
CAPEX Capital Expenditure
CCA Controller of Certifying Authorities
CCC Command and Control Center
CCTV Closed Circuit Television
COTS Commercial Off The Shelf
CV Curriculum Vitae
DC Data Center
DR Disaster Recovery
DRC Disaster Recovery Center
DRM Disaster Recovery Management
DSC Digital Signature Certificate
EMD Earnest Deposit Money
EMS Enterprise Management System
ERP Enterprise Resource Planning
GIS Geographic Information System
GPRS General Packet Radio Service
GPS Global Positioning System
GSM Global System for Mobile Communications
GST Goods and Service Tax
HD High Definition
HDPE High Density Polyethylene
IBMS Integrated Building Management System
ICCC Integrated Command & Control Center
ICT Information and Communication Technology
IEC Information, Education and Communication
INR Indian Rupee

Page 8 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

Abbreviation Description
IP Internet Protocol
IR Infra-Red
IRC Indian Road Congress
ISP Internet Service Provider
ISO International Organization for Standardization
ITMS Intelligent Traffic Management System
KPI Key Performance Indicator
KVM Keyboard, Video display unit and Mouse unit
LAN Local Area Network
LED Light Emitting Diode
LOI Letter of Intent
LOA Letter of Award
MCR Modern Control Room
MIS Management Information System
MoU Memorandum Of Understanding
MPLS Multi-Protocol Label Switching
MSME Micro, Small and Medium Enterprises
NDA Non-Disclosure Agreement
NSP Network Service Provider
OEM Original Equipment Manufacturer
OPEX Operating Expenditure
O&M Operation and Maintenance
PAN Permanent Account Number
PIS Public Information System
PMO Project Management Office
PoC Proof of Concept / Pilot Demonstration
PTZ Pan Tilt Zoom
QCBS Quality and Cost Based Solution
RLVD Red Light Violation detection
RFID Radio-Frequency Identification
RFP Request for Proposal
ROW Right of Way
MSI Master Systems Integrator
NOC Network Operations Center
PKI Public Key Infrastructure
PoC Proof of Concept

Page 9 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

Abbreviation Description
SCADA Supervisory control and data acquisition
SLA Service Level Agreement
SMC Saharanpur Municipal Corporation
SOC Service Operations Center
SSL Secured Socket Layer
SWM Solid Waste Management
TIA Tender Inviting Authority
TPA Third Party Auditor
UAT User Acceptance Testing
UPS Uninterrupted Power Supply
VMS Video Management System
VTS Vehicle Tracking System

Page 10 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

Definitions

# Term Definition

1. Agreement/ The Agreement entered between Authority and the Master Systems
Contract Integrator including all attachments, schedules, annexure thereto and all
documents incorporated by reference therein and all amendments,
corrigendum /corrigenda, changes thereto

2. Authority The use of term Authority in the RFP means “Saharanpur Smart City
Limited” board/committee

3. Bidder The use of the term “Bidder” in the RFP means the Single Service Provider
/ firm or the Lead Member of the consortium of firms not exceeding four,
who participate in the bidding process.

4. Bid/Proposal Offer by the Bidder to fulfil the requirement of the Client/Authority under
the RFP/Contract for an agreed price. It shall be a comprehensive
technical and commercial response to the RFP

5. Breach A breach by Bidder of any of its obligations under this RFP.

6. Client Refers to Saharanpur Smart City Limited (SSCL)

7. Confidential All information including Departmental data (whether in written, oral,


Information electronic or other Format) which relates to the technical, financial and
business affairs, dealers, suppliers, products, developments, operations,
processes, data, trade secrets, design rights, know-how, plans, budgets
and personnel of each department and its affiliates which is disclosed to
or otherwise learned by the other Party in the course of or in connection
with this RFP (including without limitation such information received
during negotiations, location visits and meetings in connection with this
RFP);

8. Consortium The consortium consist of multiple members (not more than 3 parties
including the lead bidder) entering into a Consortium Agreement for a
common objective of satisfying the Authority’s requirements &
represented by Lead Member of the consortium

9. Control In relation to any business entity, the power of a person to secure


a) by means of the holding of shares or the possession of voting power
in or in relation to that or any other business entity, or
b) by virtue of any powers conferred by the articles of association or
other document regulating that or any other business entity, that the
affairs of the first mentioned business entity are conducted in
accordance with that person’s wishes and in relation to a partnership,
means the right to a share of more than one half of the assets, or of
more than one half of the income, of the partnership;

Page 11 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

# Term Definition

10. Deliverables Products, infrastructure and services agreed to be delivered by the Bidder
in pursuance of the agreement as defined more elaborately in the RFP
Implementation and the Maintenance phases and includes all documents
related to the user manual, technical manual, design, process and
operating manuals, service mechanisms, policies and guidelines (such as
security related, data migration related), inter alia payment and/or
process related etc., source code and all its modifications;

11. e- means the electronic tendering system of the Authority


procurement
Portal

12. Intellectual Intellectual property rights include patents, copyright, industrial design
Property rights, trademarks, plant variety rights, trade dress, geographical
Rights indications

13. Month The Month shall mean calendar month & Week shall mean calendar week

14. Operating Operating Cost is the cost incurred by Authority after the Go-Live of the
Cost project

15. Parties Authority and Bidder for the purposes of this RFP and “Party” shall be
interpreted accordingly.

16. Performance Unconditional guarantee provided by the Bidder from a


Bank Nationalized/Scheduled Commercial Bank in favour of the Authority for
Guarantee 10% of the Total Project Cost.

17. Project Project Implementation as per the testing standards and acceptance
Implementati criteria prescribed by Authority or its nominated agencies;
on

18. Request for Written solicitation that conveys to the Bidder, requirements for
Proposal/ RFP products/ services that the Authority intends to buy and implement
Document

19. Service Level The level of service and other performance criteria which will apply to the
Services delivered by the Bidder;

20. SLA Performance and Maintenance SLA executed as part of Master Service
Agreement; as specified in Volume III

Page 12 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

# Term Definition

21. Software Software designed, developed / customized, tested and deployed by the
Bidder for the purposes of the Project and includes the source code (in
case of Bespoke development) along with associated documentation,
which is the work product of the development efforts involved in the
Project and the improvements and enhancements effected during the
term of the Project, but does not include the third party software products
(including the COTS products used for the product), proprietary software
components and tools deployed by the Bidder;

22. Successful The bidder who is qualified & successful in the bidding process and is
Bidder given the award of Contract and will be referred to as Master Systems
Integrator (MSI)

23. Operations Operations and Maintenance services for the software, hardware and
and other IT and Non-IT infrastructure installed as part of the project after
Maintenance Phase wise Go-Live and for a period of 5 years from the date of Go-Live.

Page 13 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

1. Introduction

The Ministry of Urban Development, Government of India (GoI) has rolled out Smart City Mission
on 25 June, 2015. Saharanpur was selected among 100 cities to be developed as smart city in India
due to various achievements, initiatives and all-inclusive approach. Accordingly Saharanpur city
had submitted “Smart City Proposal” (SCP) to Ministry of Urban Development, Government of
India with required consent of Uttar Pradesh government and statutory authority of Saharanpur
Municipal Corporation.
Saharanpur has been selected to be developed into a smart city under the fourth round of the
Smart Cities Mission. The Smart City Proposal of Saharanpur includes the smart city solutions
which involve the use of technology, information and data to improve infrastructure and services
within the city of Saharanpur (The Smart Solutions Projects).
Saharanpur Smart City Limited (SSCL) now intends to select a Master System Integrator for the
Implementation of Integrated Command and Control Centre (ICCC) and other smart components
in Saharanpur.
1.1. Introduction to Saharanpur Smart City Projects
Pan-city development envisages application of selected Smart Solutions to the existing city-wide
infrastructure. Application of smart solutions will involve the use of technology, information and
data to make infrastructure and services better.
The strategic focus of technology intervention is on total city management by providing equal
opportunity and easy access to each citizen, having common & open data platform, delivering a
smart city which is environmentally clean and sustainable as well as providing a safe city to
citizens especially women and children.
Saharanpur intends to implement certain ICT solutions for rolling out smart city which would
ease citizen life in efficient and effective manner. The city will leverage the available resources
and focus on larger development amounting to large share of public investment for implementing
smart solutions. This will be achieved by maximizing reuse of existing infrastructure (ICT/non
ICT), where advisable, creating a backbone for smarter initiatives in the future and modernizing
service delivery. The overall ICT ecosystem of Saharanpur Smart City will have following
components.
As a part of the Smart City initiatives Saharanpur envisages “to improve quality of life and
leverage economies of Wooden Handicraft and Agro Industries”. Saharanpur has a strategic
focus on development of indigenous product of the city such as handicraft as well as agro
industries thereby enhancing local economic development. Goal of Saharanpur smart city is for
inclusive and sustainable city development.
In its Smart City Proposal, Saharanpur Smart City has identified major initiative toward providing
the citizen with a congestion free, safe and secure environment. The Pan City initiative will enable
authority to provide the citizen with all municipal services in an app thereby enabling pro-active
citizen participation. Apart from this there are few initiatives which are mentioned in the ABD
areas where major ICT intervention will be involved. Such components will also be part of the
deliverables under the PAN city projects. Finally, all the IT driven projects will be integrated with
ICCC.

Page 14 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

1.2. RFP Format


The objective of this RFP is to select a Master Systems Integrator (MSI) for implementation of
Integrated Command & Control Center (ICCC) and Smart Components in Saharanpur city under
the smart city initiatives of Saharanpur Smart City Limited (SSCL). The Request for Proposal
(RFP) consists of three volumes viz.
1. RFP Volume 1: Instruction to Bidders
Volume 1 details the instructions with respect to the bid process management, technical
evaluation framework, and the technical & financial forms.
2. RFP Volume 2: Scope of work
Volume 2 of the RFP provides information regarding the project components, scope of
services, functional and technical specifications, design guidelines, Project Implementation
Plan, details of the existing infrastructure and project geographical coverage.
3. RFP Volume 3: Master Service Agreement & Service Level Agreement
Volume 3 contains the contractual, legal terms & conditions and service levels applicable for
the proposed engagement.

Page 15 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

1.3. Fact Sheet


Sl. Item Description
1 Name of the Assignment Request for Proposal for Selection of Master Systems
Integrator (MSI) for Implementation of Integrated
Command & Control Center (ICCC) & Smart
Components in Saharanpur City

2 Method of Selection The method of selection is QCBS (Quality Cum Cost


based selection). The weightage given to the technical
and financial score will be 70% and 30% respectively.
The contract will be awarded to the bidder scoring
maximum marks after technical and financial
valuations as per qualifying criteria.

3 Availability of RFP Documents https://etender.up.nic.in

3 RFP date 01/11/2019

4 Tender Reference Number 1/ICCC/SAHART/288

5 Last date and time for 04/12/2019 04:00 PM


submission of Proposal
(Proposal Due Date)

6 Date, time and Venue of Pre- 13/11/2019 11:00 AM at Circuit House, Saharanpur
Bid Conference

7 Last date for receiving Pre bid 11/11/2019


queries/clarifications

8 Date, time and venue of 04/12/2019 04:30 PM at Saharanpur Smart City Ltd.
opening of Pre-qualification Office, Nagar Nigam Saharanpur, Gurudwara Road,
and technical proposals Saharanpur

9 Date, time and Venue of To be conveyed to qualified Bidders


opening of financial proposal

10 Date of PoC and Presentation To be conveyed to qualified Bidders

11 Bid Processing Fee (Non- INR 29,500 (INR Twenty nine thousand five hundred
refundable) only) inclusive of taxes payable online only

12 Bid Security / EMD INR 2,00,00,000 (INR Two Crores)


(Refundable)

13 Performance Bank Guarantee 10% of the total contract value

14 For any enquiries and Alok Srivastava


clarifications, please contact: Nodal Officer, Saharanpur Smart City Ltd.,
Saharanpur Nagar Nigam
Gurudwara Road, Saharanpur
Mobile: 8477008010

Page 16 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

Email: smartcitysaharanpur@gmail.com
15 Validity of the Proposal Bidder proposals shall remain valid for a period of 180
days from last date of submission of Bid.

16 Currency Currency in which the Bidders may quote the price and
will receive payment is Indian Rupees only.

17 Bank Account Details Bank Name: Punjab National Bank


Acc. Holder Name: Saharanpur Smart City Limited
Acc. No.: 0294001100000827
IFSC Code: PUNB0047800

Important Note: Proposals/Bids submitted without Bid processing fee and Bid Security shall
summarily be rejected.

Page 17 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

2. Instructions to the Bidder

2.1. Instructions for Online Bid submission


1. Instructions to the Bidders to submit the bids online through the Central Public
Procurement Portal for e Procurement at https://etender.up.nic.in.
2. Possession of valid Digital Signature Certificate (DSC) and enrollment/registration of the
contractors/bidders on the e-Procurement/e-tender portal are prerequisite for e-
tendering.
3. Bidder should register for the enrollment in the e-Procurement site using the “Online
Bidder Enrollment” option available on the home page. Portal enrollment is generally free
of charge. During enrollment/registration, the bidders should provide only valid and true
information including valid email id. All the correspondence shall be made directly with the
contractors/bidders through email id as registered.
4. Bidder need to login to the site through their user ID/ password chosen during
enrollment/registration.
5. Then the Digital Signature Certificate (Class II or Class III Certificates with signing key
usage) issued by SIFY/TCS/nCode/eMudra or any other Certifying Authority recognized by
Controller of Certifying Authorities (CCA) India on eToken/Smart Card, should be
registered.
6. The registered DSC only should be used by the bidder in the transactions and should ensure
safety of the same.
7. Contractor/Bidder may go through the tenders published on the site and download the
tender documents/schedules for the tenders.
8. After downloading / getting the tender document/schedules, the Bidder should go through
them carefully and then submit the documents as required, otherwise bid will be rejected.
9. Any clarifications may be sought online through the tender site, through the contact details
or during pre-bid meeting if any. Bidder should take into account the corrigendum if any
published before submitting the bids online.
10. Bidder may log in to the site through the secured login by the user id/ password chosen
during enrolment/registration and then by submitting the password of the e-
Token/Smartcard to access DSC.
11. Bidder may select the tender in which he/she is interested in by using the search option
and then move it to the ‘my tenders’ folder.
a. From my tender folder, he may select the tender to view all the details uploaded there.
b. It shall be deemed that the bidder has read and understood all the terms and conditions
before submitting the offer. Bidder should go through the tender schedules carefully
and upload the documents as asked; otherwise, the incomplete bid shall stand rejected.
c. Bidder, in advance, should get ready the bid documents to be submitted as indicated in
the tender document/schedule and ordinarily it shall be in PDF/xls/rar/jpg/dwf
formats. If there is more than one document, all may be clubbed together and provided
in the requested format. Bidders Bid documents may be scanned with 100 dpi with

Page 18 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

black and white option. It is advisable that each document to be uploaded through
online for the tenders should be less than 2 MB. If any document is more than 2MB, it
can be reduced through zip/rar and the same if permitted may be uploaded. The file
size being less than 1 MB the transaction uploading time will be very fast.
d. The Bidders can update well in advance, the documents such as certificates, annual
report details etc., under “My Space option” and these can be selected as per tender
requirements and then send along with bid documents during bid submission. This will
facilitate the bid submission process faster by reducing upload time of bids.
e. Bidder should submit the Tender Fee/ EMD as specified in the tender. The hard copy
should be submitted in sealed envelope strictly in person/RPAD/Postal Speed Post
addressing to the Tender Inviting Authority, within bid submission due date and time
as indicated in the tender. Scanned copy of the instrument should be uploaded as part
of the offer.
f. While submitting the bids online, the bidder shall read the terms & conditions and may
accept the same to proceed further to submit the bid packets.
g. The bidder has to select the payment option as offline to pay the Tender FEE/ EMD as
applicable and enter details of the instruments.
h. The details of the DD/any other accepted instrument, physically delivered, should tally
with the details available in the scanned copy and the data entered during bid
submission time, otherwise submitted bid shall not be acceptable or liable for rejection.
i. The bidder has to digitally sign and upload the required bid documents one by one as
indicated. Very act of using DSC for downloading the bids and uploading their offers
shall be deemed to be a confirmation that they have read, understood and agreed with
all clauses of the bid document including General conditions of contract without any
exception.
j. The bidder has to upload the relevant files required as indicated in the cover content.
In case of any irrelevant files, the bid may be rejected.
k. If the price bid format is provided in a spread sheet file like BoQ_XXXX.xls, the rates
offered should be entered in the allotted space only and uploaded after filling the
relevant columns. The Priced-bid/BOQ template shall not be modified / replaced by the
bidder; else the bid submitted is liable to be rejected for the tender.
l. The bidders are advised to submit the bids through online e-tendering system to the
Tender Inviting Authority (TIA) well before the bid submission due date and time (as
per Server System Clock). The TIA shall not be held responsible for any delay or the
difficulties faced during the submission of bids online by the bidders.
m. After the bid submission (i.e. after Clicking “Freeze Bid Submission” in the portal), the
acknowledgement number indicated by the system should be printed by the bidder and
kept as a record of evidence for online submission of bid for the particular tender and
also be used as entry pass to participate in the bid opening.
n. The time settings fixed in the server side and displayed at the top of the tender site, shall
remain valid for all actions of requesting, bid submission, bid opening etc., in the e-
Tender system. The bidders should follow such time during bid submission.

Page 19 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

o. All the data being entered by the bidders would be encrypted using Public Key
Infrastructure (PKI) encryption techniques to ensure the secrecy of the data. The data
entered is not retrievable by unauthorized persons during the bid submission and until
the time of bid opening by any person.
p. Any bid document that is uploaded to the server is subjected to symmetric encryption
using a system generated symmetric key. Further this key is subjected to asymmetric
encryption using buyers/bid openers’ public keys. Overall, the uploaded tender
documents become readable only after the tender opening by the authorized bid
openers.
q. The confidentiality of the bids is maintained with the use of Secured Socket Layer (SSL)
128 bit encryption technology. Data storage encryption of sensitive fields is done.
r. The bidder should logout of the tendering system using the normal logout option
available at the top right hand corner and not by selecting the (X) exit option in the
browser.
s. For any queries regarding e-Tendering process, the bidders may contact at address as
provided in the tender document. For any further queries, the bidders are advised to
send a mail mentioned in the Fact Sheet.
2.2. General
1. While every effort has been made to provide comprehensive and accurate background
information, requirements and envisaged solution(s) specifications, Bidders must form
their own conclusions about the solution(s) needed to meet the Authority’s requirements.
Bidders and recipients of this RFP may wish to consult their own legal advisers in relation
to this RFP.
2. All information supplied by Bidders as part of their bids in response to this RFP, may be
treated as contractually binding on the Bidders, on successful award of the project by the
Authority on the basis of this RFP.
3. No commitment of any kind, contractual or otherwise shall exist unless and until a formal
written contract has been executed by or on behalf of Authority. Any notification of
preferred bidder status by Authority shall not give rise to any enforceable rights by the
Bidder. Authority may cancel this public procurement at any time prior to a formal written
contract being executed by or on behalf of Authority.
4. Bids shall be received by the Authority on the e-Procurement portal
https://etender.up.nic.in before the time and date specified in the schedule of the tender
notice. In the event of the specified date for the submission of tender being declared a public
holiday by the Government of Uttar Pradesh, the offers will be received up to the appointed
time on the next working day. The Authority may at its discretion, extend this deadline for
submission of offers by issuing corrigendum and uploading the same on e-Procurement
portal.
5. Telex, cable or facsimile offers will be rejected.
2.3. Eligible Bidders
Bids may be submitted by either of the following categories of bidders only:

Page 20 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

The Bidder can be either a Single Master Systems Integrator (MSI) or a Consortium of companies/
corporations as described below.
Sole Bidder  Must be a System Integrator company which has the capabilities to
deliver the entire scope as mentioned in the RFP
 Cannot bid as part of any other consortium bid under this RFP
 Should be registered under the Companies Act 1956 in India
 Should be in operation in India for a period of at least 7 years as on
publication of bid
Consortium #  Maximum of 4 companies are allowed in a consortium including Lead
Bidder
 All the member should be registered in India under Companies Act
1956/2013
 Should be in operation in India for a period of at least 3 years as on
publication of bid
 The Lead bidder shall be jointly and severally responsible for
complete scope including meeting the SLAs, whereas consortium
partners shall be severally responsible only for its respective scope.

 # In case of consortium, the list of participants need to be declared


 Consortium members cannot be changed during the project period.
 Any of the Lead Bidders/ non lead bidders cannot be a Consortium Member with any other
bid.
 It is the responsibility of the lead Bidder to ensure that all the other Consortium Members
in the bid are compliant to all the clauses as mentioned in the bid, failing which bid can be
disqualified.

The Lead Bidder shall be authorized by the consortium members for


1. The management of all Consortium members
2. The Lead Bidder would have the sole responsibility of ensuring the delivery of products and
services mentioned in all volumes of this RFP. The Lead Bidder would also be responsible
for ensuring the successful execution of integrated solution including meeting the SLAs. The
list of Consortium Members needs to be declared in the bid which cannot be changed by the
bidder later on. Any change in the consortium partner will need to be approved by
Authority.
3. To incur liabilities and receive instructions for and on behalf of any and all consortium
members.
4. Entire execution of the Contract, receipt of payments etc. on behalf of consortium
5. Ensuring that all the bid compliance are met by the consortium members (mentioned in the
bid, failing which bid can be disqualified)
6. The supply, delivery and installation of all products and services in their bid and as part of
the contract

Page 21 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

7. Responsible for the functioning of the proposed solution in totality to meet the Authority
requirements outlined in the RFP
Consortium Conditions
1. The number of consortium members cannot exceed four, including the Lead Bidder
2. The entity submitting the Bid as a Lead Bidder cannot be a Consortium partner of any other
Bidder
3. The Consortium partners cannot be Sole Bidder/Lead Bidder/Consortium Partner with
another Bidder in a separate Bid submitted against this RFP.
4. The Sole Bidder cannot be a Lead Bidder or Consortium partner of any other Bidder
5. The OEM’s participating as Consortium partner in one bid cannot participate as OEM in
another bid
6. Consortium members must provide a Memorandum of Understanding (MoU) as per
Annexure – 7, covering above points and showing their intention to enter into such an
Agreement at the time of bidding along with Pre-Qualification Bid.
Bidders should include Micro, Small and Medium Enterprises (MSMEs) in the delivery of the
project.
2.4. Compliant Bids/Completeness of Response
1. Bidders are advised to study all instructions, forms, terms, requirements and other
information in the RFP documents carefully. Submission of the bid shall be deemed to have
been done after careful study and examination of the RFP document with full understanding
of its implications.
2. Failure to comply with the requirements of this RFP may render the bid non-compliant and
the Bid may be rejected. Bidders must:
a. Include all documentation specified in this RFP, in the bid
b. Follow the format of this RFP while developing the bid and respond to each element in
the order as set out in this RFP
c. Comply with all requirements as set out within this RFP
2.5. Bidder to Inform
The Bidder shall be deemed to have carefully examined the Terms & Conditions, Scope, Service
Levels, Specifications, and Schedules of this RFP. If bidder has any doubts/clarifications as to the
meaning of any portion of the Conditions or the specifications, he shall, before the last date and
time for Submission of Pre-Bid Queries, and submit them to Authority in writing in order that
such doubt may be removed or clarifications are provided.
2.6. Bid Preparation costs
The Bidder shall bear all costs associated with the preparation and submission of its bid.
2.7. Pre-Bid Meetings & Clarifications
2.7.1. Bidders Queries
Any clarification regarding the RFP document and any other item related to this project can be
submitted to Authority as per the submission mode and timelines mentioned in the Fact Sheet.
Page 22 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

The pre-bid queries should be submitted through e-mail in the editable excel sheet format only
(Annexure 1), along with covering letter specifying name and details of the organization
submitting the queries. No query will be accepted after the last date of receiving queries.
Authority shall not be responsible for ensuring that the bidders’ queries have been received by
them. Any requests for clarifications post the indicated date and time shall not be entertained by
Authority.
2.7.2. Responses to Pre-Bid Queries and Issue of Corrigendum
Authority will organize a pre-bid conference and will respond to any request for clarification or
modification of the bidding documents. Authority shall formally respond to the pre-bid queries
after the pre-bid conference. No further clarifications shall be entertained after the date and time
of submission of queries.
Pre-bid meeting will be held on the date and venue indicated in Section 1.3 of the RFP Volume 1.
Authority shall endeavor to provide timely response to all queries. However, Authority makes no
representation or warranty as to the completeness or accuracy of any response made in good
faith. Authority does not undertake to answer all the queries that have been posed by the bidders.
Any modifications of the RFP Documents, which may become necessary as a result of the Pre-Bid
Conference, shall be made by Authority exclusively through a corrigendum. Any such
corrigendum shall be deemed to be incorporated into this RFP. However, in case of any such
amendment, the bid submission date may be extended at the discretion of Authority.
Any corrigendum/notification issued by Authority, subsequent to issue of RFP, shall only be
available/hosted on the web portals mentioned in the fact sheet. Any such corrigendum shall be
deemed to be incorporated into this RFP.
2.8. RFP Document Fee
1. RFP can be downloaded from the web portals mentioned in the fact sheet.
2. Tender Processing Fee as indicated in the fact sheet. The tender fee shall be non-refundable.
3. Without the payment of tender fee the bids will be taken as incomplete and non-responsive
and shall be rejected.
2.9. Earnest Money Deposit (EMD)
1. The Bid shall contain EMD as mentioned in the Section 1.3 of the RFP Volume 1 in the form
of Bank Guarantee (Annexure 5(A)). The EMD shall be from a Nationalized Bank/ Scheduled
bank payable on demand at any of the bank branch at the Saharanpur. No exemption for
submitting the EMD will be given to any agency. EMD/Bid security in any other form will
not be entertained. The EMD shall be valid as per the validity of bid and extendable upon
request by the Authority, from the date of last date of submission of bid. The Bidders shall
upload the scanned copy of Bank Guarantee in the e-portal along with the Technical Bid
documents. However, the original Bank Guarantee shall be submitted by the Bidder to the
Authority on or before the time & date fixed for opening of the Technical Bids. Failure to do
so, the Bid will be treated as non-responsive and will be rejected.
2. For Unsuccessful Bidders: The Bid Security of all Unsuccessful Bidders would be returned
without interest, after submission of Performance Bank Guarantee / Additional bank
guarantee by the Successful Bidder.

Page 23 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

3. For Successful bidders: The Bid Security of the Successful Bidder would be returned without
interest upon submission of Performance Bank Guarantee / additional bank guarantee by
the Successful Bidder.
4. The Bidder shall be disqualified from the evaluation process if the prescribed EMD is not
submitted (scanned copy as well as the original BG) along with the bid.
5. The Bid Security may be forfeited in any of the following circumstances:
 If a Bidder withdraws its bid during the period of bid validity; or
 In the case of a successful Bidder, if s/he fails to submit the Performance Bank
Guarantee and/or sign the Contract in accordance with this RFP
2.10. Bid Validity Period
Bid shall remain valid for the time period mentioned in the Fact Sheet.
On completion of the validity period, unless the Bidder withdraws his bid in writing, it will be
deemed to be valid until such time that the Bidder formally (in writing) withdraws his bid.
The two bids system shall be followed. Technical and Commercial Offers shall be uploaded
separately through the e - Procurement portal.
2.11. Contents of Bid
Document Set Name of Document Content
One RFP Document fee & a. RFP Document Fee receipt
Earnest Money Deposit b. Earnest Money Deposit (EMD) receipt
Two Pre-Qualification Bid a. Pre-Qualification bid as per Section
3.5 and Section 6 (Annexure 2) along
with the required supporting
documents.
b. No Deviation Certificate as per
Section 6.6
c. Total Responsibility as per section 6.7
d. Declaration as per Section 6.5
Three Technical bid a. Technical Bid as per section 3.6 and
Section 7 (Annexure 3) : Formats for
submission of the Technical Bid along
with the required supporting
documents
b. Response to Functional Requirement
Specification (FRS) and Technical
Requirement Specifications(TRS)
c. Proof of Concept and Presentation to
the Authority/ Committee appointed
by the Authority
Four Commercial Bid Commercial Bid

 Please note that prices should NOT be indicated in the Technical Bid but should only be
indicated in the Commercial Bid.
 All the pages of the bid must be sequentially numbered. The bid documents must contain in
the beginning of the document, a list of contents with page numbers. Any deficiency in the
documentation may result in the rejection of the Bid.

Page 24 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

 The original bid shall be prepared in indelible ink. It shall contain no interlineations or
overwriting, except as necessary to correct errors made by the Bidder itself. Any such
corrections must be initialed by the person (or persons) who sign(s) the bids.
 All pages of the bid shall be initialed and stamped by the person (or persons) who sign the
bid.
 Failure to submit the bid before the submission deadline specified in the Fact Sheet would
cause a bid to be rejected.
 Authority will not accept delivery of bid by fax, e-mail or in person and shall only be through
web sites as mentioned in the Fact Sheet.
2.12. Bid Formats
Bidder shall prepare compliance documents against each of the serial numbers of the Pre-
Qualification Bid format given below in pdf format as per the nomenclature given in the column
“Doc Ref” and these PDF documents shall be uploaded in the web portal as part of Pre-
Qualification Bid
2.12.1. Pre-Qualification Bid Format

S. No. Description Documents/Format Doc Ref

1. Pre-Qualification Checklist As per format mentioned in Section QP_1


6.1 of Annexure 2
2. Pre-Qualification Bid Covering As per format mentioned in Section QP_2
Letter 6.2 of Annexure 2
3. Particulars of the bidders As per format mentioned in Section QP_3
6.3 of Annexure 2
4. Power of attorney / board As per format mentioned in QP_4
resolution to the Annexure 8
authorized Signatory of the Bid
5. Consortium agreement (if As per format mentioned in Section QP_5
applicable) 6.5 of Annexure 2
6. EMD of amount as per the Fact As per format mentioned in QP_6
Sheet Annexure 5 (A)
7. Bid processing fee (Non- As per the Fact Sheet QP_7
refundable)
8. Project Experience As per criteria mentioned in QP_8
section 3.5 and format mentioned
in Section 7.8 as applicable
9. PAN documents Copy of PAN documents QP_9
10. GST registration Copy of GST registration QP_10

11. No Deviation Certificate As per format mentioned in Section QP_11


6.6 of Annexure 2
12. Total Responsibility Certificate As per format mentioned in Section QP_12
6.7 of Annexure 2

Page 25 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

2.12.2. Technical Bid Format


Bidder shall prepare compliance documents against each of the serial numbers of the Technical
Bid format given below in pdf format as per the nomenclature given in the column “Doc Ref” and
these pdf documents shall be uploaded in the e-procurement portal as part of Technical Bid

S. No. Checklist Item Format Doc ref

1. Technical Bid Checklist As per format mentioned in Section TB_1


7.2 of Annexure 3
2. Technical Bid Covering Letter As per format mentioned in Section TB_2
7.3 of Annexure 3
3. Proposed CVs As per format mentioned in Section TB_3
7.4 of Annexure 3
4. Credential summary As per format mentioned in Section TB_4
7.5 of Annexure 3
5. Bidder’s Experience As per the criteria mentioned in TB_5
section 3.6 and format mentioned in
section 7.6 of Annexure 3
6. Project plan and manpower As per format mentioned in Section TB_6
plan 7.7, 7.8 & 7.9 of Annexure 3
7. Compliance to benchmark/ As per format mentioned in Section TB_7
minimum specifications 7.10 of Annexure 3
8. Manufacturers'/Producers’ As per format mentioned in Section TB_8
Authorization Form 7.11 of Annexure 3
9. Anti-Collusion certificate As per format mentioned in Section TB_9
7.12 of Annexure 3
10. Detailed proposed solution As per format mentioned in Section TB_10
7.13 of Annexure 3
11. Proposed Bill of Material As per format mentioned in Section TB_11
7.14
12. Non-disclosure agreement As per format mentioned in Section TB_12
Annexure 6

2.12.3. Price Bid Format


The Bidder must submit the Price Bid is the formats specified in Section 8 of Annexure 4

S. No. Parameter Format


1. Total Price Summary As per format mentioned in Section 8.1
2. Price component for CAPEX As per format mentioned in Section 8.2.2
3. Price component for OPEX As per format mentioned in Section 8.2.3

2.13. Language of the Bid


The bids prepared by the Bidder and all subsequent correspondence and documents relating to
the bids exchanged by the Bidder and client shall be written in English language. Any printed
literature furnished by the Bidder, written in another language, shall be accompanied by an
accurate English translation, in which case, for purposes of interpretation of the Bid, the English
translation shall govern.

Page 26 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

2.14. Hand written documents, Erasures or Alterations


The offers containing erasures or alterations will not be considered. There should be no hand-
written material, corrections or alterations in the offer. Filling up of the information using terms
such as “OK”, “noted”, “as given in brochure/manual” is not acceptable and may lead to the
disqualification of the Bid.
2.15. Submission of Bid
Bidders mandatorily need to submit Scanned copy of RFP Fees, EMD, PQ response, Technical
Response & Commercial Response through e-Procurement Portal only within the date & time
mentioned in the Fact Sheet of this RFP.
2.16. Authentication of Bids
Bid should be accompanied by an authorization in the name of the signatory (or signatories) of
the Bid. The authorization shall be in the form of a written power of attorney accompanying the
Bid or in any other form demonstrating that the representative has been duly authorized to sign
as indicated in Annexure 8 & 9.
2.17. Amendment of the RFP Document
At any time prior to the submission of bids, Authority for any reason whatsoever, may, modify
any element of the RFP Document by issuing a corrigendum. For the sake of interpretation, the
content of any corrigenda issued by the Authority shall be read as a part of the original RFP
Document. In each instance in which provisions of the Corrigenda contradict or are inconsistent/
inapplicable with the provisions of the RFP, the provisions of the Corrigenda shall prevail and
govern, and the contradicted or inconsistent/inapplicable provisions of the RFP shall be deemed
amended accordingly.
The Authority may in its sole discretion consider extension of deadlines for submission of the
bids, in order to allow prospective bidders reasonable time to take the amendment into account
while preparing their bids. All the communications with regards to the clarifications /
corrigendum shall be uploaded in the website of client and on e-procurement website.
It shall be the responsibility of the prospective bidder(s) to check the Authority’s website and e-
procurement portal from time to time for any amendment in the RFP document. In case of failure
to get the amendments, if any, Authority shall not be responsible.
2.18. Bid Prices
The Bidder shall indicate in the proforma prescribed, the unit rates and total Bid Prices for the
product and services, it proposes to provide under this RFP. Prices should be shown separately
for each item as detailed in this document.
The Bidder shall prepare the Bid based on details provided in the RFP document. It must be
clearly understood that the Scope of Work is intended to give the Bidder an idea about the order
and magnitude of the work and is not in any way exhaustive and guaranteed by the Authority.
The Bidder shall carry out all the tasks in accordance with the requirement of the RFP document
& with due diligence. It shall be the responsibility of the Bidder to fully meet all the requirements
and objectives of the RFP. If during the course of execution of the project any minor revisions to
the work requirements like technical specifications, equipment sizing, etc. are to be made to meet
the goals of the Project; such changes shall be carried out within the proposed price. If any

Page 27 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

deviation has a major impact on the Project Cost, the Authority shall take appropriate decision
and such decisions would be binding on the Bidder.
2.19. Firm Prices
Prices quoted in the Bid must be firm and shall not be subject to any modifications, on any account
whatsoever. The Bid Prices shall be indicated in Indian Rupees (INR) only.
The Price Bid should clearly indicate the price quoted without any ambiguity whatsoever and
should include all applicable taxes, duties, fees, levies, and other charges as may be applicable in
relation to the activities proposed to be carried out. Should there be a change in applicable taxes,
the actual taxes on the date of billing would prevail.
Prices in any form or by any reason before opening the Price Bid should not be revealed, failing
which the offer shall be liable for rejection. If price change is inevitable due to any factor external
to the bidders, the bidders may be given chance to submit revised Bids in a separate sealed cover.
Decisions of the Authority shall be final in this regard.
2.20. Inspection of Site and sufficiency of RFP
Bidder is expected to work out their own rates based on the detailed description of scope of work,
the specifications, SLA conditions, etc. and should judiciously arrive at the bidding price. The
Bidder shall be deemed to have satisfied itself before Bid submission as to correctness and
sufficiency of its bid. The rates quoted by bidder shall cover all its obligations under the RFP
necessary for proper execution of the project including O&M.
If necessary, before submitting its Bid the Bidder should inspect and examine various sites and
its surroundings and shall satisfy itself about form and nature of the Sites (including camera
locations), means of access to the Sites, and in general, obtain all necessary information which
may influence or affect Project implementation and operationalization. No extra charges
consequent on any misunderstanding or otherwise shall be allowed.
2.21. Deviations and Exclusions
Bids shall be submitted strictly in accordance with the requirements and terms & conditions of
the RFP. The Bidder shall submit a No Deviation Certificate as per the format mentioned in Section
6.6. The bids with deviation(s) are liable for rejection.
2.22. Total Responsibility
Bidder should issue a statement undertaking total responsibility for the defect free operation of
the proposed solution as per the format mentioned in Section 6.7.
2.23. Late Bids
Late submission will not be entertained and will not be permitted.
The bids submitted by telex/print out/telegram/fax/e-mail etc. shall not be considered. No
correspondence will be entertained on this matter.
Authorities shall not be responsible for any non-receipts/non-delivery of the documents due to
technical snag whatsoever at Bidder’s end. No further correspondence on the subject will be
entertained.
Authority reserves the right to modify and amend any of the above-stipulated
condition/criterion.

Page 28 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

2.24. Right to Terminate the Process


Authority may terminate the RFP process at any time and without assigning any reason. Authority
makes no commitments, express or implied, that this process will result in a business transaction
with anyone. This RFP does not constitute an offer by Authority.
2.25. Non-Conforming bids
A bid may be construed as a non-conforming bids and ineligible for consideration:
a. If it does not comply with the requirements of this RFP.
b. If a bid does not follow the format requested in this RFP or does not appear to address the
particular requirements of the solution.
2.26. Acceptance/Rejection of Bids
a. Authority reserves the right to reject in full or part, any or all bids without assigning any
reason thereof. Authority reserves the right to assess the Bidder’s capabilities and capacity.
The decision of Authority shall be final and binding.
b. Bid should be free of over writing. All erasures, correction or addition must be clearly
written both in words and figures and attested.
In the event of any assumptions, presumptions, key points of discussion, recommendation or any
points of similar nature submitted along with the Bid, Authority reserves the right to reject the
Bid and forfeit the EMD.
2.27. Confidentiality
All the material/information shared with the Bidder during the course of this procurement
process as well as the subsequent resulting engagement following this process with the successful
bidder, shall be treated as confidential and should not be disclosed in any manner to any
unauthorized person under any circumstances. The employees of the successful Lead bidder and
Consortium members who are proposed to be deployed on the project need to furnish a Non-
Disclosure Agreement (NDA) as per Annexure 6.
2.28. Disqualification
The bid is liable to be disqualified in the following cases or in case bidder fails to meet the bidding
requirements as indicated in this RFP:
a. During validity of the bid, or its extended period, if any, the bidder changes its quoted prices.
b. The bidder’s bid is conditional and has deviations from the terms and conditions of RFP.
c. Bid is received in incomplete form.
d. Bid is not accompanied by all the requisite documents.
e. Information submitted in technical bid is found to be misrepresented, incorrect or false,
accidentally, unwittingly or otherwise, at any time during the processing of the contract (no
matter at what stage) or during the tenure of the contract including the extension period if
any.
f. Financial bid is enclosed with the same document as technical bid.
g. Bidder tries to influence the bid evaluation process by unlawful/corrupt/fraudulent means
at any point of time during the bid process

Page 29 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

h. In case any one party / same consortium submits multiple bids or if common interests are
found in two or more Bidders, the bidders are likely to be disqualified, unless additional
bids/bidders are withdrawn upon notice immediately.
i. Bids without EMD will be disqualified
2.29. Key Personnel
Authority has identified certain key positions and minimum qualifications for each of the
positions that should be part of project team of the bidder (hereby referred to as “key personnel”).
Details of these key positions are provided in Section 3.6.3
2.29.1. Initial Composition; Full Time Obligation; Continuity of Personnel
Bidder shall ensure that each member of the Key Personnel devotes substantial working time as
per the staffing schedule/ manpower plan to perform the services to which that person has been
assigned as per the bid.
Bidder shall not make any changes to the composition of the Key Personnel and not require or
request any member of the Key Personnel to cease or reduce his or her involvement in the
provision of the Services during the defined term of the engagement unless that person resigns,
is terminated for cause, is long-term disabled, is on permitted mandatory leave under Applicable
Law or retires.
In any such case, the Authority's prior written consent would be mandatory.
2.29.2. Evaluations
Bidder shall carry out an evaluation of the performance of each member of the Key Personnel in
connection with the Services at least once in each Contract Year. Bidder shall provide reasonable
written notice to Authority of the date of each evaluation of each member of the Key Personnel.
Authority shall be entitled to provide inputs to the bidder for each such evaluation. Bidder shall
promptly provide the results of each evaluation to Authority, subject to Applicable Law.
2.29.3. Replacements
In case any proposed resource resigns, then the Bidder has to inform Authority within one week
of such resignation.
Bidder shall promptly initiate a search for a replacement to ensure that the role of any member
of the Key Personnel is not vacant at any point in time during the contract period, subject to
reasonable extensions requested by Bidder to Authority.
Before assigning any replacement member of the Key Personnel to the provision of the Services,
Bidder shall provide Authority with:
a) A resume, curriculum vitae and any other information about the candidate that is
reasonably requested by Authority; and
b) An opportunity to interview the candidate.
The bidder has to provide replacement resource of equal or better qualification and experience
as per the requirements of this RFP
If Authority objects to the appointment, Bidder shall not assign the individual to that position and
shall seek an alternative candidate in accordance with the resource requirements of this RFP.

Page 30 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

The bidder needs to ensure at least 4 weeks of overlap period in such replacements. Authority
will not be responsible for any knowledge transition to the replacement resource and any
impact/escalation of cost incurred by the bidder due to resource replacement.
2.29.4. High Attrition
If in the first 6 month period from the Contract Effective Date and in any rolling 12 months period
during the Term of contract, 15 percent or more of the members of the Key Personnel cease or
reduce their involvement in the Services for any reason other than with Authority’s prior written
consent, Bidder shall:
a. provide Authority with a reasonably detailed explanation as to the reasons for such change,
including, where applicable and permitted, notes from any exit interviews conducted by
Bidder with any departing member of the Key Personnel; and
b. if such change to Key Personnel has or is likely to have any material adverse impact on the
provision of the Services or any substantial part thereof, undertake, at its own costs, such
remediation acts as are reasonably necessary in order to improve the retention of the Key
Personnel including making reasonable changes to the human resources policies and
procedures applicable to the Key Personnel (including those related to compensation,
benefits and other conditions so that they are competitive with the market) as may be
necessary to ensure that such policies and procedures comply with Good Industry Practice.
2.30. Fraud and Corrupt Practices
a. The Bidders and their respective officers, employees, agents and advisers shall observe the
highest standard of ethics during the Selection Process. Notwithstanding anything to the
contrary contained in this RFP, Authority shall reject a Bid without being liable in any
manner whatsoever to the Bidder, if it determines that the Bidder has, directly or indirectly
or through an agent, engaged in corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice (collectively the “Prohibited Practices”) in the
Selection Process. In such an event, Authority shall, without prejudice to its any other rights
or remedies, forfeit and appropriate the EMD or PBG, as the case may be, as mutually agreed
genuine pre-estimated compensation and damages payable to Authority for, inter alia, time,
cost and effort of Authority, in regard to the RFP, including consideration and evaluation of
such Bidder’s Bid.
b. Without prejudice to the rights of Authority under Clause above and the rights and remedies
which Authority may have under the LOI or the Agreement, if a Bidder is found by Authority
to have directly or indirectly or through an agent, engaged or indulged in any corrupt
practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice
during the Selection Process, or after the issue of the LOI or the execution of the Agreement,
such Bidder shall not be eligible to participate in any tender or RFP issued by Authority
during a period of 3 years from the date such Bidder is found by Authority to have directly
or through an agent, engaged or indulged in any Prohibited Practices.
c. For the purposes of this Section, the following terms shall have the meaning hereinafter
respectively assigned to them:
i. “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence the action of any person connected with
the Selection Process (for avoidance of doubt, offering of employment to or employing

Page 31 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

or engaging in any manner whatsoever, directly or indirectly, any official of Authority


who is or has been associated in any manner, directly or indirectly with the Selection
Process or the LOI or has dealt with matters concerning the Agreement or arising
there from, before or after the execution thereof, at any time prior to the expiry of one
year from the date such official resigns or retires from or otherwise ceases to be in
the service of Authority, shall be deemed to constitute influencing the actions of a
person connected with the Selection Process); or (ii) save as provided herein,
engaging in any manner whatsoever, whether during the Selection Process or after
the issue of the LOA or after the execution of the Agreement, as the case may be, any
person in respect of any matter relating to the Project or the Award or the Agreement,
who at any time has been or is a legal, financial or technical consultant/adviser of
Authority in relation to any matter concerning the Project;
ii. “fraudulent practice” means a misrepresentation or omission of facts or disclosure of
incomplete facts, in order to influence the Selection Process;
iii. “coercive practice” means impairing or harming or threatening to impair or harm,
directly or indirectly, any persons or property to influence any person’s participation
or action in the Selection Process;
iv. “undesirable practice” means (i) establishing contact with any person connected with
or employed or engaged by Authority with the objective of canvassing, lobbying or in
any manner influencing or attempting to influence the Selection Process; or (ii) having
a Conflict of Interest; and
v. “Restrictive practice” means forming a cartel or arriving at any understanding or
arrangement among Bidders with the objective of restricting or manipulating a full
and fair competition in the Selection Process.
2.31. Conflict of Interest
a. A bidder shall not have a conflict of interest that may affect the Selection Process or the
Solution delivery (the “Conflict of Interest”). Any Bidder found to have a Conflict of Interest
shall be disqualified. In the event of disqualification, Authority shall forfeit and appropriate
the EMD, if available, as mutually agreed genuine pre-estimated compensation and damages
payable to Authority for, inter alia, the time, cost and effort of Authority including
consideration of such Bidder’s Bid, without prejudice to any other right or remedy that may
be available to Authority hereunder or otherwise.
b. Authority requires that the bidder provides solutions which at all times hold Authority’s
interests paramount, avoid conflicts with other assignments or its own interests, and act
without any consideration for future work. The bidder shall not accept or engage in any
assignment that would be in conflict with its prior or current obligations to other clients, or
that may place it in a position of not being able to carry out the assignment in the best
interests of Authority.
c. Uttar Pradesh government expects Bidders to provide professional, objective, and impartial
advice and at all times hold the Client’s interests paramount, without any consideration for
future work, and strictly avoid conflicts with other assignments or their own corporate
interests. Bidders shall not be hired for any assignment that would be in conflict with their
prior or current obligations to other clients, or that may place them in a position of not being
able to carry out the assignment in the best interest of the Client.
Page 32 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

d. Bidders or any of their affiliates / key personnel shall not be hired for any assignment
which, by its nature, may be in conflict with another assignment of the bidder.
2.32. Sub-Contracting
Sub-contracting shall be allowed only to non-IT infrastructure works like;
i. Field Surveys required for the projects in scope
ii. Passive Networking & Civil Work during implementation,
iii. FMS staff for non- IT support during post-implementation
However, even if the work is sub-contracted, the sole responsibility of the work shall lie with the
Lead Bidder or sole bidder. The lead bidder or sole bidder shall be held responsible for any
delay/error/non-compliance etc. of its sub-contracted vendor. The details of the sub-contracting
agreements (if any) between both the parties would be required to be submitted to Authority.
2.33. Inclusion of MSMEs in Project Delivery
Bidders should include Micro, Small and Medium Enterprises (MSMEs) in the delivery of the
project. Bidders should earmark a minimum of 20 % of the total contract for procuring goods and
services from MSMEs. Activities that can be sub-contracted to MSME/MSE partners are restricted
to those defined under Sub-Contracting Clause 2,32.
2.34. Eligible Goods and Services, and OEM Criteria:
1. For purposes of this Clause, the term “goods” includes commodities, raw material,
machinery, equipment, and industrial plants; and “related services” includes services such
as insurance, transportation, supply, installation, integration, testing, commissioning,
training, and initial maintenance.
2. The Bidder shall quote only one specific make and model from only one specific OEM, for
each of the goods. Providing more than one option shall not be allowed. All goods quoted
by the Bidder must be associated with item code and names and with printed literature
describing configuration and functionality. Any deviation from the printed specifications
should be clearly mentioned in the offer document by the Bidder.
3. The OEM for each products or technology quoted should be in the business of that product
or solution or technology for at least 3 years in India as on the date of release of the RFP
4. The OEM for all active components should give a declaration that products or technology
quoted are neither end of- sale nor end-of-life till 18 months from the date of commissioning
and are not end-of-support till the successful completion of project.
5. The proposed OEM should have installed base of at least 20% of the quoted product or
technology.
6. Bidder must quote products in accordance with above clause “Eligible goods and related
services.
7. The OEM of each product or technology should have quality certifications like ISO
27000/ISO 9001:2000/ISO 14001 or equivalent wherever applicable to ensure only quality
OEM participation, valid as on date of RFP release
8. The bidder’s proposed OEM should not have been blacklisted by any State / Central
Government Department or Central /State PSUs /ULBs/Smart City SPVs/Multilateral Banks

Page 33 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

9. Each of the proposed OEMs should have service centre in India with 24X7 support since 3
years as on date of release of RFP
10. The Goods and Services to be supplied, installed and/or performed by the Bidder conform
to the RFP requirements.
11. The bidder shall not propose any freeware software/community edition as part of ICCC
project and thus minimize the chances of severe security risks.
12. During the Demonstration/Proof-of-Concept (PoC) of the field components at technical
evaluation stage, the Technical Committee will give special attention to verify the quality,
robustness and appropriateness of the proposed camera/other equipment for field
scenario/conditions. If any brand / product are found un-suitable, Bidder may get dis-
qualified or may be asked to replace the product with better brands meeting the tender
requirements, without any change in commercial bid.
2.35. Right to vary quantity
1. At the time of award of contract, the quantity of goods, works or services originally specified
in the bidding documents may be increased. It shall be without any change in the unit prices
or other terms and conditions of the Bid and the bidding documents.
2. If the Authority does not procure any subject matter of procurement or procures less than
the quantity specified in the bidding documents due to change in circumstances, the bidder
shall not be entitled for any claim or compensation except otherwise provided in the
bidding document.
3. Repeat orders for extra items or additional quantities may be placed, if it is provided in the
bidding document, on the rates and conditions given in the contract if the original order
was given after inviting open competitive bids. Delivery or completion period may also be
proportionally increased.
4. During the course of implementation and detailed due diligence it may be required to vary
the quantity and location of the field devices to suit the overall smart city requirements. The
MSI/consortium should be required to provision and supply such field devices and the
backend resources at the unit rates quoted in the tender response. Such
escalations/additions may go up to 20% of the specified BOQ.
2.36. Right to vary the scope of Work
2.36.1. Right to vary the scope of the work at the time of award
The Authority reserves its right to make changes to the scope of the work at the time of execution
of the resultant Agreement. If any such change causes an increase or decrease in the cost of, or
the time required for the MSI’s performance of any part of the work under the Agreement,
whether changed or not changed by the order, an equitable adjustment (if required) shall be made
in the Contract Value or time schedule, or both, and the Agreement shall accordingly be amended.
Any claims by the MSI for adjustment under this Clause must be asserted within thirty (30) days
from the date of the MSI’s receipt of the client changed order.

Page 34 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

2.36.2. Cost Control


2.36.2.1. Bill of Quantities
The Bill of Quantities will contain the requisite items and their estimated quantities for the project
work to be done by the MSI.
2.36.2.2. Changes in the Quantities
a. The MSI is bound to execute all the supplemental works that are found essential,
incidental and inevitable during execution of project works.
b. The payment of rates for any supplemental items beyond the quantities estimated in
the BoQ will be regulated as under:
i. For quantities in excess of the proposed BoQ, the Authority/PMO or any
authorized official/agency nominated by the Authority shall validate the
requirements and necessity of variations in quantity or extra items after due
diligence, based on site conditions and work contingencies.
ii. The recommendations of the PMO or any authorized official/ agency nominated
by the Authority will be submitted to the Authority for its consideration and
necessary approval.
iii. For variation in quantities excess or less of the proposed quantity in BoQ, the unit
rates quoted by the bidder in his Price Bid under Format 2 of Annexure 4 on
mutually agreed terms and conditions shall be applicable.
2.36.2.3. Extra (New) Items
a. Extra items of work shall not vitiate the contract. The reimbursement for extra items
shall be validated by the Project Management Office (PMO) and cleared by the
Authority. The MSI shall be bound to execute extra items of work as directed by the
Authority. The rates for extra items shall be worked out based on the unit rates quoted
by the Bidder in Price Bid as per mutually agreed terms and conditions.
b. For new items which are beyond the scope of the BoQ, the Project Management Office
(PMO) or any authorized official/ agency shall validate the requirements and necessity
of such new/extra items after due diligence, based on site conditions and work
contingencies.
c. The bidder shall submit in writing well in advance at least 14 days before the Authority
a statement of extra items if any that they need to initiate during the course of project
works.
2.36.2.4. Payment Certificates
a. The Bidder shall submit to the Authority monthly statements of the estimated value of
the work completed less the cumulative amount certified previously.
b. The value of work executed shall be determined by the Authority.
c. The value of work executed shall comprise the value of the quantities of the items in the
Bill of Quantities completed.

Page 35 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

d. The Authority may exclude any item certified in a previous certificate or reduce the
proportion of any item previously certified in any certificate in the light of later
information.
2.37. Withdrawal, Substitution and Modification of Bids
1. A Bidder may withdraw its Bid or re-submit its Bid (technical and/ or financial) as per the
instructions/ procedure mentioned at e-Procurement website
2. Bids withdrawn shall not be opened and processed further.
2.38. Rejection criteria
Besides other conditions and terms highlighted in the RFP Document, bids may be rejected under
following circumstances:
2.38.1. General rejection criteria
a) Conditional Bids;
b) If the information provided by the Bidder is found to be incorrect / misleading / fraudulent
at any stage / time during the RFP Evaluation Process;
c) Any effort on the part of a Bidder to influence the bid evaluation, bid comparison or contract
award decisions;
d) Bids received after the prescribed time & date for receipt of bids;
e) Bids without signature of person (s) duly authorized on required pages of the bid;
f) Bids without power of attorney/ board resolution or its certified true copy.
g) Bids received without submission of the prescribed Bid processing fee and EMD.
h) Bidder tries to influence the bid evaluation process by unlawful/corrupt/fraudulent means
at any point of time during the bid process
i) In case any bidder submits multiple bids or if common interests are found in two or more
bidders, the bidders are likely to be disqualified, unless additional bids/bidders are
withdrawn upon notice immediately
j) If any of the Lead Bidder is also consortium member in any other bid, then all the affected
bids shall be disqualified
2.38.2. Pre-Qualification rejection criteria
a) Bidders not complying with the Eligibility Criteria given in this RFP ;
b) Revelation of prices in any form or by any reason before opening the Price Bid;
c) Failure to furnish all information required by the RFP Document or submission of a Bid not
substantially responsive to the RFP Document in any aspect;
2.38.3. Technical rejection criteria
a) Technical Bid containing Price details;
b) Revelation of Prices in any form or by any reason before opening the Price Bid;
c) Failure to furnish all information required by the RFP Document or submission of a Bid not
substantially responsive to the RFP Document in any aspect;

Page 36 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

d) Bidders not quoting for the complete scope of work as indicated in the RFP Documents,
addendum /corrigendum (if any) and any subsequent information given to the Bidder;
e) Bidders not complying with the Technical/Functional and General Terms and conditions as
stated in the RFP Documents;
f) The Bidder not confirming unconditional acceptance of full responsibility of providing
services in accordance with the scope of work and Service Level Agreements of this RFP
2.38.4. Price Bid Rejection Criteria
a) Incomplete Price Bid;
b) Price Bids that do not conform to the RFP ’s Price Bid Format;
c) If there is an arithmetic discrepancy in the Price Bid calculations the RFP Evaluation
Committee shall rectify the same. If the Bidder does not accept the correction of the errors,
its Bid may be rejected.
2.39. Concessions permissible under statutes
Bidder, while quoting against this RFP, must take cognizance of all concessions permissible, if any,
under the statutes and ensure the same is passed on to the Authority, failing which it will have to
bear extra cost. In case Bidder does not avail concessional rates of levies like customs duty, excise
duty, sales tax, etc. client will not take responsibility towards this. However, the Authority may
provide necessary assistance, wherever possible, in this regard.
2.40. Taxes
The Bidders shall fully familiarize themselves about the applicable domestic taxes (such as GST,
value added or sales tax, service tax, income taxes, duties, fees, levies etc.) on amounts payable by
client under the Agreement. All such taxes must be included by Bidders in the Price Bid.
2.41. Audit, Access and Reporting
This following details the audit, access and reporting rights and obligations of Authority and/or
its nominated agency and the Master systems Integrator and its subcontractors, agents, supplier
etc. This Schedule is in addition to, and in derogation of, the audit rights and process provided in
the RFP.
2.41.1. Audit Notice and Timings
a. As soon as reasonably practicable after the Effective Date, the Parties shall use their best
endeavours to mutually agree to a timetable for routine audits (Other than those mentioned
as part of the mandatory requirements for successful delivery and acceptance of the
System) during the Project Implementation Phase and the Operation and Maintenance
Phase. Authority shall conduct routine audits in accordance with such agreed timetable and
shall not be required to give the Master systems Integrator any further notice of carrying
out such audits.
b. Authority may conduct unscheduled audits at its own discretion if it reasonably believes
that such unscheduled audits are necessary as a result of a misconduct or an act of fraud by
the Master systems Integrator, a security violation, or breach of confidentiality obligations
by the Master Systems Integrator, provided that the requirement for such an audit is
notified in writing to the Master Systems Integrator a reasonable period time prior to the

Page 37 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

audit (taking into account the circumstances giving rise to the reasonable belief) stating the
reasons for the requirement.
c. Except as provided in Para a and b above, audits shall be conducted with adequate notice of
2 weeks to the Master systems Integrator.
2.41.2. Access
The Master Systems Integrator shall provide to Authority and/ or its nominated agency
reasonable access to employees, subcontractors, suppliers, agents and third party facilities as
detailed in the RFP, documents, records and systems reasonably required for audit and shall
provide all such persons with routine assistance in connection with the audits and inspections.
Authority or its nominated agency shall have the right to copy and retain copies of any relevant
records. The Master Systems Integrator shall make every reasonable effort to co-operate with
them.
2.41.3. Audit Rights
Authority and/or its nominated agency shall have the right to audit and inspect suppliers, agents,
subcontractors and third party facilities (as detailed in the RFP), data center, documents, records,
procedures and systems relating to the provision of the services, but only to the extent that they
relate to the provision of the services, as shall be reasonably necessary to verify:
a. The security, integrity and availability of all data processed, held or conveyed by the [Master
systems Integrator] on behalf of Authority and documentation related thereto;
b. That the actual level of performance of the services is the same as specified in the SLA;
c. That the Master Systems Integrator has complied with the relevant technical standards, and
has adequate internal controls in place; and
d. The compliance of the Master Systems Integrator with any other obligation under the
Agreement.
e. Unless otherwise provided in the RFP, Security audit and implementation audit of the
system shall be done once each year, the cost of which shall be borne by Authority.
For the avoidance of doubt the audit rights under this Schedule shall not include access to (i) the
Master Systems Integrator’s profit margins or overheads, (ii) any Confidential Information
relating to the Master Systems Integrator’s employees, or (iii) minutes of its internal Board or
Board committee meetings including internal audit, or (iv) such other information of commercial-
in-confidence nature which are not relevant to the services associated with any obligation under
the Agreement.
2.41.4. Audit rights of Subcontractors, Suppliers and agents
a. The Master Systems Integrator shall use reasonable endeavours to achieve the same audit
and access provisions as defined in this Schedule with subcontractors, suppliers and agents
who supply labour, services, equipment or materials related to performance of obligations
by Master Systems Integrator under this Agreement. Without prejudice to its other
obligations under the Agreement, the Master Systems Integrator shall inform Authority
and/or its nominated agency prior to concluding supply/ subcontract agreements of any
failure to achieve the same rights of audit or access.

Page 38 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

b. REPORTING: The Master Systems Integrator will provide quarterly reports to Authority
and/or its nominated agency regarding any specific aspects of the Project and in context of
the audit and access information as required by Authority or its nominated agency.
2.41.5. Action and review
a. Any change or amendment to the systems and procedures of the Master Systems Integrator,
where applicable arising from the audit report shall be agreed within thirty (30) calendar
days from the submission of the said report.
b. Any discrepancies identified by any audit pursuant to this Schedule shall be immediately
notified to Authority or its nominated agency and the Master Systems Integrator’s Project
Manager who shall determine what action should be taken in respect of such discrepancies
in accordance with the terms of this Agreement.
2.42. Records and Information
For the purposes of audit in accordance with this Schedule, the Master System Integrator shall
maintain true and accurate records in connection with the provision of the services and the
Master System Integrator shall handover all the relevant records and documents upon the
termination or expiry of this Agreement.
2.43. Terms of Payment
a. The request for payment shall be made to the Authority in writing, accompanied by invoices
describing, as appropriate, the services performed, and by the required documents
submitted pursuant to conditions of the contract and upon fulfilment of all the obligations
stipulated in the Contract.
b. Due payments shall be made promptly by the Authority, within forty five (45) days after
submission and acceptance of an invoice or request for payment by MSI
c. Due payments for partial delivery of equipment’s and goods shall be made by the Authority
at its discretion, within forty five (45) days after submission and acceptance of an invoice
or request for payment by MSI
d. The currency or currencies in which payments shall be made to the MSI under this Contract
shall be Indian Rupees (INR) only.
e. All remittance charges shall be borne by the MSI.
f. In case of disputed items, the disputed amount shall be withheld and shall be paid only after
settlement of the dispute.
g. Any penalties/ liquidated damages, as applicable, for delay and non-performance, as
mentioned in this RFP document, shall be deducted from the due payments of the respective
milestones.
h. Taxes, as applicable, shall be deducted / paid, as per the prevalent rules and regulations
i. Payments to MSI, after successful completion of the target milestones (including specified
project deliverables), shall be made as mentioned in Annexure 3 in Volume II of this RFP.
j. The MSI/bidder has to ensure that their Price bid contains reasonable unit rates of CAPEX
and OPEX items. SSCL may identify abnormally higher / lower unit rates of line items and
seek justifications from bidders on the same. It is recommended that Total Capital Price

Page 39 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

(CAPEX) quoted in the project should not exceed 70% of Total Price quoted in the price bid.
In case the bidder quotes higher figures (more than 70% of Total Price) towards CAPEX, the
same shall be restricted to 70% while making payments towards CAPEX. Any value quoted
towards CAPEX over and above 70% limit will be paid in equal quarterly instalments during
O&M phase along with quarterly payment for each quarter

Page 40 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

3. Selection Process for Bidders

3.1. Opening of Bids


The Bids shall be opened by Authority in presence of those Bidders or their representatives who
may be present at the time of opening.
The representatives of the bidders are advised to carry the identity card or a letter of authority
from the bidder firms to identify that they are bona fide representatives of the bidder firm, for
attending the opening of bid.
There will be two bid-opening events:
1. Set 1 (Bid Processing Fess & EMD, Pre-Qualification bid & Technical bid)
2. Set 2 (Price bid)
The venue, date and time for opening the Pre-qualification bid and technical bid are mentioned
in the Fact sheet.
The date and time for opening of price bid would be communicated to the qualified bidders.
Bids received within the prescribed closing date and time will be opened on the e-procurement
platform, on the date, time and at the address mentioned in the RFP Document.
a. Pre-Qualification & Technical bids of only those Bidders shall be evaluated who have
submitted the prescribed Bid Processing fees and EMD.
b. Price Bid of only those Bidders shall be opened who obtain minimum 70 marks in the
technical evaluation.
c. In case, none of the bidder achieves the min. qualifying Technical marks, the Technical
Evaluation Committee may revise the min. qualification marks to 60 in the interest of this
RFP finalization. Tender Evaluation Committee’s decision in this regard shall be final and
binding on the Bidder.
3.2. Preliminary Examination of Bids
Authority shall examine the bids to determine whether they are complete, whether the
documents have been properly signed and whether the bids are generally in order. Any bids
found to be nonresponsive for any reason or not meeting any criteria specified in the RFP, shall
be rejected by Authority and shall not be included for further consideration.
Initial Bid scrutiny shall be held and bids will be treated as non-responsive, if bids are:
a. Not submitted in format as specified in the RFP document
b. Received without the Letter of Authorization (Power of Attorney)
c. Found with suppression of details
d. With incomplete information, subjective, conditional offers and partial offers submitted
e. Submitted without the documents requested
f. Non-compliant to any of the clauses mentioned in the RFP
g. With lesser validity period
h. EMD not submitted / lesser EMD validity period

Page 41 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

3.3. Clarification on Bids


During the bid evaluation, Authority may, at its discretion, ask the Bidder for any clarification(s)
of its bid. The request for clarification and the response shall be in writing, and no change in the
price or substance of the bid shall be sought, offered, or permitted. Clarifications shall be obtained
only in the pre-historic information like bidders credentials etc.
3.4. Evaluation Process
Authority shall constitute a Tender Evaluation Committee to evaluate the responses of the
bidders. The Tender Evaluation Committee shall evaluate the responses to the RFP and all
supporting documents/documentary evidence. Inability to submit requisite supporting
documents/documentary evidence by bidders may lead to rejection of their bids.
The decision of the Tender Evaluation Committee in the evaluation of bids shall be final. No
correspondence will be entertained outside the process of evaluation with the Committee. The
Tender Evaluation Committee may ask for meetings or presentation with the Bidders to seek
clarifications or confirmations on their bids.
The Tender Evaluation Committee reserves the right to reject any or all bids. Each of the
responses shall be evaluated as per the criteria and requirements specified in this RFP.
The steps for evaluation are as follows:
3.4.1. Stage 1: Pre-Qualification
1. Authority shall validate the Set 1 “Bid Processing Fees & Earnest Money Deposit (EMD)”.
2. If the contents of the Set 1 are as per requirements, Authority shall evaluate the “Pre-
Qualification Bid”. Each of the Pre-Qualification condition mentioned in the document is
MANDATORY. In case, the Bidder does not meet any one of the conditions, the bidder shall
be disqualified.
3. Bidders will be informed of their qualification/disqualification based on the Pre-
Qualification criteria through Email and Phone and subsequently, the EMD amount shall be
returned to the respective disqualified Bidders after the submission of Performance Bank
Guarantee by the successful Bidder.
4. Technical and Price bids for those bidders who don’t pre-qualify will not be evaluated and
opened respectively. Price bid will not be opened for those bidders, who don’t qualify the
technical evaluation. EMD amount shall be retuned for those who don’t qualify the financial
evaluation stage after Performance Bank Guarantee is submitted by successful bidder.
3.4.2. Stage 2: Technical Evaluation
1. “Technical bid” will be evaluated only for the bidders who succeed in Stage 1.
2. Authority (or Committee approved by the Authority) will review the technical bids of the
short-listed bidders to determine whether the technical bids are substantially responsive.
Bids that are not substantially responsive are liable to be disqualified at Authority’s
discretion.
3. The bidders' technical solutions proposed in the bid document shall be evaluated as per the
requirements specified in the RFP and technical evaluation framework as mentioned in the
RFP

Page 42 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

4. The Bidders shall make a presentation to the Authority/ Committee appointed by the
Authority to supplement their bids which include the following
 Approach & Methodology including Project Experience
 Proposed Solutions
 Manpower – Technical Resources
 Proof of Concept of proposed solution
5. The Authority envisages to share proof of concept / technical demonstration to evaluate the
technology & system performance for getting city business outcome; During the
Demonstration/Proof-of-Concept (PoC) at technical evaluation stage, the Evaluation
Committee will give special attention to verify the quality, robustness and appropriateness
of the proposed Solutions/Equipment. If any brand / products are found un-suitable, Bidder
may get disqualified or may be asked to replace the product with better products, meeting
the tender requirements, without any change in commercial bid. Bidder may demonstrate
local setup or existing deployments over network/cloud.
6. The Authority will notify the date and venue for conducting such proof of concept /
technical demonstration to the prospective bidders.
3.4.3. Stage 3: Commercial Evaluation
1. All the technically qualified bidders will be notified to participate in Commercial Bid
opening process.
2. The commercial bids for the technically qualified bidders shall then be opened on the
notified date and time and reviewed to determine whether the commercial bids are
substantially responsive. Bids that are not substantially responsive are liable to be
disqualified at Authority’s discretion.
3. Commercial Bids that are not as per the format provided in the RFP shall be liable for
rejection.
4. The bid price shall include all taxes and levies and shall be in Indian Rupees and mentioned
separately
The Authority or any other government agency shall not have any liability of paying any taxes
(including GST)/charges/levies as part of this project. The bidder has to quote their Price duly
factoring all these costs.
If there is any discrepancy in the Price Bid, it will be dealt as per the following:
1. If, in the price structure quoted for the required Product and Services, there is discrepancy
between the unit price and total price (which is obtained by multiplying the unit price by
the quantity), only the total price/cost as quoted in the table in the Price Bid Format 1 shall
prevail. The unit prices quoted in the Price Bid Format 2 shall be considered only in case of
any deviations/modifications in the scope of the work in due course.
2. If there is a discrepancy between words and figures, the amount in words shall prevail.
3.4.4. Successful bidder evaluation
Quality and Cost based Selection (QCBS) method shall be used for evaluation of the bids, as per
the formula given below:

Page 43 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

The scores will be calculated as:


Bb = 0.7*Tb + (0.3)*(Cmin/Cb * 100)
Where,
i. Bb = overall score of bidder under consideration (calculated up to two decimal points)
ii. Tb = Technical score for the bidder under consideration
iii. Cb = Price quoted by the bidder under consideration
iv. Cmin= Lowest price among the financial proposals under consideration
The bidder achieving the highest overall score will be invited for negotiations for awarding the
contract. In case of a tie where two or more bidders achieve the same highest overall score, the
bidder with the higher technical score will be invited first for negotiations for awarding the
contract. In case of a tie on the technical scores and highest overall scores, the Cb will be calculated
to the third place of decimal and the bidder with lesser Cb will be invited for negotiations for
awarding the contract.
3.5. Pre-Qualification Bid Evaluation Criteria
The bidder must possess the requisite experience, strength and capabilities in providing services
necessary to meet the requirements as described in the RFP document. Keeping in view the
complexity and volume of the work involved, following criteria are prescribed as the eligibility
criteria for the bidder interested in undertaking the project. The bidder must also possess
technical know-how and financial ability that would be required to successfully provide System
Integration, Operation and Maintenance services sought by SSCL for the entire contract duration.
The bids must be complete in all respect and should cover entire scope of work as stipulated in
the bid document. This invitation to bid is open to all bidders who qualify the eligibility criteria
as given below:
# Eligibility Criteria Document Proof Name to be
given to the
PDF file to be
uploaded
1. The Sole Bidder For Sole/Lead Bidder PQ_1
OR  Copy of Certificate of
Lead Bidder (in case of Incorporation / Registration
consortium) Should be: under Companies Act
 Registered under the 1956/2013
Companies Act 1956 in
 Memorandum and Articles of
India
Association
 In operation in India for a
period of at least 7 years  GST Registration Certificate
as on publication of bid
 Copy of purchase orders
Consortium Members showing at least 7 years of
operations or Certified true
 Max 4 companies are
allowed in a consortium copy of relevant extracts of
including lead bidder. balance sheet and PL
statements for last 7 years

Page 44 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

# Eligibility Criteria Document Proof Name to be


given to the
PDF file to be
uploaded
 Should have registered in For Consortium members
India under Companies other than lead bidder
Act 1956/2013  Copy of Certificate of
 In operation in India for a Incorporation / Registration
period of at least 3 years under Companies Act,
1956/2013
as on publication of bid
 GST Registration Certificate
 Consortium agreement
clearly stating the roles and
responsibilities of each
member
2. Sole Bidder/ Consortium The Sole Bidder or the Lead
PQ_2
should have an average annual Bidder and all other members of
turnover of INR 500 Crore for consortium shall submit:
last 3 audited financial years
 Audited statement for last
(2018-2019, 2017-2018, 2016- 3 financial years of Sole
2017). Bidder/ Consortium
In case of a consortium, the
 Certificate from the
lead bidder shall have at least
Statutory auditor / CA
50% of the stated average
clearly specifying the
annual turnover. All average annual turnover
consortium members together for the specified years
should have to meet balance
turnover requirement.
However, each consortium
should have an average annual
turnover of minimum INR 30
crores.
3. The Bidder (Lead Partner in  Audited and Certified PQ_3
case of consortium) shall have Balance Sheet and
minimum net worth of INR 50 Profit/Loss Account of last
Crores as per the last audited 5 Financial Years should be
Financial Year (2018-19). enclosed
The Consortium partner  Certificate from the
should have positive net worth Statutory auditor/ CA
as per the last audited clearly specifying the net
Financial Year (2018-19). worth of the firm for the last
5 Financial Years

Page 45 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

# Eligibility Criteria Document Proof Name to be


given to the
PDF file to be
uploaded
4. The Bidder (any member in PQ_4
 Work order/ Contract
case of consortium) should clearly highlighting the
have successfully executed scope of work, Bill of
projects which should qualify Material and value of the
atleast any 4 of the below contract/order.
mentioned categories with
 Completion Certificate
cumulative value of qualified
issued & signed by the
projects of INR 50 crore in last authorized signatory of
seven years as on publication the client entity on the
of the bid (excluding civil entity’s Letterhead
work) from the date of
Note:
issuance of the Work
In case project is on-going a
Completion Certificate by the
certificate from Client/
client. Out of these projects,
Chartered Accountant/Statutory
value of minimum 2 projects
Auditor has to be provided,
should be of at least INR 10
mentioning that at least 80% of
Crores each:
the Capex work has been
1. Data Center / Servers- completed.
Storage Infrastructure
establishment (Min cut-
off value of successfully
executed cumulative
projects in this segment
is INR 10 Crores)
2. Surveillance projects
(Min value of
successfully executed
cumulative projects is
INR 5 Crores)
3. Command and control
center/ City Control
Room (Min value of
successfully executed
cumulative projects is
INR 10 Crores)
4. Intelligent traffic
management (Min value
of successfully executed

Page 46 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

# Eligibility Criteria Document Proof Name to be


given to the
PDF file to be
uploaded
cumulative projects is
INR 10 Crores)
5. e-Governance/ERP
project (Min value of
successfully executed
cumulative projects is
INR 5 Crores)
5. Sole Bidder or the Lead bidder Copies of the Valid certificates in PQ_5
of consortium or any member the name of bidder
of the consortium, should
possess relevant ISO
Certifications (any 1) and
CMMi 3 level or better which
are valid at the time of bidding:

ISO 9001:2008 or latest


OR
ISO 20000:2011 for IT Service
Management or equivalent
certification
OR
ISO 27001:2013 for
Information Security
Management
And
CMMi 3 level or better
6. Self-declaration by the Bidder Undertaking by the authorized PQ_6
and each member of signatory of bidder (In case of
consortium (if applicable) duly Consortium to be provided by
signed by the authorized each member) as per format
signatory confirming they have given in Annexure 2, section 6.4
not been blacklisted by any
Central / State Government
Department or Central/State
Public Sector Units (PSUs),
Government (Central / State /
PSU/ ULBs/Smart Cites
SPV/Multilateral Banks)

Page 47 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

# Eligibility Criteria Document Proof Name to be


given to the
PDF file to be
uploaded
Organization in India as on the
bid submission date in India
7. Sole Bidder/Lead bidder Undertaking to open Office in PQ_7
should establish Project office Saharanpur
within 45 days of issuance of Or
LoI in Saharanpur City if not Copies of any two of the
established earlier followings:
Property Tax / Electricity /
Telephone Bill / CST
Registration /Lease agreement.

Important Note:
1. For all the project experience, following documentary evidences are required:
 Work order/ Contract clearly highlighting the scope of work, Bill of Material and value
of the contract/order.
 Completion/Partial Completion Certificate issued & signed by the authorized signatory
of the client entity on the entity’s Letterhead
 In case project is on-going a certificate from Client/Chartered Accountant/Statutory
Auditor has to be provided mentioning that at least 80% of the Capex work has been
completed.
2. In case the experience (Technical as well as Financial) shown is that of the bidder’s parent /
100% subsidiary /sister concern company/ Group companies having same parent ultimate,
than the following additional documents are required:
 Certificate signed by the Company Secretary/statutory Auditor/2 Board of Directors
of the bidder certifying that the entity whose experience is shown is
parent/subsidiary/sister concern Company.
 Shareholding pattern of the bidding entity as per audit reports.
3. For International project if the original client certificate and other documents are in language
other than English than a translated copy duly confirmed by Indian embassy/ One of the board
of directors of the lead bidder/ consortium member shall be submitted along with bid
document
4. For projects where fee has been received in any currency other than Indian Rupees, than the
foreign currency conversion rate available on Reserve Bank of India’s portal as on the date of
publication of the tender document shall be used for conversion of amount in foreign currency
to Indian Rupees equivalent.
5. Bidders are allowed to submit experience in terms of technical qualification of their holding
(parent) company or subsidiary company or sister concern only.

Page 48 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

 a ‘holding company’, in relation to one or more other companies, means a company of


which such companies are subsidiary companies; and
 a ‘subsidiary company’ in relation to any other company (that is to say the holding
company), means a company in which the holding company— (a) controls the
composition of the Board of Directors; or (b) exercises or controls more than one-half of
the total share capital at its own
 a ‘sister concern’ in relation to Bidder Company, means a company whose holding
company is same as bidder’s holding company and holding company (a) controls the
composition of the Board of Directors; or (b) exercises or controls more than one-half of
the total share capital at its own
6. In case where the bidder is dependent upon the technical experience of the subsidiary
company or the parent company or the sister concern, with a view to ensure commitment and
involvement of the parent/ subsidiary/sister company for successful execution of the contract,
the participating bidder should enclose (i) an Agreement (as per format enclosed at Annexure
10 of this Volume) between the bidder and its parent / subsidiary/Sister concern company for
fulfilling the obligation and deployment of expert during implementation phase for the
Track/Component for which the experience is being used and (ii) Guarantee (as per format
enclosed at Annexure 11 of this Volume) from the parent/ subsidiary/sister concern company
in favor of SSCL.

Page 49 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

3.6. Technical Bid Evaluation Criteria


The Bidder's technical solution proposed in the Technical Evaluation bid shall be evaluated as
per the evaluation criteria in the following table.
Section # Evaluation Criteria Points
A Sole Bidder/Lead Bidder Profile 5
B Sole Bidder /Consortium Project Experience 28
C Approach & Methodology & Project 40
Presentation/Demonstration
D Proposed Resources for the Project 15
E OEM Selection 12
Technical Score 100

Notes:
 Bidder to submit work order and end client work in-progress (minimum 80% Project
completion) / completion certificate as a supporting documents for each Project.
 Project citations of only up to one level of sub-contracting will be considered for
evaluation.
Important: Qualification criteria for Technical Evaluation and progression to
commercial evaluation stage:
 Minimum 70% (70 marks) of the overall technical score total
Note: Authority (or a nominated party) reserves the right to check/validate the authenticity of
the information provided in the Pre-qualification and Technical Evaluation criteria and the
requisite support must be provided by the Bidder.
The following sections explain how the Bidders shall be evaluated on each of the evaluation
criteria:
3.6.1. Technical Bid Evaluation Criteria
# Technical Technical Evaluation parameter Points Name to
Evaluation be given
Criteria to the
PDF file
to be
uploaded
A. Sole Bidder/ Consortium Profile – 5 Marks

Page 50 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

# Technical Technical Evaluation parameter Points Name to


Evaluation be given
Criteria to the
PDF file
to be
uploaded
A1 Annual Sole Bidder/ Consortium should have an 3 TQ_1
Turnover average annual turnover of INR 500 Crore
for last 3 audited financial years (2018-2019,
2017-2018, 2016-2017).
In case of a consortium, the lead bidder shall
have at least 50% of the above stated average
annual turnover.
Lead members or consortium members shall
be into one of the following specific business
areas:
 ICT Infrastructure
 Telecom Infrastructure
 IT system integration services

Turnover Marks
More than 800 Crore 3
> 700 Crore to <= 800 Crore 2
>= 500 Crore to <= 700 Crore 1
A2 CMMi level The sole bidder or any member of 1 TQ_2
certification consortium in a case of consortium, should
possess any following certification valid at
the time of Bidding:
 CMMi Level 5 certification
 CMMi Level 3 certification
Certificate Marks
Allotted
CMMi Level 5 1
CMMi Level 3 0.5
Copies of valid certificates in the name of sole
bidder or any member in case of consortium
A3 ISO Sole Bidder or the Lead bidder of consortium 1 TQ_3
Certification or any member of the consortium, should
possess relevant ISO Certifications (any 1)
which are valid at the time of bidding:
ISO 9001:2008 or latest
OR
ISO 20000:2011 for IT Service Management
or equivalent certification
OR
ISO 27001:2013 for Information Security
Management

Page 51 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

# Technical Technical Evaluation parameter Points Name to


Evaluation be given
Criteria to the
PDF file
to be
uploaded
Certificate Marks
Allotted
2 Certifications 1
1 Certification 0.5

B. Sole Bidder /Consortium Project Experience – 28 marks


B1 Experience in The Sole/Lead Bidder should have experience 5 TQ_4
executing in executing at least one large System
large System Integration Project during last 7 years as on
Integration publication of the bid. Cumulative value of the
projects projects should be minimum of INR 50 Crore
Cost of the Project (INR)

No. of Project Marks


> 3 projects 5
> 1 project & <=3 projects 4
1 project 3
0 project 0
B2 Surveillance The bidder (or any Consortium member) 5 TQ_5
should have experience of implementing
following scope during last 7 years as on
publication of bid.
 Surveillance system like CCTV
surveillance system or ANPR with min
500 cameras in a project
For ANPR or CCTV surveillance system
No. of Project Marks
> 3 projects 5
> 1 project & <=3 projects 4
1 project 3
0 project 0

Page 52 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

# Technical Technical Evaluation parameter Points Name to


Evaluation be given
Criteria to the
PDF file
to be
uploaded
B3 ITMS The bidder (or any Consortium member) 3 TQ_6
should have experience of implementing
minimum 2 no. of projects with minimum
value of Rs. 3 Cr each in any of the following
areas during last 7 years as on publication of
bid.
 Road Traffic enforcement/Management
System using RLVD/No-Helmets/Triple
Riding
OR

 ATCS with Traffic Signals


OR

 Controlling traffic signals with


centralized software system
Number of Project Marks
More than 3 projects 3
3 projects 2
2 projects 1
< 2 projects 0
B4 Transport The Bidder (or any Consortium member) 3 TQ_7
should have implementing experience of
minimum 1 project in the following areas
during last 7 years ending as on publication
of the bid.
GPS based Automated Vehicle Location
System (AVLS) project for transport with a
fleet of at least 100 vehicles
Or
A Passenger Information System (PIS)
project (hardware and software for PIS
/audio announcement.) for Bus based public
transport with at least 40 units
Number of Project Marks
More than 2 projects 3
2 projects 2
1 project 1
0 project 0

Page 53 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

# Technical Technical Evaluation parameter Points Name to


Evaluation be given
Criteria to the
PDF file
to be
uploaded
B5 ERP The Bidder (or any Consortium member) 3 TQ_8
should have implementing experience of
minimum 1 project in COTS ERP in the
following modules during last 7 years ending
as on publication of the bid.
 Financial Accounting and Costing
 Payroll and HR
 Project Management
 Purchase and material management
 Asset management
Number of Project Marks
More than 2 projects 3
2 projects 2
1 project 1
0 project 0
B6 ICCC The bidder (or any consortium member) 5 TQ_9
should have experience in executing projects
for setting up and O&M of Integrated
Command & Control Centre for Smart Cities,
Highways, Railway, Airport, Campus and
other Government establishment etc. during
last 7 years ending as on publication of the
bid of value not less than INR 10 Crore each.
Number of Project Marks
More than 3 projects 5
2 to 3 projects 4
1 project 3
0 project 0
B7 Integration The bidder (or any consortium member) 4 TQ_10
should have experience in executing projects
for integration of following components with
the Centralized Command & Control System
- GIS system /Smart Parking /Street lighting
/ Environmental Sensors/ Optical Fiber/
CCTV Cameras/ Asset Management/
Digitization & ERP/ Traffic Signals / SCADA/
Traffic Enforcement Systems/ E-Challan/
Health & Telemedicine System/ Smart

Page 54 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

# Technical Technical Evaluation parameter Points Name to


Evaluation be given
Criteria to the
PDF file
to be
uploaded
Library during last 7 years as on publication
of the bid.
Integration of;
Number of Components Marks
More than 3 components 4
2 to 3 components 3
1 component 2
0 component 0
C. Approach & Methodology & Project Presentation/Demonstration – 40 Marks
C1 Approach & Following parameters will be evaluated 14 TQ_11
Methodology (To be provided in section 7.13):

Parameter Marks
Understanding of the project and
conformity to volume 2 : Functional
Requirement and High level
2
Architecture of the proposed
solution as per requirements of the
RFP
Proposed deployment architecture
for on-premise DC, cloud DC & cloud
DR to meet the functionalities as
given in RFP and Proposed Network
2
Architecture covering ICCC viewing
center, CCC platform (DC Cloud), on-
premise DC & cloud DR to meet the
functionalities as given in RFP
Proposed security solution to
safeguard against various threats
2
including hacking attempts, cyber-
crime, internal/ external threats etc.
Proposed solution for design &
development of SOPs and KPIs, also
2
please list down all the SOPs & KPIs
identified for the solution.
Identification of major risks for the
projects and also propose suitable
2
mitigation plan for each of identified
risks.
Methodology, tools and
Technologies to create, monitor &
2
maintain all the SLAs and managing
change requests
Proposed structure for:
1. Project Strategy 2
2. Project Management

Page 55 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

# Technical Technical Evaluation parameter Points Name to


Evaluation be given
Criteria to the
PDF file
to be
uploaded
3. Risk Management
4. Resource Plan
5. Delivery Timelines
6. Project Governance Model

C2 Technical Following parameters will be evaluated 16 TQ_12


Demonstratio during Technical Demonstration:
n (Proof of Parameter Marks
Concept) Need to demonstrate
implementation of all the smart
components which are in the
8
scope of this project such as
Security & Surveillance, ITMS,
SWM, GIS, ERP etc.
Need to demonstrate the ICCC
Control Room setup with
visualization of smart
components and integration of 8
various components as defined
under B7 with ICCC and other
smart components
Bidder will be given maximum of 1 week to
establish setup for infrastructure for Demo /
POC at Saharanpur.
C3 Presentation The Bidder will need to exhibit functional and 10 TQ_13
non-functional requirements through
presentation.
The presentation should demonstrate
capabilities against the parameters
highlighted in Approach & Methodology
section (C1)
D. Proposed Resources for the Project – 15 Marks

D1 People on Each of the following profiles suggested by 15 TQ_14


project the bidder will be evaluated:

Profile Marks
Allotted
Project Manager 4
Command and Control
1
Centre Expert
Solution Architect 1
ITMS Expert 1
Security & Surveillance
1
Expert
SWM Expert 1

Page 56 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

# Technical Technical Evaluation parameter Points Name to


Evaluation be given
Criteria to the
PDF file
to be
uploaded
Cyber Security Expert (2
1
resources)
Mobile App/Software
1
Developer (2 resources)
Network & Infrastructure
1
Expert
Server/ Storage & Database
1
Expert
GIS Expert (2 resources) 1
ERP Expert 1
E. OEM Selection – 12 marks
E1 Command & OEM with total deployments; 3 TQ_15
Control Centre No. of deployments Marks
Platform 3 projects 3
2 projects 2
1 project 1
0 project Not eligible
E2 Surveillance OEM with total deployments; 3 TQ_16
with minimum No. of deployments Marks
300 Camera 3 projects 3
2 projects 2
1 project 1
0 project Not eligible
E3 ITMS, OEM with total deployments; 3 TQ_17
RLVD/ANPR No. of deployments Marks
solutions 3 projects 3
2 projects 2
1 project 1
0 project Not eligible
E4 ERP Solution OEM with total deployments; 3 TQ_18
with min 5 No. of deployments Marks
modules 3 projects 3
2 projects 2
1 project 1
0 project Not eligible

Important Notes:
1. For all the project experience, following documentary evidences are required:
 Work order/ Contract clearly highlighting the scope of work, Bill of Material and value
of the contract/order.
 Completion/Partial Completion Certificate issued & signed by the authorized signatory
of the client entity on the entity’s Letterhead

Page 57 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

 In case project is on-going a certificate from Client/ Chartered Accountant/Statutory


Auditor has to be provided, mentioning that at least 80% of the Capex work has been
completed.
 For OEM selection, self-certification by OEM is mandatory
2. In case the experience shown is that of the bidder’s parent / 100% subsidiary /sister concern
company, than the following additional documents are required:
 Certificate signed by the Company Secretary/statutory Auditor/2 Board of Directors
of the bidder certifying that the entity whose experience is shown is
parent/subsidiary/sister concern Company.
 Shareholding pattern of the bidding entity as per audit reports.
3. For International project if the original client certificate and other documents are in language
other than English than a translated copy duly verified by Indian embassy shall be submit with
bid document
4. For projects where fee has been received in any currency other than Indian Rupees, than the
foreign currency conversion rate available on Reserve Bank of India’s portal as on the date of
publication of the tender document shall be used for conversion of amount in foreign currency
to Indian Rupees equivalent.
5. Bidders are allowed to submit experience in terms of technical qualification of their holding
(parent) company or 100% subsidiary company or sister concern only.
o a ‘holding company’, in relation to one or more other companies, means a company of
which such companies are subsidiary companies; and
o a ‘subsidiary company’ in relation to any other company (that is to say the holding
company), means a company in which the holding company— (a) controls the
composition of the Board of Directors; or (b) exercises or controls more than one-half of
the total share capital at its own
o a ‘sister concern’ in relation to Bidder Company, means a company whose holding
company is same as bidder’s holding company and holding company (a) controls the
composition of the Board of Directors; or (b) exercises or controls more than one-half of
the total share capital at its own
6. In case where the bidder is dependent upon the technical experience of the subsidiary
company or the parent company or the sister concern, with a view to ensure commitment and
involvement of the parent/ subsidiary/sister company for successful execution of the contract,
the participating bidder should enclose (i) an Agreement (as per format enclosed at Annexure
10 of this Volume) between the bidder and its parent / subsidiary/Sister concern company for
fulfilling the obligation and deployment of expert during implementation phase for the
Track/Component for which the experience is being used and (ii) Guarantee (as per format
enclosed at Annexure 11 of this Volume) from the parent/ subsidiary/sister concern company
in favor of SSCL.
7. Authority (or a nominated party) reserves the right to check/validate the authenticity of the
information provided in the Pre-qualification and Technical Evaluation criteria and the
requisite support must be provided by the Bidder.

Page 58 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

8. Minimum absolute technical score to qualify for commercial evaluation is 70 marks out of total
100 marks.
9. In case, none of the bidder achieves the min. qualifying marks, the Technical Evaluation
Committee may revise the min. qualification marks in the interest of this RFP finalization. The
Technical Evaluation Committee’s decision in this regard shall be final and binding on the
Bidder.
3.6.2. Technical Demonstration of Proof of Concept during evaluation period
Objective of Technical Demonstration of POC for City Command Centre Software is to evaluate
the technology & system performance for getting city business outcome;
A. During the Demonstration/Proof- Integrated Operations Platform Software
of-Concept (PoC) at technical
evaluation stage, the Technical
Committee will give special
attention to verify the quality,
robustness and appropriateness
of the proposed
Solutions/Equipment and
Integrated Operations Platform. If
any brand / products are found
un-suitable, Bidder may get dis-
qualified or may be asked to
replace the product with better
brands meeting the tender
requirements, without any
change in commercial bid. System
Demonstration
B. Demo Material and Set up Demo Material – Department scope:
a) Power Source
b) Space for installing server and workstation
Demo Material – OEM/SI Scope:
Demo Setup (OEM/SI scope) at Site:

C. Performance Evaluation Live demo and integration services


D. Suggestive Technology Selection Please refer to parameters mentioned in the section
Criteria D1 (Technical Demonstration) of Technical
Evaluation Framework

3.6.3. Key Personnel Criteria


SI shall provide adequate number of personnel, each responsible for a specific role within the
project. SI shall provide clear definition of the role and responsibility of each individual personnel.
SI shall have a defined hierarchy and reporting structure for various teams that shall be part of
the project. SI has to provide the list of proposed Resources for the Project. Any changes in
Resource deployment will have to be approved by the Authority.
Following table indicates the minimum qualification required for Key Positions identified for this
project. However, SI shall independently estimate the teams size required to meet the
requirements of Service Levels as specified as part of this tender.

Page 59 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

Project Manager = 4 marks (Total Weightage = 4 Marks)


a) Educational Qualification: 1 Marks
 MCA/MBA (IT)/M. Tech = 1 Marks
 BE / B. Tech = 0.5 Marks
 Else 0
b) Work experience in the capacity of Project Director/ Program Manager in ICT/
Command and Control Center Implementation Projects: 1 Marks
 >=15 years = 1 marks
 >=10 and <15 year = 0.5 Marks
 Else 0
c) Project/Program management Experience in Large ICT/ Command and Control
Center implementation Project of value > 100 crores: 1 Marks
 >= 3 Projects= 1 Marks
 2 Projects = 0.5 marks
 Else 0
d) Project Management Certification : 1 Marks
 PMP or PRINCE 2 Certificate (Bidder to submit scanned copy of valid certificate in the
name of the resource) = 1 Marks
 Else 0
IBMS & Command and Control Centre Expert = 2 Marks (Total Weightage = 1 Mark)
a) Educational Qualification: 0.5 Marks
 Bachelor’s Degree in Engineering/Instrumentation and Control= 0.5 Marks
 Else 0
b) Work experience as IT/ICT solution architect: 0.5 Marks
 >=10 years = 0.5 Marks
 >=8 and <10 year = 0.3 Marks
 Else 0
c) Projects Handled as Integrated Command and Control Center Expert Project: 1
Marks
 >=3 Projects = 1 Marks
 2 Projects = 0.5 Marks
 Else 0
Solution Architect = 2 Marks (Total Weightage = 1 Mark)
a) Educational Qualification: 0.5 Marks
 Bachelor’s Degree in Engineering/MCA /MBA (IT/ICT) (2 Years Full Time)= 0.5 Marks
 Else 0
b) Work experience as IT/ICT solution architect: 0.5 Marks
 >=10 years = 0.5 Marks
 >=8 and <10 year = 0.3 Marks
 Else 0
c) Projects Handled as Solution Architecture for Command and Control Center Project:
1 Mark

Page 60 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

 >=3 Projects = 1 Marks


 2 Projects = 2 Marks
 Else 0
Integrated Traffic Management System (ITMS) Expert = 2 Marks (Total Weightage = 1
Mark)
a) Educational Qualification: 0.5 Marks
 BE/B.Tech or Graduation / Post Graduation in Transportation = 0.5 Marks
 Else 0 Marks
b) Work experience as Integrated Traffic Management Expert: 0.5 Marks
 >=10 years = 0.5 Marks
 >=8 and <10 year = 0.3 Marks
 Else 0
c) Work experience in Designing & implementation of Intelligent (preferably
Adaptive) Traffic Management System: 1 Mark
 >=3 Project = 1 Marks
 2 Project = 0.5 Marks
 Else 0 Mark
Security & Surveillance Expert = 2 Marks (Total Weightage = 1 Mark)
a) Educational Qualification: 0.5 Marks
 BE/B.Tech = 0.5 Marks
 Else 0 Marks
b) Work experience as Security & Surveillance Expert: 0.5 Marks
 >=10 years = 0.5 Marks
 >=8 and <10 year = 0.3 Marks
 Else 0
c) Work experience in Designing & Planning security & surveillance system: 1 Mark
 >= 3 Project = 1 Marks
 2 Project = 0.5 Marks
 Else 0 Mark
Solid Waste Management Expert = 1 Marks (Total Weightage = 1 Mark)
a) Educational Qualification: 0.5 Marks
 Bachelor’s Degree in Engineering/MCA /MBA (IT/ICT)= 0.5 Marks
 Else 0 Marks
b) Work experience as Solid Waste Management Expert (with specific experience in
end to end Designing & implementation of ICT enabled Solid Waste management
System : 0.5 Marks
 >=10 years = 0.5 Marks
 >=8 and <10 year = 0.3 Marks
 Else 0
Cyber security Expert = 2 Marks for Each (Total Weightage = 1 Mark)
a) Educational Qualification: 0.5 Marks
 Bachelor’s Degree in Engineering/MCA = 0.5 Marks

Page 61 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

 Else 0
b) Work experience as Cyber Security expert: 0.5 Marks
 >=10 years = 0.5 Marks
 >=8 and <10 year = 0.3 Marks
 Else 0
c) Project Handled as Cyber Security Expert: 0.5 Mark
 >= 3 Project = 0.5 Marks
 2-3 Project= 0.3 Marks
 Else 0
d) Relevant Certifications: 0.5 Marks
 Certificate like CISSP, CISM, CISA,OSCP or other equivalent from reputed organization
such as CompTIA, EC Council, GIAC, ISACA and (ISC)2: 0.5 Mark (Bidder to submit
scanned copy of valid certificate in the name of the resource)
Mobile App/Software Developer = 1 Mark for each (Total Weightage = 1 Mark)
a) Educational Qualification: 0.5 Marks
 Bachelor’s degree in Engineering/MCA = 1 Marks
 Else 0 Marks
b) Work experience as Software Application expert with relevant experience in
App/website development: 0.5 Mark
 >=10 years = 0.5 marks
 >=8 and <10 year = 0.3 Marks
 Else 0
Network & Infrastructure Expert = 2 Marks (Total Weightage = 1 Mark)
a) Educational Qualification: 0.5 Marks
 Bachelor’s Degree in Engineering/MCA = 1 Marks
 Else 0
b) Work experience in Implementation of Large Networking Infrastructure Projects:
0.5 Marks
 >=10 years = 0.5 marks
 >=8 and <10 year = 0.5 Marks
 Else 0
c) Should have experience in designing & Planning of Network & Infrastructure
applications: 0.5 Marks
 >= 3 Projects = 0.5 Marks
 2 Projects = 0.3 Marks
 Else 0
d) Relevant Certifications: 0.5 Marks
 CCNA/CCNP/MCSE/Juniper/Brocade/Aruba or other equivalent (Understanding of
Routing & Switching Infrastructure) = 1 Marks (Bidder to submit scanned copy of valid
certificate in the name of the resource)
Server Storage/Database Expert = 1 Marks (Total Weightage = 1 Mark)

Page 62 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

a) Educational Qualification: 0.5 Marks


 BE/B.Tech = 1 Marks
 Else 0 Marks
b) Work experience as Server Storage/Database Expert/Cloud Expert: 0.5 Mark
 >=10 years = 0.5 marks
 >=8 and <10 year = 0.3 Marks
 Else 0
GIS Expert = 1 Mark for each (Total Weightage = 1 Mark)
a) Educational Qualification: 0.5 Marks
 Bachelor’s Degree in Engineering/Geology/MCA = 0.5 Marks
 Else 0 Marks
b) Work experience as GIS expert: 0.5 Marks
 >=10 years = 0.5 Marks
 >=8 and <10 year =0.3 Marks
 Else 0
Functional Consultant (ERP) = 2 Marks (Total Weightage = 1 Mark)
c) Educational Qualification: 1 Marks
 B.Tech/B.E./ CA/ MBA = 1 Marks
 Else 0 Marks
d) Work experience as Functional Consultant: 1 Marks
 >=10 years = 0.5 Marks
 >=8 and <10 year =0.5 Marks
 Else 0
Above table indicates the minimum qualification required for Key Positions identified for this
project. However, Bidder shall independently estimate the teams size required to meet the
requirements of Service Levels as specified as part of this tender.
All the proposed positions shall be Onsite throughout the entire project implementation phase as
per specified man months. Manpower plan for Implementation Phase to be provided as per
format provided in Section 7.8 Annexure 3.
Apart from the above –mentioned resources, the Bidder shall also propose manpower to be
deployed during the Operation & Maintenance phase of the Project as provided in the format 7.8
Annexure 3.
Any additional or support manpower shall be estimated and should be accounted for in the
commercial proposal by the selected bidder, so that, the project as per the scope defined and
agreement are fulfilled and the project objectives are met.
3.6.4. Manpower Deployment
MSI shall deploy Manpower during implementation and O&M phases. The deployed resource
shall report to SSCL Project In-charge for Smart City Project and work closely with Program
Management Office of the project. Following are the minimum resources required to be deployed
in the Project (Price should be quoted accordingly in commercial bid format), however MSI may

Page 63 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

deploy additional resources based on the need of the Project and to meet the defined SLAs in this
RFP:

Man-months On-Site
# Criteria
Required Deployment

1. Project Manager 60 95%


IBMS & Command and Control Expert (Distributed 12 95%
2.
effort for 5 years)
3. Solution Architect (Distributed effort for 5 years) 16 95%
4. ITMS Expert (Distributed effort for 5 years) 16 90%
Security & Surveillance Expert (Distributed effort for 16 90%
5.
5 years)
6. SWM Expert (Distributed effort for 5 years) 16 90%
Cyber Security Expert (2 resources for 12 months 24 90%
7.
each distributed for 5 years)
Mobile App/Software Developer (2 resources for 12 24 90%
8.
months each distributed for 5 years)
Network & Infrastructure Expert (Distributed effort 30 90%
9.
for 5 years)
Server Storage/Database Expert (Distributed effort 30 90%
10.
for 5 years)
GIS Expert (2 resources for 12 months each 24 90%
11.
distributed for 5 years)
12. ERP Expert (Distributed effort for 5 years) 12 90%

Page 64 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

4. Award of contract

4.1. Notification of Award


Authority will notify the successful Bidder in writing / e-mail to be confirmed by the Bidder in
writing / email.
4.2. Signing of Contract
After the notification of award, Authority will issue Letter of Intent (LOI) followed by Work Order
(WO). Accordingly, a contract shall be signed between successful bidder and Authority or the
agency designated by Authority. As an acceptance of the LOI and WO, the Bidder shall sign and
return back a duplicate copy of the Letter of Intent and the Work Order to the Authority or the
agency designated by the Authority. The bidder shall return the duplicate copy along with a
Performance Bank Guarantee within 15 working days from the date of issuance of PO/LOI.
On receipt of the Performance Bank Guarantee, Authority or the agency designated by Authority
shall enter into a contract with the successful bidder. The Service Level Agreement (SLA) is
provided in RFP Volume III. The contract shall include all the Terms and Conditions of the RFP,
Corrigendum issued thereof if any and SLA shall be finalized & signed between the Authority and
the Successful bidder within 30 working days from the date of issue of Work Order.
4.3. Performance Bank Guarantee (PBG)
The successful Bidder shall at his own expense submit unconditional and irrevocable
Performance Bank Guarantee (PBG) to the Authority. The PBG shall be from a Nationalized Bank
or a Scheduled Bank in the format prescribed in Annexure 5 (B), payable on demand at any of the
bank branches in Saharanpur, for the due performance and fulfilment of the contract by the
bidder.
This Performance Bank Guarantee shall be for an amount equivalent to 10% of total
financial bid value (as per the financial bid format of the RFP)
PBG shall be invoked by Authority, in the event the Bidder:
a. Fails to meet the overall penalty condition as mentioned in RFP or any changes agreed
between the parties,
b. Fails to perform the responsibilities and obligations as set out in the RFP to the
complete satisfaction of Authority,
c. Misrepresents facts/information submitted to Authority.
The performance bank guarantee shall be discharged/returned by Authority upon being satisfied
that there has been due performance of the obligations of the bidder under the contract. However,
no interest shall be payable on the performance bank guarantee.
In the event of the Bidder being unable to service the contract for whatever reason(s), Authority
shall have the right to invoke the PBG. Notwithstanding and without prejudice to any rights
whatsoever of Authority under the contract in the matter, the proceeds of the PBG shall be
payable to Authority as compensation for any loss resulting from the bidder’s failure to
perform/comply its obligations under the contract.

Page 65 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

In case the project is delayed beyond the project schedule as mentioned in RFP Vol II and all such
delays accepted by the Authority, the implementation performance bank guarantee (IPBG) shall
be accordingly extended by the Bidder till completion of scope of work as mentioned in RFP
Volume II.
On satisfactory performance and completion of the order in all respects and duly certified to this
effect by the Authority, Contract Completion Certificate shall be issued and the IPBG would be
returned to the Bidder after the receipt of OPBG and after deducting the penal amount, if any,
upon Go-Live. OPBG would be returned to the bidder upon completion of O&M of the project in
all respect at the end of 5 years plus 60 days after deducting penalties, if any.
4.4. Warranty & Maintenance
Bidder shall also provide complete maintenance support, comprehensive on-site warranty, for all
the proposed integrated solution as outlined in this RFP for a period of Sixty months from the
date of go-live i.e. “Go-Live” + 60 months. “Go-live” is the date on which the proposed solution is
completely operational as per the requirements provided in this RFP and all the acceptance tests
are successfully concluded to the satisfaction of Authority.
The Bidder shall offer default warranty of Five years (5) for all the supplied IT equipment. & shall
extend comprehensive Annual Maintenance Contract (AMC) services for five (5) years for all the
equipment/ infrastructure supplied.
During the warranty period, the bidder shall warrant that the goods supplied under the contract
are new, defect free, unused at the time of delivery, and of the most recent version/models and
incorporate all recent improvements in design and materials unless provided otherwise in the
contract. The bidder further warrants that the goods supplied under this contract shall have no
defects arising from design, materials or workmanship.
Authority or designated representatives of the bidder shall promptly notify Successful Bidder in
writing of any claims arising under this warranty and AMC. Upon receipt of such notice, the
Bidder shall, within the warranty and AMC period and with all reasonable speed, repair or replace
the defective systems, without costs to Authority and within time specified and acceptable to
Authority. Bidder shall extend the services of repair, replacement and preventive maintenance
for entire contract period of 5 years from the date of Go-Live without costs to Authority meeting
SLA.
If the Successful Bidder, having been notified, fails to remedy the defect(s) within the period
specified in the contract, Authority may proceed to take such reasonable remedial action as may
be necessary, at the Successful Bidder’s risk and expense and without prejudice to any other
rights, which Authority may have against the Bidder under the Contract. Provided however that
the Authority shall first give a prior reasonable notice to the Successful Bidder to rectify the
default and only if the default continues even after the expiry of the cure period shall the Authority
have the right to invoke this penalty clause as mentioned in RFP Vol III.
During the warranty and comprehensive AMC period, the successful bidder shall provide all
product(s) and documentation updates, patches/fixes, and version upgrades within 15 days of
their availability and should carry out installation and make operational the same at no additional
cost to Authority meeting SLA.
The successful bidder hereby warrants Authority that:

Page 66 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

i. The implemented integrated solution represents a complete, integrated solution meeting


all the requirements as outlined in the RFP and further amendments if any and provides
the functionality and performance, as per the terms and conditions specified in the
contract.
ii. The proposed integrated solution shall achieve parameters delineated in the technical
specification/requirement.
iii. The successful bidder shall be responsible for warranty services from licensers of
products included in the systems.
iv. The successful bidder undertakes to ensure the maintenance of the acceptance
criterion/standards in respect of the systems during the warranty and comprehensive
AMC period.
4.5. Failure to agree with the Terms & Conditions of the RFP
Failure of the successful bidder to agree with the Terms & Conditions of the RFP shall constitute
sufficient grounds for the annulment of the award, in which event Authority may award the
contract to the next best value bidder or call for new bids at the risk and cost of the successful
bidder.
In such a case, Authority shall also invoke the PBG and/or forfeit the EMD.

Page 67 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

5. Annexure 1 – Template for Pre-Bid Queries

Bidder shall submit all pre-bid queries in “MS excel (soft copy)” strictly in the following format.
Sr. No. RFP Volume, RFP Page No Content of the RFP requiring Clarification Sought
Section , clarification /Change Request
Sub- Section (highlight the
and portion with red
Relevant color which is
Sr.No. (eg intended to be
Vol-2, changed.) with
6.1.11.1 Justification
Sr#11(ii)a)

Page 68 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

6. Annexure 2 – Formats for submission of Pre-Qualification Bid

6.1. Pre-Qualification Bid Checklist


Document
Submitted
S. No. Description Documents/Format ary Proof
(Y / N)
(Page No.)
1. Bid Cover Letter As per format mentioned in
Section 6.2 of Annexure 2
2. Particulars of the bidders As per format mentioned in
Section 6.3 of Annexure 2
3. Power of attorney/board As per format mentioned in
resolution to the Annexure 8
authorized Signatory of the
Bid
4. Power of attorney for lead As per format mentioned in
bidder of consortium Annexure 9
5. Consortium agreement (if As per format mentioned in
applicable) Annexure 7
6. EMD as per Fact Sheet As per format mentioned in
Annexure 5 A
7. Bid processing fee (Non- As per Fact Sheet
refundable)
8. Project Experience As per criteria mentioned
in section 3.5 and format
mentioned in Section 6.8
of Annexure 2
9. PAN documents Copy of PAN documents
10. GST registration Copy of GST registration
11. No Deviation Certificate As per format mentioned in
Section 6.6 of Annexure 2
12. Total Responsibility As per format mentioned in
Certificate Section 6.7 of Annexure 2
13. Format of Agreement As per format mentioned in
between Bidder and their Annexure 10
parent company / 100%
subsidiary / Sister Concern
Company (As the case may
be)
14. Format of Parent company As per format mentioned in
/ Subsidiary / Sister Annexure 11
Concern Company
Guarantee

Page 69 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

6.2. Pre-Qualification Bid Cover Letter


(To be submitted on the letterhead of the Bidder)
To
Chief Executive Officer,
Saharanpur Smart City Limited,
Gurudwara Road, Saharanpur, Uttar Pradesh
Subject: RFP for Selection of Master systems Integrator for Implementation of Integrated
Command and Control Center and Smart Components in Saharanpur City
Ref: Tender No: <No> Dated<DD/MM/YYYY>
Dear Sir/ Madam,
Having examined the RFP, the receipt of which is hereby duly acknowledged, we, the undersigned,
offer to provide the professional services as required and outlined in the RFP for the Selection of
Master Systems Integrator for Implementation of Integrated Command and Control Center and
Smart Components in Saharanpur City.
We attach here to our responses to pre-qualification requirements, Technical and Price Bids as
required by the RFP. We confirm that the information contained in these responses or any part
thereof, including the exhibits, and other documents and instruments delivered or to be delivered
client is true, accurate, verifiable and complete. This response includes all information necessary
to ensure that the statements therein do not in whole or in part mislead the department in its
short-listing process.
We fully understand and agree to comply that on verification, if any of the information provided
here is found to be misleading the selection process, we are liable to be disqualified from the
selection process or termination of the contract during the project, if selected to do so.
We agree for unconditional acceptance of all the terms and conditions set out in the RFP
Document and also agree to abide by this RFP response for a period of 180 days from the date
fixed for bid submission. We hereby declare that in case the contract is awarded to us, we shall
submit the performance bank guarantee bond in the form prescribed in the RFP.
We agree that you are not bound to accept any RFP response you may receive. We also agree that
you reserve the right in absolute sense to reject all or any of the bids and also all or any of the
products/ services specified in the RFP response.
It is hereby confirmed that I/We are entitled to act on behalf of our company/ corporation/ firm/
organization and empowered to sign this document as well as such other documents, which may
be required in this connection.
Dated this Day of 2019

(Signature)
In the capacity of :
Name
Duly authorized to sign the RFP response for and on behalf of:

Page 70 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

(Name and Address of Company) seal/stamp of Bidder

Witness Signature:

Witness Name:
Witness Address:

Page 71 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

6.3. Particulars of the bidders (required for Sole/Lead Bidder and all
Consortium Members)
Details (to be filled by
# Description
the bidder)
1. Name of Bidder
2. Legal status of Bidder (company, Pvt. Ltd., LLP etc.)
3. Main business of the Bidder
4. Registered office address
5. Incorporation/Registration date and number
Details of Company’s Registration (Please enclose copy of
6.
the company registration document)
7. Name of Registration Authority
8. Registration Number and Year of Registration
9. GST/CST/LST/VAT registration No. (as applicable)
10. Permanent Account Number (PAN)
Primary Contact Person (Name, Designation, address,
11.
mobile number, fax, email)
Secondary Contact Person (Name, Designation, address,
12.
mobile number, fax, email)
Brief scope of work in
13. Role in Consortium (if applicable)
the consortium

A. Financial Turnover
The financial turnover of the company is provided as follows:

Year 2016-2017 2017-2018 2018-2019

Annual Turnover

o Copy of audited financial statements or declaration from the appointed statutory


auditor/CA to be provided as proof of the financial turnover
o Positive net worth, as on the last date of latest audited financial year. Copy of self-certified
statutory auditor certificate/CA to be submitted along with the bid
B. Certifications
Provide copy of valid certification for ISO 9001, ISO 27001 and ISO 20000 certifications and CMMI
Level 3 or above certification as required in Pre-Qualification criteria of RFP.

Page 72 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

6.4. Declaration of Non-Blacklisting

(To be provided on the Company letter head)

Declaration for Lead Bidder:

Place

Date
To,
Chief Executive Officer,
Saharanpur Smart City Limited,
Gurudwara Road, Saharanpur, Uttar Pradesh
Subject: Self Declaration of not been blacklisted in response to the RFP for Selection of Master
systems Integrator for Implementation of Integrated Command and Control Center and Smart
Components in Saharanpur City.
Ref: RFP No. <<…..>> dated << …..>>
Dear Sir,
We confirm that our company or firm, ____________,is currently not blacklisted in any manner
whatsoever by any Central / State Government Department or Central/State Public Sector Units
(PSUs), Government (Central / State / PSU/ World Bank/Asian Development Bank), Other Smart
Cities, Local Bodies, Multi-Lateral agency organizations in India on any ground including but not
limited to indulgence in corrupt practice, fraudulent practice, coercive practice, undesirable
practice or restrictive practice.

(Signature of the Lead Bidder)

Printed Name

Designation

Seal

Date:

Place:
Business Address:

Page 73 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

6.5. Declaration for Consortium Member:


(To be provided on the Company letter head)

{Place}

{Date}
To,
Chief Executive Officer,
Saharanpur Smart City Limited,
Gurudwara Road, Saharanpur, Uttar Pradesh
Subject: Self Declaration of not been blacklisted in response to the RFP for Selection of Master
systems Integrator for Implementation of Integrated Command and Control Center and Smart
Components in Saharanpur City.
Ref: RFP No. <<…..>> dated << …..>>
Dear Sir,
We confirm that our company or firm, ____________,is currently not blacklisted in any manner
whatsoever by any Central / State Government Department or Central/State Public Sector Units
(PSUs), Government (Central / State / PSU/ World Bank/Asian Development Bank), Other Smart
Cities, Local Bodies, Multi-Lateral agency organizations in India on any ground including but not
limited to indulgence in corrupt practice, fraudulent practice, coercive practice, undesirable
practice or restrictive practice.

(Signature of the Consortium Member)

Printed Name

Designation

Seal Date:
Place: Business Address:

Page 74 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

6.6. No Deviation Certificate

(To be provided on the Company letter head)

Place

Date
To,
Chief Executive Officer,
Saharanpur Smart City Limited,
Gurudwara Road, Saharanpur, Uttar Pradesh
Subject: Self Declaration for No Deviation in response to the RFP for Selection of Master systems
Integrator for Implementation of Integrated Command and Control Center and Smart
Components in Saharanpur City.
Ref: RFP No. <<…..>> dated << …..>>
Dear Sir,
This is to certify that our offer is exactly in line with your tender enquiry/RFP (including
amendments) no. _________ dated __________. This is to expressly certify that our offer contains no
deviation either Technical (including but not limited to Scope of Work, Business Requirements
Specification, Functional Requirements Specification, Hardware Specification and Technical
Requirements Specification) or Commercial in either direct or indirect form.

(Authorized Signatory)

Printed Name

Designation

Seal

Date:

Place:
Business Address:

Page 75 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

6.7. Total Responsibility Certificate

(To be provided on the Company letter head)

Place

Date
To,
Chief Executive Officer,
Saharanpur Smart City Limited,
Gurudwara Road, Saharanpur, Uttar Pradesh
Subject: Self Declaration for Total Responsibility in response to the RFP for Selection of Master
systems Integrator for Implementation of Integrated Command and Control Center and Smart
Components in Saharanpur City.
Ref: RFP No. <<…..>> dated << …..>>
Dear Sir,
This is to certify that we undertake the total responsibility for the defect free operation of the
proposed solutions as per the requirement of the RFP for the duration mentioned in all the
volumes of the RFP.

(Authorized Signatory)

Printed Name

Designation

Seal

Date:
Place:
Business Address:

Page 76 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

6.8. Self-certificate for Project execution experience (On Bidding Entity’s Letter
Head)
This is to certify that <Name of the Bidding entity> has been awarded with < Name of the Project
> as detailed under:

Name of the Project

Client’s name, Contact No. and Complete


Address

Contract value for the Bidder (in Indian


Rupees)

Current status of the project


(Completed/ Ongoing)

Activities completed by bidding entity as on


bid submission date
(Only relevant activities as sought in the
criteria to be included)

Value of work completed for which payment


has been received from the client

Date of Start

Date of Completion

(Authorized Signatory)

Signature:
Name:
Designation:
Bidding entity’s name
Address:

Seal:

Date:

Page 77 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

7. Annexure 3 – Formats for submission of the Technical Bid

7.1. General Instructions for the Technical Bid


Bidders have to submit a very structured and organized Technical Bid, which will be analysed by
the Technical/Evaluation Committee for compliances with regards to the requirements of the
project. Since the Price Bid shall be opened for only those bidders who qualify the minimum
criteria for technical bid evaluation, the quality and completeness of the information submitted
by the Bidder will matter a lot while finalizing the technical scores.
Bidder is expected to divide its proposal in following five Sections / Documents:
A. Bidder’s Competence to execute the project
This document should bring about the capability of the bidder to execute this project. Some of the
required documents are as follows:
 Experience of Bidder in Executing Projects as mentioned in Section 7.6 in required
Formats and supporting documents;
 Details of IT, Surveillance Domain Manpower in the firm;
 Other parameters as required
B. Proposed Team for the Project
As specified in the Technical Bid Evaluation Framework, client will give high importance on the
quality and competence of the technical manpower proposed for the project. Bidder are required
to propose separate resources for different skill-sets (during Design, Project Implementation &
Post-Implementation). Following documentation is expected in this section:
 Overall Project Team (for Design, Project Implementation & Maintenance phases)
 Escalation Chart for the entire Project Duration
 Summary Table giving Qualification, Experiences, Certifications, Relevance
 Detail of the proposed resources in the Format attached
C. Technical Solution Proposed for the Project
Broad areas to be covered in the Technical Solution documentation are given below:
1. Describe the proposed Technical Solution in a structured manner. Following points should be
captured in the same:
i. Clear articulation of the design, technical solution and various components proposed in
the bid including make/model of equipment’s with sizing of infrastructure (including
diagrams and calculations wherever applicable) proposed.
a. Justifications for selection of the proposed technology over other available options.
b. Extent of compliance to technical requirements specified in the scope of work
c. Technical Design and clear articulation of benefits to SSCL and other associated
project stakeholders w.r.t. various components of the solution offered vis-à-vis other
options available.

Page 78 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

d. Strength of the Bidder to provide services including examples or case-studies of


similar solutions deployed for other clients.
e. Specific emphasis on fulfilling the requirement of analytics and artificial intelligence
as specified in the RFP
f. Detailed Bill of Material for the solution proposed
ii. The overall technical solution should be structured in following sub-sections, which are
being evaluated by Technical Committee for technical scores:
a. Integrated Command and Control Centre
b. Surveillance System
c. Environmental sensors
d. Integrated Traffic Management System
e. Integrated Transport Solution
f. Automatic Traffic Violation Detection System
g. SAHART city app development for advanced Grievance Redressal System
h. Enterprise Resource Planning and Departmental database Digitization & Integration
i. Development Property & Utility details using GIS based mapping and build a GIS
platform
j. ICT support to Solid Waste Management
k. Design & Implementation of City Network Backbone (OFC Network)
l. Capacity building programs of SSCL/SMC officer
m. Training and orientation for citizens
n. Data Centre and Disaster Recovery Centre
2. Provide detailed approach and methodology for Pre-Implementation, Implementation,
Dismantling, Re-installation & Post-Implementation periods.
3. Clearly articulate the Strategy and Approach & Methodology for installation, Configuration &
Operationalization of all the key components of the project
4. Approach & Methodology for Management of SLA Requirements specified in the RFP.
5. Insight on Implementation of different Best Practices like ITIL, BS7799, Security Policy, etc.
6. Detailed Project Plan with timelines, resource allocation, milestones etc. in for supply,
installation and commissioning of the physical and IT components for the project.
D. Compliance Table to the Technical requirement /Specifications.
The Volume II of this RFP has specified the benchmark / minimum specifications for various
components. Bidder is expected to give a comprehensive compliance sheet for the Product and
services proposed by them. The Format to be used for this compliance matrix is as given in
Annexure -2.

Page 79 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

All above mentioned documents shall have an index page with page numbers specified for
all the key information / headers. (Not applicable for last document type).
IMPORTANT NOTE: The Bidders shall submit the Technical Solution Proposed and compliance to
the min. specifications for the Project. The Bids submitted without these documents are liable to be
rejected. The Technical/Evaluation Committee’s decision shall be final and binding on all.Format for
submitting details on experience of Bidder (in case of Consortium please provide the details of lead member
and other members separately)

7.2. Technical Bid Checklist

Compliance Page No. and


S. No. Checklist Item Format (Yes/No) Section No. in
the Bid

1. Technical Bid Covering As per format mentioned in


Letter Section 7.3 of Annexure 3

2. Proposed CVs As per format mentioned in


Section 7.4 of Annexure 3

3. Credential summary As per format mentioned in


Section 7.5 of Annexure 3

4. Bidder’s Experience As per criteria mentioned in


section 3.6 and format
mentioned in Section 7.6 of
Annexure 3

5. Project plan and As per format mentioned in


manpower plan Section 7.7, 7.8 & 7.9 of
Annexure 3

6. Compliance to As per format mentioned in


benchmark/minimum Section 7.10 of Annexure 3
specifications

7. Manufacturers'/Producers’ As per format mentioned in


Authorization Form Section 7.11 of Annexure 3

8. Anti-Collusion certificate As per format mentioned in


Section 7.12 of Annexure 3

9. Detailed proposed solution As per format mentioned in


Section 7.13 of Annexure 3

10. Proposed Bill of Material As per format mentioned in


Section 7.14 for Annexure 3

11. Non-disclosure agreement As per format mentioned in


Annexure 6

Page 80 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

7.3. Technical Bid Covering Letter


(To be submitted on the letterhead of the Bidder)
To
Chief Executive Officer,
Saharanpur Smart City Limited,
Gurudwara Road, Saharanpur, Uttar Pradesh
Subject: RFP for Selection of Master systems Integrator for Implementation of Integrated
Command and Control Center and Smart Components in Saharanpur City
Ref: Tender No: <No> Dated<DD/MM/YYYY>
Sir/ Madam,
I (in case of single bidder) or We, <<name of the undersigned Bidder and consortium members>>,
having read and examined in detail all the bidding documents in respect of “Request for Proposal
(RFP) for Selection of Master Systems Integrator for Implementation of Integrated Command and
Control Center and Smart Components in Saharanpur City” do hereby propose to provide our
services as specified in the bid submitted by us.
It is hereby confirmed that I / We are entitled to act on behalf of our company / corporation /
firm / organization and empowered to sign this document as well as such other documents, which
may be required in this connection.
We declare that all the services shall be performed strictly in accordance with the RFP documents.
We confirm that the information contained in this response or any part thereof, including its
exhibits, and other documents and instruments delivered or to be delivered to Authority, is true,
accurate, verifiable and complete. This response includes all information necessary to ensure that
the statements therein do not in whole or in part mislead the department in its evaluation
process. We also confirm that we shall not attract conflict of interest in principle.
We hereby declare that in case the contract is awarded to us, we shall submit the contract
Performance bank guarantee in the form prescribed at Annexure 5 of the RFP Volume I.
We hereby declare that our bid is made in good faith, without collusion or fraud and the
information contained in the bid is true and correct to the best of our knowledge and belief.
We understand that our bid is binding on us and that you are not bound to accept a Bid you
receive. This bid is valid for 180 days after opening of technical bid. We shall extend the validity
of the bid if required by Authority.
Thanking you,
Yours sincerely,
(Signature of the Lead Bidder)
Printed Name
Designation
Seal
Date:
Place:

Page 81 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

7.4. Details of the resource proposed


7.4.1. Summary of resource proposed
Basic
Certifications
Qualification
(e.g., PMP or Total
Name of the Proposed Highest (e.g., B.Sc. or
Sl. No. ITIL or Experience
resource Role Degree BE or MCA or
TOGAF or (In Years)
Post
CCNP etc.)
Graduation)
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.

Page 82 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

7.4.2. Curriculum Vitae (CV) of Team Members


1. Proposed Position:
2. Name of firm
3. Name of the staff
4. Date of Birth
5. Nationality
6. Education Qualification Institute/University Degree Year of
Obtained passing

7. Membership of Professional
Associations:
8. Certifications and Trainings
attended
9. Countries of work experience
10. Languages For each language indicate proficiency: good, fair, or poor
in speaking, reading, and writing
Language Reading Writing Speaking

11. Employment Record Employer Position From To

12. Detailed Task Assigned


13. Total No. of Years of Work
Experience
14. Total No. of Years of
Experience for the Role
proposed
15. Relevant Work Undertaken that Best Illustrates the experience as required for the Role)
16. Name of Assignment
Year
Location
Employer
Main Project Features
Position held
Activities Performed

Page 83 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

Certification
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes
myself, my qualifications, and my experience. I understand that any willful misstatement
described herein may lead to my disqualification or dismissal, if engaged.

Date: Signature of the professional


Place:

Full Name

Page 84 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

7.5. Credential Summary


S. No. Project Client Client Project Project Documentary Project Status
Name Name Type Value Components evidence (Completed
(In INR) provided (Yes or Ongoing or
or No) Withheld)
1.
2.
3.
4.
5.

 Client type – Indicate whether the client is Government or PSU or Private


 Project Components – Indicate the major project components like setting up of IT systems/
IT systems integration/ IT services/ ICT/ System integration services/ communication
infrastructure/ city surveillance/ ICT based utility management/ Transport management/
command & control center implementation/ Network operating center (NOC)
 Documentary evidence provided – Indicate the documentary evidence provided with the
detailed project credential like work order or purchase order or completion certificate or
letter of appointment
 Project Status – Completed (date of project completion) or Ongoing (project start date)

Page 85 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

7.6. Bidder’s Experience- Client Citations


Sole Bidder or Lead bidder in case of Consortium is requested to furnish the credentials in the
following format for both Pre-Qualification and Technical Criteria. All credentials should be
followed by relevant documentary proof.

Name of the Project & Location

Client’s name, Contact No. and Complete Address

Contract value for the Bidder (in India n Rupees)

Narrative description of project:

Date of Start

Date of Completion

Activities undertaken by prime bidder or


consortium member

Note: If the project is ongoing, bidder must clearly specify which of the stages/phases/milestones
are completed and which are ongoing and at what stage of completion and produce a self-
certificate as per the format provided in Section 6.8.

Page 86 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

7.7. Project Plan


A Detailed Project Plan covering break-up of each phase into the key activities, along with the
start and end dates must be provided as per format given below.

Activities Wise Timeline

S. No. Detailed work breakdown structure Month Wise Program

1 2 3 4 5 ……

Project Plan

1 Activity 1

1.1 Sub-Activity 1

1.2 Sub-Activity 2

Note: The above activity chart is just for the purpose of illustration. Bidders are requested to
provide detailed activity & phase wise timelines for executing the project with details of
deliverables & milestones as per their bid.
7.8. Manpower Plan
7.8.1. Till Go-Live Implementation

Activities Wise Timeline

S. No. Role Month wise time to be spent by Total Onsite/


each personnel (in days) Offsite

1 2 3 4 5 ……9

1.
2.
3.
4.
5.

6.

7.

8.

7.8.2. After Go-Live implementation (Operation & Maintenance)

Activities Wise Timeline

Page 87 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

S. No. Man Power Month wise time to be spent by each Total


detailed personnel (in days)
breakup

Year Year Year Year Year ……


1 2 3 4 5

1 Onsite/Offsite

2 Onsite/Offsite

3 Onsite/Offsite

4 Onsite/Offsite

5 Onsite/Offsite

6 Onsite/Offsite

7 Onsite/Offsite

8 Onsite/Offsite

9 Onsite/Offsite

10 Onsite/Offsite

Page 88 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

7.9. Format for sharing details of the Resources/Personnel to be deployed


Certifications Please
Relevant
(e.g., PMP or mention 2 Total
Name of Experience
Sl. Proposed Highest ITIL or relevant Experience
the
No. Role Degree related to
resource TOGAF or projects (In Years)
(In Years)
CCNP etc.) handled
1.

2.
3.
4.
5.
6.
7.
8.
9.
10.

Page 89 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

7.10. Format for specifying Compliance to the benchmark / minimum


Specifications
Bidder is required to submit compliance to the required benchmark / minimum specifications for
various components specified in the RFP
This compliance would be needed in two Formats – 1) Summary table given below for all the
items, 2) Compliance tables for each of the line item against the benchmark specifications
specified in the Volume II of this RFP.
1) Summary Table of the Compliance of Requirements

Unit of Quantity Make & Compliance to Required


# Component
Measurement Proposed Model Specifications? (Yes / No)
1. .............
2. .............
3. .............

2) Detailed compliance tables for each of the proposed items against the benchmark
specifications specified in the Volume II of this RFP should be provided on
OEM/Manufacturer's Letterhead and cross-signed and stamped by Bidder's
Authorized Signatory
Name of the Equipment:

Remarks (If compliance


Minimum Specification
Compliance is No) – state clearly if
# Parameter /Requirement
(Yes / No) the deviation is having a
mentioned in the RFP
+ve or –ve impact

1. .............

2. .............

3. .............

Page 90 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

7.11. Format for Authorization Letters from OEMs


Date: dd/mm/yyyy
To
Chief Executive Officer,
Saharanpur Smart City Limited,
Gurudwara Road, Saharanpur, Uttar Pradesh
Subject: Authorization Letter to M/s. -------------- for the participation in the Bid for ….
Ref: Tender No: <No> Dated<DD/MM/YYYY>
Sir,
We _______________________, (name and address of the manufacturer) who are established and
reputed manufacturers of __________________ having factories at __________________ (addresses of
manufacturing / development locations) do hereby authorize M/s _______________________ (name
and address of the Bidder) to bid, negotiate and conclude the contract with you against the above
mentioned RFP for the equipment / software manufactured / developed by us.
We herewith certify that the above mentioned equipment / software products will be supplied to
M/s________________ [name of the bidder] as part of the subject project and we hereby undertake to
support these equipment / software for the duration of minimum 10 years from the date of
submission of the bid.
We also confirm that the offered system will not be end of life for min 72 months from the date of
bid submission.
Yours faithfully,

For and on behalf of M/s __________________________(Name of the manufacturer)

Signature :

Name :

Designation :

Address :

Date :

Note:
1) This letter of authority should be on the letterhead of the concerned manufacturer and should
be signed by an authorized signatory of the manufacturer. The same would need to be
submitted by the Bidder as a part of Technical Bid.

Page 91 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

7.12. Anti-Collusion Certificate

[Certificate should be provided by Lead Bidder on letter head]

Anti-Collusion Certificate

We hereby certify and confirm that in the preparation and submission of our Bid for Request for
Proposal (RFP) for Selection of Master systems Integrator (MSI) for Implementation of Integrated
Command & Control Center (ICCC) and Smart Components in Saharanpur City against the RFP
Tender No :<No> Dated<DD/MM/YYYY> issued by Authority, We have not acted in concert or in
collusion with any other Bidder or other person(s) and also not done any act, deed or thing, which
is or could be regarded as anti-competitive. We further confirm that we have not offered nor will
offer any illegal gratification in cash or kind to any person or organization in connection with the
bid.

(Signature of the Lead Bidder)

Printed Name
Designation

Seal
Date:
Place:
Business Address:

Page 92 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

7.13. Overview of Proposed Solution


Structure of Proposed Solution:-
Bidders are required to provide a detailed approach & methodology to execute the entire project.
Bidders are advised to comply with the below provided headers/Approach components while
detailing out their solution
Sl. No Item
1 Understanding of the project and conformity to volume 2 : Functional Requirement and
High level Architecture of the proposed solution as per requirements of the RFP
2 Proposed deployment architecture for on-premise DC, cloud DC & cloud DR to meet the
functionalities as given in RFP and Proposed Network Architecture covering ICCC
viewing center, CCC platform (DC Cloud), on-premise DC & cloud DR to meet the
functionalities as given in RFP
3 Proposed security solution to safeguard against various threats including hacking
attempts, cyber-crime, internal/ external threats etc.
4 Proposed solution for design & development of SOPs and KPIs, also please list down all
the SOPs & KPIs identified for the solution.
5 Identification of major risks for the projects and also propose suitable mitigation plan
for each of identified risks.
6 Methodology, tools and Technologies to create, monitor & maintain all the SLAs and
managing change requests
7 Proposed structure for:
i. Project Strategy
ii. Project Management
iii. Risk Management
iv. Resource Plan
v. Project Governance Model
7.14. Proposed Bill of Material
The Bidder should provide the proposed Bill of Material (BoM) here. Bidders are required to
mention the details of the make/brand and model against each line item, wherever applicable.
The bid can be considered non-responsive in the absence of any such details and the bids will be
summarily rejected. Once the bidder provides this information in the submitted bid, the bidder
cannot change it with any other component / equipment etc. of lower specifications /
performance; it can only be upgraded at the time of actual deployment/installation after getting
the change request approvals. The Bidder shall quote only one specific make and model from only
one specific OEM, for each of the goods. Providing more than one option shall not be allowed.
***The list of items mentioned hereunder is indicative. The Bidder can increase the line
item/quantity, that may be required to fulfill the RFP and project requirements in totality. The
BoM shall comply with the FRS and TRS given in Vol.2 of the RFP. Proposed quantity should not
be less than the Indicative quantity, in any case. All such changes must reflect in the Online Price
Bid also.

Page 93 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

7.14.1. CAPEX items


Make Model Full
Indicat Propose
Sr.No. Category BoM Line Item Unit /Bran Detail compliance
ive Qty d Qty
d s with RFP Vol-2
Supply & Installation of
digital Vehicular Count
1 ITMS down timer for Signal Nos 120
Junctions (Dual Color ,EN
12966 Standerds )
Supply & Installation of
digital Pedestrian Count
2 ITMS down timer for Signal Nos 120
Junctions (Dual Color ,EN
12966 Standerds )
Supply & Installation of
Galvanised Iron Class B
3 ITMS Traffic Signal straight pole Nos 120
of 6 mtr height as per
Specification
Supply & Installation of
Galvanised Iron Class B
4 ITMS Nos 60
Traffic Signal cantilever
pole of as per Specification
Supply & Installation of
300 mm dia – single source
5 ITMS – LED Nos 180
retrofit - Red (blow) as per
EN 12368 Standerds
Supply & Installation of
300 mm dia – single source
6 ITMS – LED Nos 180
retrofit - Amber(blow) as
per EN 12368 Standerds
Supply & Installation of
300 mm dia – single source
– LED
7 ITMS Nos 360
retrofit - Green(arrow/U-
Turn) as per EN 12368
Standerds
300 mm dia – single source
– LED
8 ITMS retrofit - Red (blow) Stop- Nos 120
Man as per EN 12368
Standerds
300 mm dia – single source
– LED
9 ITMS retrofit - Green (blow) Nos 120
Walk-Man as per EN
12368 Standerds
Supply & Installation of
Polycarbonate LED Signal
10 ITMS Nos 960
head housing 300 mm dia.
as per ATC technical

Page 94 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

Make Model Full


Indicat Propose
Sr.No. Category BoM Line Item Unit /Bran Detail compliance
ive Qty d Qty
d s with RFP Vol-2
specification and drawing
alongwith brackets &
accessories etc. (For all
type of LED
Retrofit)(6.a+6.b+6.c+6.d)
11 ITMS Vehicle Detector (Camera) Nos 60
Supply & Installation of
32/64 bit Microcontroller
based Automatic traffic
signal controller housed in
a water proof, dust proof &
dust tight(IP55 grade)
cabinet with internal
locking arrangement ,
12 ITMS Nos 60
Police panel etc., The
controller should have
minimum 48 output
phases and should be
equipped with all features
of Adaptive traffic
Controller system for
future scalability.
1.5 Sq mm 14 core Copper As per 1800
13 ITMS
Conductor site 0
1.5 Sq mm 7 Core Copper As per
14 ITMS 9000
Conductor site
Supply & Installation of
power supply box 600mm
X 400mmX 300mm
(HXWXD), with canopy
made in
welded construction of S.S.
15 ITMS 304 material having sheet Nos 60
of thickness 1.6mm with IP
65
protection as per technical
specification and as per
requirement of power
supply authority
Complete cabling and civil
works as required
including but not limited
to:digging laying of
16 ITMS 50/90 mm HDPE Pipe at Lot 60
road crossing, island,
median etc.; 90/120mm
DWC pipe, 14/7 core 1.5
and backfilling.
Provisioning of Electric
17 ITMS Nos 60
Supply at the junction

Page 95 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

Make Model Full


Indicat Propose
Sr.No. Category BoM Line Item Unit /Bran Detail compliance
ive Qty d Qty
d s with RFP Vol-2
Supply & Installation of
Lane RLVD/ANPR Camera
18 ITMS Nos 120
with internal / external IR
Illuminator
Supply & Installation of
Wide angle Evidence
19 ITMS Nos 60
Camera with internal /
external IR Illuminator
Camera licence for RLVD
20 ITMS Nos 60
analytics
Camera licence for No-
21 ITMS Nos 60
Helmet Detection analytics
Camera license for Triple
22 ITMS Nos 60
Riding Detection analytics
Pole Mounted Control
Unit : With all cabling,
23 ITMS Nos 60
fittings, earthing , link to
ANPR processor by OFC
Supply & Installation of 6
24 ITMS Mtr Cantelever Pole as per Nos 60
site requirment
RLVD FIELD -PROCESSOR
UNIT
Industrial PC i7,8GB, 1TB
25 ITMS etc , with UPS, Gigabit Nos 17
industrial switch, Media
converters for each Road
connectivity)
26 ITMS Junction box, etc. Lot 60
Server For Traffic
27 ITMS Nos 1
Management System
Traffic Monitoring and
28 ITMS Report generation Nos 1
Software
29 ITMS Server For RLVD System Nos 1
30 ITMS RLVDS Software Nos 1
31 ITS - Bus BDC/SCU Set 50
32 ITS - Bus PIS (Bus) Set 50
Bus Camera (Set of 2) with
33 ITS - Bus Set 50
internal IR Illuminator
34 ITS - Bus Ticketing Machine Nos 50
Automatic Vehicle
35 ITS - DC Nos 1
Location System
Passenger Information
36 ITS - DC Nos 1
System
Depot Management
37 ITS - DC Nos 1
System
Automated Fare Collection
38 ITS - DC Nos 1
System

Page 96 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

Make Model Full


Indicat Propose
Sr.No. Category BoM Line Item Unit /Bran Detail compliance
ive Qty d Qty
d s with RFP Vol-2
Incident Management
39 ITS - DC Nos 1
System
40 ITS - DC BI (10 ul) Nos 1
ITS -
41 Depot Workstation Nos 2
Depot
ITS -
42 Applicati Integration with ICCC Nos 1
ons
E-
E-Governance Kiosks
Governa
43 (including software Nos 4
nce
license)
Kiosks
CCTV Outdoor Box Fixed Camera
44 Surveilla with internal / external IR Nos 760
nce Illuminator
CCTV Outdoor Bullet Fixed
45 Surveilla Camera with internal IR Nos 100
nce Illuminator
CCTV
Outdoor PTZ Camera with
46 Surveilla Nos 56
internal IR Illuminator
nce
CCTV ANPR Cameras with
47 Surveilla internal / external IR Nos 36
nce Illuminator
CCTV
48 Surveilla Public Address System Lot 22
nce
CCTV
49 Surveilla Emergency Call Box Lot 22
nce
CCTV
Poles with Cantilever for
50 Surveilla Lot 16
ANPR Cameras
nce
CCTV
Poles for cameras and
51 Surveilla Nos 644
equipments
nce
CCTV
Industrial grade outdoor
52 Surveilla Nos 360
PoE Switches
nce
CCTV
Provisioning of Electrical
53 Surveilla Nos 322
Power
nce
Networking Cost (Passive
Components) (Pl. specify
the details like Junction
CCTV
Box, Patch Panel, LIU, OFC,
54 Surveilla Lot 322
Cat6 Cable, Power Cable,
nce
Patch Cords, Pipes,
earthing, Lighting arrester
and electrical, earthing

Page 97 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

Make Model Full


Indicat Propose
Sr.No. Category BoM Line Item Unit /Bran Detail compliance
ive Qty d Qty
d s with RFP Vol-2
cables, Installation &
Labour Charges, etc.
UPS with Battery
CCTV
(appropriate Backup as
55 Surveilla Nos 360
per technical/ functional
nce
specification)
SAHART City App: Mobile
Application + Web Portal
development (Integration
Mobile
with all municipal services
56 Applicati Lot 1
with payment gateway
on
integration, colloboration
plat form (Polls, blogs and
social media integration)
Solid Waste Management
Application Software
Automated Vehicle Locator
Management System with
requirement of customized
dashboard specific for
monitoring and tracking of
solid waste management
activities and integration
with the RFID system &
volume sensor system for
bin collection
Solid
management.
Waste
57 Waste Management Set 1
Manage
Monitoring Application
ment
Mobile Application -
Mobile GPS based Staff
Attendance Management
System
Driver/Field Staff Mobile
Application
Citizen Mobile App
GIS Platform to be
provided by SI which will
be integrated through API
(Integration with existing
Map)
Solid
Waste Vehicle Tracking System
58 No. 76
Manage (VTS) GPS Device
ment
Solid
Waste RFID receiver for
59 No. 10
Manage Compactors / Auto tippers
ment

Page 98 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

Make Model Full


Indicat Propose
Sr.No. Category BoM Line Item Unit /Bran Detail compliance
ive Qty d Qty
d s with RFP Vol-2
Solid
Waste QR Code tags for All House 1,50,0
60 No.
Manage Holds 00
ment
Solid Mobile Phone for Vehicle
Waste Collector driver (Smart
61 No. 66
Manage Phone with SWM app to
ment scan the QR code)
Solid
Waste RFID tags for SWM
62 No. 76
Manage Vehicles
ment
Solid
Waste 4G Mobile with Biometric
63 No. 45
Manage device for Supervisor
ment
Solid 3G GPRS SIM for the GPS
Waste Units in Vehicles, Filed
64 No. 1,199
Manage Staff Mobiles &
ment Weighbridge Gateway
Solid
Waste Smart Bin Sensors (Level
65 No. 1,000
Manage sensors)
ment
Solid
Waste
66 RFID tags for Bins No. 1,000
Manage
ment
Geo Tagging, geo
Solid
refrencing, geo fencing in
Waste
67 coordination with the No. 1
Manage
route plan for vehicle
ment
tracking
Solid
Installation of RFID reader
Waste
68 along with pole for land fill No. 2
Manage
sites
ment
Supply and Installation of
Environmental Sensor
(GSM/Wi-Fi based)
Environ a. PM2.5, PM10
69 mental b. Gases: CO2, CO No. 6
Sensors c. Temperature, Humidity
d. Light :Visible Light, UV
e. Weatherproof
f. External DC Powered
Environ
Data Integration Support +
70 mental No. 1
Data dashboard/Platform
Sensors

Page 99 of 133
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

Make Model Full


Indicat Propose
Sr.No. Category BoM Line Item Unit /Bran Detail compliance
ive Qty d Qty
d s with RFP Vol-2
ICCC- Video Wall Cubes (70'')
71 Video 4*3 matrix (DLP Laser 24
Wall Light)
ICCC-
Video Wall Controller with
72 Video 2
Wall Management System
Wall
ICCC-
Audio Mixer and Speaker
73 Video 2
System
Wall
ICCC - Multi Function Laser
74 Hardwar Printer (City Operations 2
e Room)
ICCC -
Operator Workstations
75 Hardwar 24
(City Management Room)
e
ICCC -
76 Hardwar IP Phones 44
e
ICCC -
77 Hardwar Digital Set top boxes 2
e
ICCC -
65" LED TV set (Meeting
78 Hardwar 2
room)
e
Virtual Reality : Dashboard
Integeration , Devlopment
ICCC -
and deployment along
79 Hardwar 1
with necessary hrdware
e
and software (16 screen : 4
instances )
ICCC -
80 Hardwar Office Desktop 5
e
ICCC - 65" LED display to present
81 Situation critical information 2
Room Display
ICCC -
Video MultiConferencing
82 Situation 1
Unit (MCU)
Room
ICCC -
83 Situation Video End point 1
Room
IP PBX System with
ICCC - IP
84 Emergency Notification 1
PBX
System
ICCC - IP
85 ISDN PRI Licenses 2
PBX
ICCC - IP Contact Center Agent
86 4
PBX License

Page 100 of 133


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

Make Model Full


Indicat Propose
Sr.No. Category BoM Line Item Unit /Bran Detail compliance
ive Qty d Qty
d s with RFP Vol-2
ICCC - IP Contact Center Supervisor
87 1
PBX License
ICCC - IP
88 Call Recording License 5
PBX
ICCC - IP Contact Center Reporting
89 1
PBX License
ICCC - IP
90 Outbound Dialer 2
PBX
ICCC - IP
91 Headsets 5
PBX
ICCC -
92 Building DG Set (for IT load only) 2
Utilities
ICCC -
93 Building IBMS 1
Utilities
ICCC -
94 Building UPS with battery backup 2
Utilities
ICCC -
95 Building Access Control System 1
Utilities
ICCC -
Electrical and power
96 Building 1
cabling
Utilities
ICCC - Electrical Cabling &
97 Building Necessary Illumination 1
Utilities Devices
ICCC -
98 Building LAN and CAT-6 cabling 1
Utilities
ICCC -
Public Address System
99 Building 10
(Speakers)
Utilities
ICCC -
Fire & Smoke Detection
100 Building 6
System
Utilities
ICCC -
101 Building Fixed Dome Cameras 6
Utilities
ICCC - Furniture for City
102 Furnitur Management Room 26
e Operator Desks
ICCC - Furniture for City
103 Furnitur Management Room 1
e Manage's Desk
ICCC - Furniture for City
104 Furnitur Management Room 1
e meeting table and chairs

Page 101 of 133


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

Make Model Full


Indicat Propose
Sr.No. Category BoM Line Item Unit /Bran Detail compliance
ive Qty d Qty
d s with RFP Vol-2
ICCC - Furniture for Meeting
105 Furnitur Room meeting table and 1
e chairs
ICCC -
Furniture for Contact
106 Furnitur 4
Center Operator Desks
e
ICCC -
Furniture for Security
107 Furnitur 1
Room Desks
e
ICCC -
Furniture for 'Technical
108 Furnitur 8
Support Team Desks
e
ICCC -
109 Furnitur Furniture for War Room 1
e
Civil Work (2 floors of
2800 Sq Fteach) (Structure
of building shall be
ICCC - provided by the City SPV,
110 Civil finishing which includes 1
Works wiring, ducting, false
ceiling, false flooring, etc.
will be the responsibility of
MSI)
111 OFC 96 core optical fibre cable Km 200
UTP Cat 6 Armoured Cable
112 OFC Km 200
(As per Bidder's Solution)
113 OFC Patch Cord Number 600
Distribuation Switches
114 OFC Number 20
(Field Side )
HDPE for laying OFC (Per
115 OFC Km 200
Km)
Network Switch
116 OFC Number 100
(Junctions)
117 OFC Junction Box Number 100
118 OFC Field UPS Number 100
Patch Panel/ Fibre
119 OFC Number 100
interface unit
120 OFC Power Cable Km 11
121 OFC Fibre Management System Number 100
ICCC
Integration with City GIS Lump
122 Integrati 1
Platform sum
on
ICCC
Integration with City Lump
123 Integrati 1
Surveillance System sum
on
Integration with SMART
ICCC
Governance (Multiple Lump
124 Integrati 1
Municipal Services) sum
on
System

Page 102 of 133


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

Make Model Full


Indicat Propose
Sr.No. Category BoM Line Item Unit /Bran Detail compliance
ive Qty d Qty
d s with RFP Vol-2
Integration with SMART
ICCC LED Lights (Monitoring &
Lump
125 Integrati Control, Integration with 1
sum
on Existing LED CCMS
Systems)
Integration with
Integrated Solid Waste
ICCC
Management System (GPS Lump
126 Integrati 1
Vehicle, STP SCADA, sum
on
SMART Bins, Camera
based Monitoring)
ICCC
Integration with City Lump
127 Integrati 1
Water SCADA System sum
on
ICCC
Integration with City Lump
128 Integrati 1
Power SCADA System sum
on
ICCC
Lump
129 Integrati Integration with ITMS 1
sum
on
ICCC
Integration with SMART Lump
130 Integrati 1
Parking System sum
on
ICCC
Integration with SMART Lump
131 Integrati 1
Health Care System sum
on
ICCC
Integration with SMART Lump
132 Integrati 1
Education System sum
on
ICCC
Integration with Digital Lump
133 Integrati 1
VMD System sum
on
ICCC Integration with Panic
Lump
134 Integrati Button & Emeregency Call 1
sum
on Box System
ICCC
Integration with Public Lump
135 Integrati 1
Addressal System sum
on
ICCC Integration with
Lump
136 Integrati Environmental Sensors 1
sum
on Application
ICCC Integration with City
Lump
137 Integrati Specific mobile / web 1
sum
on Application
ICCC
Integration with DIAL 100 Lump
138 Integrati 1
Application sum
on
ICCC
Lump
139 Integrati Integration with eLibrary 1
sum
on

Page 103 of 133


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

Make Model Full


Indicat Propose
Sr.No. Category BoM Line Item Unit /Bran Detail compliance
ive Qty d Qty
d s with RFP Vol-2
ICCC
Integration with Smart Lump
140 Integrati 1
Toilets sum
on
ICCC Lump
141 ICCC Platform on cloud 1
Platform sum
GIS -
142 DGPS Survey Nos 25
Survey
GIS -
143 Total Station Survey Sq km 80
Survey
GIS -
144 GPR Survey km 890
Survey
GIS - 1250
145 Property Tax Survey No's
Survey 00
Acquisation of Satellite
imagery 0.3 m or better
GIS - resolution ,ortho rectified,
146 Basemap Geo referenced satellite Sq km 100
Creation image(saharanpur), in the
name of saharanpur
municipal corporation
GIS - Creation of Basemap and
147 Basemap overlaying TS data on 0.3 Nos 80
Creation m high resolution imagery
Supply, Installation and
GIS -
Implementation of GIS &
148 Enterpri Nos 1
Image Processing Servers
se
Software Licenses
Supply, Installation and
GIS -
Implementation of GIS &
149 Enterpri Nos 3
Image Processing Desktop
se
Software Licenses
Citizen GIS web portal,
GIS -
Mobile Application and GIS
150 Enterpri Nos 12
enabled departmental
se
modules for department
GIS -
GIS Integration with ICCC
151 Enterpri Nos 1
and other application
se
Geographical Information
System:
1.Survey of Line
departments for Data
Collection, Ground
GIS -
Truthing and GIS
152 Enterpri
conversion of legacy Data.
se
2. Procurement of Satellite
Imagery 0.5 m or better
Resolution, Ortho rectified,
Geo Referenced Satellite
Image (Saharanpur) in the

Page 104 of 133


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

Make Model Full


Indicat Propose
Sr.No. Category BoM Line Item Unit /Bran Detail compliance
ive Qty d Qty
d s with RFP Vol-2
name of Saharanpur
Municipal corporation
3. Creation of Basemap
Digitisati License Cost of the Basic
Lumpsu
153 on and ERP Modules (Approx. 300 1
m
ERP Licenses)
Digitisati One Time Customization
154 on and and implementation of Lot 1
ERP ERP Module( Lump sum)
DMS based E-office (for
Digitisati 100 Concurrent users)
Lumpsu
155 on and with content capture 1
m
ERP facility from all document
scanners
Digitisati
Lumpsu
156 on and Deployment Cost of DMS 1
m
ERP
Digitisati
157 on and Desktop PCs Nos 30
ERP
Digitisati
158 on and Scanners (with ADF) Nos 30
ERP
Digitisati
159 on and Desktop Laser Printers Nos 30
ERP
Digitisati
Data Scanning & Entry 1000
160 on and Nos
(per sheet) 000
ERP
Digitisati
161 on and IT Audit Cost Nos 1
ERP
Server
162 Room - ANPR system Nos 3
Servers
Server
163 Room - RLVD system Nos 2
Servers
Server
Surveillance Cameras-
164 Room - Nos 1
Management Server
Servers
Server
Surveillance Cameras-
165 Room - Nos 15
Recording Server
Servers
Server
Servers for Digitisation
166 Room - Nos 9
and ERP
Servers
Server
167 Room - Antivirus Server Nos 1
Servers

Page 105 of 133


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

Make Model Full


Indicat Propose
Sr.No. Category BoM Line Item Unit /Bran Detail compliance
ive Qty d Qty
d s with RFP Vol-2
Server
168 Room - GIS server Nos 1
Servers
Server Server for CCC Application
169 Room - & other applications ike Nos 4
Servers IBMS, contact centre etc.
Server
170 Room - Other management servers Nos 1
Servers
Server
Room -
Applicati ITMS Software (Software +
171 Nos 1
on and License) (ATCS)
System
Software
Server
Room -
Applicati
172 ANPR (Software + Licence) Nos 1
on and
System
Software
Server
Room -
Applicati
173 RLVD (Software+Licence) Nos 1
on and
System
Software
Server
Room -
Applicati
174 Public Address System Nos 1
on and
System
Software
Server
Room -
Applicati Emergency Call Box
175 Nos 1
on and System
System
Software
Server
Room -
Applicati Contact Centre application
176 Nos 1
on and and database
System
Software
Server
Room -
42U Racks (Network +
177 Other Nos 10
Server Racks)
require
ments

Page 106 of 133


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

Make Model Full


Indicat Propose
Sr.No. Category BoM Line Item Unit /Bran Detail compliance
ive Qty d Qty
d s with RFP Vol-2
Server
Room -
178 Other Storage (SAN Switch) Nos 2
require
ments
Server
Room -
Primary + Secondary
179 Other Nos 1
Storage (2000 TB)
require
ments
Server
Room -
Video Management System
180 Other Nos 950
(VMS) (Software+Licence)
require
ments
Server
Room - LAN Switches (along with
181 Other desired software system Nos 15
require like OS, DB, etc.)
ments
Server
Room - Aggregation Router (along
182 Other with desired software Nos 2
require system like OS, DB, etc.)
ments
Server
Room - Access Switch (along with
183 Other desired software system Nos 7
require like OS, DB, etc.)
ments
Server
Room - Internet Router (along
184 Other with desired software Nos 2
require system like OS, DB, etc.)
ments
Server
Room - KVM Switch (along with
185 Other desired software system Nos 8
require like OS, DB, etc.)
ments
Server
Room - Core Switch (along with
186 Other desired software system Nos 2
require like OS, DB, etc.)
ments
Server
Room - Aggregation Switch (along
187 Other with desired software Nos 2
require system like OS, DB, etc.)
ments

Page 107 of 133


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

Make Model Full


Indicat Propose
Sr.No. Category BoM Line Item Unit /Bran Detail compliance
ive Qty d Qty
d s with RFP Vol-2
Server
Room -
Host Intrusion Prevention
188 Other Nos 40
System (HIPS)
require
ments
Server
Room -
Network Instrusion
189 Other Nos 1
Prevention System (NIPS)
require
ments
Server
Room - NGFW Firewalls (for
190 Other internal & external both in Nos 4
require HA)
ments
Server
Room -
191 Other Web Access Firewall Nos 1
require
ments
Server
Room -
Enterprise Management
192 Other Nos 1
System
require
ments
Server
Room - Security Information &
193 Other Event Management (SIEM) Nos 1
require System
ments
Server
Room -
Centralised Antivirus
194 Other Nos 1
Solution
require
ments
Server
Room -
Data Loss Prevention
195 Other Nos 1
(DLP) Tool
require
ments
Server
Room -
End Point Zero Day
196 Other Nos 1
Malware protection
require
ments
Server
Room -
Threat Analysis tool
197 Other Nos 1
License
require
ments

Page 108 of 133


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

Make Model Full


Indicat Propose
Sr.No. Category BoM Line Item Unit /Bran Detail compliance
ive Qty d Qty
d s with RFP Vol-2
Server
Room -
198 Other Server Load Balancer Nos 2
require
ments
Server
Room -
199 Other Link Load balancer Nos 2
require
ments
Server
Room -
200 Other DDoS Nos 1
require
ments
Server
Room -
Operating System,
201 Other Nos 1
Database, CALs (Lot)
require
ments
Server
Room -
202 Other Tape Drive for Backup Nos 1
require
ments
Server
Room -
Virtualization (Software +
203 Other Lot 1
Licenses)
require
ments

7.14.2. OPEX Items


Indicative Proposed
Sr.No. Category BoM Line Item Unit
Qty Qty
Man-
1 Manpower Project Manager 60
month
Manpower -
IBMS & Command and Control Expert Man-
2 Tech 12
(Distributed effort for 5 years) month
Support
Manpower -
Solution Architect (Distributed effort Man-
3 Tech 16
for 5 years) month
Support
Manpower -
ITMS Expert (Distributed effort for 5 Man-
4 Tech 16
years) month
Support
Manpower -
Security & Surveillance Expert Man-
5 Tech 16
(Distributed effort for 5 years) month
Support

Page 109 of 133


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

Indicative Proposed
Sr.No. Category BoM Line Item Unit
Qty Qty
Manpower -
SWM Expert (Distributed effort for 5 Man-
6 Tech 16
years) month
Support
Manpower - Cyber Security Expert (2 resources
Man-
7 Tech for 12 months each distributed for 5 24
month
Support years)
Manpower - Mobile App/Software Developer (2
Man-
8 Tech resources for 12 months each 24
month
Support distributed for 5 years)
Manpower -
Network & Infrastructure Expert Man-
9 Tech 30
(Distributed effort for 5 years) month
Support
Manpower -
Server Storage/Database Expert Man-
10 Tech 30
(Distributed effort for 5 years) month
Support
Manpower - GIS Expert (2 resources for 12 Man-
11 24
DC months each distributed for 5 years) month
Manpower - ERP Expert (Distributed effort for 5 Man-
12 12
DC years) month
Manpower - Man-
13 Pantry Staff (2 resources) 120
Non IT month
Manpower - Electrical and Plumbing team (2 Man-
14 120
Non IT resources) month
Manpower - Man-
15 Security Staff (3 resources) 180
Non IT month
Manpower - Man-
16 Housekeeping staff (3 resources) 180
Non IT month
Manpower - Man-
17 Admin and support (2 resources) 120
Non IT month
Manpower - Contact Center Operators (10 Man-
18 600
Non IT resources) (Call Center)* month
Manpower - Viewing Center Operators (ICCC) (10 Man-
19 600
Non IT resources) month
Bandwidth Internet bandwidth between DC 512
20 1
Requirement Aggregation to DR mbps
Bandwidth Leased line bandwidth between DC
21 1 Gbps 1
Requirement and DR
MPLS Connectivity between City ICCC
Bandwidth 512
22 , Server room, Cloud DC and DR from 1
Requirement mbps
one of the POP location (on demand )
Rate Contract for Server Computing
with OS, Database, Security Features as As Per
23 DC Site VM
per MEITY Guidelines. (4 Core, 32 GB requirement
RAM per VM)
Rate Contract for Storage for all Critical
Applications, Enterprise database, GIS
As Per
24 DC Site data and flagged video Feed (Not for TB
requirement
regular feed) with all security features
as per MEITY guidelines.

Page 110 of 133


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

Indicative Proposed
Sr.No. Category BoM Line Item Unit
Qty Qty
Rate Contract for Server Computing
with OS, Database, Security Features as As Per
25 DR Site VM
per MEITY Guidelines. (4 Core, 32 GB requirement
RAM per VM)
Rate Contract for Storage for all Critical
Applications, Enterprise database, GIS
As Per
26 DR Site data and flagged video Feed (Not for TB
requirement
regular feed) with all security features
as per MEITY guidelines.
Integrated Traffic Management
27 Services Lot 1
System
28 Services City Surveillance System Lot 1
E-Governance (SAHART App + GIS
29 Services Lot 1
Module)
30 Services ICT enabled Solid Waste Management Lot 1
31 Services Environmental Sensors Lot 1
32 Services Digitization & ERP
Integrated Command and Control
33 Services Lot 1
System
34 Services Data Centre / Server Room Lot 1
35 Services ICCC Platform Lot 1
36 Services DR Network Lot 1
37 Services Optical Fiber Lot 1
Capacity
38 Functional Training Batch 12
Building
Capacity
39 Administrative Training Batch 9
Building
Capacity
40 Sr. management Training Batch 5
Building
Capacity Functional Training (for Digitisation,
41 Batch 5
Building ERP & DMS)

Page 111 of 133


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

8. Annexure 4 – Formats of Price Bid

8.1. Price Bid - Format 1


Sl # Head Amount (in INR) Amount (in words)
Total CAPEX price
1. (Inclusive of all taxes, levies,
duties, etc. as applicable)

Total OPEX price


2. (Inclusive of all taxes, levies,
duties, etc. as applicable)

3. Total Project Cost (1 + 2)


(Towards the Design, supply,
Implementation, operation and
maintenance of the Project,
inclusive of 5 years O&M of the
Project from the Phase wise Go-
Live as detailed in the Project
scope, Inclusive of all taxes,
levies, duties, etc. as applicable)

1. PRICE AND VALIDITY


 All the prices mentioned by us in this Price Bid are in accordance with the terms as
specified in the RFP Documents. All the prices and other terms and conditions of this RFP
are valid for a period of 180 calendar days from the date of submission of the Bid.
 We hereby confirm that our prices include all taxes, charges, levies etc. to be payable to
various govt./non-govt./local authorities.
 We understand and agree that the finalization/selection of the System Integrator is solely
on the basis of the QCBS, subject to fulfilment of eligibility criteria.
2. UNIT RATES
We also understand and agree that the unit rates of various components as per Format 2 of the
Price Bid also should be quoted, without which the bid is liable to be rejected by the technical/
evaluation committee. The decision of the committee shall be final and binding on all in this
regard.
We have indicated in the Format 2 of the Price Bid, the unit rates for the purpose of payment as
well as for price adjustment in case of any increase to / decrease from the scope of work or
quantities under the contract. We understand and agree that the unit rates will not be considered
for evaluation, finalization/selection of the System Integrator under this RFP.
3. QUALIFYING DATA
We confirm having submitted the information as required by you in your Instruction to Bidder.
In case you require any other further information/documentary proof in this regard before
evaluation of our RFP, we agree to furnish the same in time to your satisfaction.

Page 112 of 133


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

4. BID PRICE
We declare that our Bid Price is for the entire scope of the work as specified in the RFP Document.
The relevant unit prices are indicated in the Format 2 of the Price Bid.
5. CONTRACT PERFORMANCE BANK GUARANTEE
We hereby declare that in case the contract is awarded to us, we shall submit the contract
Performance Bank Guarantee in the form prescribed in the RFP.
We hereby declare that our RFP is made in good faith, without collusion or fraud and the
information contained in the RFP is true and correct to the best of our knowledge and belief.
We understand that our response to the RFP is binding on us and that you are not bound to accept
a RFP you receive.

Page 113 of 133


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND AND CONTROL CENTRE & SMART
COMPONENTS IN SAHARANPUR CITY

8.2. Price Bid - Format 2 – Unit Rates


Note: Please note that all unit rates quoted as per this Format 2 is for the sole purpose of price adjustment in case of any increase to/decrease from
the scope of work or quantities under the contract. These rates will not be considered for evaluation or finalisation of the bid. However, based on
the market trends, Authority retains the right to negotiate this rate for future requirement.
The components and quantities mentioned in the below table is indicative only and bidder shall propose the systems/components as per their
proposed solution design to meet requirements of the RFP focusing on the outcome, future scalability, security, reliability and adherence to specified
SLA under this RFP.
8.2.1. Price Component for CAPEX – Unit Rates

Total Price
All taxes,
including
Unit duties, etc
Solution / Unit of Indicative Quantity All taxes,
Sr No BOM Line Item base (
Component Measurement quantity Proposed duties,etc (
price applicable)
applicable)
in INR
in INR
1 2 3 4 5 6 7 8 9=(6x7)+8

Page 114 of 133


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF INTEGRATED COMMAND AND CONTROL CENTRE & SMART
COMPONENTS IN SAHARANPUR CITY

8.2.2. Price Component for OPEX – Unit Rates

Year 1 Year 2 Year 3 Year 4 Year 5


Year 1 All Year 2 All Year 3 All Year 4 All Year 5 All
BoM Indic Propo
Cost Taxes, Cost Taxes, Cost Taxes, Cost Taxes, Cost Taxes,
Sr.No. Category Line Unit ative sed Total
(in duties, (in duties, (in duties, (in duties, (in duties,
Item Qty Qty
INR) etc(in INR) etc(in INR) etc(in INR) etc(in INR) etc(in
INR) INR) INR) INR) INR)
12 =
Sum
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
of 7 to
16

Page 115 of 133


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

8.3. General instructions


a. The Authority or any other government agency shall not have any liability of paying any
taxes (including GST)/charges/levies as part of this project. The bidder has to quote their
Price duly factoring in all these costs over the project duration.
b. Bidder should provide all prices as per the prescribed Format under this Annexure.
c. All the prices are to be entered in Indian Rupees (INR) only
d. Prices indicated in the schedules shall be inclusive of all taxes, GST, Levies, duties etc. The
prices should also specify any recurring charges and six year O&M support cost as per
specified Formats.
e. Authority reserves the right to ask the Bidder to submit proof of payment against any of the
taxes, duties, levies indicated.
f. The Bidder needs to account for all Out of Pocket expenses on account of Boarding, Lodging
and other related items.
g. The Unit Rate as mentioned in the prescribed Formats may be used for the purpose of
‘Change Order’ for respective items, if any. However, based on the market trends, Authority
retains the right to negotiate this rate for future requirement
h. Bidder shall ensure that the future products to be supplied shall be of latest specifications
as per the OEM roadmap.
i. Bidder should refer Volume II of the RFP for details on the functional requirements of the
system and the benchmark minimum specifications for the items mentioned in the Price
Formats.
j. Total cost should be inclusive of all applicable taxes / charges, annual support charges or
any other recurring charges such as license fees etc.(for hardware as well as software
components) as applicable.
k. No escalation of prices will be considered during the course of the project implementation
and O&M.

Page 116 of 133


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

9. Annexure 5 (A) - Format for EMD

(Either DD or BG from Nationalized / Scheduled Bank on INR 100/- Stamp Paper)


To,
<Name>
<Designation>
<Address>
<Phone Nos.>
<Fax Nos.>
<Email id>
Whereas <<Name of the bidder>> (hereinafter called 'the Master System Integrator') has
submitted the bid for Submission of RFP <<RFP Number>> dated <<Date>> for <<Name of the
assignment>> (hereinafter called "the Bid") to <<Authority>>.
Know all Men by these presents that we <<… >> having our office at <<Address>> (hereinafter
called "the Bank") are bound unto the <<Authority>> (hereinafter called "the Authority") in the
sum of Indian Rupees<<Amount in figures>> (Rupees <<Amount in words>> only) for which
payment well and truly to be made to the said Authority, the Bank binds itself, its successors
and assigns by these presents. Sealed with the Common Seal of the said Bank this <<Date>>.
The conditions of this obligation are:
1. If the Bidder having its bid withdrawn 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 its bid by the Authority during the
period of validity of bid
(a) Withdraws his participation from the bid during the period of validity of bid document;
or
(b) Fails or refuses to participate in the subsequent Tender process after having been short
listed;
We undertake to pay to the Authority up to the above amount upon receipt of its first written
demand, without the Authority having to substantiate its demand, provided that in its demand
the Authority will note that the amount claimed by it is due to it owing to the occurrence of one
or both of the two conditions, specifying the occurred condition or conditions.
This guarantee will remain in force up to <<insert date>> and including <<extra time over and
above mandated in the RFP>> from the last date of submission and any demand in respect thereof
should reach the Bank not later than the above date.
NOTHWITHSTANDING ANYTHING CONTAINED HEREIN:
1. Our liability under this Bank Guarantee shall not exceed Indian Rupees<<Amount in figures>>
(Rupees <<Amount in words>> only)
2. This Bank Guarantee shall be valid up to <<insert date>>)

Page 117 of 133


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

3. It is condition of our liability for payment of the guaranteed amount or any part thereof
arising under this Bank Guarantee that we receive a valid written claim or demand for
payment under this Bank Guarantee on or before <<insert date>>) failing which our liability
under the guarantee will automatically cease.

(Authorized Signatory of the Bank)

Seal:

Date:

Page 118 of 133


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

10. Annexure 5 (B) - Format for Bank Guarantee (Advance &


Performance)

[On Appropriate Stamp Paper]


Ref: _________________ Date _________________
Bank Guarantee No. ______________________

<Name>
<Designation>
<Address>
<Phone Nos.>
<Fax Nos.>
<Email id>
Whereas, <<name of the supplier and address>> (hereinafter called “the Master System
Integrator”) has undertaken, in pursuance of contract no. <Insert Contract No.> dated. <Date> to
provide Implementation services for <<name of the assignment>> to Saharanpur Smart City
Limited (hereinafter called “the Authority”)
And whereas it has been stipulated by in the said contract that the bidder shall furnish you with
a bank guarantee by a recognized bank for the sum specified therein as security for compliance
with its obligations in accordance with the contract;
And whereas we, <Name of Bank> a banking company incorporated and having its
head/registered office at <Address of Registered Office> and having one of its office at <Address
of Local Office> have agreed to give the supplier such a bank guarantee.
Now, therefore, we hereby affirm that we are guarantors and responsible to you, on behalf of the
supplier, up to a total of Indian Rupees<Insert Value> (Rupees <Insert Value in Words> only) and
we undertake to pay you, upon your first written demand declaring the supplier to be in default
under the contract and without cavil or argument, any sum or sums within the limits of Indian
Rupees<Insert Value> (Rupees <Insert Value in Words> only) as aforesaid, without your needing
to prove or to show grounds or reasons for your demand or the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the bidder before
presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the contract
to be performed there under or of any of the contract documents which may be made between
you and the Master System Integrator shall in any way release us from any liability under this
guarantee and we hereby waive notice of any such change, addition or modification.
This Guarantee shall be valid until <<Insert Date>>)
Notwithstanding anything contained herein:

Page 119 of 133


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

I. Our liability under this bank guarantee shall not exceed Indian Rupees<Insert
Value> (Rupees <Insert Value in Words> only).
II. This bank guarantee shall be valid up to <Insert Expiry Date>)
III. It is condition of our liability for payment of the guaranteed amount or any part
thereof arising under this bank guarantee that we receive a valid written claim or
demand for payment under this bank guarantee on or before <Insert Expiry Date>)
failing which our liability under the guarantee will automatically cease.

Date _________________

Place _________________ Signature _________________

Witness _________________ Printed name _________________

(Bank's common seal)

Page 120 of 133


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

11. Annexure 6 - Non-Disclosure Agreement

WHEREAS, we the undersigned Bidder, __________________________________, having our principal place


of business or registered office at _________________, are desirous of bidding for RFP No. <<>> dated
<<DD-MM-2018>> “RFP for selection of Master System Integrator for implementation of
Integrated Command and Control Centre and Smart Components in Saharanpur City”
(hereinafter called the said 'RFP') to the “Saharanpur Smart City Limited”, hereinafter referred to
as ‘Authority'
And,
WHEREAS, the Bidder is aware and confirms that the Authority’s business or operations,
information, application or software, hardware, business data, architecture schematics, designs,
storage media and other information or documents made available by the Authority in the RFP
documents during the bidding process and thereafter, or otherwise (confidential information for
short) is privileged and strictly confidential and or proprietary to the Authority,
NOW THEREFORE, in consideration of disclosure of confidential information, and in order to
ensure the Authority’s grant to the Bidder of specific access to Authority’s confidential
information, property, information systems, network, databases and other data, the Bidder
agrees to all of the following conditions.
It is hereby agreed as under:
1. The confidential information to be disclosed by the Authority under this Agreement
(“Confidential Information”) shall include without limitation, any and all information in
written, representational, electronic, verbal or other form relating directly or indirectly to
processes, methodologies, algorithms, risk matrices, thresholds, parameters, reports,
deliverables, work products, specifications, architecture, project information, security or
zoning strategies & policies, related computer programs, systems, trend analysis, risk plans,
strategies and information communicated or obtained through meetings, documents,
correspondence or inspection of tangible items, facilities or inspection at any site to which
access is permitted by the Authority.
2. Confidential Information does not include information which:
a. the Bidder knew or had in its possession, prior to disclosure, without limitation on its
confidentiality;
b. information in the public domain as a matter of law;
c. is obtained by the Bidder from a third party without any obligation of confidentiality;
d. the Bidder is required to disclose by order of a competent court or regulatory authority;
e. Is released from confidentiality with the written consent of the Authority.
The Bidder shall have the burden of proving hereinabove are applicable to the information
in the possession of the Bidder.
3. The Bidder agrees to hold in trust any Confidential Information received by the Bidder, as
part of the Tendering process or otherwise, and the Bidder shall maintain strict
confidentiality in respect of such Confidential Information, and in no event a degree of

Page 121 of 133


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

confidentiality less than the Bidder uses to protect its own confidential and proprietary
information. The Bidder also agrees:
a. to maintain and use the Confidential Information only for the purposes of bidding for
this RFP and thereafter only as expressly permitted herein;
b. to only make copies as specifically authorized by the prior written consent of the
Authority and with the same confidential or proprietary notices as may be printed or
displayed on the original;
c. to restrict access and disclosure of Confidential Information to their employees, agents,
consortium members and representatives strictly on a "need to know" basis, to
maintain confidentiality of the Confidential Information disclosed to them in
accordance with this clause; and
d. To treat Confidential Information as confidential unless and until Authority expressly
notifies the Bidder of release of its obligations in relation to the said Confidential
Information.
4. Notwithstanding the foregoing, the Bidder acknowledges that the nature of activities to be
performed as part of the Tendering process or thereafter may require the Bidder’s
personnel to be present on premises of the Authority or may require the Bidder’s personnel
to have access to software, hardware, computer networks, databases, documents and
storage media of the Authority while on or off premises of the Authority. It is understood
that it would be impractical for the Authority to monitor all information made available to
the Bidder’s personnel under such circumstances and to provide notice to the Bidder of the
confidentiality of all such information.
5. Therefore, the Bidder shall disclose or allow access to the Confidential Information only to
those personnel of the Bidder who need to know it for the proper performance of their
duties in relation to this project, and then only to the extent reasonably necessary. The
Bidder will take appropriate steps to ensure that all personnel to whom access to the
Confidential Information is given are aware of the Bidder’s confidentiality obligation.
Further, the Bidder shall procure that all personnel of the Bidder are bound by
confidentiality obligation in relation to all proprietary and Confidential Information
received by them which is no less onerous than the confidentiality obligation under this
agreement.
6. The Bidder shall establish and maintain appropriate security measures to provide for the
safe custody of the Confidential Information and to prevent unauthorized access to it.
7. The Bidder agrees that upon termination or expiry of this Agreement or at any time during
its currency, at the request of the Authority, the Bidder shall promptly deliver to the
Authority the Confidential Information and copies thereof in its possession or under its
direct or indirect control, and shall destroy all memoranda, notes and other writings
prepared by the Bidder or its Affiliates or directors, officers, employees or advisors based
on the Confidential Information and promptly certify such destruction.
8. Confidential Information shall at all times remain the sole and exclusive property of the
Authority. Upon completion of the Tendering process and or termination of the contract or
at any time during its currency, at the request of the Authority, the Bidder shall promptly

Page 122 of 133


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

deliver to the Authority the Confidential Information and copies thereof in its possession or
under its direct or indirect control, and shall destroy all memoranda, notes and other
writings prepared by the Bidder or its Affiliates or directors, officers, employees or advisors
based on the Confidential Information within a period of sixty days from the date of receipt
of notice, or destroyed, if incapable of return. The destruction shall be witnessed and so
recorded, in writing, by an authorized representative of the Authority. Without prejudice to
the above the Bidder shall promptly certify to the Authority, due and complete destruction
and return. Nothing contained herein shall in any manner impair rights of the Authority in
respect of the Confidential Information.
9. In the event that the Bidder hereto becomes legally compelled to disclose any Confidential
Information, the Bidder shall give sufficient notice and render best effort assistance to the
Authority to enable the Authority to prevent or minimize to the extent possible, such
disclosure. Bidder shall not disclose to a third party any Confidential Information or the
contents of this RFP without the prior written consent of the Authority. The obligations of
this Clause shall be satisfied by handling Confidential Information with the same degree of
care, which the Bidder applies to its own similar Confidential Information but in no event
less than reasonable care.

For and on behalf of:


(BIDDER)
Authorised Signatory Office Seal:
Name: Place:
Designation: Date:

Page 123 of 133


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

12. Annexure 7 - Consortium Agreement

DRAFT MEMORANDUM OF UNDERSTANDING EXECUTED BY MEMBERS OF THE


CONSORTIUM
[On Non-judicial stamp paper of Indian Rupees 100 duly attested by notary public]
This Memorandum of Understanding (MoU) entered into this day of [Date] [Month] 2018 at
[Place] among _______ ______ (hereinafter referred to as "_____") and having office at [Address], India,
as Party of the First Part and _______ ______ (hereinafter referred as "_____") and having office at
[Address], as Party of the Second Part and _______ ______
(herein after referred as "____”) and having office at [Address], as Party of the Third Part.
The parties are individually referred to as Party and collectively as Parties.
WHEREAS Saharanpur Smart City Limited has issued a Request for Proposal dated [Date] (RFP)
from the Applicants interested in Request for Proposal for Selection of Master System
Integrator for Implementation of Integrated Command & Control Centre and Smart
Components in Saharanpur City:
AND WHEREAS the Parties have had discussions for formation of a Consortium for bidding for
the said Project and have reached an understanding on the following points with respect to the
Parties' rights and obligations towards each other and their working relationship.
AS MUTUTAL UNDERSTANDING OF THE PARTIES, IT IS HEREBY AGREED AND DECLARED AS
FOLLOWS:
i.The purpose of this Agreement is to define the principles of collaboration among the Parties to:
a) Submit a response jointly to Bid for the “RFP for selection of Master System
Integrator for implementation of Integrated Command and Control Centre and Smart
Components in Saharanpur City” as a Consortium.
b) Sign Contract in case of award.
c) Provide and perform the supplies and services which would be ordered by the
Authority pursuant to the Contract.
ii.This Agreement shall not be construed as establishing or giving effect to any legal entity such as,
but not limited to, a company, a partnership, etc. It shall relate solely towards the Authority for
“Request for Proposal for Selection of System Integrator for Implementation of Integrated
Command and Control Centre and Smart Components in Saharanpur City Solution”” for and
related execution works to be performed pursuant to the Contract and shall not extend to any
other activities.
iii.The Parties shall be jointly and severally responsible and bound towards the Authority for the
performance of the works in accordance with the terms and conditions of the BID document, and
Contract.
iv.------------------------------------ (Name of Party) shall act as Lead Partner of the Consortium. As such,
it shall act as the coordinator of the Party’s combined activities and shall carry out the following
functions:

Page 124 of 133


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

a) To ensure the technical, commercial and administrative co-ordination of the work


package
b) To lead the contract negotiations of the work package with the Authority.
c) The Lead partner is authorized to receive instructions and incur liabilities for and on
behalf of all Parties.
d) In case of an award, act as channel of communication between the Authority and the
Parties to execute the Contract
v.That the Parties shall carry out all responsibilities as Developer in terms of the Project
Agreement.
vi.That the broad roles and the responsibilities of each Party at each stage of the Bidding shall be as
below:
Party A: ________________________________________________
Party B: ________________________________________________
Party C: ________________________________________________
Party D: ________________________________________________
Party E: ________________________________________________
vii.That the Parties affirm that they shall implement the Project in good faith and shall take all
necessary steps to see the Project through expeditiously.
viii.That this MoU shall be governed in accordance with the laws of India and courts in Uttar Pradesh
State shall have exclusive jurisdiction to adjudicate disputes arising from the terms herein.
In witness whereof the Parties affirm that the information provided is accurate and true and have
caused this MoU duly executed on the date and year above mentioned.

(Party of the first part) (Party of the second part) (Party of the third part)
Witness:

i. _____ ____
ii. _____ ____

Page 125 of 133


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

13. Annexure 8 - Format for Power of Attorney to Authorize


Signatory

POWER OF ATTORNEY
[To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant
Stamp Act. The stamp paper to be in the name of the company who is issuing the power of attorney.]
We, M/s.______ (name of the firm or company with address of the registered office) hereby
constitute, appoint and authorize Mr. or Ms.______ (Name and residential address) who is
presently employed with us and holding the position of ______, as our Attorney to do in our name
and our behalf all or any of the acts, deeds or things necessary or incidental to our RFP for the
Project _____ (name of the Project), including signing and submission of the RFP response,
participating in the meetings, responding to queries, submission of information or documents
and generally to represent us in all the dealings with Client or any other Government Agency or
any person, in connection with the works until culmination of the process of bidding till the
Project Agreement is entered into with ____________ (Client) and thereafter till the expiry of the
Project Agreement.
We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant
to this power of attorney and that all acts, deeds and things done by our aforesaid Attorney shall
and shall always be deemed to have been done by us.
(Add in the case of a Consortium)
Our firm is a Member or Lead bidder of the Consortium of ___________, _________ and ___________.
Dated this the _____ day of ______ 2018
(Signature and Name of authorized signatory)
___________

(Signature and Name in block letters of all the remaining partners of the firm Signatory for the
Company)
Seal of firm Company
Witness 1: Witness 2:
Notes:
a. To be executed by all the members individually.
b. The Mode of execution of the power of attorney should be in accordance with the
procedure, if any laid down by the applicable law and the charter documents of the executant(s) and
when it is so required the same should be under common seal affixed in accordance with the required
procedure.

Page 126 of 133


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

14. Annexure 9 - Format for Power of Attorney for Lead bidder of


Consortium

[To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant
Stamp Act. The stamp paper to be in the name of the company who is issuing the power of attorney]

Whereas __________ has invited RFP response for __________ (Name of the Project)
Whereas, the Members of the Consortium comprising of M/s.________, M/s.______, M/s.______ and
M/s._______ (the respective names and addresses of the registered offices to be given) are
interested in bidding for the Project and implementing the same in accordance with the terms
and conditions contained in the RFP Documents.
Whereas, it is necessary for the members of the Consortium to designate one of them as the lead
member with all necessary power and authority to do, for and on behalf of the Consortium, all
acts, deeds and things as may be necessary in connection with the Consortium’s RFP response for
the Project.
NOW THIS POWER OF ATTORNEY WITNESSETH THAT
We, M/s._________ and M/s ________ hereby designate M/s. ______
being one of the members of the Consortium, as the lead member of the Consortium, to do on
behalf of the Consortium, all or any of the acts, deeds or things necessary or incidental to the
Consortium’s RFP response for the Project, including submission of the RFP response,
participating in meetings, responding to queries, submission of information or documents and
generally to represent the Consortium in all its dealings with Client or any other Government
Agency or any person, in connection with the Project until culmination of the process of bidding
till the Project Agreement is entered into with Client and thereafter till the expiry of the Project
Agreement.
We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant
to this power of attorney and that all acts, deeds and things done by our aforesaid Attorney shall
and shall always be deemed to have been done by us or Consortium.
Dated this the ________ day of _______ 2018
(Signature)
(Name in Block Letter of Executant) [Seal of Company]
Witness 1 Witness 2
Notes: To be executed by all the members individually, in case of a Consortium/Joint Venture.
The Mode of execution of the power of attorney should be in accordance with the procedure, if any
laid down by the applicable law and the charter documents of the executant(s) and when it is so
required the same should be under common seal affixed in accordance with the required procedure.

Page 127 of 133


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

15. Annexure 10: Format of Agreement between Bidder and their


parent company / subsidiary / Sister Concern Company (As the
case may be)

(TO BE EXECUTED ON STAMP PAPER OF REQUISITE VALUE AND NOTORISED)


This agreement made this ___ day of ____ month ____ year by and between M/s. ____________________
(Fill in the Bidder’s full name, constitution and registered office address) hereinafter referred to
as bidder on the first part and M/s. ___________ (Fill in full name, constitution and registered office
address of Parent Company/Subsidiary / Sister Concern Company, as the case may be)
hereinafter referred to as “Parent Company/ Subsidiary Company/ Sister Concern Company
(Delete whichever not applicable)” of the other part:
WHEREAS
Saharanpur Smart City Limited (hereinafter referred to as SSCL) has invited offers vide their
tender No. _____________ for _________________ and
M/s. __________________(Bidder) intends to bid against the said tender and desires to have technical
support of M/s. ________________[Parent Company/ Subsidiary Company/ Sister Concern Company-
(Delete whichever not applicable)] and whereas Parent Company/ Subsidiary Company/ Sister
Concern Company (Delete whichever not applicable) represents that they have gone through and
understood the requirements of subject tender and are capable and committed to provide the
services as required by the bidder for successful execution of the contract, if awarded to the
bidder.
Now, it is hereby agreed to by and between the parties as follows:
1. M/s.____________ (Bidder) will submit an offer to SSCL for the full scope of work as envisaged
in the tender document as a main bidder and liaise with SSCL directly for any clarifications
etc. in this context.
2. M/s. _________ (Parent Company/ Subsidiary Company/ Sister Concern Company (Delete
whichever not applicable) undertakes to provide technical support and expertise, expert
manpower and procurement assistance and project management to support the bidder to
discharge its obligations as per the Scope of work of the tender / Contract for which offer has
been made by the Parent Company/Subsidiary Company/Sister Concern Company (Delete
whichever not applicable) and accepted by the bidder.
3. This agreement will remain valid till validity of bidder’s offer to SSCL including extension if
any and till satisfactory performance of the contract in the event the contract is awarded by
SSCL to the bidder.
4. It is further agreed that for the performance of work during contract period bidder and Parent
Company/Subsidiary Company/Sister Concern Company (Delete whichever not applicable)
shall be jointly and severely responsible to SSCL for satisfactory execution of the contract.
5. However, the bidder shall have the overall responsibility of satisfactory execution of the
contract awarded by SSCL.
In witness whereof the parties hereto have executed this agreement on the date mentioned above.

Page 128 of 133


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

For and on behalf of _________ (Bidder) For and on behalf of _________


(Parent/subsidiary/sister concern company)

Signature:
Signature:
Name:
Name:
Designation:
Designation:

Witness 1:
Witness 1:

Signature:
Signature:
Full name:
Full name:
Address:
Address:

Witness 2:
Witness 2:

Signature:
Signature:
Full name:
Full name:
Address:
Address:

Page 129 of 133


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

16. Annexure 11: Format of Parent company / Subsidiary / Sister


Concern Company Guarantee (as the case may be)

(As the case may be)


(TO BE EXECUTED ON STAMP PAPER OF REQUISITE VALUE AND NOTORISED)
DEED OF GUARANTEE
THIS DEED OF GUARANTEE executed at ……….. this …….. day of ……… by M/s …………………………
(mention complete name) a company duly organized and existing under the laws of ………………….
(insert jurisdiction/country), having its Registered Office at ………………………………………
hereinafter called “the Guarantor” which expression shall, unless excluded by or repugnant to the
subject or context thereof, be deemed to include its successors and permitted assigns.
WHEREAS
Saharanpur Smart City Limited, a statutory body under __________________ , having its Registered
Office at ____________, hereinafter called “SSCL” which expression shall unless excluded by or
repugnant to the context thereof, be deemed to include its successor and assigns, invited tender
number ………………… for …….. on …………..
M/s ………………….. (mention complete name), a company duly organized and existing under the
laws of ……………. (insert jurisdiction/country), having its Registered Office at ……………………..
(give complete address) hereinafter called “the Company” which expression shall, unless
excluded by or repugnant to the subject or context thereof, be deemed to include its successor
and permitted assigns, have, in response to the above mentioned tender invited by SSCL,
submitted their bid number …………………… to SSCL with one of the condition that the Company
shall arrange a guarantee from its parent company guaranteeing due and satisfactory
performance of the work covered under the said tender including any change therein as may be
deemed appropriate by SSCL at any stage.
The Guarantor represents that they have gone through and understood the requirement of the
above said tender and are capable of and committed to provide technical and such other supports
as may be required by the Company for successful execution of the same.
The Company and the Guarantor have entered into an agreement dated …….. as per which the
Guarantor shall be providing technical and such other supports as may be necessary for
performance of the work relating to the said tender.
Accordingly, at the request of the Company and in consideration of and as a requirement for SSCL
to enter into agreement(s) with the Company, the Guarantor hereby agrees to give this guarantee
and undertakes as follows:
a. The Guarantor (Parent Company / 100% Subsidiary Company/ Sister Concern (Delete
whichever not applicable) unconditionally agrees that in case of non-performance by the
Company of any of its obligations in any respect, the Guarantor shall, immediately on receipt
of notice of demand by SSCL, take up the job without any demur or objection, in
continuation and without loss of time and without any cost to SSCL and duly perform the
obligations of the Company to the satisfaction of SSCL.

Page 130 of 133


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

b. The Guarantor agrees that the Guarantee herein contained shall remain valid and
enforceable till the satisfactory execution and completion of the work (including discharge
of the warranty obligations) awarded to the Company.
c. The Guarantor shall be jointly with the Company and also severally responsible for
satisfactory performance of the contract entered between the Company and SSCL.
d. The liability of the Guarantor, under the Guarantee, is limited to the 50% of the annualized
contract price entered between the Company and SSCL. This will, however, be in addition
to the forfeiture of the Performance Bank Guarantee furnished by the Company.
e. The Guarantor represents that this Guarantee has been issued after due observance of the
appropriate laws in force in India. The Guarantor hereby undertakes that the Guarantor
shall obtain and maintain in full force and effect all the governmental and other approvals
and consents that are necessary and do all other acts and things necessary or desirable in
connection therewith or for the due performance of the Guarantor’s obligations hereunder.
f. The Guarantor also agrees that this Guarantee shall be governed and construed in
accordance with the laws in force in India and subject to the exclusive jurisdiction of the
courts of Saharanpur, Uttar Pradesh.
g. The Guarantor hereby declares and represents that this Guarantee has been given without
any undue influence or coercion, and that the Guarantor has fully understood the
implications of the same.
h. The Guarantor hereby agrees that no change or addition to or other modification of the
terms of the contract to be performed there under or of any of the contract documents
which may be made between SSCL and the Bidder Company shall in any way release
Guarantor from any liability under this guarantee and Guarantor hereby waive notice of any
such change, addition or modification.
i. The Guarantor represents and confirms that the Guarantor has the legal capacity, power
and authority to issue this Guarantee and that giving of this Guarantee and the performance
and observations of the obligations hereunder do not contravene any existing laws.

For and on behalf of ___________ (name of the Parent Company/Subsidiary/Sister Concern


company)

Signature: _________________
Name: _______________
Designation: ________________
Common seal of the guarantor company:
Witness 1:
Signature: _______
Full Name: ____________
Address: ____________

Page 131 of 133


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

Witness 2:
Signature: _______
Full Name: ____________
Address: ____________

INSTRUCTIONS FOR FURNISHING PARENT/SUBSIDIARY/SISTER CONCERN COMPANY


GUARANTEE
1. Guarantee should be executed on stamp paper of requisite value and notarised.
2. The official(s) executing the guarantee should affix full signature (s) on each page.
3. Resolution passed by Board of Directors of the guarantor company authorizing the
signatory (ies) to execute the guarantee, duly certified by the Company Secretary should be
furnished along with the Guarantee.
4. Following certificate issued by Company Secretary of the guarantor company should also be
enclosed along with the Guarantee.

“Obligation contained in the deed of guarantee No.________ furnished against tender No. __________
are enforceable against the guarantor company and the same do not, in any way, contravene any
law of the country of which the guarantor company is the subject”

Page 132 of 133


REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE & SMART COMPONENTS IN SAHARANPUR CITY

17. Shareholding pattern of the bidding entity as per audit reports

Page 133 of 133


REQUEST FOR PROPOSAL (RFP) For Selection of Master System
Integrator for Implementation of
Integrated Command and Control Centre & Smart Components in
Saharanpur City
Volume 2: Scope of Work
Invited by
Saharanpur Smart City Limited
Saharanpur Nagar Nigam, Gurudwara Road,
Saharanpur, Uttar Pradesh, India

Page 1 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Contents
1. Disclaimer.............................................................................13

2. Glossary ............................................................................... 14

3. Introduction.......................................................................... 17
3.1. Project Background ......................................................................................................... 17
3.2. Project Objectives............................................................................................................ 17

4. Project Components ............................................................. 18


4.1. Components & Services Overview...................................................................................18
4.2. Solution Architecture ...................................................................................................... 21

5. Scope of Services .................................................................. 24


5.1. Geographical Scope of Services ...................................................................................... 24
5.2. Overview of Scope of Work ............................................................................................ 24
5.3. Assessment and Site Survey & Project Plan ................................................................... 26
5.4. Finalization of Detailed Technical Architecture ............................................................ 28
5.5. Site Clearance obligations & other relevant permissions .............................................. 33
5.5.1. Survey and Commencement of Works ............................................................................... 33
5.5.2. Existing Traffic Signal system .............................................................................................. 33
5.5.3. Electrical works and power supply ..................................................................................... 33
5.5.4. Lightning-proof measures ................................................................................................... 33
5.5.5. Earthing System .................................................................................................................. 34
5.5.6. All Junction Boxes, Poles and Cantilever............................................................................. 34
5.5.7. Cabling Infrastructure ......................................................................................................... 35
5.6. Design and Implementation of Integrated Command & Control Center System .......... 35
5.6.1. Design, Supply, Installation & Commissioning of Field Equipment .................................... 36
5.6.1.1. City Surveillance System ............................................................................................. 37
5.6.1.2. Traffic Management System ....................................................................................... 37
5.6.1.3. Automatic Traffic Violation Detection System ............................................................ 38
5.6.1.4. Intelligent Transport System ....................................................................................... 38
5.6.1.5. Public Address System ................................................................................................ 40
5.6.1.6. Emergency Call Box ..................................................................................................... 40
5.6.1.7. Environmental Sensors ............................................................................................... 40

Page 2 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

5.6.1.8. ICT support for Solid Waste Management.................................................................. 41


5.6.1.9. E-Governance Kiosks ................................................................................................... 42
5.6.1.10. City GIS platform with Property & Utility details ........................................................ 42
5.6.1.10.1. Field Surveys .............................................................................................................. 43
5.6.1.10.2. Procurement of Satellite Imagery .............................................................................. 44
5.6.1.10.3. Base-map Creation..................................................................................................... 44
5.6.1.10.4. Other Utilities Mapping, but not limited to:-............................................................. 45
5.6.1.10.5. Property Assessment Survey with integration of present property tax data ............ 46
5.6.1.10.6. Enterprise GIS ............................................................................................................ 47
5.6.1.10.7. Functional, Departmental & Citizen Scope ................................................................ 47
5.6.1.10.8. Revenue Enhancement .............................................................................................. 48
5.6.1.10.9. Change Detection Module ......................................................................................... 48
5.6.1.11. Departmental Database Digitization & Enterprise Resource Planning ....................... 48
5.6.1.12. SAHART City Mobile Application ................................................................................. 49
5.6.1.13. Design & Implementation of City Network Backbone (OFC Network) ....................... 50
5.6.1.14. Capacity building programs of SMC officer................................................................. 52
5.6.1.15. Training and orientation for citizens ........................................................................... 53
5.6.1.16. Design & Implementation of Artificial Intelligence System with Edge Analytics ........ 53
5.6.2. Design, Supply, Installation & Commissioning of Network & Backbone Connectivity ....... 53
5.6.3. Hosting Services .................................................................................................................. 55
5.6.4. Design,Supply,Installation & Commissioning of IT Infrastructure at Data Centre & ICCC .. 55
5.6.5. Design and Implementation of Disaster Recovery Infrastructure for ICCC project ............ 58
5.7. Responsibility Matrix ...................................................................................................... 61
5.8. Project Deliverables ....................................................................................................... 64

6. Annexure I - Functional Requirements & Technical


Specifications............................................................................ 67
6.1. Surveillance System ....................................................................................................... 67
6.1.1. Fixed Outdoor Box Camera ................................................................................................. 67
6.1.2. PTZ Outdoor Camera........................................................................................................... 68
6.1.3. Automatic Number Plate Recognition ................................................................................ 71
6.1.4. IR Illuminators ..................................................................................................................... 73
6.1.5. Field Junction Box ............................................................................................................... 74
6.1.6. Poles for Cameras ............................................................................................................... 74

Page 3 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.1.7. Edge Level Switch at Field Junctions ................................................................................... 75


6.1.8. Online UPS for Field Locations ............................................................................................ 76
6.1.9. Video Management System ................................................................................................ 77
6.2. Traffic Management System .......................................................................................... 83
6.2.1. Adaptive Traffic Control System ......................................................................................... 83
6.2.2. Vehicle Detector Camera .................................................................................................... 85
6.2.3. Traffic Signal Controller....................................................................................................... 85
6.2.4. Traffic Light Aspects ............................................................................................................ 88
6.2.5. Countdown Timer ............................................................................................................... 89
6.2.6. Poles for Traffic Signals ....................................................................................................... 90
6.2.7. Cables for Traffic Signals ..................................................................................................... 90
6.3. Automatic Traffic Violation Detection System ............................................................... 91
6.3.1. Red Light Violation Detection (RLVD) System ..................................................................... 91
6.4. Intelligent Transport System (Public Transport) .......................................................... 93
6.4.1. GPS based Automated Vehicle Location System ................................................................ 93
6.4.1.1. Bus On-Board Unit ...................................................................................................... 93
6.4.1.2. AVLS Software ............................................................................................................. 94
6.4.1.3. AVLS Controller Software Functionalities ................................................................... 94
6.4.1.4. GPS Device Configuration & Management ................................................................. 96
6.4.1.5. PIS Display Configuration and Management .............................................................. 96
6.4.1.6. Maintenance Requirements ....................................................................................... 97
6.4.2. Passenger Information System ........................................................................................... 97
6.4.2.1. PIS on bus .................................................................................................................... 97
6.4.2.2. Web Portal for Bus Schedule & ETA ............................................................................ 98
6.4.3. Bus on-board surveillance system ...................................................................................... 98
6.4.3.1. Fixed Mini-Dome camera on board Buses .................................................................. 98
6.4.3.2. Mobile NVR on board Buses ....................................................................................... 99
6.4.4. Automated Fare Collection System .................................................................................... 99
6.4.4.1. General Requirements for AFCS................................................................................ 100
6.4.4.2. Systems and Equipment............................................................................................ 101
6.4.4.3. AFC Server ................................................................................................................. 101
6.4.4.4. Integrated AFCS Management Platform ................................................................... 103
6.4.4.5. Smart Card Management .......................................................................................... 104

Page 4 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.4.4.6. Operational Requirements........................................................................................ 105


6.4.4.7. Ticketing Scheme Rules ............................................................................................. 107
6.4.4.8. Tickets ....................................................................................................................... 108
6.4.4.9. Fare Products ............................................................................................................ 108
6.4.4.10. AFCS Central Control System (CCS) ........................................................................... 110
6.4.4.11. AFCS Transaction Requirements ............................................................................... 127
6.4.4.12. Central fare management System - Operational Requirements .............................. 128
6.4.4.13. POS cash Management Requirements...................................................................... 130
6.4.4.14. AFCS Devices Maintenance Mode ............................................................................ 130
6.4.4.15. AFCS Data Requirements .......................................................................................... 131
6.4.4.16. AFCS Integration Requirements ................................................................................ 131
6.4.4.17. Data Storage.............................................................................................................. 132
6.4.4.18. CCS Security............................................................................................................... 133
6.4.4.19. Clock Management ................................................................................................... 134
6.4.4.20. Reports ...................................................................................................................... 134
6.4.5. Point of Sale ...................................................................................................................... 137
6.4.5.1. Point of Sale (PoS) Machine ...................................................................................... 138
6.4.6. Electronic Ticketing Machines (ETM) ................................................................................ 139
6.4.6.1. Handheld E-Ticketing Machine ................................................................................. 141
6.4.7. Depot Management System ............................................................................................. 141
6.4.7.1. Stores and Inventory ................................................................................................. 143
6.4.7.2. Depot Personnel HR and Payroll ............................................................................... 144
6.4.7.3. Human Resource Management ................................................................................ 144
6.4.7.4. Payroll Application Requirements............................................................................. 145
6.4.8. Incident Management System .......................................................................................... 145
6.4.8.1. Emergency/incident management............................................................................ 146
6.4.9. App for Passenger Information/Ticketing ......................................................................... 147
6.5. Public Address System (PAS) ........................................................................................ 147
6.6. Emergency Call Box ...................................................................................................... 149
6.7. E-Governance Kiosks ....................................................................................................150
6.8. Environmental Sensors ................................................................................................. 151
6.9. ICT support for Solid Waste Management ................................................................... 152
6.9.1. UHF based RFID Reader .................................................................................................... 152

Page 5 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.9.2. UHF based Passive RFID Tag for Bins ................................................................................ 153
6.9.3. Aadhar Enabled Biometric Attendance System ................................................................ 154
6.9.4. GPS based Automated Vehicle Location System/ Vehicle Tracking Control Units ........... 155
6.9.5. AVLS Software ................................................................................................................... 157
6.9.6. AVLS Controller Software Functionalities ......................................................................... 157
6.9.7. GPS Device Configuration & Management ....................................................................... 159
6.10. SAHART City Mobile Application ................................................................................ 160
6.11. Enterprise Resource Planning and Departmental data Digitization & Integration ..... 162
6.11.1. Enterprise Resource Planning ........................................................................................... 202
6.11.1.1. Functional Scope of the Proposed Health Department Module .............................. 203
6.11.2. Water Supply Department ................................................................................................ 206
6.11.3. Nirman Department .......................................................................................................... 208
6.11.4. Property Tax Department ................................................................................................. 211
6.11.5. Electricity Department ...................................................................................................... 214
6.11.6. Asset / Najul Department ................................................................................................. 214
6.11.7. Accounts Department ....................................................................................................... 215
6.11.8. Establishment Department ............................................................................................... 217
6.11.9. Municipal Commissioner Office (MCO) ............................................................................ 224
6.11.10. Related Modules ........................................................................................................... 224
6.11.10.1. Functional Scope of the E Procurement Module ...................................................... 224
6.11.10.2. Vehicles Management .............................................................................................. 225
6.11.10.3. Employee self service module .................................................................................. 226
6.11.10.3.1. Functional Scope of the Self Service Module ........................................................ 226
6.11.10.4. Web portal Module................................................................................................... 227
6.11.10.4.1. Functional Scope of the Web Portal Module......................................................... 227
6.11.10.5. Citizen Services Window ........................................................................................... 229
6.11.10.6. Integrated Audit Management ................................................................................. 230
6.11.10.7. Complaints ................................................................................................................ 230
6.11.11. Email Exchange & Collaboration tool Requirements .................................................... 232
6.11.12. Integration Requirements ............................................................................................. 233
6.12. Workflow based E-office applications using DMS ....................................................... 233
6.12.1. DMS and Workflow Management module ....................................................................... 233
6.12.1.1. Functional Scope of the DMS Module ...................................................................... 233

Page 6 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.12.1.2. Document Management Requirements ................................................................... 234


6.12.1.3. RTI Application Management.................................................................................... 236
6.12.1.4. Committee & Meetings Management ...................................................................... 236
6.12.1.5. Inter Departmental Files Movement ........................................................................ 237
6.13. Design & Implementation of City Network Backbone (OFC Network) ....................... 252
6.13.1. HDPE Duct ......................................................................................................................... 252
6.13.2. Laying of HDPE duct in Open Trench ................................................................................ 253
6.13.3. Optical Fibre Cable ............................................................................................................ 254
6.13.4. UTP Copper Armoured Cable and Accessories ................................................................. 255
6.13.5. Copper Patch Cords........................................................................................................... 255
6.13.6. Copper Patch Panels ......................................................................................................... 256
6.13.7. Fibre Optic Splice Closure ................................................................................................. 256
6.13.8. Fibre Patch Cords .............................................................................................................. 256
6.13.9. Fibre Patch Panel .............................................................................................................. 257
6.13.10. Switches ........................................................................................................................ 258
6.14. Integrated Command & Control Centre ....................................................................... 260
6.14.1. ICCC Platform .................................................................................................................... 260
6.14.2. Video Wall Solution ........................................................................................................... 276
6.14.2.1. Video Wall Controller ................................................................................................ 277
6.14.2.2. Video wall management software ............................................................................ 277
6.14.3. Monitoring Workstations .................................................................................................. 278
6.14.4. LED Display ........................................................................................................................ 280
6.14.5. IP Phones........................................................................................................................... 280
6.14.6. Network Color Laser printer ............................................................................................. 281
6.14.7. IP PBX (Call Control System).............................................................................................. 282
6.14.8. Contact Center .................................................................................................................. 283
6.14.9. Voice Gateway .................................................................................................................. 285
6.14.10. Voice Recording System ................................................................................................ 286
6.14.11. Emergency Notification System .................................................................................... 286
6.14.12. Video Conferencing Unit ............................................................................................... 287
6.14.13. Multiparty Conferencing Unit ....................................................................................... 288
6.14.14. Online UPS..................................................................................................................... 290
6.14.15. Fixed Dome camera for Indoor Surveillance ................................................................. 292

Page 7 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.14.16. Virtual Reality Viewing .................................................................................................. 293


6.15. Data Centre - Technical & Functional Specifications .................................................. 294
6.15.1. Internet Router ................................................................................................................. 295
6.15.2. Data Center Switch (Manageable) .................................................................................... 296
6.15.3. Data Center Switch ........................................................................................................... 297
6.15.4. Server Load balancer......................................................................................................... 298
6.15.5. Servers (Building block for computing requirement of sub-systems/solutions) .............. 300
6.15.6. Storage .............................................................................................................................. 301
6.15.6.1. Storage Specifications ............................................................................................... 302
6.15.7. Secondary Storage ............................................................................................................ 303
6.15.8. Fire proof enclosure .......................................................................................................... 304
6.15.9. KVM Module ..................................................................................................................... 305
6.15.10. Server/Networking rack specifications ......................................................................... 305
6.15.11. Firewall .......................................................................................................................... 307
6.15.12. Web Application Firewall .............................................................................................. 309
6.15.13. Host Intrusion Prevention System ................................................................................ 311
6.15.14. Network Intrusion Prevention System .......................................................................... 311
6.15.15. Enterprise Management System................................................................................... 312
6.15.15.1. Network Monitoring System..................................................................................... 313
6.15.15.2. Server Monitoring System ........................................................................................ 313
6.15.15.3. Storage Monitoring ................................................................................................... 314
6.15.15.4. Integrated Building Management System ................................................................ 315
6.15.15.5. Centralized Helpdesk & Operations Management System ...................................... 316
6.15.15.6. Centralized Reporting for IT related Incidents.......................................................... 317
6.15.16. Security Information and Event Management (SIEM) System ..................................... 318
6.15.17. Antivirus Solution .......................................................................................................... 320
6.15.18. Data Loss Prevention .................................................................................................... 321
6.15.19. Data Classification ......................................................................................................... 327
6.15.20. Web Proxy Gateway ...................................................................................................... 327
6.15.21. End Point Zero Day Malware Protection....................................................................... 332
6.15.22. Threat Analysis Tool ...................................................................................................... 334
6.15.23. Anti DDoS ...................................................................................................................... 335
6.15.24. Layer 3 Gigabit Manageable Switch .............................................................................. 336

Page 8 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.15.25. Structured Cabling Components ................................................................................... 337


6.15.26. Electrical cabling component ........................................................................................ 337
6.15.27. Link load Balancer ......................................................................................................... 338
6.15.28. Tape Library................................................................................................................... 339
6.15.29. Backup Software ........................................................................................................... 340
6.16. City GIS platform with Property & Utility details ........................................................ 343
6.16.1. GIS Enterprise Software .................................................................................................... 343
6.16.2. Server specifications for Database & Application Software for GIS ................................. 344
6.16.3. Development of Property Tax Survey Mobile Application ............................................... 344
6.16.4. Geo enabled door-to-door Property tagging survey ........................................................ 346
6.16.5. Web GIS Software ............................................................................................................. 349
6.16.6. Indicative Fields Property Tax Survey ............................................................................... 350
6.17. Artificial Intelligence & Analytics System .................................................................... 350
6.17.1. Edge Analytics ................................................................................................................... 351
6.17.2. Artificial Intelligence ......................................................................................................... 351
6.18. Non-IT Requirements & Specifications ........................................................................ 351
6.18.1. Civil and Architectural Work ............................................................................................. 352
6.18.2. Generator 200 KVA - Functional & Technical Specifications ............................................ 355
6.18.3. PVC Conduit ...................................................................................................................... 356
6.18.4. Wiring ................................................................................................................................ 357
6.18.5. Cable Work ........................................................................................................................ 358
6.18.6. Earthing ............................................................................................................................. 358
6.18.7. Fire Detection and Control Mechanism ............................................................................ 359
6.18.8. Access Control System ...................................................................................................... 361

7. Annexure II: Detailed Scope of Work & Considerations .... 362


7.1. Scope of Work .............................................................................................................. 362
7.1.1. Inception Phase ................................................................................................................. 362
7.1.2. Requirement Phase ........................................................................................................... 362
7.1.3. Design Phase ..................................................................................................................... 363
7.1.4. Development Phase .......................................................................................................... 364
7.1.5. Integration Phase .............................................................................................................. 365
7.1.6. Go-Live Preparedness and Go-Live ................................................................................... 370
7.1.7. Operations and Maintenance ........................................................................................... 370

Page 9 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

7.1.7.1. Project Management & Facilities Management Services ......................................... 370


7.1.7.2. Provision of the Operational Manpower & Contact Center Manpower to view the
various data feeds and call center operations at ICCC ................................................................. 370
7.1.7.3. Basic Infrastructure Services ..................................................................................... 371
7.1.7.4. Network Monitoring Services ................................................................................... 372
7.1.7.5. Integration Testing .................................................................................................... 372
7.1.7.6. Vendor Management Services .................................................................................. 372
7.1.7.7. Network Management .............................................................................................. 372
7.1.7.8. Physical Infrastructure Management and Maintenance Services ............................ 373
7.1.8. Exit Management .............................................................................................................. 373
7.1.8.1. Cooperation and Provision of Information ............................................................... 373
7.1.8.2. Confidential Information, Security and Data ............................................................ 374
7.1.8.3. Transfer of Certain Agreements................................................................................ 374
7.1.8.4. General Obligations of the MSI ................................................................................. 374
7.1.8.5. Exit Management Plan .............................................................................................. 375
7.1.8.6. Compliance to Standards & Certifications ................................................................ 375
7.1.9. Project Management and Governance ............................................................................. 377
7.1.9.1. Project Management Office (PMO) .......................................................................... 377
7.1.9.2. Helpdesk and Facilities Management Services ......................................................... 377
7.1.9.3. Steering Committee .................................................................................................. 379
7.1.9.4. Project Monitoring and Reporting ............................................................................ 379
7.1.9.5. Risk and Issue management...................................................................................... 379
7.1.9.6. Governance procedures ............................................................................................ 380
7.1.9.7. Planning and Scheduling ........................................................................................... 380
7.1.9.8. License Metering / Management .............................................................................. 380
7.1.10. Change Management & Control ....................................................................................... 381
7.1.10.1. Change Orders / Alterations / Variations.................................................................. 381
7.1.10.2. Change Order ............................................................................................................ 381
7.1.11. Testing and Acceptance Criteria ....................................................................................... 382
7.1.11.1. Factory Testing .......................................................................................................... 384
7.1.11.2. Final Acceptance Testing........................................................................................... 384

8. Annexure III: Payment Schedule and Milestones ............... 387


8.1. Milestones and Payment Schedules for Implementation Phase.................................. 387

Page 10 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

8.2. Milestones and Payment Schedules for Operations and Maintenance Phase ............. 390

9. Annexure IV- Common guidelines regarding compliance of


systems/equipment..................................................................391

10. Annexure V - Status of the Systems to be integrated in ICCC in


Saharanpur City ...................................................................... 393

11. Annexure VI – Smart City Guidelines for ensuring Universal


Access IT Systems to empower citizens with disability to access
ICT systems with ease ............................................................. 394

12. Annexure VII – Cyber Security Requirements for Saharanpur


Smart City Project ................................................................... 399
12.1. Cyber Security Framework ........................................................................................... 399
12.2. Cyber Security Policy.................................................................................................... 399
12.3. Cyber Security Governance .......................................................................................... 399
12.4. Cyber Security Organization Structure ........................................................................ 399
12.5. Smart City IT Asset Management ................................................................................ 399
12.6. Physical & Environmental Security ............................................................................. 400
12.7. Access Control .............................................................................................................. 400
12.8. Communications and Operations Management .......................................................... 400
12.9. Information Systems Acquisition, Development and Maintenance ............................ 403
12.10. Business Continuity Planning and Disaster Recovery ................................................. 403
12.11. Information Security Audits ........................................................................................ 403
12.12. Security Operations Center .......................................................................................... 403
12.13. Awareness Training...................................................................................................... 403
12.14. Security Controls for Cloud Services ............................................................................ 403

13. Annexure VIII- List of Locations ........................................ 406


13.1. Location of Integrated Command and Control Center ................................................ 406
13.2. Location of Camera for City Surveillance System ........................................................ 407
13.2.1. Locations for Fixed Box Camera ........................................................................................ 407
13.2.2. Locations for PTZ Camera ................................................................................................. 423
13.2.3. Locations for ANPR Camera .............................................................................................. 425
13.3. Location of Road Junctions for Traffic Management System and Automatic Traffic
Enforcement System ............................................................................................................... 426

Page 11 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

13.4. Locations of Road Junctions for Public Address System & Emergency Call Box ........ 426
13.5. Location of Environmental Sensors ............................................................................. 427
13.6. Location of E-Governance Kiosks ................................................................................ 427

14. Annexure IX- Analytics Use Cases Required ...................... 428

Page 12 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

1. Disclaimer

The information contained in this Request for Proposal document (“RFP”) whether subsequently
provided to the bidders, (“Bidder/s”) verbally or in documentary form by Saharanpur Smart City
Limited (henceforth referred to as “SSCL” in this document) or any of its employees or advisors, is
provided to Bidders on the terms and conditions set out in this Tender document and any other terms
and conditions subject to which such information is provided.

This RFP is not an agreement and is not an offer or invitation to any party. The purpose of this RFP is
to provide the Bidders or any other person with information to assist the formulation of their
financial offers (“Bid”). This RFP includes statements, which reflect various assumptions and
assessments arrived at by SSCL in relation to this scope. This Tender document does not purport to
contain all the information each Bidder may require. This Tender document may not be appropriate
for all persons, and it is not possible for the Chief Exceutive Officer, SSCL and their employees or
advisors to consider the objectives, technical expertise and particular needs of each Bidder. The
assumptions, assessments, statements and information contained in the Bid documents, may not be
complete, accurate, adequate or correct. Each Bidder must therefore conduct its own analysis of the
information contained in this RFP and to seek its own professional advice from appropriate sources.

Information provided in this Tender document to the Bidder is on a wide range of matters, some of
which may depend upon interpretation of law. The information given is not intended to be an
exhaustive account of statutory requirements and should not be regarded as a complete or
authoritative statement of law. SSCL accepts no responsibility for the accuracy or otherwise for any
interpretation of opinion on law expressed herein.

SSCL and their employees and advisors make no representation or warranty and shall incur no
liability to any person, including the Bidder under law, statute, rules or regulations or tort, the
principles of restitution or unjust enrichment or otherwise for any loss, cost, expense or damage
which may arise from or be incurred or suffered on account of anything contained in this RFP or
otherwise, including the accuracy, reliability or completeness of the RFP, and any assessment,
assumption, statement or information contained therein or deemed to form part of this RFP or arising
in any way in this Selection Process.

SSCL also accepts no liability of any nature whether resulting from negligence or otherwise
howsoever caused arising from reliance of any Bidder upon the statements contained in this RFP.
SSCL may in its absolute discretion, but without being under any obligation to do so, can amend or
supplement the information in this RFP.

The issue of this Tender document does not imply that SSCL is bound to select a Bidder or to appoint
the Selected Bidder (as defined hereinafter), for implementation and SSCL reserves the right to reject
all or any of the Bidders or Bids without assigning any reason whatsoever.

The Bidder shall bear all its costs associated with or relating to the preparation and submission of its
Bid including but not limited to preparation, copying, postage, delivery fees, expenses associated with
any demonstrations or presentations which may be required by SSCL or any other costs incurred in
connection with or relating to its Bid. All such costs and expenses will remain with the Bidder and
SSCL shall not be liable in any manner whatsoever for the same or for any other costs or other
expenses incurred by a Bidder in preparation for submission of the Bid, regardless of the conduct or
outcome of the Selection process.

Page 13 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

2. Glossary
Abbreviation Description
AFCS Automatic Fare collection Software
ANPR Automatic Number Plate Recognition
SSCL Saharanpur Smart City Limited
AVLS Automatic Vehicle Location Software
BoM Bill of Material
BOQ Bill of Quantity
CA Chartered Accountant
CAPEX Capital Expenditure
CCA Controller of Certifying Authorities
CCC Command and Control Center
CCTV Closed Circuit Television
COTS Commercial Off The Shelf
CV Curriculum Vitae
DC Data Center
DR Disaster Recovery
DRC Disaster Recovery Center
DRM Disaster Recovery Management
DSC Digital Signature Certificate
EMD Earnest Deposit Money
EMS Enterprise Management System
ERP Enterprise Resource Planning
GIS Geographic Information System
GPRS General Packet Radio Service
GPS Global Positioning System
GSM Global System for Mobile Communications
GST Goods and Service Tax
HD High Definition
HDPE High Density Polyethylene
IBMS Integrated Building Management System
ICCC Integrated Command & Control Center
ICT Information and Communication Technology
IEC Information, Education and Communication

Page 14 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Abbreviation Description
INR Indian Rupee
IP Internet Protocol
IR Infra-Red
IRC Indian Road Congress
ISP Internet Service Provider
ISO International Organization for Standardization
ITMS Intelligent Traffic Management System
KPI Key Performance Indicator
KVM Keyboard, Video display unit and Mouse unit
LAN Local Area Network
LED Light Emitting Diode
LOI Letter of Intent
LOA Letter of Award
MCR Modern Control Room
MIS Management Information System
MoU Memorandum Of Understanding
MPLS Multi-Protocol Label Switching
MSME Micro, Small and Medium Enterprises
NDA Non-Disclosure Agreement
NSP Network Service Provider
OEM Original Equipment Manufacturer
OPEX Operating Expenditure
O&M Operation and Maintenance
PAN Permanent Account Number
PIS Public Information System
PMO Project Management Office
PoC Proof of Concept / Pilot Demonstration
PTZ Pan Tilt Zoom
QCBS Quality and Cost Based Solution
RLVD Red Light Violation detection
RFID Radio-Frequency Identification
RFP Request for Proposal
ROW Right of Way

Page 15 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Abbreviation Description
MSI Master Systems Integrator
NOC Network Operations Center
PKI Public Key Infrastructure
PoC Proof of Concept
SCADA Supervisory control and data acquisition
SLA Service Level Agreement
SMC Saharanpur Municipal Corporation
SOC Service Operations Center
SSL Secured Socket Layer
SWM Solid Waste Management
TIA Tender Inviting Authority
TPA Third Party Auditor
UAT User Acceptance Testing
UPS Uninterrupted Power Supply
VMS Video Management System
VTS Vehicle Tracking System

Page 16 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

3. Introduction

3.1. Project Background

One of the primary objective of SSCL under its smart city mission is to enhance the safety and security,
improve traffic management, improve efficiency of municipal services and promote a better quality of life
for residents. In order to achieve these objectives, SSCL desires to foster the development of a robust ICT
infrastructure that supports digital applications and ensures seamless steady state operations, city
transport services, traffic management, surveillance, emergency response mechanisms, real time tracking
of services and vital city metrics throughout the city.

SSCL is considering the appointment of an agency to set up these priority initiatives identified under Smart
City Mission through the Integrated Command and Control Center (ICCC) and associated smart elements.

The project is designed to enable smooth and timely setting up the Integrated Command and Control
Center, field sensors, network infrastructure and applications as detailed out this document. The solution
will implement appropriate check points to monitor the progress and output, so that the services
delivered to the public are up to their expectation.

3.2. Project Objectives

One of the primary objectives of Saharanpur Smart City Limited (SSCL) under its Smart City Mission is to
drive citizen centric services through improvements in City Operations, improving efficiency of municipal
services and promoting a better quality of life for residents. In order to achieve these objectives,
Saharanpur Smart City Limited desires to foster the development of a robust ICT infrastructure that
supports digital applications and ensures seamless oversight of city-wide operations through Integrated
Command and Control Centre, improved Integrated Traffic Management System, Surveillance, monitoring
of waste collection, comprehensive GIS mapping for city specific information for the citizens under pan-
city.

This project will establish a collaborative framework where services of different functional departments
of Saharanpur Municipal Corporation and other stakeholders such as transport, water, fire, police, e-
governance, etc. can be assimilated on a single platform; consequently resulting in aggregated city level
information. Further, this can be converted to actionable intelligence, which would be propagated to
relevant stakeholders and citizens.

The geographical coverage of the project has been divided in two categories as mentioned below:

1. ICCC for Pan City Area from Smart City perspective

ICCC for Pan City area will enable collation of information and collaborative monitoring, thus helping in
the analysis of data for quicker decision making. Intelligent operations capability ensures integrated data
visualization, real-time collaboration and deep analytics that can help different stakeholders prepare for
exigencies, coordinate and manage response efforts, and enhance the ongoing efficiency of city operations.
The ICCC user interface gives a real-time and unified view of operations. Various departments in the cities
can share information across agency lines in real-time to accelerate problem response and improve
project coordination. Furthermore, the ICCC will help in anticipating the challenges and minimizing the
impact of disruptions.

Page 17 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

4. Project Components

4.1. Components & Services Overview

A. Integrated Command and Control Center:

Saharanpur smart city has envisaged to implement, integrate and operationalize all the smart
solutions/ components of the city. SSCL intends to select a Master System Integrator (MSI) for city of
Saharanpur by following competitive bidding process to design, develop, implement and maintain
the Smart City System for a period of five years on turnkey basis.

These smart ICT solutions like Integrated Traffic Management System, City Surveillance, etc. have to
be implemented by MSI to be selected through this RFP. Establishing Video walls, local video storage,
networking components, etc. will also be the responsibility of MSI.

This document contains the following details:

a. Scope of work that will be assigned to the MSI as part of this project
b. Other terms and conditions of the Smart City System

B. City Operation/IoT Platform

The city operation platform will be at the cloud and design, implementation and maintenance of the
operation platform will be under the scope of MSI. MSI will work on integrating different components
and services with the operation platform. The platform should have capability of integrating different
field level devices in order to support IoT ecosystem.

C. Data Center/ Data Recovery

1. The infrastructure of Data Center for ICCC, Integrated Traffic Management System, City
Surveillance system, and other components shall be jointly hosted on the cloud and at on-
premises Data Centre as mentioned at Section 5.6.4.
2. The following services shall be provisioned at ICCC for DC :

a) Internet Bandwidth
b) Cloud Hosting Space
c) Power & Cooling
d) Secured Data Center Environment

3. The MSI need to do the sizing of rack space required at facilities based on its capacity planning
and sizing for the entire duration of the contract with adequate space for future expansion.
4. The Disaster Recovery shall be hosted at Data Recovery Cloud.

D. Level 1: Implement, Integrate, Command, Control and Fully Operate

The MSI will establish Integrated Command and Control center for Saharanpur comprising of various
project modules/components as detailed below.

Page 18 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

1. Integrated Command & Control Center (ICCC) at Head Office Campus of Saharanpur
Municipal Corporation (SMC).
2. City Surveillance System
a. Fixed box camera
b. PTZ Camera
c. ANPR Cameras at city entry & exit points
3. Traffic Management System
a. Adaptive Traffic Signals
b. Traffic Sensing Camera
c. ATCS
4. Automatic Traffic Violation Detection
a. Red Light Violation
b. Riding without helmet
c. Triple riding on two-wheelers
5. Intelligent Transport System
a. Automatic Vehicle Location System
b. Passenger Information System
c. Automatic Fare Collection System
d. Depot Management System
e. Incident Management System
f. BI and Reporting
6. Public Address System
7. Emergency Call Box
8. Environmental Sensors
9. ICT based Solid Waste Management
10. E-Governance Kiosks
11. City GIS platform with Property & Utility details
12. Data Digitization and ERP for Saharanpur Municipal Corporation
13. SAHART City Mobile Application

Page 19 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

SAHART City Mobile Application Certain components will be integrated using direct feeds, dashboards
and sharing of alerts/ actionable inputs for integration and control operations, such as:

1. E-governance Services
2. Smart Parking
3. UP Dial 100
4. SCADA based Water, Electricity and Sewerage Solutions
5. Smart healthcare kiosks
6. Solar based Smart Toilets
7. Smart E Library
8. CCMS for LED Street Lights
9. Solid Waste Management Services
MSI shall be responsible to carry out the detailed survey prior to submission of bid for the complete
solution component requirement in order to finalize the infrastructure requirement, network
bandwidth requirement, operational & administrative challenges etc.
The subsequent sections detail out the solution and scope with respect to each of the solution
component. MSI shall note that the activities defined within scope of work mentioned are indicative
and may not be exhaustive. MSI is expected to perform independent analysis of any additional work
that may be required to be carried out to fulfil the requirements as mentioned in this RFP and factor
the same in its response.
The scope of the project includes implementation of identified smart ICT solutions including
establishment of city based Integrated Command and Control Center integrated with other
implemented ICT solutions. Scope also includes conducting a detailed assessment of current state of
city services being provided and accordingly plan, design a comprehensive technical architecture of
city Integrated Command and Control Center (ICCC) so that relevant current and future ICT project
may be integrated with ICCC.
As part of scope, the MSI is expected to integrate various other ICT initiatives of the city with ICCC.
These ICT initiatives may be from other departments’ services like Traffic, Police, and Transport etc.
The MSI shall have the overall responsibility to design, build, implement, operate, and maintain the
project for a period of five years from the date of successful commissioning.
Specifically, Following are the main activities to be carried out by MSI:

1. Project Planning, execution and Management


2. Assessment and Gap analysis of requirement for all smart city components under scope.
3. Solution Design, System customization and development for all components mentioned in
this volume.
4. ICT items procurement, deployment and commissioning
5. Site preparation including LAN Networking
6. Application and general awareness training
7. Business Process Reengineering for the selected applications/ services, if required
8. STQC Certification
9. UAT & Go live
10. Capacity Building
11. Technical Support
12. Operation & Maintenance (O&M) for 5 Years.

Page 20 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

4.2. Solution Architecture

The layer wise indicative solution for ICCC is shown in the diagram below and the layers are detailed
out in the subsequent section.

a) Device Layer

The field devices layer will contain display devices or bi-directional (input & output) devices
connected to the network, which will be used by citizens to consume - and for administrators to
provide - actionable information. These devices include field devices, Cameras etc.

This would also comprise of the sensors, which will help the city administration gather information
about the ambient city conditions or capture information from the edge level.

b) Connectivity and Infrastructure Layer

As ambient conditions, actuators and display devices are now connected through a network and send
data to business applications, security of the entire system becomes paramount:

 Infrastructure security- including policies for identity and information security policies
 Network security- including policies and practices adopted to prevent and monitor
unauthorized access, misuse, modification, or denial of a computer network and network-
accessible resources, etc.

Page 21 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

 Application security- including Hosting of Government Websites and other Cloud based
services, Adoption of Technical Standards for Interoperability Framework and other
standards published by Government of India for various e-Governance applications
 End device security, including physical security of all end devices such as VMDs, Cameras etc.

Following security parameters should be included for all smart elements, but not limited to:

 User/administrator audit log activity (logon, user creation, date-time VMDs, Cameras etc.)
 Secured data storage (storage of video/image/location/data captured by various smart
elements)
 SSL/TLS encryption for web and mobile application based interfaces for sensitive data
transfer

Network - The secured network will serve as the backbone for the project and provide
connectivity to gather data from sensors, share the data with business applications and
transmit messages to display devices and actuators. It will support the present smart
elements. Further, the network will be scalable such that additional sensors, actuators, display
devices can be seamlessly added in future.

Enterprise computing - The business applications will need the appropriate hosting
infrastructure considering their criticality to deliver services. The IT Infrastructure required
for hosting will include Storage, Compute and Processing Capabilities that are aligned with the
non-functional requirements for the business applications.

c) Applications Layer

The Applications will contain data aggregation and management systems (rules engines, alerting
systems, diagnostics systems, control systems, messaging system, events handling system), and
reporting / dashboard system to provide actionable information to city administrators and citizens.
Applications would comprise of the applications developed to receive data from field devices for each
city domain. Applications in this layer will integrate with the ICCC solution to share data and also
generate advanced analytics through correlations. This will be an evolving layer with applications
added as and when new functions are identified by the stakeholders.

d) Integrated Command and Control Center

 This overarching layer integrates with the business applications that receive data from field
devices. The Integrated Command and Control Centre application presents a Common
Operating Picture, which will enable citizens and administrators alike to get a holistic view of
city operations. The application will integrate with the GIS layer to represent the real-time
operational state on the map for easy visualization.
 Integrated Command and Control Centre of Saharanpur Smart City will be primary command
centre acting as a HUB which may provide the platform to the ICCC of the nearby districts
(acting as Spoke) of Uttar Pradesh state. It would be integrated in full/partial as per the
requirements of the respective district’s ICCC.
 The Saharanpur ICCC should be scalable and should be able to integrate other ULBs of the
State of Uttar Pradesh as and when required.

Page 22 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Presentation - There will be four modes of presentation to the users accessing the ICCC
system –

1. Control Room UI – Dedicated application UI shall be provided for control room


operators and management for role-based utilization of the control room systems by
police department, street light department, water department, transport organizations
and other non-government agencies. This would cover the entire control room functions
of the system and it would provide access and integration to all Smart elements
mentioned in the integration section above.
2. Mobile UI – Mobile based UI shall be for the senior management officials who would be
accessing the system for very quick and faster flow of information exchange. This would
cover less of the functions of the system as it would be largely designed for accessing by
the senior management. In addition, it should provide field workforce app., which should
have capability to assign task, task prioritization, route planning etc. Also, field
workforce can raise issues, get task assigned, provide status update etc. using this app.
3. Web-based UI – Web-based UI for the other officials who would be accessing the system
for the information required for their respective departments with integrated fault-
tolerance.
4. Virtual Reality UI – Virtual view of the ICCC through VR headsets, to be provided to
administration for remote viewing.

Integration - While aspects of ambient conditions within the city will be gathered through
various sensors deployed, some city specific data will come from other government and non-
government agencies. It is through the integration layer – that data will be exchanged to and
from the under lying architecture components and other data from system developed by
government (such as police department, street lights department, water department
transport organizations within Saharanpur, etc.) and non-government agencies. The various
integrations have been listed below:

1. E-governance services
2. Smart Parking
3. ADA based Water, Electricity & Sewerage Solutions
4. CCMS for LED Street Lights
5. Smart Toilets
6. Smart e-Library
7. Water Supply 24X7
8. Health & Telemedicine
9. Smart Pole (Tentative)
10. Digital Address (Tentative)
11. UP Dial 100

Page 23 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

5. Scope of Services

5.1. Geographical Scope of Services

The following is a summary of the geographical extent of the project.

# System Description Locations


1. Surveillance Camera 292 locations
2. Traffic Management & Enforcement System 17 junctions
3. Intelligent Transport System 50 buses
4. ANPR Cameras 9 locations
5. PAS & ECB 22 junctions
6. Environmental Sensors 6 locations
7. E-Governance Kiosks 4 locations
8. RFID Tags and Bin-Level Sensors for Solid 1000 for Pan City bins
Waste Bins
9. Solid Waste Collection QR Codes 1.50 lacs households
10. GPS enabled SWM for waste collection 76 vehicles
vehicles
11. Optical Fiber 200 kms
12. Data Center (DC) Partial at ICCC and Partial at Cloud
13. Data Recovery (DR) Center DR Cloud
14. City Operation/IoT Platform Cloud hosted
15. Integrated Command & Control Center (ICCC) ICCC at Saharanpur Municipal Corporation

The elaborated list of locations to be covered under this project are provided as Annexures VIII.

5.2. Overview of Scope of Work

The MSI’s scope of work shall include but will not be limited to the following broad areas. Details of
each of these broad areas have also been outlined in Annexure II.

1. Assessment, Scoping and Survey Study: Conduct a detailed assessment, scoping study and
develop a comprehensive project plan, including:

a. Assess existing systems, street infrastructure and connectivity within the city for the
scope items mentioned in section 4.1
b. Conduct site survey for finalization of detailed technical architecture, gap analysis and
project plan
c. Conduct site surveys to identify need for site preparation activities
d. Obtain site clearance obligations & other relevant permissions

2. Design, Supply, Installation, Commissioning and Testing which includes the following
components:

Page 24 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

1. Integrated Command & Control Center (ICCC) at Head Office Campus of Saharanpur
Municipal Corporation (SMC).
2. City Surveillance System
a. Fixed box camera
b. PTZ Camera
c. ANPR Cameras at city entry & exit points
3. Traffic Management System
a. Adaptive Traffic Signals
b. Traffic Sensing Camera
c. ATCS
4. Automatic Traffic Violation Detection
a. Red Light Violation
b. Riding without helmet
c. Triple riding on two-wheelers
5. Intelligent Transport System
a. Automatic Vehicle Location System
b. Passenger Information System
c. Automatic Fare Collection System
d. Depot Management System
e. Incident Management System
f. BI and Reporting
6. Public Address System
7. Emergency Call Box
8. Environmental Sensors
9. ICT based Solid Waste Management
10. E-Governance Kiosks
11. City GIS platform with Property & Utility details
12. Data Digitization and ERP for Saharanpur Municipal Corporation
13. SAHART City Mobile Application

1. Operation and Maintenance Phase: The selected vendor will also be responsible for supply
of IT solution for the management of hardware and application software, networking,
installation, training, maintenance and operations of the solution for the period of 5 years from

Page 25 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

the Go Live date (Refer Section 7), the O&M period will commence after Go-Live and will be
for a period of 5 years. Warranty period of the product supplied under project i.e. hardware,
software, IT/Non-IT, etc., will be considered after Go-Live.
2. Provisioning Hardware and Software Infrastructure, which includes design, supply,
installation, and commissioning of Cloud Platform, IT Infrastructure at Data Center (DC), Data
Recovery Center (DRC), and Integrated Command & Control Center (ICCC). This consists of:

a) Basic Site preparation services


b) IT Infrastructure including server, storage, other required hardware, application
portfolio, licenses
c) Command Center infrastructure including operator workstations, IP phones, joystick
controller, etc.
d) Establishment of LAN and WAN connectivity between cloud, command center, DC and
DR limited to scope of infrastructure procured for the project

3. Phase wise Integration of the ICT systems with Integrated Command & Control Center (ICCC)
as mentioned in the RFP.
4. Capacity Building for SSCL and other end user department which includes preparation of
operational manuals, training documents and capacity building support, including:

a) Training of the city authorities, police personnel and operators on operationalization of


the system
b) Support during execution of acceptance testing
c) Preparation and implementation of the information security policy, including policies on
backup and redundancy plan
d) Preparation of KPIs for performance monitoring of various urban utilities monitored
through the system envisaged to be implemented
e) Developing Standard Operating Procedures (SOPs) for operations management and
other services to be rendered by ICCC

5. Preparation of system documents, user manuals, performance manuals, Operation manual,


etc.
6. Identification of revenue generation opportunities by various smart solutions, planning and
roll out of strategy
7. Operations and Maintenance services for the software, hardware and other IT and Non-IT
infrastructure installed as part of the project after Go-Live and for a period of 5 years from the
date of Go-Live. Five years of warranty period of the product supplied under project, i.e.
hardware, software, IT/Non-IT etc., will be initiated/considered after Go-Live only.

5.3. Assessment and Site Survey & Project Plan

After signing of contract, the MSI needs to deploy local team (based out of Saharanpur) proposed for
the project and ensure that a Project Inception Report is submitted to SSCL, which should cover
following aspects:

1. Names of the Project Team members, their roles and responsibilities


2. Approach and methodology to be adopted to implement the Project (which should be in line
with what has been proposed during bidding stage, but may have value additions / learning
in the interest of the project).

Page 26 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

3. Responsibility matrix for all stakeholders


4. Risks the MSI anticipates and the plans they have towards their mitigation
5. Detailed project plan specifying dependencies between various project activities / sub-
activities and their timelines
6. The MSI shall conduct a comprehensive As-Is study of the existing infrastructure of Traffic
Junctions, Locations of CCTV camera, etc. to establish the Key Performance Indicators (KPIs)
for the project. The KPIs of the study shall be included in the survey.
7. The MSI shall study the existing business processes, functionalities, existing management
systems and applications including MIS reporting requirements.

Additionally, the MSI should provide detailed designs specifying the following:

1. High Level Design, including but not limited to, Application architecture, logical and physical
database design, data dictionary and data definitions, ER diagrams and other data modelling
documents and physical infrastructure design for devices on the field
2. Concept of Operations for the TO-BE state that covers – Staffing Requirements, Standard
Operating Procedures, Operations Model for 24/7 coverage, Roles and Responsibilities.
3. Application component design including component deployment views, control flows, etc.
4. Low Level Design, including but not limited to, Application flows and logic including pseudo
code, GUI design (screen design, navigation, etc.), database architecture, including defining
data structure, data dictionary as per standards laid-down by Government of India/
Government of Uttar Pradesh
5. Location of all field systems and components proposed at the junctions, in KML /KMZ file
plotted on GIS platform like google earth etc.
6. Location of Network Provider’s Point of Presence (PoP)
7. Design of Cables, Ducts routing, digging and trenching
8. Electrical power provisioning.
9. Open Standards - System should use open standards and protocols to the extent possible
without compromising on the security
10. Convergence - SSCL has already initiated many projects, which have state of the art
infrastructure at field locations deployed under them. Under the smart city program, SSCL has
envisaged to create a state of the art infrastructure and services for the citizens of Saharanpur,
hence it is imperative that all infrastructure created under the project shall be leveraged for
maximum utilization. Hence, the MSI is required to ensure that such infrastructure will allow
for accommodation of equipment is being procured under other smart city projects. The
procedure for utilization of the infrastructure will be mutually agreed between the SSCL and
MSI
11. Sub-contracting / Outsourcing shall be allowed only for the work, which is allowed as
mentioned in this clause with prior written approval of SSCL. However, even if the work is
sub-contracted / outsourced, the sole responsibility of the work shall lie with the MSI. The MSI
shall be held responsible for any delay/error/non-compliance etc. of its sub-contracted
vendor. The details of the sub-contracting agreements (if any) between both the parties would
be required to be submitted to SSCL. Sub-contracting / outsourcing would be allowed only for
work such as:

i. Field Surveys required for the projects in scope


ii. Passive Networking & Civil Work during implementation,
iii. FMS staff for non- IT support during post-implementation

Page 27 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

5.4. Finalization of Detailed Technical Architecture

The MSI shall also identify the customizations/ workaround that would be required for successful
implementation and operation of the ICCC project. The MSI shall submit the detailed Technical
Architecture, which should take into consideration following guiding principles:

1. Scalability - Important technical components of the architecture must support


scalability to provide continuous growth to meet the growing demand of the city. The
system should also support vertical and horizontal scalability so that depending on
changing requirements from time to time, the system may be scaled upwards. There
must not be any system-imposed restrictions on the upward scalability in number of
cameras, data center equipment or other smart city components. Main technology
components requiring scalability are storage, bandwidth, computing performance (IT
Infrastructure).

The architecture should be scalable (cater to increasing load of internal and external
users and their transactions) and capable of delivering high performance until the
system is operational. In this context, it is required that the application and deployment
architecture should provide for scale-up and scale out on the Application and Web
Servers, Database Servers and all other solution components. The data center
infrastructure shall be capable of serving the growing concurrent users requirement,
which would be increasing, as the city would grow.

2. Availability - The architecture components should be redundant and ensure that are
no single point of failures in the key solution components. Considering the high
sensitivity of the system, design should be in such a way as to be resilient to technology
sabotage. To take care of remote failure, the systems need to be configured to mask and
recover with minimum outage. The MSI shall make the provision for high availability
for all the services of the system. Redundancy has to be considered at the core / data
center components level.
3. Security - The architecture must adopt an end-to-end security model that protects data
and the infrastructure from malicious attacks, theft, natural disasters etc. MSI must
make provisions for security of field equipment as well as protection of the software
system from hackers and other threats. Using Firewalls and Intrusion Prevention
Systems such attacks and theft should be controlled and well supported (and
implemented) with the security policy. The virus and worm attacks should be well
defended with gateway level Anti-virus system, along with workstation level Anti-virus
mechanism. There should also be an endeavor to make use of the SSL/VPN technologies
to have secured communication between Applications and its end users. Furthermore,
all the system logs should be properly stored & archived for future analysis and
forensics whenever desired. SSCL would carry out the security audit of the entire
system upon handover and at regular interval during O&M period. Bidder’s solution
shall adhere to the model framework of cyber security requirements set for Smart City
(K-15016/61/2016-SC-1, Government of India, and Ministry of Urban Development).

Field equipment installed through the ICCC project would become an important public
asset. During the contract period of the Project, the MSI shall be required to repair /
replace any equipment if stolen / damaged/faulty. Appropriate insurance cover must
be provided to all the equipment supplied under this project.

Page 28 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

The systems implemented for project should be highly secure, considering that it is
intended to handle sensitive data relating to the city and residents of the city. The
overarching security considerations are described below:

a. The security services used to protect the solution shall include: Identification,
Authentication, Access Control, Administration and Audit and support for
industry standard protocols.
b. The solution shall support advanced user authentication mechanisms including
digital certificates and biometric authentication.
c. Security design should provide for a well-designed identity management system,
security of physical and digital assets, data and network security, backup and
recovery and disaster recovery system.
d. The solution should provide for maintaining an audit trail of all the transactions
and should ensure the non-repudiation of audit trail without impacting the
overall performance of the system.
e. The overarching requirement is the need to comply with ISO 27001 standards of
security.
f. The application design and development should comply with OWASP top 10
principles

4. Manageability - Ease of configuration, ongoing health monitoring, and failure


detection are vital to the goals of scalability, availability, and security and must be able
to match the growth of the environment. Network should be auto/manual configurable
for various future requirements for the ease of maintenance / debugging.
5. Interoperability - The system should have capability to take feed from cameras
installed by private / Govt. at public places, digitize (if required) & compress (if
required) this feed & store as per requirements.
6. Open Standards - Systems should use open standards and protocols. Keeping in view
the evolving needs of interoperability, especially the possibility that the solution shall
become the focal point of delivery of services, and may also involve cross-functionality
with the e-Government projects of other departments / businesses in future, the
solution should be built on Open Standards. The MSI shall ensure that the application
developed is easily integrated with the existing applications. The code does not build a
dependency on any proprietary software, particularly, through the use of proprietary
‘stored procedures’ belonging to a specific database product. The standards should at
least comply with the published eGovernance standards, frameworks, policies and
guidelines available on http://egovstandards.gov.in (updated from time-to-time)
7. Single-Sign On- The application should enable single-sign-on so that any user once
authenticated and authorized by system is not required to be re-authorized for
completing any of the services in the same session. For employees of the department
concerned, the browser based application accessed on the intranet, through single-
sign-on mechanism, will provide access to all the services of the departments
concerned (based on their roles and responsibilities), Help module, basic and advanced
reporting etc. Similarly, for external users (citizens, etc.), based on their profile and
registration, the system shall enable single-sign on facility to apply for various services,
make payments, submit queries /complaints and check status of their applications.
8. Support for PKI-based Authentication and Authorization - The solution shall
support PKI based Authentication and Authorization, in accordance with IT Act 2000,
using the Digital Certificates issued by the Certifying Authorities (CA). In particular,
three factor authentications (login id & password, biometric and digital signature) shall

Page 29 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

be implemented by the MSI for officials/employees involved in processing citizen


services.
9. Convergence - SSCL has already initiated many projects, which have state of the art
infrastructure at field locations deployed under them. The ICCC Infrastructure should
be made scalable for future convergence needs. Under the smart city program, SSCL has
envisaged to create a state of the art infrastructure and services for the citizens of
Saharanpur, hence it is imperative that all infrastructure created under the project shall
be leveraged for maximum utilization. Hence, the MSI is required to ensure that such
infrastructure will allow for accommodation of equipment is being procured under
other smart city projects. Equipment like Junction Boxes and poles deployed under the
ICCC project at the field locations will be utilized to accommodate field equipment’s
created under the other projects of SSCL. The procedure for utilization of the
infrastructure will be mutually agreed between the SSCL and Master System Integrator.
10. All the personnel working on the Project and having access to the Servers / Data Center
should be on direct payroll of the MSI/OEM/Consortium partner. The MSI would not be
allowed to sub-contract work, except for following:

a. Passive networking & civil work during implementation and O&M period,
b. Viewing manpower at ICCC during post-implementation
c. FMS staff for non- IT support during post-implementation

However, even if the work is sub-contracted, the sole responsibility of the work shall
lie with the MSI. The MSI shall be held responsible for any delay/error/non-
compliance/penalties etc. of its sub-contracted vendor. The details of the sub-
contracting agreements (if any) between both the parties would be required to be
submitted to SSCL and approved by the SSCL before resource mobilization.

11. GIS Integration - MSI shall undertake detail assessment for integration of the e-
Governance, Surveillance System and all other components with the Geographical
Information System (GIS). MSI is required to carry out the seamless integration to
ensure ease of use of GIS in the Dashboards in ICCC. If this requires field survey, it needs
to be done by MSI. If such a data is already available with city, it shall facilitate to
provide the same. MSI is to check the availability of such data and it's suitability for the
project. MSI is required to update GIS maps from time to time.
12. SMS Gateway Integration - MSI shall carry out SMS Integration with the Smart City
System and develop necessary applications to send mass SMS to groups/individuals.
Any external/third party SMS gateway can be used, but this needs to be specified in the
Technical Bid, and approved during Bid evaluation.
13. eMail Gateway Integration - MSI shall carry out eMail Integration with the Smart City
System and develop necessary applications to send emails to groups/individuals. Any
external/third party eMail gateway can be used, but this needs to be specified in the
Technical Bid, and approved during Bid evaluation.
14. Application Architecture

a. The applications designed and developed for the departments concerned must
follow best practice and industry standards. In order to achieve the high level of
stability and robustness of the application, the system development life cycle
must be carried out using the industry standard best practices and adopting the
security constraints for access and control rights. The various modules /

Page 30 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

application should have a common Exception Manager to handle any kind of


exception arising due to internal/ external factors. The standards should at least
comply with the published eGovernance standards, frameworks, policies and
guidelines available on http://egovstandards.gov.in (updated from time-to-time)
b. The modules of the application are to be supported by the Session and
Transaction Manager for the completeness of the request and response of the
client request. The system should have a module exclusively to record the
activities/ create the log of activities happening within the system / application
to avoid any kind of irregularities within the system by any User / Application.
c. MSI shall design and develop the ICCC System as per the Functional and System
Requirement Specifications finalized.

i. The Modules specified will be developed afresh based on approved


requirement.
ii. Apart from this, if some services are already developed/under development
phase by the specific department, such services will be integrated with the
ICCC System. These service will be processed through department specific
Application in backend.
iii. The user of citizen services should be given a choice to interact with the
system in local language (“Hindi”) in addition to English on turnkey basis till
O&M period . The application should provision for uniform user experience
across the multi lingual functionality covering following aspects:

 Front end web portal in English and Hindi.


 E-forms (Labels & Data entry in local languages). Data entry should be
provided using the Enhanced Inscript standard (based on Unicode
version 6.0 or later) keyboard layout with option for floating keyboard.
 Storage of entered data in local language using UNICODE (version 6.0 or
later) encoding standard.
 Retrieval & display in local language across all user interfaces, forms
and reports with all browsers compliant with Unicode version 6.0 and
above.
 Facility for bilingual printing (English and Hindi)

iv. Application should have a configurable workflow engine for citizen centric
services. This generic workflow engine will allow easy creation of workflow
for new services. At the minimum, the workflow engine should have the
following features:

 Feature to use the master data for the auto-populating the forms and
dropdowns during processing of the citizen request.
 Creation of application form, by “drag & drop” feature using meta data
standards
o Defining the workflow for the approval of the form
o First in First out
o Defining a citizen charter/delivery of service in a time bound
manner

Page 31 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

o Functionalities like Auto-Routing, Auto-Escalation, Exception


Handling, Defining To-Do List, Defining Calendars for Central &
Regional Holidays etc.
o Easy Change Management in terms of Process Designing /
Modification & Version Management.
o The workflow solution should come with ready-made &
integrated Report Generation Tool through which a complete
dash board can be generated & viewed by authorized users.
o It’s mandatory for the proposed Workflow Solution to have an in-
built Document Management System which is by nature, Unified,
Secured, Structured and should come with a robust search
mechanism.
 Creation of the “output” of the service, i.e. Certificate, Order etc. through
Workflow Solution which will generate those citizen output based on
Pre-defined Templates.
 The required Workflow Solution should be integrated with Web Portal.
 This workflow engine will allow easy creation of workflow (Through a
graphical user interface & through drag-n-drop components) for new
services.
 Automatic reports
o of compliance to citizen charter on delivery of services
o delay reports

d. The standards should at least comply with the published eGovernance standards,
frameworks, policies and guidelines available on http://egovstandards.gov.in
(updated from time-to-time).
e. The application should have a module for management of digital signature
including issuance, renewal and suspension of digital signatures based on the
administrative decisions taken by the State.
f. MSI shall ensure using Digital signatures/eAuthentication(Aadhar Based) to
authenticate approvals of service requests etc.

i. Transaction & SLA Monitoring Tools

 The MSI should be able to measure and monitor the performance of the
deployed infrastructure and all SLAs set out in this RFP. More
importantly, it should be possible to monitor in REALTIME, the number
of citizens touched through e-Services each day, month and year,
through appropriate tools and MIS reports.
 The Infrastructure management and Monitoring System shall be used
by MSI to monitor the infrastructure (Both IT and Non-IT) hosted at the
Data center and DR site.
 For monitoring of uptime and performance of IT and non-IT
infrastructure deployed, the MSI shall have to provision for monitoring
and measurement tools, licenses, etc. required for this purpose.

ii. The ICCC Application should have roadmap to integrate with key initiatives
of State namely Portal Services, Citizen Contact Centre, and Certifying
Authority etc.

Page 32 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

iii. Complete mobile enablement of the ICCC System

15. The functional requirements and technical specifications provided in this RFP are
indicative and carry guiding rule. The MSI is free to offer products and solutions, which
meet requirements of the RFP focusing on the outcome, future scalability, security,
reliability and adherence to specified SLA under this RFP, in line with applicable
standards & best practices adopted in the industry. The MSI is encouraged to design an
Optimized solution, which is technically superior, innovative, proven, better in terms of
functionality and is cost effective. Any specified parameters mentioned in the
scope/technical requirement in the RFP may be considered if it is required for meeting
current & future requirements during the contract period. The MSI is fully responsible
for the specified outcome to be achieved.

5.5. Site Clearance obligations & other relevant permissions


5.5.1. Survey and Commencement of Works

Prior to starting the site clearance, the MSI shall carry out survey of field locations as specified in
Annexure VIII, for buildings, structures, fences, trees, existing installations, etc. The SSCL shall be fully
informed of the results of the survey and the amount and extent of the demolition and site clearance
shall then be agreed with the SSCL. The requisite permissions of Right of Way (RoW) should be sought
by the MSI as per relevant regulations. The MSI will be reimbursed for the fees incurred for the RoW
permissions by the Authority.

5.5.2. Existing Traffic Signal system

The infrastructure of existing traffic signal systems including the aspects, controllers etc. will be
dismantled and replaced with the new systems, which are proposed and required under the scope of
the ICCC project. The dismantled infrastructure shall be delivered at the SSCL designated location
without damage at no extra cost.

5.5.3. Electrical works and power supply

The MSI shall directly interact with electricity boards for provision of mains power supply at
select/permanent locations for ICCC field systems. The MSI shall be responsible to pay the electricity
bills including connection charge, meter charge, recurring charges etc. to the electricity board
directly. MSI shall have to submit the challan of bill submission to SSCL. SSCL will reimburse the
amount submitted to the MSI after verification in next billing cycle.

5.5.4. Lightning-proof measures

The MSI shall comply with lightning-protection and anti–interference measures for system structure,
equipment type selection, equipment earthing, power, signal cables laying. The MSI shall describe
the planned lightning-protection and anti –interference measures in the As-Is report. Corresponding
lightning arrester shall be erected for the entrance cables of power line, video line, data transmission
cables. All crates shall have firm, durable shell. Shell shall have dustproof, antifouling, waterproof
function & should capable to bear certain mechanical external force. Signal separation of low and
high frequency; equipment’s protective field shall be connected with its own public equal power
bodies; small size/equipment signal lightning arrester shall be erected before the earthling. The

Page 33 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Internal Surge Protection Device for Data Line Protection shall be selected as per zone of protection
described in IEC 62305, 61643-11/12/21, 60364-4/5. Data line protection shall be used for security
system, server data path and other communication equipment. Data line protection shall be installed
as per zone defined in IEC 62305. Type 1 device shall be installed between zone 0B and zone 1. Type
2 devices shall be installed before the equipment in zone 2 and 3.

5.5.5. Earthing System

All electrical components are to be earthened by connecting two earth tapes from the frame of the
component ring and will be connected via several earth electrodes. The cable arm will be earthen
through the cable glands. The entire applicable IT infrastructure i.e. field locations/traffic junctions
or command center shall have adequate earthing. Further, earthing should be done as per Local state
national standard in relevance with IS standard.

1. Earthing should be done for the entire power system and provisioning should be there to
earth UPS systems, Power distribution units, AC units, etc. to avoid a ground differential.
SSCL shall provide the necessary space required to prepare the earthing pits.
2. All metallic objects on the premises that are likely to be energized by electric currents
should be effectively grounded.
3. There should be enough space between data and power cabling and there should not be
any cross wiring of the two, in order to avoid any interference, or corruption of data.
4. The earth connections shall be properly made.
5. A complete copper mesh earthing grid needs to be installed for the server farm area,
every rack need to be connected to this earthing grid. A separate earthing pit needs to be
in place for this copper mesh.
6. Provide separate Earthing pits for Servers, & UPS as per the standards.

5.5.6. All Junction Boxes, Poles and Cantilever

1. The MSI shall provide the Junction Boxes, poles and cantilever to mount the field sensors
like the cameras, traffic sensors, traffic light aspects, active network components,
controller and UPS at all field locations, as per the specifications given in the RFP.
2. The Junction Box needs to be appropriately sized in-order to accommodate the systems
envisaged at the Junctions
3. It should be noted that the MSI would have designed the Junction box keeping in mind
the scalability requirements of ICCC project
4. The junction box should be designed in a way that, separate compartment will be
available for separate system (i.e. ITMS Controller, Mini server, Active component, UPS
with Battery bank. There should be provision made to integrate the systems if required.
5. The junction box should be weather proof, theft proof and vandal proof. It should be
certified for IP65 or above.
6. All electrical connections/joints must be above 1 meter from nearest Road level, so that
un-interupted power supply can be maintain during flood/water logging situation. All
poles’ base, Junction boxes, etc should be installed accordingly.
7. All Poles, Cantilevers, Gantries, Junction Boxes, other outdoor fixtures, etc must be fixed
stongly in such a way to handle the wind load upto wind speed of 120 Km/Hr.

Page 34 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

5.5.7. Cabling Infrastructure

1. The MSI shall provide standardized cabling for all devices and subsystems in the field.
2. MSI shall ensure the installation of all necessary cables and connectors between the field
sensors /devices assembly, outstation junction box, for pole mounted field sensors
/devices the cables shall be routed down the inside of the pole and through underground
duct to the outstation cabinet.
3. All cables shall be clearly labeled with indelible indications that can clearly be identified
by maintenance personnel. The proposed cables shall meet the valid directives and
standards.
4. Cabling must be carried out per relevant BIS standards. All cabling shall be documented
in a cable plan by the MSI.

5.6. Design and Implementation of Integrated Command & Control Center System

The MSI should ensure the successful implementation of the proposed ICCC Project as per the scope
of services described below. MSI shall implement and deliver the following systems and capabilities
linked to ICCC.

1. Integrated Command & Control Center (ICCC) at Head Office Campus of Saharanpur
Municipal Corporation (SMC).
2. City Surveillance System
a. Fixed box camera
b. PTZ Camera
c. ANPR Cameras at city entry & exit points
3. Traffic Management System
a. Adaptive Traffic Signals
b. Traffic Sensing Camera
c. ATCS
4. Automatic Traffic Violation Detection
a. Red Light Violation
b. Riding without helmet
c. Triple riding on two-wheelers
5. Intelligent Transport System
a. Automatic Vehicle Location System
b. Passenger Information System
c. Automatic Fare Collection System
d. Depot Management System

Page 35 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

e. Incident Management System


f. BI and Reporting
6. Public Address System
7. Emergency Call Box
8. Environmental Sensors
9. ICT based Solid Waste Management
10. E-Governance Kiosks
11. City GIS platform with Property & Utility details
12. Data Digitization and ERP for Saharanpur Municipal Corporation
13. SAHART City Mobile Application

The design requirements provided in the sections below are indicative and carry guiding rules. The
MSI is advised to offer products and solutions, which meet requirements of the RFP focusing on the
outcome, future scalability, security, reliability and adherence to specified SLA under this RFP, in line
with applicable standards & best practices adopted in the industry. The MSI is encouraged to design
an Optimized solution, which is technically superior, innovative, proven, better in terms of
functionality and is cost effective. Any specified parameters mentioned in the scope/technical
requirement in the RFP may be considered if it is required for meeting current & future requirements
during the contract period. The MSI is fully responsible for the specified outcome to be achieved.

5.6.1. Design, Supply, Installation & Commissioning of Field Equipment

The Scope includes Supply, Installation, commissioning and Customization (as required) of various
field systems which include Integrated Traffic Management System (ITMS) at Traffic Junctions,
Surveillance System, ANPR Cameras, Traffic Violation Detection system, GIS, ERP, etc. and other IT
infrastructure and applications required for successful operations of the ICCC project.

Based on the approved Survey report, the MSI will undertake the system configuration and
customization in line with the changed, improved or specific requirements of SSCL including:

1. The implementation methodology and approach must be based on the global best practices
in-order to meet the defined Service Levels during the operation.
2. Best efforts have been made to define major functionalities for each sub- system of ICCC
system. However, MSI should not limit its offerings to the functionalities proposed in this
RFP and is suggested to propose any functionality over and above what has already been
given in this tender.
3. The MSI shall design the field level equipment architecture to ensure maximum optimization
of network equipment, poles, cantilever, mounting infrastructures, power supply equipment
including, electric meters and junction box.
4. Finally, approved/accepted solution for each component of ICCC project shall be
accompanied with “System Configuration” document and the same should be referenced for
installation of ICCC systems at Junctions/Locations that are identified within the scope of
this project.

Page 36 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

5. The MSI shall be required to submit a detailed installation report post installation of all the
equipment at approved locations. The report shall be utilized during the acceptance testing
period of the project to verify the actual quantity of the equipment supplied and
commissioned under the project.
6. The MSI shall be responsible for obtaining all permits and approvals necessary to install the
ICCC systems components as per the approved design.
7. The sub-systems included as part of the ICCC project which are required to be implemented
and integrated are given in the subsequent sections.

5.6.1.1. City Surveillance System

The broad scope of work to be covered under this sub module will include the following, but is not
limited to:

1. The MSI shall cameras with night vision for CCTV monitoring and management across
Saharanpur city as per below:
a. 860 Fixed box camera at 292 locations
b. 56 PTZ camera at 56 locations
c. 36 ANPR camera at 9 city entry/exit points
2. The MSI shall undertake due diligence for selection and placement of the above mentioned
cameras to ensure the optimized coverage of the traffic junction and other locations along
with all associated junction arms, accuracy of the information captured on the field and for
rugged operations.
3. The MSI shall design, supply, and install the cameras as defined in the RFP; all wiring
connections for the system shall be installed by the MSI. The MSI shall supply all of the
necessary equipment for the camera operations including camera housings and mountings,
camera poles, switches, cabling, and shall make the final connections to the junction box.
4. The MSI shall be responsible for providing the entire necessary IT infrastructure for
monitoring, recording, storage & retrieval of the video streams at ICCC or any other location
as specified in the RFP.

5.6.1.2. Traffic Management System

The broad scope of work to be covered under Traffic Management System module will include the
following, but is not limited to:

1. Preparation of Solution Architecture as per project blueprint to develop a final BOQ for
installation traffic signaling systems.
2. Installation of vehicle/pedestrian detectors, controllers, ATC controllers, Traffic light
aspects, poles, cantilevers, Junction Box and other required accessories at 17 traffic
junctions for successful operation of the Traffic management project for Saharanpur Smart
City
3. The MSI is suggested to follow a priority approach while installation of traffic management
systems at junctions. The list of junctions and suggested priority is given in Annexure VIII.
4. The MSI is responsible for integration of Traffic management field infrastructures with the
proposed Traffic Management software application.
5. Configuration of traffic signal at each of the junction along with development of signal
control plan for individual operations, coordinated signal plan for the junction in sync with

Page 37 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

the area wide signal plan for different operating conditions. The operating conditions may
include different peak and off-peak conditions, special events, contingency plans etc.
6. The MSI should design and propose energy saving signaling system by using solar powered
signals or other advanced technologies.

5.6.1.3. Automatic Traffic Violation Detection System

The broad scope of work to be covered under this sub module will include the following, but is not
limited to:

1. The MSI shall install the Traffic Violation Detection Systems at 17 traffic junctions across the
city. This system shall capture the following violations:
a. Infractions of Red light
b. Riding without helmet
c. Triple riding on two-wheelers
2. The MSI shall design the system so that any violation recorded is supported with photo and
video evidence clearly indicating the nature of violation, position of vehicle, status of traffic
signal (if applicable), zoomed-in view of the number plate and any information relevant to
support the situation.
3. The MSI shall design, supply, and install the Traffic Violation Detection System including
ANPR cameras, detectors, etc. as defined in the RFPs, all wiring connections to the traffic
signal controllers and to the camera platforms shall be installed by the MSI. The MSI shall
supply all of the necessary equipment for the camera and detection system, including but not
limited to: computers, ancillary camera equipment, camera housings, camera poles, warning
signs and shall make the final connections to the camera.
4. The solution proposed by the MSI shall seamlessly integrate with the E-Challan system
proposed under the scope of this project. SSCL shall facilitate to get access to the Vaahan and
Sarathi database. The MSI shall assist with any information in this regard and shall be
required to access the Vaahan and Sarathi database through use of appropriate APIs.
5. The MSI shall be responsible for providing the entire necessary IT infrastructure for analysis,
storage & retrieval of the infraction information at ICCC or any other location as specified in
the RFP.

5.6.1.4. Intelligent Transport System

The MSI is required to plan systems for 50 buses to be operated with Saharanpur city. The bus shelter
systems are currently not in the scope of the MSI. The broad components and scope of the ITS for
public transport system is as below, but not limited to:

The following would be covered under Intelligent Transport System for city buses:
Hardware Component Software Component
Buses
1. On-board units with driver console for PIS 1. Automatic Vehicle Locating System
management, location and communication 2. Passenger Information System
services. 3. Automatic Fare Collection System
2. PIS display boards (Set of 3 LEDs per bus – 4. ETM Software Components for Buses
Front, Rear and Inner)
3. In-bus announcement system (Speakers,
amplifier, driver microphone, etc.)

Page 38 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

4. CCTV Cameras and MDVR (2 cameras with


comprehensive coverage)
5. ETM Handheld/ETM with printer for bar-
coded ticket issuance and reader for
smartcards (NCMC Compliant)
Bus Depot
Depot Management System.
ICCC
1. CCTV surveillance System
2. Incident Management System
3. Route Planner Mobile Application
4. Web Portal for citizens
5. Reporting System
6. Business Intelligence Software with ten
user licenses.

1. The MSI shall be responsible for complete installation, integration, operations and
maintenance of Intelligent Transport System.
2. The MSI shall be responsible for integration with Card Host, Central Clearing House System
and Smart Cards provided by Authority appointed Bank.
3. SSCL will initiate the process to appoint a Bank for implementation of Citywide Common
Payment System for different Municipal and Recreation services and retail services. As part
of CCPS Project, the Bank’s scope and responsibilities include followings.
a. Card management
1) Procurement of Smart cards
2) Card issuance and Card personalization
3) Card security
4) Implementation of Card Host System
5) Marketing and Distribution of Smart Cards by setting up of recharge, card
issuance and Bills payment points across Saharanpur City
6) Mobile Recharge/ Payment wallet
b. Clearing House Solution
c. Cash Collection at all locations
d. Transaction Settlement at all places
e. Setting up a Call Center for payment disputes
4. The MSI shall interface/integrate with Card Host and Central Clearing House solution (CCHS)
provided by SSCL’s appointed vendor (i.e. BANK) for seamless integration with Card Host and
Central Clearing House solution. The Bank shall provide required APIs and interfacing
protocols to facilitate integration with Card Host and CCHS to the MSI.

Page 39 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

5. SSCL’s appointed Bank shall undertake issuance of Smart Cards and card personalization
task. The MSI shall have to provide necessary APIs and interfacing protocols for integration
of smart cards with AFC System. The MSI can under no circumstances refuse to share such
APIs/Protocols. Any such refusal shall be viewed seriously by the SSCL and shall be termed
an Event of Default leading to Termination after due process.

The technical and functional requirements of the systems are further detailed out in the upcoming
sections in this RFP.

5.6.1.5. Public Address System

The MSI shall install Public Address System comprising of amplifiers, loudspeakers, and related
equipment. The system will be integrated with the central control system at ICCC to announce any
emergency and general information to the public.

The broad components and scope of the Public Address System is as below, but not limited to:

1. The MSI shall install PA systems at each arm of 22 road junctions throughout the city.
2. The MSI shall install a system that has capability to control individual PAS i.e. to make an
announcement at select location (1:1), many location (1:many) or all locations
simultaneously.
3. The PAS should also support both, Live and Recorded inputs
4. The MSI should ensure adequate coverage using the recommended number of speakers at
each location.
5. The MSI shall install poles, cabinets, network cables and other related infrastructure required
for setting up the PA system components at field locations.
6. The technical and functional requirements and locations are provided in Annexures.

5.6.1.6. Emergency Call Box

The MSI shall install ECBs at the identified critical locations. The broad components and scope of the
ECB is as below, but not limited to:

1. The MSI shall install high quality digital transceivers at 22 traffic junctions across the city.
2. The ECBs should be easily accessible by public but should prevent accidental trigger.
3. The unit shall have a button which when pressed, shall connect to the ICCC/any other chosen
locations over the existing network infrastructure setup for ITMS & Surveillance project.
4. These are to be placed only a select locations such as Police/Traffic islands or pedestals or
within the vicinity of constant Police supervision or within CCTV field of view to avoid misuse
and vandalism of the Emergency Call Box.
5. The technical and functional requirements and locations are provided in Annexures.

5.6.1.7. Environmental Sensors

The MSI shall install environmental sensors at the identified. The broad components and scope of the
sensors are as below, but not limited to:

Page 40 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

1. The MSI is required to integrate environmental sensors for providing air quality,
temperature, and humidity information to the ICCC. The MSI is required to install 6 nos of
environmental sensors, which will be installed at locations as per Annexure.
2. Each environmental sensor should be able to measure at-least the following parameters:

 Temperature
 Humidity
 CO
 CO2
 NO2
 SO2
 PM 2.5
 PM 10

3. The technical and functional requirements and locations are provided in Annexures.

5.6.1.8. ICT support for Solid Waste Management

The scope of work for the selected MSI will include supply, installation and implementation of GPS
based tracking and monitoring system with RFID and GPS combined with integration with existing
systems at SMC (if any). Along with that, it will also include the post implementation support and
maintenance of RFID, bin-level sensors and GPS Tracking, vehicles route optimization and
monitoring solution.

The MSI shall provide End-to-End Solution to implement and to provide Support Services &
Maintenance as per the list below:

1. Implementation of “Door to Door Collection Monitoring System”


a. Supply and installation of QR tags on each household and mobile application for QR
code scanning.
b. Design and integrate Door to Door Tracking of waste collection and Monitoring
System
2. Design and Integrate “Bin Monitoring System” through:
a. Bin level sensors
b. RFID tagged bins for monitoring of waste collection
3. Supply of Vehicle Tracking Unit (VTU) for 76 SMC vehicles, installation, testing and
commissioning, Vehicle route mapping and updates of the Portal & Hardware
4. Design and Integrate Vehicle Tracking System for vehicle route plans, vehicle time
scheduling, real-time positions and subsequent reports like those that total distance
traversed, total rounds duration, etc.
5. Design, Development, Supply, and Deployment & Implementation of Web Based Application
software integrated with GPS, RFID devices, weighbridge application, Existing VTMS (if
any), MSW processing site operation and Call Centre Management and complaint
management modules at the ICCC.
6. The MSI is responsible for Weighbridge Integration. Electronic weighbridges to measure the
input being carried into by the incoming vehicles as well as to check the produced output
after the compost generation. The same shall be fed into the weighbridge software for
processing data date wise, truck wise, shift wise, etc. This data shall be passed on to ICCC for
day-to-day monitoring of waste treatment, disposal and compost generation and for

Page 41 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

generation of daily, weekly & monthly reports. The MSI shall also have to make a provision
for inclusion of any additional weighbridges identified, in the future, to be monitored at the
ICCC.
7. The MSI is responsible for Network Analysis key functions which include:
a. Establish a network with current GIS data.
b. Produce travel network cost matrix.
c. Define optimal facility positions using location allocation.
d. Use time windows in vehicle scheduling.
e. Determine shortest and fastest routes to travel and cover all locations.

8. Geocoding / surveying of the following potential components shall be done by the MSI
a. Households
b. Garbage Collection points
c. Processing sites
d. Vehicle routes optimization
e. Departmental Offices
f. Landfills/Dumping grounds
g. Transfer stations
h. Motor loading chowkies
i. Department workshops
j. Ward offices
k. Others (as per SMC request)
The accuracy of these locations should be 3 to 5 meters. The MSI shall use these locations
over the maps and shall deliver the same to SMC in the pre-agreed formats or any other
standard GIS format compatible with the GIS system that is part of the ICCC installation.

5.6.1.9. E-Governance Kiosks

The MSI shall provide E-Governance kiosks including, but not limited to, the following:

1. The MSI is to provision for hardware, software, connectivity, installation, commissioning and
ensure the desired working of E-governance kiosks at 4 locations as specified in the Annexure
below.
2. The MSI shall provide kiosks that are interactive terminals shall be a standalone structure with
following components: easy to use software interface along touch screen for citizen services
with payment options (integrated with Common Payment Platform, e-wallets, debit and credit
cards), CPC reader (with additional security features such as PIN), bill/ticket printer etc.
3. The MSI should plan for the kiosk to be available 24X7 with power provisioning and backup for
at least 4 hours in case of power failure.
4. The MSI shall ensure that the kiosks have easy to understand menu options in both Hindi and
English.
5. All associated hardware and installation shall be under the scope of MSI including kiosk
mounting, theft and vandal proof casing, network connectivity, etc.

5.6.1.10. City GIS platform with Property & Utility details

MSI has to provide a robust, reliable and futuristic Enterprise GIS platform, aimed to provide decision
support system to SSCL officials by integrating the GIS data and the other IT applications at SSCL. GIS
maps prepared under the scope that fall within the legible limit at the time of work initiation along

Page 42 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

with the consultation of SMC officials. MSI is required to carry out the seamless integration to ensure
ease of use of GIS in the Dashboards in ICCC. Various scope sub-activities that are imperative to
achieve the proposed Enterprise GIS Solution, shall include the following:

 Field Surveys
 Procurement of Satellite Imagery
 Base map Creation
 Other Utilities Mapping
o Property Geotagging Survey with integration of existing database
Enterprise GIS
 Change Detection Module in Smart city area using image processing
o Functional, Departmental & Citizen
o scope Integrations with Existing Systems
 GIS web Portal
 Mobile Application
 Integration with Command and Control Centre
 Training
o Training to Departmental Users
 Annual Maintenance Contract
o Annual Technical Support of 5 years for GIS platform and Applications

The scope of GIS for each of the above phases is given below:-

5.6.1.10.1. Field Surveys

Prior to Total Station survey, Differential Global Positioning System(DGPS) survey is required to
collect GCP points which would serve as a base for Total station survey. GCPs are basically taken as a
road intersection points, Building Corners, Permanent Locations etc. Bidder shall generate the Grid
of 1 x 1 Sq. Km. on the Satellite Image and collect appropriate No of GCPS per sheet. The ground
control points shall be taken for which coordinates would be input at start of TS survey for a
particular area.

The total station field survey is required for data collection of SMC departments (all utilities) which
will be overlaid on satellite image for base-map creation. MSI shall have to conduct a total station
survey for approx. 80 sq km area.Total station survey will capture coordinate (latitude/longitude)
based data which would be processed & stored in digital format. Total station survey will capture
topographic features (point features/line features) above the surface like poles ,roads, manholes,
valves, traffic junctions, street lights etc in consultation with SSCL which would serve as primary step
for preparation of base- map. Apart from these features, Tree points with unique falling under the
scope of SMC limit shall have to be taken by the agency.

For locating underground utilities (water lines, sewer lines, storm lines, underground cables), GPR
(Ground Penetrating Radar) survey shall be conducted to map the pipeline and cabling details. The
same shall be checked with the department to differentiate between different pipeline type under
the surface.MSI shall have to cover the GPR survey for all the roads falling under municipal limit (490
km approx.).

GPS devices/Map application also collect real time Spatial data & shall also be considered for data
capturing of on-surface point features.

Page 43 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

5.6.1.10.2. Procurement of Satellite Imagery

SSCL would facilitate the procurement of cloud free high resolution (0.3M) multispectral imagery
data sets (Ortho Ready) to the selected MSI.

 Area coverage: At Present, spread of SSCL with sufficient buffer is approx. ~ 100 Sq. Km
 Data Products: Digital copy images
 Image type: High Resolution in .tiff or .bmp format

The MSI will verify the correctness of the imagery and data via on field data verification. The
correctness of image is to be checked with respect to any issues in the coverage, and file format. The
imagery that does not confirm to the correctness with respect to Coverage and file format must be
reported within one week. SSCL will discuss the same with the bidder and provide further
instructions.

5.6.1.10.3. Base-map Creation

The MSI is required to prepare Base map using latest high resolution satellite imagery. The primary
objective of GIS Solution is to prepare a detailed base map encompassing SSCL boundaries with
various layers like property, utility, assets, electricity, health ,banks, schools, water , sewerage etc.
and setup an enterprise wide GIS for SSCL to support in better decision making and revenue
generation. Detailed GIS Base map on a scale of 1:2000 for all the wards/zones of SMC & final map is
to be prepared by incorporating the ground truth data as per design and standard guidelines
mentioned in AMRUT scheme.

Interpretation, Update and digitization of all physical features such as Building (footprints), Roads
(Tar/cemented portion), poles and other visible features from satellite imagery. The satellite imagery
would be procured in the name of SSCL and delivered to the MSI. All the data available with SSCL (in
hard copy or soft copy), with respect to proposed GIS layers, would be shared with the selected MSI.
Creation of data model shall have to be ensured by MSI in consultation with SSCL.

Base-map creation will help the departments in answering most of their data queries in less time
without much field visits & will also serve in decision making, revenue generation etc.

The base maps will be prepared in various layers as defined by Municipal Corporation with MSI.

Below is the indicative list of layers. The final list of GIS layers will be finalized by MSI in consultation
with SSCL

Sr. Layer Name Vector


No Representation
1 Municipal Boundary Polygon
2 Area of Interest Boundary Polygon
3 Ward Boundary Polygon
4 Zone Boundary Polygon
5 Election Ward Polygon
6 Town Planning Schemes Polygon
7 Development Plan Polygon

Page 44 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

8 Slum Boundary Polygon


9 Plots Boundary Polygon
10 Buildings foot prints Polygon
11 Streams/Drainage/Canal Line
12 Over Head Tanks Polygon
13 DGPS Points Point
14 Sewerage Network/Drainage Network Line
15 Storm Water Network Line
16 River / Canal Line
17 Schools Point
18 Water Supply Network Line
19 Water treatment plants Point
20 Fire Stations Point
21 Street Lights Point
22 Bridges/Flyover Line
23 Parks/Gardens Polygon
24 Health Institutions Polygons
25 Tube Well Point
26 Hand Pump Point
27 Water Pumping Stations Point
28 Traffic Square Point
29 Railway Network Line
30 Road Network Line
31 Footpath Line
32 Sewerage Treatment Plant and Sewerage Pumping Station Point
33 Mobile Tower / Telephone Tower Point
34 Bus Stands /Shelters Point
35 Landmarks Point
36 Key features for Solid Waste Management Point
37 Bins Point

Bidder will migrate updated Base Map and Utility Data of Municipal Corporation / Smart
City into centrally located Enterprise GIS database. The prepared base-map will require
time to time updation wrt changes/modifications in data of respective departments.

The sanctioned master plan of Saharanpur shall be taken into consideration by MSI in
consultation with SSCL for superimposing the sanctioned layouts and highlighting the Land
Use/ Building Use violations in contrast to provisions laid in statutory Master Plan.

5.6.1.10.4. Other Utilities Mapping, but not limited to:-


i. Admin Department - It define the city limits boundaries & can be used for zone/ward
based queries to the departments.
ii. Water Department- Once water lines gets traced on base-map, flow direction GIS maps
can be generated using web GIS.
iii. Road Department - GIS will provide a solution for route planning, shortest path through
network analysis.

Page 45 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

iv. Fire Department - GIS will undertake & map fire details including fire stations, no. of fire
vehicles in operations of each type & network analysis can propose a better path for
emergency operations.
v. Parks and Garden Department - Map Viewer users can view, interpret, analyze and
monitor park infrastructure with real-time views, geo- analytics and software widgets for
planning and decision support. Field Data Collector is an easy-to-use mobile Graphic User
Interface that works on tablets and smartphones, allowing users to collect photos, videos,
and field notes to be converted to infrastructure data back in the office. Trees under the
scope of Municipal Corporation within municipal limits shall have to be covered in
consultation with the respective department.
vi. Sewerage Department - Flow direction maps can be Prepared & attribute based queries
can be can be generated through GIS
vii. Solid Waste Department - GIS will contain the spatial information of containers .Pick up
vehicles route can also be defined using GIS & GPS enabled vehicles can be traced.
viii. Sanitation Department - Visualizing public & private toilet GIS maps will help in decision
making of setting up a new public toilet for the department through distance analysis.
ix. Health Department - GIS has potential applications in healthcare like identifying health
trends, tracking the spread of infectious disease & improving services.
x. Electricity Department - Electricity distribution network maps & customer’s connectivity
maps can be generated along the LED street light maps.
xi. Education Department - In addition to classroom use, GIS can be used in educational
administration. Applications include facilities planning activities encompassing room
capacities, technology infrastructure, emergency preparedness and campus safety.

The scope of other departments shall be decided by MSI in consultation with SSCL.

Integration of GIS with all smart city elements – ICCC, ERP for Municipal Operations,
Water SCADA, Sewerage, SCADA, power SCADA etc.

The GIS enterprise that is developed as part of this project will not function as a
standalone platform but will have integration points with other smart city elements –
Integrated Command and Control Centre, ERP for Municipal Operations, Water SCADA
Project, Smart Mobility elements of City as specified by SSCL.

The MSI has to do detailed Design of all the infrastructure component and co-ordinate
with SSCL.

5.6.1.10.5. Property Assessment Survey with integration of present property tax data

Geo-enabled door to door Property tagging survey-

A Survey to be conducted of all properties including vacant sites (All residential, Commercial,
Industrial, Educational, Religious Buildings, etc.) that fall under the jurisdiction of municipal
boundary. Geo enabled (location wise) property geotagging survey is required for approx. 1,28,710
properties( as per 2015) and yet to be assessed properties in within SMC limits. Handheld devices
shall be used for survey in consultation with SSCL which will decide the data sets to be captured in
the survey. MSI shall develop Mobile application for property tax geotagging survey which will help
in effective property tax survey completion and real time updates in centralize GIS database on base-
map. The data sets to be captured in this survey shall be finalized in consultation with Revenue

Page 46 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Department of SMC. The captured property database shall have to be integrated with GIS portal,
Mobile application and ICCC Platform.

The MSI will also consult SMC property tax department for integration of existing digitized database
and validate it against the field survey data to ensure completeness of datasets.

Property tax basemap updation shall be conducted every 6 months and new properties found within
the existing municipal limit shall be covered and added. Consequently, the necessary changes have
be updated on real time basis in the system itself by the department/MSI. Revenue maps can also be
generated for property tax & water.

5.6.1.10.6. Enterprise GIS

Enterprise GIS shall provide a GIS platform where all GIS services that fall under GIS scope can be
accessible to SSCL. Bidder will Supply, Install and Implement GIS & Image Processing Servers
Software 16 Core license and provide three licenses of COTS Based Standard Desktop GIS to SSCL.
MSI shall have to develop and design Citizen GIS web portal, Mobile Application and GIS enabled
departmental modules for department.

A web base GIS applications suite for SSCL will also be designed. This will cater to the viewing,
analyzing, & utilizing the Geographic Information needs of the different departments of SSCL. This
should also play a role of decision support system for SSCL departments for which the field
information and geographic data plays a vital role. Also, The MSI shall ensure the captured
departmental database shall be integrated with ICCC platform.

5.6.1.10.7. Functional, Departmental & Citizen Scope

The basic web based GIS will have following things:

A. Dashboard: The basic dashboard will have departmental GIS module links which will be
added as a part of post implementations phase. Also there will be a common GIS module
on the dashboard where below mentioned generic GIS functionalities will be available.
B. Layer Management: The solution available enterprise wide will be based and shall have
capacity to manage layers by switching on or off layers. Also transparency and visibility
scale shall be fixed for each layer.
C. Attribute Viewer: The Attribute Viewer allows you to view the attribute fields of selected
features.
D. Query Panel: Select features in a layer using a SQL-based expression against their
attributes.
E. Predefined queries: Predefined query to make it easier for users to view particular
subsets of a map's data from an end-user perspective, executing the query is simple and
is performed with a single button click. It is designed to work on a single layer.
F. Map Contents: Map contents list all the layers on the map and shows what the features
in each layer represent. The check box next to each layer indicates whether its display is
currently turned on or off.
G. Navigation: Navigating the map
H. Buffer: It creates a zone around a map feature (Point & Line) measured in units of
distance or time. This buffer is useful for proximity analysis.

Page 47 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

I. Proximity: Selecting the features based on their location relative to features in another
layer. For instance, if you want to know how many homes were falling in certain Zone
for tax implementation, you can select all the homes that fall within the Zone boundary.

5.6.1.10.8. Revenue Enhancement


Conventional system of revenue planning, collection and management is posing challenges for SMC to
keep pace with growth of the city. Moreover, with other revenue sources such as advertisements,
municipal properties, parking and utility bills, inefficient system of revenue collection will lead to
heavy loss of actual revenue for SMC. Hence, GIS serves as an essential tool to enahnce tax collection
and helps in generating a robust revenue stream by integrating data on a common platform making it
easy to access, tracking query based details from a large database. GIS provides an efficient and
improved and system to not only increase the revenue collection but to monitor the process and
identify defaulters.
GIS helps monitor property tax revenue by preparing a platform that maintains up to date record of
properties and its related data. Regular monitoring of collection ensures that tax payable is recorded
frequently and necessary actions such as advance tax notice for pending payments etc.
Visual representation of the property tax system will not only build an efficient and accurate tax
collection mechanism, but also reduces the need for field visits for complaint redressal and other
assessment purposes. This would also provide accessibility to all the related civic departments and
shall enable a transparent and consistent system for tax assessment.

5.6.1.10.9. Change Detection Module

Change Detection Module in Smart city area Using Image Processing of Satellite Imagery:

Municipal Corporation/smart city is looking to identify the encroachment, unauthorized


construction using temporal satellite image. For this purpose proposed GIS platform should be image
processing as well as change detection module. Bidder has to undertake change detection activity to
compare 2 temporal imageries (one recent and one from past) using proposed GIS and Image
processing platform to derive the report for identification of unauthorized construction,
encroachment and construction of new properties in permissible areas. The change detection system
can be done by satellite image on half yearly basis. System will Identify Unauthorized Construction,
Using Land Use and Satellite Imagery Analysis. Also, it will serve as effective process for base map
updation for which the report needs to be submitted on half yearly basis. The imagery will be
provided by smart city limited on half yearly interval in coordination with NRSC. A manpower trained
on image processing software will be deputed by bidder for 5 years to execute the change detection
process.

5.6.1.11. Departmental Database Digitization & Enterprise Resource Planning

The MSI is responsible to take the computerization of the corporation to the next level. It is envisaged
to undertake Enterprise Wide Resource Planning approach, enabling corporation to use various data
in most optimal way and provide services to citizens in efficient and effective manner.

The Scope of Work of the MSI will broadly cover the following:

Page 48 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

1. Planning and Implementation/customization of ERP applications/products/solutions


2. Integration of applications/software implemented by corporation for various services on the
new ERP platform
3. Digitization of data for various departments of the corporation as below:
a. Saharanpur Smart City Limited (SSCL)
b. Saharanpur Municipal Corporation (SMC)
c. Health Department
d. Tax Department
e. Nirman Department
f. Electricity Department
g. Water Department
h. Accounts Department
i. Najul Department
j. Record Department
4. Capacity building and training of SMC users

The details of ERP modules are given in the Annxure below.

5.6.1.12. SAHART City Mobile Application

The scope of work shall include but not limited to:

1. The MSI shall Design and development of an Integrated City Front-end web based Portal and
App for unified citizen experience for every service vertical and municipal corporation would
be revamped (if applicable) and developed.
2. The MSI shall be responsible for revamping (if applicable) of existing/developing new e-
governance service modules including but not limited to:

a. Payment of Electricity Bill


b. Search Hospital & Clinic in Saharanpur
c. Birth Registration
d. Water Tax Payment
e. Property Tax Payment
f. Marriage Registration
g. Track Registration Status
h. Death Registration
i. Bus Route Planner
j. Call Administration
k. Vehicle Search
l. Report an Incident
m. Woman Safety (SOS)
n. Around Me

3. The MSI shall ensure that the mobile application is designed so as to acts as a platform where
authority will facilitate citizen collaboration in important decision making
4. The Mobile App will act as an integration layer to offer citizens of Saharanpur a unified
window to avail these services related to health, education, mobility, parking, real time
information, unsafe places, unauthorized construction, encroachments etc. based on
interactive GIS map of the city.

Page 49 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

5. The app shall also be used for Grivenace and Redressal management
6. Development of GPS/GPRS based property evaluation system

5.6.1.13. Design & Implementation of City Network Backbone (OFC Network)

The MSI shall provide City network backbone through OFC fiber, including, but not limited to, the
following:

1. The Network backbone infrastructure shall comprise of approximately 200 km of dark fiber,
setting of various point of presence (PoP) that shall be established across city. The fiber shall
be further utilized for services to be enabled as and when required.
2. The detailed scope of work for the MSI while implementing City Network Backbone are:

a. Route Survey and Network Design Preparation:

i. The MSI shall prepare the route map & network design and submit the final route
maps and network design to SSCL for their approval.
ii. The MSI are advised to make a detailed survey and familiarize themselves with the
soil and terrain so that the rates quoted takes all factors into consideration.
iii. Based on the survey and studies, MSI has to adopt two approaches for laying the OFC
in the city.

 On Non-Duct Routes: Ducting, Trenching and Laying of Optical Fibre (through


machine-HDD) in the HDPE ducts
 Arial: Laying of overhead OFC (SSCL will have the final right to decide
overhead due to natural or manmade obstacles subject to maximum of 20%
of the total quantity).

iv. MSI will have to get approval for route survey, laying method and network design
from SSCL
v. MSI through preliminary survey to decide on number of drop and insert junctions,
length of the cable required, etc.
vi. MSIs shall also required to do the estimation of bandwidth requirements considering
following benchmark parameters and shall provide the details in the technical
proposal.

# ICCC System Components Consideration


1. Traffic Management  As per designed solution requirements for real
System time data transmission
2. RLVD  Video footage of incident (t-5 seconds to t+5
Riding without helmet seconds, where t is time of incident) at required
Triple riding high resolution
 Minimum 4 Images of violating vehicle along with
Number plate
3. Surveillance Cameras  Resolution: 1920x1080
 Frame Rate: 30 fps
4. Environmental Sensors  As per designed solution requirements for real
time data transmission

Page 50 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

5. E-Governance Kiosks  As per designed solution requirements for real


time data transmission
6. RFID Readers & Bin level  As per designed solution requirements for real
sensors for SWM time data transmission
7. Bus Surveillance, PIS,  As per designed solution requirements for real
ETMs, GPS based VTS, time data transmission
Depot Management
System for Intelligent
Transport Management

vii. The MSI should ensoure detailed information security architecture to ensure data
privacy as well as security

b. Fibre Implementation :
i. All fittings, accessories and associated works for proper and safe installation of fiber
assets to be taken into consideration by the MSI
ii. Laying, jointing, live line installation, testing and commissioning of all optical fiber
and its accessories
iii. Training of Engineers / linesmen, both in supplier’s premises and at site, in the
installation, operation and maintenance of the optical fiber cables.
c. Core Backbone : The MSI shall study and define the core backbone. The MSI should
follow the considerations but should not be limited to the following:
i. The core backbone shall be established using 96 Core or more Optical Fiber Cables.
Finalization of cores to be done after detailed study on the Bandwitch requirement
from the smart elements.
ii. The core architecture shall be established maintaining high level of redundancy and
no single point of failure.
iii. Adequate number of cores in each laid OFC shall be redundant for future scalability
and maintenance activity.
iv. The maximum fiber distance between Core and Zone layer shall not exceed 8 Kms
v. Adequate loop of 10 to 15 meters of OFC shall be kept loose on junctions wherever
applicable.
vi. There shall not be more than one Splice, Joint closures installed between two (2)
locations, during hand over of Network to Authority.
vii. All the cores shall be spliced & joined in the Core Backbone.
viii. The colour code shall be uniformly followed across the Core ring, zonal aggregation
ring & ward ring.
ix. The core shall adhere to industry standards.
d. Ownership - The entireownership of the project’s fibre optic network at any given
point shall remain with SSCL.
e. For more details on technical and functional specifications of Laying of OFC, the MSI
should refer to Annexure I for functional requirements and technical specifications.

Page 51 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Figure 1 : Logical Architecture of Saharanpur City Wide Network


5.6.1.14. Capacity building programs of SMC officer

The MSI shall undertake Capacity Building for SSCL and other end user department which includes
preparation of operational manuals, training documents and capacity building support, including:

1. Training of the city authorities, police personnel and operators on operationalization of the
system
2. Support during execution of acceptance testing
3. Preparation and implementation of the information security policy, including policies on
backup and redundancy plan
4. Preparation of KPIs for performance monitoring of various urban utilities monitored through
the system envisaged to be implemented as per the project requirements
5. Developing standard operating procedures for operations management and other services to
be rendered by ICCC

Page 52 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

5.6.1.15. Training and orientation for citizens

MSI shall deploy appropriate resources to support periodic awareness training on the city app for
citizens. The training must focus on educating citizens on the use of the city app and the benefits the
citizens would reap out from the same. The app should have the facility of video tutorials for citizens.

5.6.1.16. Design & Implementation of Artificial Intelligence System with Edge Analytics

The MSI shall be responsible for designing and implementing Advanced Video Analytics with
supportive Artificial Intelligence System. This can be implemented through either edge / hybrid/ DC
based advanced analytics solution. Decision on use cases to be implemented using edge devices
would be taken during the design phase after finalisation on locations and approval from SSCL. This
advanced analytics system should be supported by continuous learning capabilities. Following listed
are the categories along with their associated use cases should be part of implementation and should
be not be limited to:

A. Traffic Management

1. Red light violation detection


2. Vehicle of interest’ tracking by color, speed, number plate (at city entry/exit points)
3. No helmet detection
4. Triple riding on two wheelers

For more details on technical and functional specifications of Artificial Intelligence solution, the MSI
should refer to Annexure for functional requirements and technical specifications.

5.6.2. Design, Supply, Installation & Commissioning of Network & Backbone


Connectivity

1. Network & Backbone Connectivity for ICCC and other Smart Components is an important
components of the project and needs very careful attention in assessment, planning and
implementation. It is important not only to ensure that the required connectivity is
provisioned within the required timelines but also ensure that it is reliable, secure and
supports the required SLA parameters of Latency, Jitter, Packet Loss and Performance.
2. In order to meet the project requirements and SLA requirements as defined in this RFP, it has
been decided that the MSI shall provision bandwidth/connectivity requirements as below:

a. For all locations, where field infrastructure would be operational the MSI should
consider the bandwidth/network connectivity requirements from field locations to Data
Center/ICCC for 5 years from date of Go-Live

3. The provisioning of the PoPs for the City Network Backbone at the Junction and other field
locations will be mutually agreed upon by the SSCL and the MSI for the ICCC project.
4. The MSI should provide a detailed network architecture of the overall system, incorporating
findings of site survey exercise. The network so envisaged should be able to provide real time
data streams to the Data Centre, and ICCC. All the components of the technical network
architecture should be of industry best standard and assist MSI in ensuring that all the
connectivity SLAs are adhered to during the operational phase.

Page 53 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

5. The MSI shall prepare the overall network connectivity plan for this project. The plan shall
comprise of deployment of network equipment at the junctions/locations to be connected
over network, any clearances required from other government departments for setting up of
the entire network. The network architecture proposed should be scalable and in adherence
to network security standards. It is necessary that at least 70% of the proposed last mile
connectivity should be wired. Last Mile to be defined as “the access link from the service
provider’s PoP – (as per Telco Standards) to the field device”.
6. MSIs are also required to do the estimation of bandwidth requirements considering following
benchmark parameters:

# ICCC System Components Consideration

1. Integrated Traffic Management System  As per designed solution requirements


for real time data transmission
2. Variable Message Display (VMD)  As per designed solution requirements
Boards for real time data trasmission
3. Surveillance Cameras  Resolution: 1920x1080
 Frame Rate: 30 fps
4. ANPR Cameras  Resolution: 1920x1080
 Frame Rate: 60 fps
5. RLVD  Video footage of incident (t-5 seconds to
t+5 seconds, where t is time of incident)
at required high resolution
 Minimum 4 Images of violating vehicle
along with Number plate

7. The actual bandwidth requirement to cater the above mentioned bandwidth parameters and
to meet SLAs would be calculated by the MSI and the same shall be clearly proposed in the
technical proposal with detail calculations. SSCL also requires the MSI to meet the parameters
of video feed quality, security & performance and thus MSIs should factor the same while
designing the solution. SSCL reserves its right to ask the MSI to increase the bandwidth if the
provided bandwidth is not sufficient to give the functionality of the system mentioned in the
RFP and adhere to the SLAs.
8. In case the Telecommunication guidelines of Government of India require the purchaser to
place Purchase Order to the Service Provider for bandwidth, SSCL shall do so. However, MSI
shall sign a contract with Telecom Service Provider(s) and ensure the performance. SSCL shall
make payments to the Systems Integrator.
9. The MSI shall be required to submit a detailed installation report post installation of all the
equipment at approved locations. The report shall be utilized during the acceptance testing
period of the project to verify the actual quantity of the equipment supplied and commissioned
under the project.
10. The functional requirements and technical specifications provided in this RFP are indicative
and carry guiding rule. The MSI is free to offer products and solutions which meet
requirements of the RFP focusing on the outcome, future scalability, security, reliability and
adherence to specified SLA under this RFP, in line with applicable standards & best practices
adopted in the industry. The MSI is encouraged to design an Optimised solution which is
technically superior, innovative, proven, better in terms of functionality and is cost effective.
Any specified parameters mentioned in the scope/technical requirement in the RFP may be

Page 54 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

considered if it is required for meeting current & future requirements during the contract
period. The MSI is fully responsible for the specified outcome to be achieved.

5.6.3. Hosting Services

1. The infrastructure of Data Center for ICCC and other applications shall be hosted on cloud
having its server in India. MSI shall be responsible for entering into a Memorandum of
Understanding with the Cloud Service Provider and shall be responsible for managing the
Cloud infrastructure to meet the SLA.
2. The un-structured data feed of surveillance & ITMS and other application data as mentioned
at Section 6.5.4 shall be hosted on the local servers located at on-premises Data Centre.
3. MSI shall borne the charges for hosting data centre services for cloud as well as on-premises.
4. The MSI need to do the sizing of rack space required at facilities based on its capacity planning
and sizing for the entire duration of the contract with adequate space for future expansion.
5. All the requisite consumables like tapes, hard disks, etc. for backup shall be provided by the
MSI as per the project requirements. All the tapes, hard disks, etc. once deployed for the project
will become property of SSCL including corrupted/damaged devices.
6. The functional requirements and technical specifications provided in this RFP are indicative
and carry guiding rule. The MSI is free to offer products and solutions which meet
requirements of the RFP focusing on the outcome, future scalability, security, reliability and
adherence to specified SLA under this RFP, in line with applicable standards & best practices
adopted in the industry. The MSI is encouraged to design an Optimised solution which is
technically superior, innovative, proven, better in terms of functionality and is cost effective.
Any specified parameters mentioned in the scope/technical requirement in the RFP may be
considered if it is required for meeting current & future requirements during the contract
period. The MSI is fully responsible for the specified outcome to be achieved.

5.6.4. Design,Supply,Installation & Commissioning of IT Infrastructure at Data


Centre & ICCC

1. The site for ICCC viewing center and DC has been identified inside the preemies of Saharanpur
Municipal Corporation spanning two floors, each with an area of 2800 sq. ft. The MSI shall
enable establishment of ICC at the location as per the design suggested below. Location of the
ICCC building is shown in Annexure VIII below.
2. The MSI shall provide all furnishings required at the ICCC viewing center for proper
functioning as indicated but not limited to the above diagrams.
3. The MSI shall provide 4 VR viewing units for the ICCC for strategic management view as pe
the specifications given in Annexure below.
4. It is proposed that the MSI shall provide the IT hardware/software and Non-IT infrastructure
and calculate application, storage, hosting, etc. requirements as indicated but not limited to
the below components.

Location Approximate Indicative IT Applications Hosted


Sl
Type Area Infrastructure
a. 2 Video Walls 70” 4x3
1 Integrated 4500 sq ft -
matrix – one on each
Command &
floor
Operation

Page 55 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Location Approximate Indicative IT Applications Hosted


Sl
Type Area Infrastructure
Center b. Operator Workstations
(ICCC) c. IP Phones
d. Simulatneous Viewing
Capability: All live
Cameras feeds coming
at the DC/ICCC
a. Servers a. Video Management
2 On- 300 Sq ft
b. Storage System
premises
c. Network Switches b. Video Data Storage
Server room
c. Traffic Enforcement
Application (RLVD,
ANPR)
d. ERP
e. Document Management
System
f. Contact Center
g. Antivirus
h. IBMS
i. GIS
a. ICCC Platform
3 Cloud DC NA NA
b. Traffic Management
System
c. Intelligent Transport
System
d. PA System
e. SWM System
f. ECB
g. Others
4 Data NA Cloud Hosted DR in All applications and Data
Recovery different seismic zone (except video data)
(Details provided in next
section)

5. MSI has to ensure that redundancy is provided for all the key components to ensure that no
single point of failure affects the performance of the overall system. It will be MSI’s
responsibility to:

a. Supply, Install and Commission of IT Infrastructure including site preparation in DC


b. Supply viewing screen, workstations, IP Phones, network switch, and required
accessories including furniture at viewing centers.

Page 56 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

c. Establish LAN and WAN connectivity between ICCC, on-premises DC, Cloud DC and
DR hosted at Cloud.

6. Cloud Data Centre provided by MSI should be as per Telecommunications Infrastructure


Standard for Data Centers and should be empaneled by Meity
7. Access to the Cloud Data Centre Space where the ICCC platform is hosted should be restricted
and access be given only to the authorized personnel including Networking & Security
Infrastructure and other associated ICT Components.
8. The MSI shall provide system integration services to customize and integrate the applications
procured through the project. The ICCC system applications proposed by the MSI should have
open APIs and should be able to integrate and share the data with other third party systems
already available or coming up in the near future
9. As part of preparing the final bill of material for the cloud data center, the successful MSI will
be required to list all passive & active components required in the data centers.
10. The bill of material proposed by the successful MSI will be approved by SSCL for its supply
and installation. Indicative IT Infrastructure to be commissioned as part of the ICCC project
at Data Centre/ICCC are as under:

a. Servers (inclusive of OS) - Application Servers, Database Server, Video Recording


Server, Video Management Server, Enterprise Backup Server, Domain Controller,
Failover Servers for application and Recording Servers
b. Application & System Software (with necessary customization) – Video Management
System application, ANPR application, Red Light Violation Detection application, E-
Challan application, Command & Control Centre Application, etc.
c. RDBMS (if required)
d. Anti-virus Software
e. EMS software
f. Primary Storage Solution
g. Storage Management Solution
h. Core Router
i. Switches (L2 & L3 Switches)
j. KVM Switches
k. Firewall
l. IP Phones
m. Racks
n. All required Passive Components
o. Any other Server required to the cater to the scope of work mentioned in this

11. The bidder is expected to calculate and design the IT Infrastructure requirements including
compute, storage and video management software licences etc. required for real-time
monitoring, recording and integration of IP CCTV (PTZ and Fixed Box) Cameras. The supply,
installation and connectivity till ICCC of the provided cameras will be in their scope. MSI is
expected to capture and propose the IT Infrastructure for successful oprations and
integrations of the same.
12. The MSI shall prepare the overall data centers establishment & their operational plan for this
project. The plan shall comprise of deployment of all the equipment required under the
project. The implementation roll-out plan for setting up the data centers shall be approved
by SSCL. The detailed plan shall be also comprise of the scalability, expandability and security
that such data centers will implement under this project.

Page 57 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

13. The MSI shall establish a state of the art ICCC, the key components for the same are given, but
not limited to the following:

a. Video Wall system


b. Operator workstations
c. IP Phones
d. Active Networking Components (Switches, Routers)
e. Passive Networking Components
f. Electrical Cabling and Necessary LED Illumination Devices
g. Office Workstations
h. UPS (as per the requirement mentioned in the Technical Specification)

14. The MSI shall be required to submit a detailed installation report post installation of all the
equipment at approved locations. The report shall be utilized during the acceptance testing
period of the project to verify the actual quantity of the equipment supplied and
commissioned under the project.
15. The functional requirements and technical specifications provided in this RFP are indicative
and carry guiding rule. The MSI is free to offer products and solutions which meet
requirements of the RFP focusing on the outcome, future scalability, security, reliability and
adherence to specified SLA under this RFP, in line with applicable standards & best practices
adopted in the industry. The MSI is encouraged to design an Optimised solution which is
technically superior, innovative, proven, better in terms of functionality and is cost effective.
Any specified parameters mentioned in the scope/technical requirement in the RFP may be
considered if it is required for meeting current & future requirements during the contract
period. The MSI is fully responsible for the specified outcome to be achieved.

5.6.5. Design and Implementation of Disaster Recovery Infrastructure for ICCC


project

1. MSI shall propose to host Applications and storage on cloud for complete Data Recovery (DR)
operations. Applications should fail-over to the cloud in case of DR. The MSI would have to
Design the DR according to Recovery Point Objective (RPO) (4 hours.)/ Recovery Time
Objective (RTO) (5 minutes or less.) criteria and consider active/active and active/passive
method.
2. DR shall be implemented based on managed cloud services and shall adhere to guideline
issued by MeitY over time to time. SLA for DR shall be as per MeitY guideline.
3. MSI may propose the Cloud Service Provider from the empaneled vendors of MeitY.
4. Below are the key factors to be considered for cloud hosting -

a. The MSI is required to prepare and submit along with their technical proposal, the
details of methodologies and computations for sizing and capacity of storage, compute,
backup, network and security.
b. There should be logical separation (of space, servers, storage, network infrastructure
and networks) to protect data, applications and servers on Private cloud.
c. It is expected that bidder will make all necessary provision to ensure high availability at
the Data Centre and after switch over to the DR; it gets back in to normal operations from
the DC as soon as possible.
d. One full-scale DR drill to be conducted after go-live and additional DR Drills on half
yearly basis shall be conducted.

Page 58 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

e. The system will be hosted in the site identified by the MSI and as agreed by the SSCL for
DR.
f. There should be sufficient capacity (compute, network and storage capacity offered)
available for near real time provisioning (as per the SLA requirement of the SSCL) during
any unanticipated spikes in the user load.
g. DR site will be located in India only.
h. Ensure redundancy at each level
i. MSI shall provide interoperability support with regards to available APIs, data
portability etc. for the SSCL to utilize in case of change of cloud service provider,
migration back to in-house infrastructure, burst to a different cloud service provider for
a short duration or availing backup or DR services from a different service provider.
j. The MSI is fully responsible for tech refreshes, patch management and other operations
of infrastructure that is in the scope of the MSI.
k. SSCL retains ownership of all virtual machines, templates, clones, and
scripts/applications created for the SSCL’s application. SSCL retains the right to request
(or should be able to retrieve) full copies of these virtual machines at any time.
l. Provide a robust, fault tolerant infrastructure with enterprise grade SLAs with an
assured uptime of 99.5%, SLA measured at the VM Level & SLA measured at the Storage
Levels.
m. Cloud services should be accessible via internet and MPLS.
n. Required Support to be provided to the SSCL in migration of the VMs, data, content and
any other assets to the new environment created by the SSCL or any Agency (on behalf
of the SSCL) on alternate cloud service provider’s offerings to enable successful
deployment and running of the SSCL’s solution on the new infrastructure.

o The MSI should configure, schedule and manage backups of all the data including
but not limited to files, folders, images, system state, databases and enterprise
applications
o Perform and store data and file backups consisting of an initial full back up with
daily incremental backups for files;
o For the files, perform weekly backups;
o For the databases, perform a twice weekly full database backup, with a three times
daily backup of database log files
o Encryption of all backup files and data and management of encryption keys as a
service that can be enabled for Government Departments that require such a
service.
o Retain database backups for thirty (30) days

o. The MSI should offer dashboard to provide visibility into service via dashboard.
p. MSI shall not delete any data at the end of the agreement (for a maximum of 45 days
beyond the expiry of the Agreement) without the express approval of the SSCL.

Preparation of Disaster Recovery Operational Plan

The MSI should provide detailed operating procedures for each application during the following
scenarios. These will be mutually agreed upon with SSCL during the project kick off.

1. Business as usual: the primary site is functioning as required, procedures for ensuring
consistency of data availability at secondary site.

Page 59 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

2. Disaster: Declaration of disaster, making the DR site live for production, ensuring availability
of users to the secondary site.
3. Operations from DR site: Ensuring secondary site is addressing the functionality as desired

Configure proposed solution for usage

The service provider shall provide DR Management Solution to SSCL meeting following
specifications:

# Features
The proposed solution must offer a workflow based management & monitoring and
reporting capability for the real time monitoring of a DR solution parameters like RPO
1 (at DB level), RTO, replication status and should provide alerts( including SMS and e-
mail alerts) on any deviations. The proposed solution should be able to conduct DR
Drills from a centralized location
The proposed solution should provide a single dashboard to track DR Readiness
2
status of all the applications under DR
The proposed solution should be capable of reporting important health parameters
3
like disk space, password changes, file addition/deletion etc. to ensure DR readiness
The proposed solution should have inbuilt ready to use library of recovery
4 automation action for heterogeneous databases and replication environment. This
must significantly reduce custom development of scripts and speedy deployment of
DR solutions
The proposed solution should facilitate out-of-the-box, workflow based switchover
5 and switchback for DR drills for standard applications based on industry best
practices
The proposed solution should facilitate workflows for bringing up the applications
6 and all the components it depends on at DR while it is up at primary site without
pausing/stopping the replication
The proposed solution should be able to manage hosts by either deploying agents or
7 without deploying any agent and should not require any change in the existing
environment
The proposed solution must support all major platforms including Linux, Windows,
8 Solaris, HP-UX, and AIX with native high availability options. It must support both
physical and virtual platforms
The proposed solution should facilitate workflow based, single-click recovery
9
mechanism for single or multiple applications
The proposed DRM solution should integrate seamlessly with the existing setup
10 without the need to reconfigure or remove existing application setup including
clusters
11 The proposed solution should cover all the functionalities mentioned in the
specifications and all the required licenses should be provisioned

Page 60 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Periodic Disaster Recovery Plan Update

The service provider shall be responsible for –

1. Devising and documenting the DR policy discussed and approved by Authority.


2. Providing data storage mechanism with from the Go-Live date till the date of contract expiry
for the purpose of compliance and audit

The functional requirements and technical specifications provided in this RFP are indicative and
carry guiding rule. The MSI is free to offer products and solutions which meet requirements of the
RFP focusing on the outcome, future scalability, security, reliability and adherence to specified SLA
under this RFP, in line with applicable standards & best practices adopted in the industry. The MSI is
encouraged to design an Optimised solution which is technically superior, innovative, proven, better
in terms of functionality and is cost effective. Any specified parameters mentioned in the
scope/technical requirement in the RFP may be considered if it is required for meeting current &
future requirements during the contract period. The MSI is fully responsible for the specified
outcome to be achieved.

5.7. Responsibility Matrix

Other Utilities
Key Activities

Departments

Exisitng ICT
Vendors at
Electricity
Providers
Network
Vendors

Other
SSCL

SSCL
PMC
SMC
MSI
#

Project Inception Phase


1 Project Kick Off R/A C C I I I I C I
2 Deployment of R/A C C I I I I C I
manpower
Requirement Phase
3 Assess the requirement R/A C C C C C C C C
of IT Infrastructure and
Non IT Infrastructure
4 Assessment of Business R/A C C I I I C C I
processes
5 Assessment of R/A C C I I I C C I
requirement of Software
requirements
6 Assess the Integration R/A C C C C I C C C
requirement
7 Assess the connectivity R/A C C C I I C C I
requirement all locations
(including Building)
8 Assessment the Network C C C R/A I I C C I
laying requirement

Page 61 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Other Utilities
Key Activities

Departments

Exisitng ICT
Vendors at
Electricity
Providers
Network
Vendors

Other
SSCL

SSCL
PMC
SMC
MSI
#

9 Assessment of training R/A C C I I I C C I


requirement
Design Phase
10 Develop the Concept of R/A C C C I I C C I
Operations (CONOPS)
11 Formulation of Solution R/A C C C I I C C I
Architecture
12 Creation of Detail R/A C C C I I C C I
Drawing
13 Detailed Design of Smart R/A C C C I I C C I
City Solutions
14 Development of test R/A C C C I I C C I
cases (Unit, System
Integration and User
Acceptance)
15 Preparation of final bill R/A C C C C I C C I
of quantity and material
16 SoP & KPIs preparation R/A C C C C C C C I
Development Phase
17 Helpdesk setup R/A C C I I I I C I
18 Physical Infrastructure R/A C C I I I I C I
setup
19 Procurement of R/A C C I I I I C I
Equipment , edge
devices, COTS software
(if any), Licenses
20 IT and Non IT R/A C C I I I I C I
Infrastructure
Installation
21 Development, Testing R/A C C I I I I C I
and Production
environment setup
22 Software Application R/A C C I I I I C I
customization (if any)
23 Development of Bespoke R/A C C I I I I C I
Solution (if any)

Page 62 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Other Utilities
Key Activities

Departments

Exisitng ICT
Vendors at
Electricity
Providers
Network
Vendors

Other
SSCL

SSCL
PMC
SMC
MSI
#

24 Integration with Third R/A C C I I I I C I


party services/
application (if any)
25 Unit Testing R/A C C I I I I C I

26 Implementation of R/A C C I I I I C I
Solutions
27 Preparation of User R/A C C I I I I C I
Manuals , training
curriculum and training
materials
28 Role based training(s) R/A C C I I I I C I
on the Smart City
Solutions
Integration Phase
29 SoP & KPI R/A C C C C C C C I
implementation
30 Integration with GIS R/A C C C C C C C I
31 Integration of solutions R/A C C C C C C C I
with Command and
Control Centre
32 Integration Testing R/A I I C C C C C C

33 User Acceptance Testing A R R C C C C C I

Go –Live
34 Go Live R/A C C I I I I C I
Operation and Maintenance
35 Operation and R/A C C I I I I C I
Maintenance of IT, Non
IT infrastructure and
Applications
36 SLA and Performance R/A C C I I I I C I
Monitoring
37 Logging, tracking and R/A C C I I I I C I
resolution of issues.

Page 63 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Other Utilities
Key Activities

Departments

Exisitng ICT
Vendors at
Electricity
Providers
Network
Vendors

Other
SSCL

SSCL
PMC
SMC
MSI
#

38 Application R/A C C I I I I C I
enhancement
39 Patch & Version Updates R/A C C I I I I C I
40 Helpdesk services R/A C C I I I I C I

Note: All decisions will be taken by SSCL which will be abided by all the stakeholders in the above
matrix.

R/A = Responsible/Accountable

C = Consulted

I = Informed

5.8. Project Deliverables


Phases as outlined
# Key Activities Deliverables
in 7.1
1 Project Kick Off 1. Project Plan
2 Deployment of manpower 2. Risk Management and Inception Phase
Mitigation Plan
3 Assess the requirement of IT 1. Functional Requirement
Infrastructure and Non IT Specification document
Infrastructure 2. System Requirement
4 Assessment of Business processes Specification document
5 Assessment of requirement of 3. Requirements
Software requirements Traceability Matrix
6 Assess the Integration requirement 4. Site Survey Report
Requirement Phase
7 Assess the connectivity requirement
of all locations (including Building)

8 Assessment of network laying


requirement
9 Assessment of training requirement

10 Formulation of Solution 1. Final Bill of Quantity


Architecture 2. HLD documents Design Phase
11 Creation of Detail Drawing 3. LLD documents

Page 64 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Phases as outlined
# Key Activities Deliverables
in 7.1
12 Detailed Design of Smart City 4. Application architecture
Solutions documents
13 Development of test cases (Unit, 5. Technical Architecture
System Integration and User documents.
Acceptance) 6. Network Architecture
14 Preparation of final bill of quantity documents.
and material 7. ER diagrams and other
15 SoPs & KPIs preparation data modeling
documents.
8. Logical and physical
database design.
9. Logical and physical infra
architecture
10. Data dictionary and data
definitions.
11. GUI design (screen
design, navigation, etc.).
12. Test Plans
13. SoPs & KPIs
14. Change management
Plan
16 Helpdesk setup 1. IT and Non IT
17 Physical Infrastructure setup Infrastructure
18 Procurement of Equipment , edge Installation Report
devices, COTS software (if any), 2. Training Completion
Licenses report
19 IT and Non IT Infrastructure 3. Application deployment
Installation and configuration report
20 Development, Testing and 4. Unit Testing Report
Procurement,
Production environment setup 5. Functional Testing
Implementation
21 Software Application customization Report
and UAT Phase
(if any)
22 Development of Bespoke Solution
(if any)
23 Integration with Third party
services/application (if any)
24 Unit Testing

25 Implementation of Solutions

Page 65 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Phases as outlined
# Key Activities Deliverables
in 7.1
26 Preparation of User Manuals ,
training curriculum and training
materials
27 Role based training(s) on the Smart
City Solutions

28 SoP & KPIs implementation

29 Integration with Smart Components 1. Integration Testing


30 Integration of solutions with Report
Command and Control Centre 2. Completion of UAT and
31 Integration Testing closure of observations Integration Phase
report
32 User Acceptance Testing
33 Go Live
34 Operation and Maintenance of IT, 1. Go-Live Report
Non IT infrastructure and Go-Live Phase
Applications
35 SLA and Performance Monitoring 1. Detailed plan for
monitoring of SLAs and
performance of the
36 Logging, tracking and resolution of
overall system
issues.
2. Fortnightly Progress
37 Application enhancement Report Operation and
3. Monthly SLA Monitoring Maintenance Phase
38 Patch & Version Updates
Report and Exception
39 Helpdesk services
Report
4. Quarterly security Report
5. Issues logging and
resolution report

Page 66 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6. Annexure I - Functional Requirements & Technical Specifications

The functional requirements and technical specifications provided in the below sections and at other
sections in this RFP are indicative and carry guiding rules. The MSI is free to offer products and
solutions which meet requirements of the RFP focusing on the outcome, future scalability, security,
reliability and adherence to specified SLA under this RFP, in line with applicable standards & best
practices adopted in the industry. The MSI is encouraged to provide an Optimised solution which is
technically superior, innovative, proven, better in terms of functionality and is cost effective. Any
specified parameters mentioned in the scope/technical requirement in the RFP may be considered if
it is required for meeting current & future requirements during the contract period. The MSI is fully
responsible for the specified outcome to be achieved.

The Bidder needs to write Yes/No for compliance against each specification. Further, MSI shall also
provide Make & Model of each component.

6.1. Surveillance System

All cameras to be deployed in this project should be from same OEM.

6.1.1. Fixed Outdoor Box Camera

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Parameter Minimum Specifications or better Compliance


1 Video H.265 or above
Compression
2 Video Resolution 1920 X 1080
3 Frame rate 30 FPS at all resolutions with Controllable Bit Rate/ Bandwidth
and Frame Rate
4 Operating 50 Hz
frequency
5 Image Sensor 1/3” Progressive Scan CCD / CMOS or better
6 Lens Type Varifocal, C/CS Mount, IR Correction Full HD lens compatible to
camera imager
7 Lens 5-50mm IR corrected, CS-mount lens, P-Iris
8 Electronic Shutter 1/100000 s to 6 s or better
9 Multiple Streams The camera shall be able to setup and stream out minimum three
(3) stream profiles. Each stream profile can have its own
compression resolution, frame rate and quality independently up
to Full HD @ 30 FPS (minimum)
10 Minimum Colour: 0.0005 Lux (F1.2, AGC ON)
Illumination B/W: 0.0005 Lux (F1.2, AGC ON)

Page 67 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameter Minimum Specifications or better Compliance


11 IR Cut Filter Automatically Removable IR-cut filter
12 Day/Night Mode Yes with IR Cut Filter.
13 S/N Ratio ≥ 50 dB
14 Auto adjustment + Colour, brightness, sharpness, contrast, white balance, exposure
Remote Control of control, backlight compensation, Gain Control, Auto back focus
Image settings
15 Wide Dynamic True WDR 120 db or better
Range
16 Privacy Masks Minimum 8
17 Audio Full duplex, line in and line out, G.711/ G.726
18 Local storage microSDXC/SD up to 256GB (Class 10) In the event of failure of
connectivity to the central server the camera shall record video
locally on the SD card automatically. After the connectivity is
restored these recordings shall be automatically merged with the
server recording such that no manual intervention is required to
transfer the SD card based recordings to server.
19 Edge Storage SD Card Slot with minimum 256GB Support Class 10 speed
20 Protocol IPv4, IPv6, IGMP, ICMP, ARP, TCP, UDP, DHCP, PPPoE, RTP, RTSP,
RTCP, DNS, DDNS, NTP, FTP, UPnP, HTTP, HTTPS, SMTP, 802.1x,
SNMP, ONVIF Profile S & preferably G
21 Security Password Protection, IP Address filtering, User Access Log,
HTTPS encryption, IEEE 802.1Xa network access control, Digest
authentication, User access log
22 Intelligent Video Motion Detection & Tampering alert
23 Alarm I/O Minimum 1 Input & Output contact for 3rd part interface
24 Operating 0° to 65°C
conditions
25 Interface RJ 45, 100 Base TX
26 Humidity Humidity 10–95% RH (condensing)
27 Casing NEMA 4X / IP-66 rated & IK 09 or higher
28 Certification UL / EN, CE ,FCC
29 Power 802.3af PoE (Class 0) and 12VDC/24AC/ / POE+ IEEE 902.3at
Compliant
30 Physical security Detection of camera tampering and Detection of Motion should be
possible using either camera or VMS
31 IR illuminator IR Illuminator with range of 100 meters can be internal or
external based upon the requirement of site/ focus/ area of
interest.

6.1.2. Fixed Outdoor Bullet Camera

# Parameter Minimum Specifications or better Compliance


1 Video H.265 or above
Compression
2 Video 1920 X 1080
Resolution
3 Frame rate 30 FPS at all resolutions with Controllable Bit
Rate/ Bandwidth and Frame Rate
4 Operating 50 Hz
frequency

Page 68 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameter Minimum Specifications or better Compliance


5 Image Sensor 1/3” Progressive Scan CCD / CMOS or better
6 Lens Type Varifocal, C/CS Mount, IR Correction Full HD lens compatible to
camera imager
7 Lens 10x varifocal lens (Lower limit as 5mm or less) IR corrected, CS-
mount lens, P-Iris
8 Electronic 1/100000 s to 1 s or better
Shutter
9 Multiple The camera shall be able to setup and stream out minimum three
Streams (3) stream profiles. Each stream profile can have its own
compression resolution, frame rate and quality independently
up to Full HD @ 30 FPS
10 Minimum Colour: 0.001 Lux (F1.6, AGC ON)
Illumination 0 Lux with IR
Internal Illuminator with visibility should be at least 100 Meter
11 IR Cut Filter Automatically Removable IR-cut filter
12 Day/Night Yes with IR Cut Filter
Mode
13 S/N Ratio ≥ 50 dB
14 Auto Colour, brightness, sharpness, contrast, white balance, exposure
adjustment + control, backlight compensation, Gain Control, Auto back focus
Remote
Control of
Image settings
15 Wide Dynamic True WDR 120 db or better
Range
16 Privacy Masks Minimum 8

17 Audio Full duplex, line in and line out, G.711/G.726


18 Local storage microSDXC/SD up to 256GB (Class 10) In the event of failure of
connectivity to the central server the camera shall record video
locally on the SD card automatically. After the connectivity is
restored these recordings shall be automatically merged with
the server recording such that no manual intervention is
required to transfer the SD card based recordings to server.
19 Edge Storage SD Card Slot with minimum 256GB Support Class 10 speed
20 Protocol IPv4, IPv6, IGMP, ICMP, ARP, TCP, UDP, DHCP, PPPoE, RTP, RTSP,
RTCP, DNS, DDNS, NTP, FTP, UPnP, HTTP, HTTPS, SMTP, 802.1x,
SNMP, ONVIF Profile S & preferably G
21 Security Password Protection, IP Address filtering, User Access Log,
HTTPS encryption, IEEE 802.1Xa network access control, Digest
authentication, User access log
22 Intelligent Motion Detection & Tampering alert
Video
23 Alarm I/O Minimum 1 Input & Output contact for 3rd part interface

Page 69 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameter Minimum Specifications or better Compliance


24 Operating 0° to 60°C
conditions
25 Interface RJ 45, 100 Base TX
26 Humidity Humidity 10–95% RH (condensing)
27 Casing NEMA 4X / IP-67 rated & IK 08 or higher
28 Certification UL / EN, CE ,FCC, IEC
29 Power 802.3af PoE (Class 0) and 12VDC/24AC/ / POE+ IEEE 902.3at
Compliant
30 Physical Detection of camera tampering and Detection of Motion should
security be possible using either camera or VMS

6.1.3. PTZ Outdoor Camera

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Description Minimum Specifications Compliance


1. Video H.265 or above
Compression
2. Video 1920 X 1080
Resolution
3. Frame rate Min 30 fps
4. Operating 50 Hz
frequency
5. Image Sensor 1/ 3” Progressive Scan CCD / CMOS or better
6. Lens Auto-focus, 4.3 – 129 mm (corresponding to 30 X ) PIRIS Lens
7. Multiple Triple streaming with 3rd stream at minimum 720P at 30 fps at
Streams H.265 individually configurable
Minimum Colour: 0.01 Lux@F1.5, B/W : 0 Lux(IR ON)or better
8. Illumination
9. Day/Night Colour, Mono, Auto
Mode
10. Wide Dynamic True WDR 120 db or better
Range
11. S/N Ratio ≥ 50 dB
12. PTZ Pan: 0º to 360º(Endless), Pan Speed : 0.1º/s ~ 240º/s, Pan Preset
Speed : 300º/s

Page 70 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Description Minimum Specifications Compliance


Tilt: -15º to 90º (Automatic Reverse), Tilt Speed : 0.1º/s ~ 160º/s,
Tilt Preset Speed : 240º/s
30 optical zoom and 16x digital zoom
Pre-set tour
1024 preset positions, Tour recording, Guard tour
13. Auto Colour, brightness, sharpness, contrast, white balance, exposure
adjustment + control, backlight compensation, Gain Control, , Electronic Image
Remote Stabilization
Control of
Image settings
14. Protocol IPv4, IPv6, IGMP, ICMP, ARP, TCP, UDP, DHCP, PPPoE, RTP, RTSP,
RTCP, DNS, DDNS, NTP, FTP, UPnP, HTTP, HTTPS, L2TP, SMTP,
802.1x, ONVIF Profile S & preferably G
15. Security Password Protection, IP Address filtering, User Access Log, HTTPS
encryption
16. Local Storage Minimum 256 GB Memory card in a Memory card slot. In the event
of failure of connectivity to the central server the camera shall
record video locally on the SD card automatically. After the
connectivity is restored these recordings shall be automatically
merged with the server recording such that no manual intervention
is required to transfer the SD card based recordings to server.
17. Intelligent Motion Detection & Tampering alert
Video
18. Alarm I/O Minimum 1 Input & Output contact for 3rd part interface
19. Operating 0° to 65°C
conditions
20. Casing NEMA 4X / IP-66 rated & IK10
21. Power 802.3af PoE (Class 0) and 12VDC/24AC/ / POE+ IEEE 902.3at
Compliant
22. Physical Detection of camera tampering and Detection of Motion should be
security possible using either camera or VMS
23. Certifications UL/EN,CE,FCC, ONVIF
24. IR Internal > 150 meters
Illumination

6.1.4. Automatic Number Plate Recognition

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

Page 71 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Description Minimum Specifications Compliance


1. Vehicle Detection The system shall detect the color of all vehicles in the camera
by Color view during daytime and label them as per the predefined list
of configured system colors. The system shall store the color
information of each vehicle along with the license plate
information for each transaction in the database.
2. The system shall have options to search historical records for
post event analysis by the vehicle color or the vehicle color
with license plate and date time combinations
3. Alert Generation The system should have option to input certain license plates
according to the hot listed categories like “Wanted”,
“Suspicious”, “Stolen”, etc by authorized personnel.
4. The system should be able to generate automatic alarms to
alert the control room personnel for further action, in the
event of detection of any vehicle falling in the hot listed
categories.
5. Vehicle Status On successful recognition of the number plate, system should
Alarm Module be able generate automatic alarm to alert the control room for
vehicles which have been marked as "Wanted", "Suspicious",
"Stolen", "Expired". (System should have provision/expansion
option to add more categories for future need).
6. The Instantaneous and automatic generation of alarms. In case
of identity of vehicle in any category which is define by user.
7. Vehicle Log The system shall enable easy and quick retrieval of snapshots,
Module video and other data for post incident analysis and
investigations.
8. The system should be able to generate suitable MIS reports
that will provide meaningful data to concerned authorities and
facilitate optimum utilization of resources. These reports shall
include.
9. Report of vehicle flow at each of the installed locations for Last
Day, Last Week and Last Month.
10. Report of vehicles in the detected categories at each of the
installed locations for Last Day, Last Week and Last Month.
11. Report of Vehicle Status change in different Vehicle Categories.
12. The system shall have Search option to tune the reports based
on license plate number, date and time, site location as per the
need of the authorities.
13. The system shall have option to save custom reports for
subsequent use. The system shall have option to export report
being viewed to common format for use outside of the ANPRS
or exporting into other systems.
14. The system should provide advanced and
15. smart searching facility of License plates from the database.
There should be an option of searching number plates almost
matching with the specific number entered (up to 1 and 2
character distance)
16. Vehicle Category The system should have option to input certain license plates
Editor according to category like "Wanted", "Suspicious", "Stolen",
“Expired" etc. by Authorized personnel.
17. The system should have an option to add new category by
authorized personnel.
18. The system should have option to update vehicle status in
specific category by authorized personnel. e.g. on retrieval of

Page 72 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Description Minimum Specifications Compliance


stolen vehicle, system entry should be changed from "Stolen"
to "Retrieved".
19. System should have option to specify maximum time to retain
vehicle records in specific categories.
20. General The system should be capable of generating a video and
Specification minimum 5 snapshots in any of the standard industry formats
(MJPEG, JPG, avi, mp4, mov, etc) with atleast 10 frames per
second.
21. The system should be able to perform ANPR on all the vehicles
passing the site and send alert on detection of any hot listed
vehicle.
The system should have ANPR/ OCR to address the alpha
numeric character of irregular font sizes
22. Central The Central Management Module shall run on the ANPR
Management Central Server in control booth. It should be possible to view
Module records and edit hotlists from the Central Server.

23. ANPR Camera All specification of Fixed Box Cameras mentioned above must
Specification be complied by the ANPR camera.

24. Camera Housing IP66 standard with sunshield vandal proof Housing

25. Systems Local Server at Intersection: The system shall run on a


requirement: Commercial Off the Shelf Server (COTS). Outdoor IP 66 Quad
core processor based server should be able to cover at least 8
lanes. Temperature rating of the server should be 0° to 65°C.
Operating system: The system shall be based on open platform
and should run on Linux or windows Operating system.
Workstation: Workstation shall run on latest available OS.
26. OEM Criteria 1. ANPR Software OEM should be registered in India since last
7 years though direct presence/ joint venture/ authorized
distributor.
2. ANPR Software OEM must have its own R&D Center in India.

6.1.5. IR Illuminators

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Description Minimum Specifications Compliance


Min. 100 meters, with adjustable angle to cover
1. Range
the complete field of view at specified locations
2. Minimum Illumination High sensitivity at Zero Lux
3. Power Automatic on/off operation

Page 73 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Description Minimum Specifications Compliance


4. Casing NEMA 4X / IP-66 rated
5. Operating conditions 0° to 65°C

6.1.6. Field Junction Box

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Description Minimum Specifications Compliance


Suitable size as per site requirements to house the
1. Size
field equipment
2. Cabinet Material GI with powder coated
3. Material Thickness Min 1.2mm
4. Number of Locks Minimum One
IP 55, Junction Box design should ensure to keep
the temperature within suitable operating range
5. Protection
for equipment's and should also avoid intentional
water splash and dust intake
On Camera Pole / Ground mounted on concrete
6. Mounting
base
7. Form Factor Rack Mount/DIN Rail
Rain Canopy, Cable entry with glands, proper
earthing and Fans/any other accessories as
8. Other Features
required for operation of equipment’s within
junction box.

6.1.7. Poles for Cameras

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

Page 74 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Description Minimum Specifications Compliance


Hot Dip Galvanized after Fabrication with Silver
1. Pole type coating of 86 micron as per IS:2629; Fabrication
in accordance with IS-2713 (1980)
6 to 10 Meters (or higher), as-per-requirements
2. Height
for different types of cameras & Site conditions
Min. 10 cm diameter pole (bidder to choose larger
3. Pole Diameter
diameter for higher height)
Based on the location requirement suitable size
4. Cantilevers
cantilevers to be considered with the pole
5. Bottom base plate Minimum base plate of size 30x30x1.5 cm
To mount RLVD Cameras, ANPR, CCTV cameras,
6. Mounting facilities
Traffic Signals, Pedestrian Signals, Switch, etc.
All wiring must be hidden, through tubes/pipes.
7. Pipes, Tubes
No wires shall be visible from outside.
Casting of Civil Foundation with foundation bolts,
to ensure vibration free erection (basic aim is to
ensure that video feed quality is not impacted due
8. Foundation to winds in different climatic conditions).
Expected foundation depth of min. 100cms.
Please refer to earthing standards mentioned
elsewhere in the document.
Lightning arrester shall be provided, to protect all
9. Protection
field equipment mounted on pole.

6.1.8. Edge Level Switch at Field Junctions

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Description Minimum Specifications Compliance


The switch should be rugged outdoor DIN rail mountable 16 ports
10/100/1000TX PoE + with PoE budget of 240w and with 4
Port Density & 100/1000x SFP ports
1.
Redundancy
May require higher port density at some locations, depending upon
site conditions
2. PoE Standard IEEE 802.3af/ IEEE 802.3at or better on all ports simultaneously
Support for Egress rate limiting, Eight egress queues per port,
3. Quality of Service
Voice VLAN, DSCP for IP-based QoS, Differentiated services

Page 75 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Description Minimum Specifications Compliance


architecture, IEEE 802.1p Class of Service with strict and weighted
round Robin scheduling.
IGMP Snooping V1, V2, V3, MLD snooping, PIM , OSPF, BGP for IPv4
4. Multicast support
and IPv6
SNMP V1,V2,V3, Web GUI, CLI, USB or equivalent memory card, IP
5. Management v6 management feature on open standards, IEEE802.1ag, TDM or
equivalent standards
Should support Access Control Lists (ACLs), DHCP snooping,
6. Security IEEE802.1x based port authentication, RADIUS, TACACS, SSL, SSH,
port mirroring, NTP , FIPS 180/MACSec
IEEE802.1q, IEEE802.1d, IEEE802.1s, IEEE802.1w, ITUT-G.8032
7. Resiliency
ring resilience/ring protection
PoE Power per
8. Sufficient to operate the CCTV cameras/edge devices connected
port
9. Enclosure Rating IP 30 Industrial Grade Rating (to be housed in Junction box)
Operating
10. 0° to 65°C
Temperature
Safety
11. UL/EN/IEC or equivalent, RoHS standards, NEMA –TS2
Certifications

6.1.9. Online UPS for Field Locations

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

S. No. Description Minimum Specifications Compliance


Adequate capacity to cover all above IT
1. Capacity
Components at respective field locations
IGBT based PWM Technology, True Online UPS
2. Technology
or better
3. Input Frequency Range 45 to 55 Hz
4. Output Frequency Range 45 to 55 Hz
5. Output Voltage 220VAC - 230VAC
+/-2% (or better) and with built-in Over Voltage
6. Voltage Regulation
Cut off facility in the Device
7. Frequency 50 Hz +/- 0.1% (free Run Mode)
8. Harmonic Distortion (THD) < 3% (linear load)

Page 76 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S. No. Description Minimum Specifications Compliance

9. Output Waveform Pure Sine wave


10. Output Power Factor 0.8 or more
Recommended 4 hours or more battery backup
11. Battery Backup to achieve required uptime of field device as
well as SLA of the overall solution
12. Battery Type Lead acid, Sealed Maintenance Free (SMF)
General Operating
13. 0° to 60°C
Temperature
All necessary alarms & indications essential for
14. Alarms & Indications performance monitoring of UPS like mains fail,
low battery & fault detection
15. Bypass Automatic, Manual Bypass Switch
For Safety & EMC as per international standard.
These standards should be among CE / BIS
16. Certifications
/ROHS. OEM should have or establish company
owned service centre in the city.
IP 55, Junction Box design should ensure to keep
the temperature within suitable operating
17. Overall Protection
range for equipment's and should also avoid
intentional water splash and dust intake
Adequate capacity to cover all above IT
18. Capacity
Components at respective field locations

6.1.10. Video Management System

Video management system shall constitute of a platform which shall be designed for viewing,
recording and replaying acquired video as part of overall project solution. This platform shall be
based on the Internet Protocol (IP) open platform concept. Major functionalities are described here:
Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

S.No. Minimum Specifications Compliance


VMS shall be used for centralized management of all field camera
1.
devices, video servers and client users.
VMS server shall be deployed in a clustered server environment or support inbuilt
2.
mechanism for high availability and failover.
3. VMS shall support a flexible rule-based system driven by schedules and events.

Page 77 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Minimum Specifications Compliance


VMS shall be supported for fully distributed solution for monitoring and control
4. function, designed for limitless multi-site and multiple server installations
requiring 24/7 surveillance with support for devices from different vendors.
5. VMS shall support ONVIF compliant internet protocol (IP) cameras.
The bidder shall clearly list in their proposal the make and models that can
be integrated with the VMS, additionally all the offered VMS and cameras must
6. have Open Network Video Interface Forum (ONVIF) compliance.
VMS shall be enabled for any standard storage technologies and video wall system
integration.
VMS shall be enabled for integration with any external Video Analytics Systems
7.
both server & edge based.
VMS shall be capable of being deployed in a virtualized server environment
8.
without loss of any functionality.
All CCTV cameras locations shall be overlaid in graphical map in the VMS
Graphical User Interface (GUI). The cameras selection for viewing shall be possible
via clicking on the camera location on the graphical map. The graphical map shall
9.
be of high resolution enabling operator to zoom-in for specific location while
selecting a camera for viewing. In addition,VMS shall be able to integrate with,
take inputs and provide outputs to centralized GIS platform of ICCC as well.
VMS shall have an administrator interface to set system parameters, manage
10.
codecs, manage permissions and manage storage.
VMS day-to-day control of cameras and monitoring on client workstations shall
11.
be controlled through the administrator interface.
Whilst live control and monitoring is the primary activity of the monitoring
12. workstations, video replay shall also be accommodated on the GUI for general
review and also for pre- and post-alarm recording display.
The solution design for the VMS shall provide flexible video signal
13.
compression, display, storage and retrieval.
All CCTV camera video signal inputs to the system shall be provided to various
command control center(s), viewing center etc., and the transmission medium
14.
used shall best suit the relative camera deployments and access to the CCTV
Network.
VMS client shall have the capability to work with touch enabled multi-monitor
15. workstations. It shall be capable of displaying videos in up to three (3)
monitors simultaneously.
a. AVI files
b. Motion- Joint Photographic Experts Group (M-JPEG)
c. Moving Picture Expert Group-4 (MPEG-4)
d. MP4 Export or Latest by conversion
All streams to the above locations shall be available in real-time and at full
16 resolution. Resolution and other related parameters shall be configurable by the
administrator in order to provide for network constraints.
The VMS shall support field sensor settings.
17 Each channel configured in the VMS shall have an individual setup for the following
settings, the specific settings shall be determined according to the encoding device:
18 The VMS shall support the following operations:
a. Adding an IP device
b. Updating an IP device

Page 78 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Minimum Specifications Compliance


c. Updating basic device parameters
d. Adding/removing channels
e. Adding/removing output signals
f. Updating an IP channel
g. Removing an IP device
h. Enabling/disabling an IP channel
i. Refreshing an IP device (in case of firmware upgrade)
j. Multicast at multiple aggregation points
The VMS shall support retrieving data from edge storage. Thus when a lost or
broken connection is restored, it shall be possible to retrieve the video from SD
19 card and store it on central storage automatically through an application. System
should support to view the recordings available over cameras local storage device
(such as an SD card), and copy them to the server.
The VMS shall support bookmarking the videos. Thus, allowing the users to mark
20
incidents on live and/or playback video streams.
The VMS shall allow the administrator to distribute camera load across multiple
21
recorders and be able shift the cameras from one recorder to another.
VMS shall support automatic failover for recording.
22 VMS should be able to store data on cloud storage once the local storage is full, if
the same is desired by the Department.
23 VMS should also support dual recording if required.
24 VMS shall support manual failover for maintenance purpose.
VMS shall provide a minimum of 10 individual users to access and view of
25 cameras and views on a smartphone or a tablet (a mobile device). It shall be able to
provide real time feed to minimum 30 concurrent users at one given time.
26 VMS shall support integration with the ANPR application.
VMS shall support integration with other online and offline video
27
analytic applications.
VMS shall be able to accept alerts from video analytics built into the cameras,
28
other third party systems, sensors etc.
Client System - The Client system shall provide remote users with rich
29
functionality and features as described below:
a. Viewing live video from cameras on the surveillance system.
b.Browsing recordings from storage systems.
c. Creating and switching between multiple of views.
Viewing video from selected cameras in greater magnification and/or higher
d.
quality in a designated hotspot.
e. Using digital zoom on live as well as recorded video.
f. Using sound notifications for attracting attention to detected motion or events.
g. Getting quick overview of sequences with detected motion.
h.Getting quick overviews of detected alerts or events.
i. Quickly searching selected areas of video recording for motion.
Remote Web Client - The web-based remote client shall offer live view of up to 9
cameras, including PTZ control (if applicable) and event / output activation.
30
The Playback function shall give the user concurrent playback of multiple
recorded videos with date, alert sequence or time searching.

Page 79 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Minimum Specifications Compliance


Remote Web Client User Authentication – The Remote Client shall support
31
logon using the user name and password credentials
Mobile Client - The bidder shall be required to provide a standardized Mobile
Application to integrate smart phones and tablets for 2-way communication with
the Video Management System in a secure manner. It shall be responsibility of MSI
32
to configure such tablets / Smartphone with the Surveillance System and
ensure that all the necessary access is given to these mobile users. This
requirement may be clubbed with ICCC mobile application.
Communication with mobile client and server shall be encrypted with
33
necessary authentication
Matrix Monitor – The Matrix Monitor feature shall allow distributed viewing of
34
multiple cameras on the system on any monitor.
The Matrix Monitor feature shall access the H.264/MJPEG/MPEG4
35
stream directly from the authenticated and secure recording server.
36 Alarm Management Module :
The alarm management module shall allow for continuous monitoring of the
operational status and event-triggered alarms from various cameras and other
a. devices. The alarm management module shall provide a real-time overview of
alarm status or technical problems while allowing for immediate visual
verification and troubleshooting.
The alarm management module shall provide interface and navigational tools
b.
through the client including;
c. Graphical overview of the operational status and alarms from
network cameras and external devices including motion detectors and access
d.
control systems.
Intuitive navigation using a map-based, hierarchical structure with hyperlinks to
e.
other maps and devices or through a tree- view format.
The module shall include flexible access rights and allow each user to be assigned
f.
several roles where each shall define access rights to cameras.
g. Basic VMS should be capable to accept third party generated events / triggers.
37 Management / Integration Functionality
The Surveillance System shall offer centralized management of all devices, servers
a.
and users.
The Surveillance System should not have any limit on the number of cameras to be
b.connected for Surveillance, Monitoring and Recording. Any increase in the no. of
cameras should be possible by augmentation of Hardware components.
The Surveillance System shall support distributed viewing of any camera in the
c.
system using Video walls or big screen displays.
The Surveillance System shall support alarm management.
The alarm management shall allow for the continuous monitoring of the
d.
operational status and event-triggered alarms from system servers, cameras and
other external devices.
It should be possible to integrate the Surveillance System with 3rd-party software,
to enable the users to develop customized applications for enhancing the use of
e.
video surveillance solution. For e.g., integrating alarm management to initiate
SMS, E-Mail etc.

Page 80 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Minimum Specifications Compliance


The Management system shall store the overall configuration in central database,
f. either on the management server computer or on a separate DB Server on the
network.
System should be able to be integrated with Event Management / Incident
g.
Management System.
38 System Administration Functionality
The System Administration Server shall provide a feature- rich administration
a.
client for system configuration and day- to-day administration of the system.
The System Administration Server shall support different logs related to the
Management Server.
The System Log
b.
The Audit Log
The Alert Log
The Event Log
Rules: The system shall support the use of rules to determine when specific
c. actions occur. Rules shall define what actions shall be carried out under specific
conditions. The system shall support rule initiated actions such as:
d.Start and stop recording
e. Set non-default live frame rate
f. Send notifications via email
g. Pop-up video on designated Client Monitor recipients
39 Other Miscellaneous Requirements
System should have a facility to create CDs or other storage media for submission
to Judiciary, which can be treated evidence for legal matters. Such storage media
creation should be tamper proof and MSI to provide appropriate technology so
that integrity and quality of evidence is maintained as per requirements of the
judiciary. Bidder is required to specify any additional hardware / software
a. required for this purpose & the same can be listed in Miscellaneous section of the
commercial bid. The bidder shall also prepare the guideline document to be
followed by the Police Personnel for the retrieval of Video / images from the CCTV
System so as to maintain integrity of the evidence. Such a guideline document
should include methods of retrieval of data, check-list to be followed and
flowchart of the entire process to be followed.
Attribute based search for Objects /People such as physical attributes, cloth
color, height etc.
 Should be able to track a Person/ moving Object till the last point of the
camera view
 The applications should also be able to do People search based on a given
b. description/attributed/Sketch/Full length photograph
 Should have an interface to Create sketches, Composite (Human like
Figure) of the suspect based on description. There Shall be different options
available for describing hair color and style, Facial Attributes, shirts,
trousers, patterns, etc.

Security Platform shall have strong security mechanism such as the use of advance
encryption/digital certificates/ authentication to ensure that only authorized
c.
personnel have access to critical information, prevent man-in-the- middle attacks,
and that the data is kept private.

Page 81 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Minimum Specifications Compliance


System should ensure that once recorded, the video cannot be altered, ensuring
d.
the audit trail is intact for evidential purposes
The system should be able to automatically categorize images and videos from
CCTV system into at least the categories: Weapons, Drugs, Documents, Money,
Screenshots, Nudity, Suspect child exploitation, Faces, Tattoos, Vehicles,
Handwriting, Maps, Flags
 Users should be able easily skip to a relevant frame in a video that contains
e. data with any of the categories mentioned above.
 Users should get indication if a picture in a case matches a set of pre-loaded
picture hashes (a picture hash is a unique identification of a picture).
 When a face is detected in a picture, users may search for additional pictures
in the system that contain similar face. System should be able to look for
similar face with images as well as videos.
40 Major Server components for VMS
Video Management Server(s) - These servers shall maintain coherent
operations between all servers and workstations. It shall host Control Center,
where the system is administered, and System database. It shall monitor one or
a.
more Recorder servers on separate dedicated computers, storage devices, IP-
compatible devices, and one or more workstation. All network communication
shall also be performed via the Video Management servers.
Video Recording Server(s) - These servers shall be a dedicated server that
b.
shall store and processes video with the help of Video Management System
Video Analytics Server (s) - Video Analytics Software shall be installed in
the Video Analytics Server, Video Analytics is a software product that shall
analyse live video in real-time to detect, identify, and track objects of interest. It
c. shall automatically issue alerts to the appropriate personnel and initiate
appropriate follow-up action according to pre-defined rules. This software shall
also manage sensors; each sensor shall monitor a single video feed for security
events.
Web Server(s) - It shall be used to launch the client application remotely through
d.
web browsers.
Gateway Server (If required) - A Media Gateway server shall be used to
establish remote connections to review and transcode the video. Standalone
e. Media Gateway servers shall also be installed on separate machines. Standalone
servers shall be recommended for such large systems that shall transfer video
data to remote clients.

Page 82 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.2. Traffic Management System


6.2.1. Adaptive Traffic Control System

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Minimum Specifications Compliance


Identify the critical junction of a corridor or a region based on maximum traffic
1. demand and saturation. For this purpose it should utilize the data of count and
vehicle classification provided by vehicle detector.
The critical junction cycle time shall be used as the group cycle time i.e. cycle
2.
time common to all intersection in that corridor or region.
Stage optimization to the best level of service shall be carried out based on the
3.
traffic demand.
Cycle optimization shall be carried out by increasing or decreasing the common
corridor cycle time based on the traffic demand within the constraints of
4.
Minimum and Maximum designed value of cycle time. It shall use travel time
data, OD patterns provided by vehicle detector.
Offset correction shall be carried out to minimize number of stops and delays
along the corridor for the priority route. Offset deviation measured using
5.
distance and speed between successive intersections shall be corrected within 5
cycles at a tolerance of +/- 5 seconds maximum.
The system shall have provision to configure priority for upstream signals as
default. The ATCS software shall continuously check the traffic demand for
6.
upstream and downstream traffic and automatically assign the priority route to
the higher demand direction.
Develop appropriate stage timing plans for each approach of every intersection
7.
under the ATCS, based on real time demand
8. Propose timing plans to every intersection under the ATCS in every Cycle
9. Verify the effectiveness of the proposed timing plans in every cycle
10. Identify Priority routes
11. Synchronize traffic in the Priority routes
12. Manage and maintain communication with traffic signal controllers under ATCS
Maintain database for time plan execution and system performance and data
13.
should be made available to city planners for planning city traffic.
14. Maintain error logs and system logs
15. Generate Reports on request
Graphically present signal plan execution and traffic flow at the intersection on
16.
desktop
17. Graphically present time-space diagram for selected corridors on desktop
18. Graphically present network status on desktop
19. Make available the network status and report viewing on Web

Page 83 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


20. The ATCS shall generate standard and custom reports for planning and analysis
It shall be possible to interface the ATCS with a popular microscopic traffic flow
21. simulation software for pre and post implementation analysis and study of the
proposed ATCS control strategy
Shall have the ability to predict, forecast and smartly manage the traffic pattern
22. across the signals over the next few minutes, hours or 3-5 days and just in the
current real time.
Shall provide a decision support tool for assessing strategies to minimize
congestion, delays and emergency response time to events via simulation and
23.
planning tools liked with real time traffic data fusion and control of traffic
signalling infrastructure on ground.
Shall collect continuously information about current observed traffic conditions
24. from a variety of data sources and of different kind (traffic states, signal states,
vehicle trajectories, incidents, road works, …)
Shall infer a coherent and comprehensive observed traffic state (speeds,
vehicular densities, and presence of queues) on all network elements, from
25.
abovementioned observations, including vehicle trajectories, through a number
of map matching, data validation, harmonization and fusion processes
Shall extend the measurements made on only a number of elements both on the
rest of the unmonitored network, and over time, thus obtaining an estimation of
26.
the traffic state of the complete network and the evolution of this traffic state in
the future
Shall forecast the traffic state with respect to current incidents and traffic
management strategies (e.g. traffic signal control or variable message displays),
27.
improving the decision making capabilities of the operators even before
problems occur
Shall calculate customizable Key Performance Indicators (KPI) to quickly assess
28.
the results
Shall provide calculated traffic flows estimation and forecast, queues and delays
29. to Urban Control and Adaptive Signal Control Systems, allowing for proactive
Traffic Management and Control
Shall generate alerts to the operator that trigger on customizable conditions in
30. the network (starting with simple drops in flow, up to total queue lengths along
emission sensitive roads surpassing a definable threshold)
Shall distribute both collected and calculated traffic information via a variety of
31. communication protocols and channels, ensuring high interoperability degree
and thus acting as a “traffic data and information hub”
Shall create a traffic data warehouse for all historic traffic information gathered
32.
from the hardware installed on the road network.
Shall operate in real time that is continuously updating the estimates on the
33. state of the network and the travel times on the basis of data collected
continuously over time.
Shall operate the traffic lights with the adaptive traffic controls, based on the
34. current and forecasted traffic demand and the current incidents, thus
optimizing the green waves continuously throughout the network
Enable a smart public transport priority respecting the delays for all road users at once
35.
with the adaptive signal controller

Page 84 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.2.2. Vehicle Detector Camera

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Description Minimum Specifications Compliance


Placement of the detector (upstream, downstream, stop-
1. General line, exit etc.) for independent straight and right turn
signals.
The detector shall be able to count vehicles in non-lane
based mixed traffic flow conditions and differentiate
2.
between different vehicle types (two-wheeler, LMV,
HMV).
The detector should enable collection and storage of
3. data such as count, volume, occupancy, class, etc.
Vehicle Detector camera can optionally be work as Red
4.
Light Violation Detection Camera
Vehicle Detector camera can optionally be used in
5.
surveillance mode.
6. Resolution Min 5 MP
7. Streams 2 Stream (Min 1 stream at full resolution)
8. Detection Zones 12 detection zones
9. Temperature 0° to 60°C

6.2.3. Traffic Signal Controller

Appropriate controller technology will be chosen to provide the operational levels and accuracy as
required for successful function of the ATCS system as per the SLAs defined. The proposed traffic
controller shall be disabled friendly and shall also provide audio tones output.

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

Page 85 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Descripti
# Minimum Specifications Compliance
on
1. It shall be possible to operate the filter green (turning right
signal) along with a vehicular phase. The filter green signal shall
flash for a time period equal to the clearance amber period at
timeout when operated with a vehicular phase.
2. The pedestrian phase signal shall be configured for flashing red
or flashing green aspect during pedestrian clearance.
3. It shall be possible to configure any phase to the given lamp
numbers at the site.
4. Stages The controller shall have facility to configure 32 Stages
5. Cycle The controller shall have facility to configure 24 Cycle Plans and
Plans the Amber Flashing / Red Flashing plan. It shall be possible to
define different stage switching sequences in different cycle
plans. The controller shall have the capability for a minimum of
32 cycle-switching per day in fixed mode of operation.
6. Day Plans The controller shall have facility to configure each day of the
week with different day plans. It shall also be possible to set any
of the day plans to any day of the week. The controller shall have
the capability to configure 20 day plans.
7. Special The controller shall have facility to configure a minimum of 20
Day Plans days as special days in a calendar year.

8. Starting During power up the controller shall initially execute the


Amber Flashing Amber / Flashing Red plan for a time period of 3
Seconds to 10 Seconds. The default value of this Starting Amber
is 5 Seconds. Facility shall be available to configure the time
period of Starting Amber within the given limits at the site.
9. Inter- Normally the inter-green period formed by the clearance Amber
green and Red extension period shall be common for all stages.
However, the controller shall have a facility to program
individual inter-green period from 3 Seconds to 10 Seconds.
10. Minimum The controller shall allow programming the minimum Green
Green period from 5 Seconds to 10 Seconds without violating the
safety clearances. It should not be possible to preempt the
Minimum Green once the stage start commencing execution.
11. All Red Immediately after the Starting Amber all the approaches should
be given red signal for a few seconds before allowing any right of
way, as a safety measure. The controller shall have
programmability of 3 Seconds to 10 Seconds for All Red signal.
12. Signal The controller shall have inbuilt circuitry to monitor the lamp
lamps status
monitorin
g
13. Green Green Conflict Monitoring – The controller shall have a facility to
list all conflicting phases at an intersection. The controller
should not allow programming of these conflicting phases in a
Stage. A hardware failure leading to a conflict condition (due to

Page 86 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Descripti
# Minimum Specifications Compliance
on
faulty devices or short circuit in the output) shall force the signal
into Flashing Amber / Flashing Red.
14. Cable less It shall be possible to synchronize the traffic signal controllers
Synchroni installed in a corridor in the following modes of operation,
zation without physically linking them and without communication
network. GPS enabled RTC shall be the reference for the cable
less synchronization.
15. Fixed Time mode with fixed offsets
16. Vehicle Actuated mode with fixed offsets
17. Network This online display shall indicate with appropriate color coding
Status on site map whether an intersection under the ATCS is online or
Display off. On double clicking the intersection a link shall be activated
for the traffic flow display for the intersection.
18. The Traffic Signal Controller equipment is a 32 bit or 64 bit
microcontroller with solid state traffic signal lamp switching
module with the ability to program any combination of traffic
signal stages, phases and junction groups. The controller will
ideally have a conflict monitoring facility to ensure that
conflicting, dangerous are pre-flagged at the programming stage
and these are disallowed even during manual override phase.
19. The Traffic Signal Controller will be adaptive so that it can be
controlled through the central traffic control center as an
individual junction or as part of group of traffic junctions along a
corridor or a region. The signal controller design must be
flexible for the junction could be easily configured to be part of
any corridor or group definition and could be changed through
central command controller easily
20. Site specific configuration data shall be stored in a non-volatile
memory device (FLASH memory) easily programmable at the
site through keypad or laptop. A minimum of 512KB flash
memory and 128KB RAM shall be provided. Volatile memory
shall not be used for storing the junction specific plans or signal
timings.
21. All timings generated within a traffic signal controller shall be
digitally derived from a crystal clock which shall be accurate to
plus or minus 100 milliseconds.
22. The controller shall provide a real time clock (RTC) with battery
backup that set and update the time, date and day of the week
from the GPS. The RTC shall have minimum of 10 years battery
backup with maximum time tolerance of (+/-) 2 sec per day.
23. The controller shall have the facility to update the RTC time from
ATCS server, GPS and through manual entry.
24. The controller shall be capable of communicating with the ATCS
server through Ethernet on a managed leased line network or
any other appropriate stable communication network.
25. Police Four Hurry Call switches: The Hurry Call mode will provide the
Panel means to force the controller to a defined stage, without

Page 87 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Descripti
# Minimum Specifications Compliance
on
violating safety clearances. A preemption input may be used to
demand the Hurry Call mode to give right of way to emergency
vehicles. It should be possible to configure the Hurry Call
switches to any stage as per site requirements.
26. One Forced Flash Switch: Activation of this switch should force
the signal to Flashing Amber / Flashing Red.
27. One Auto / Manual Switch: Activation of this switch should
enable manual operation of the controller. Deactivation of the
manual switch shall continue from the current stage without
interruption.
28. One Manual Advance Pushbutton Switch: In manual operation
mode, the stages appear in the sequence specified in the signal
plan timetable. Activating the pushbutton switch shall terminate
the currently running stage and start the next, without violating
safety clearances.
29. One Junction OFF Switch: Activating this switch should put OFF
all signal lamps. On deactivation of the switch the traffic signal
controller shall resume its normal operation without violating
any safety clearances.

6.2.4. Traffic Light Aspects

Proposed Make :

Proposed Model :

Page Nos of Bid for Technical


compliance :

# Description Minimum Specifications Compliance


Key Features Shall have less power consumption for all colors, maximum
1.
power should not exceed 8 watts for each color
Shall have temperature compensated power supplies for longer
2.
LED life
3. Shall have uniform appearance light diffusing
4. Should be Intertek/ETL/EN compliant
5. All units operate at voltage of - 12 / 24 volts DC
LED shall be single source narrow beam type with clear lens &
6.
Luminance uniformity of 1:15
Pedestrian traffic lights should be provided with clearly audible
7.
signals for the benefit of pedestrians with visual impairments

Page 88 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Description Minimum Specifications Compliance


8. Phantom Class 5 or equivalent. IP Rating: IP65
9. LED aspects Red, Amber, Green-Full (300 mm diameter) : Hi Flux
10. Green-arrow (300 mm diameter): Hi flux
Animated Pedestrian-Red and Green Animated countdown (300
11.
mm) Hi Brite with diffusions
LED Retrofit
12.Specifications Power supply shall be 230 Vac +/- 10% and frequency 50+/-5Hz

13. Standards: EN 12368 compliant


14. Convex Tinted Lens shall be available
15. Fuse and Transients shall be available
Operating Temperature Range: 0° to 65°C
16.
Turn Off/Turn On Time: 75 milli seconds max
17. Total Harmonic Distortion: <20%
Electromagnetic interference: Meets FCC Title 47,Subpart B,
18.
Section 15 Regulation or equivalent EN/IRC standard
Blowing Rain/Dust Spec: MIL 810F or Equivalent EN/IRC
19.
standard complaint
Minimum Luminous Intensity (measured at intensity point)(cd):
Red 400
20.
Amber 400
Green 400
Dominant Wavelength (nm): Red 630
21. Amber 590
Green 490
Lamp conflict compatibility system: Compatible with lamp failure
22.
and conflict detection

6.2.5. Countdown Timer

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Description Minimum Specifications Compliance


1. CPU Micro Controller based processor
Mechanical
Specifications

2. Structural Material Polycarbonate strengthened against UV rays


3. Body Color Light Grey/Black

Page 89 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Description Minimum Specifications Compliance


4. Dimensions 360mm x 370mm x 220mm
Display Specification
5. Lamp Diameter Minimum 300mm
6. Digit Height Minimum 150 -165mm
7. Display Type Dual Coloured (Red & Green)
8. No. of Digit Minimum 3
LED Specifications
9. LED Diameter Minimum 5mm LED
10. Viewing Angle Minimum 30°
630-640nm (Red), 505nm - 520nm (Blue-
11. LED Wave Length
Green)
12. LED Dice Material AIInGap (Red), InGaN (Blue-Green)
13. LED Warranty period Minimum 5 years
Technical Features
14. Power Consumption 20 - 30 Watt Per Lamp
15. Input Power 85-260V AC, 50Hz
16. Operating Temperature 0° to 65°C
17. Humidity As per Saharanpur weather conditions
18. Water & Dust Ingress IP 65
19. Standard EN12966 Compliant

6.2.6. Poles for Traffic Signals

# Description Minimum Specifications Compliance


1. Material GI Class ‘B’ pipe
Pole painted with two coats of zinc chromate
primer and two coats of golden yellow Asian
2. Paint apostolate paint or otherwise as required by
architect and in addition bituminous painting for
the bottom 1.5 m portion of pole.

6.2.7. Cables for Traffic Signals

# Description Minimum Specifications Compliance


1. No’s of core As per design requirements
2. Materials As per design requirements
3. Certification ISI Marked
4. Standards Indian Electricity Act and Rules
5. IS:1554 PVC insulated electric cables (heavy duty)
6. Operating Temperature 0° to 65°C

Page 90 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.3. Automatic Traffic Violation Detection System


6.3.1. Red Light Violation Detection (RLVD) System

Proposed Make :

Proposed Model :

Page Nos of Bid for Technical


compliance :

S. No. Description Minimum Specifications Compliance


General
The system should be capable of generating a video & minimum 3 snapshot in
any of the standard industry formats (MJPEG, JPG, avi, mp4, mov, etc) with at
1. least 10 frames per second. The video shall be from t-5 to t+5 sec of the violation
and should also be recorded (being the instant at which the infraction
occurred).
Digital Network
Camera
Video
2. H.265 or better
Compression
3. Video Resolution 1920 X 1080
4. Frame rate Min. 60 fps
5. Image Sensor 1/2” Progressive Scan CCD / CMOS or better
6. Lens Type Varifocal, C/CS Mount, IR Correction full HD lens
7. Lens 5-50mm IR corrected, CS-mount lens, P-Iris
Minimum Colour: 0.0005 Lux (F1.2, AGC ON)
8.
Illumination B/W:0.0005 Lux (F1.2, AGC ON)
9. IR Cut Filter Automatically Removable IR-cut filter
IR Illuminator with range of 100 meters can be internal or
10. IR illuminator external based upon the requirement of site/ focus/ area
of interest.
11. Day/Night Mode Colour, Mono, Auto
12. S/N Ratio ≥ 50 Db
Auto adjustment + Colour, brightness, sharpness, contrast, white balance,
13. Remote Control of exposure control, backlight compensation, Gain Control,
Image settings Ture Wide Dynamic Range
Minimum 256 GB Memory card in a Memory card slot. In
the event of failure of connectivity to the central server
14. Local storage the camera shall record video locally on the SD card
automatically. After the connectivity is restored these
recordings shall be automatically merged with the server

Page 91 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S. No. Description Minimum Specifications Compliance


recording such that no manual intervention is required to
transfer the SD card based recordings to server.
IPV4, IPV6, HTTP, HTTPS, FTP/SMTP, RTSP, RTP, TCP,
15. Protocol
UDP, RTCP, DHCP, UPnP, NTP, QoS, ONVIF Profile S
Password Protection, IP Address filtering, User Access
16. Security
Log, HTTPS encryption
Operating
17. 0° to 65°C
Temperature
18. Casing NEMA 4X / IP-66, IK10 rated
19. Intelligent Video Motion Detection & Tampering alert
Minimum 2 Input & 1 Output contact for 3rd part
20. Alarm I/O
interface
21. Certification UL/EN, CE,FCC
On site-out station processing unit communication & Electrical
Interface (Junction Box)
The system should be equipped with appropriate storage
Data Storage on capacity for 7 days 24X7 recording, with overwriting
22.
site capability. The images should be stored in tamper proof
format only.
Network Wired/GPRS based wireless technology with 3G
23.
Connectivity upgradable to 4G capability.
Minimum 2(two) USB Port to support the latest external mass storage devices
24. and Ethernet (10/100) Port for possible networking. However all logs of data
transfer through the ports shall be maintained by the system.
25. Temperature conditions : 0° to 65°C
Lightening arrester shall be installed for safety of system (As per BIS standard
26.
IS 2309 of 1989).
The housing(s) should be capable of withstanding vandalism and harsh
27.
weather conditions and should meet IP66, IK10 standards (certified).
Violation Transmission and Security
Encrypted data, images and video pertaining to Violations at the Onsite
processing station should be transmitted to the CCCs/ICCC electronically
28.
through GPRS based wireless technology with 3G upgradable to 4G, or wired
connectivity if available in Jpeg format
Advanced Encryption Standard (AES) shall be followed for data encryption on
29.
site and CCCs/ICCC, and its access will protected by a password.
The vendor shall ensure that the data from the onsite processing unit shall be
30.
transferred to CCCs/ICCC within one day.
Video
Recording
The system should be capable of continuous video recording in base station for
7 days. The system shall automatically overwrite the data after 7 days. It should
31.
be noted that at any point of time the local storage at the base station should
have the data of previous 7 days.
Direct extraction through any physical device like USB flash drive , Portable
32.
Hard disk etc. shall be possible

Page 92 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.4. Intelligent Transport System (Public Transport)

Intelligent Transport System (ITS) system would be implemented for 50 buses by the MSI with
required components and integrated with ICCC for smooth operations of the Public Transport
System.

6.4.1. GPS based Automated Vehicle Location System

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

6.4.1.1. Bus On-Board Unit


# Minimum Specifications Compliance
1. The Bus Driver Console shall be installed on the buses. The MSI would be
required to interface with the on-board computer to take necessary data
required for control & operations purposes.
2. The Driver Console Unit with wireless communication module (based on
GPRS/3G/4G/Wi-Fi) shall be used to provide vehicle tracking accurately
and reliably.
3. The back end system shall be able to produce MIS reports of the vehicle
schedule adherence report and operated kilometers by each bus, by route
and by fleet of each service provider.
4. Additional information/reports to be extracted from the vehicle tracking
information logged at the control center.
5. The unit would additionally have an interface module in front of the bus
driver for two way voice communication, messages to be sent by driver
and messages to be sent to the driver from the control center.
6. The Bus Driver Console (BDC) unit has to be mounted on board the bus
and the assembly has to be designed in a way that integrates with the
dashboard of the bus.
7. All on-board equipment shall be designed to be theft proof and vandal
proof and cannot be, in normal circumstances, removed from the bus
unless standard technique specified by the bidder is applied.
8. The bus driver console shall act as the sole management console for
devices onboard like PIS and AFCS and Surveillance equipment.
9. The BDC shall operate PIS manually in-case of GPS outage.
10. The Unit should primarily be able to help central monitoring system to
generate minimum of following data points as minimum and at the time of
finalization of requirements a comprehensive requirement shall be
furnished to the service provider:

 Start Stop
 Begin – End Shift
 Fleet Summary

Page 93 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


 Detailed Activity
 Speed
 Fleet Status
 Alerts
 Battery Report
 Unit ON/OFF Report
 Ignition ON/OFF
11. The unit shall also be able to deliver real-time information to drivers with
respect to route information, messages from control center and any other
intervention that may be required to ensure operational sanctity.
12. The units supplied should have facility to for drivers to login/log-off
facility and data should be linked with the AVLS server for authentication
and tracking purposes.
13. All solution and devices proposed shall be compliant with Specifications of
AVLS, On-board units, BSC, SCU, communication and related guidelines
provided in Annexure 1: MOUD Urban Bus Specification II.

6.4.1.2. AVLS Software


# Minimum Specifications Compliance
1. The software shall be web based and utilizes high resolution digital map
to show real-time position of the vehicles. The software shall provide
map based tracking and transit route line based tracking of vehicles by
the control center operators.
2. The software shall have enterprise capabilities which enables multiple
user type to be enabled to carry out various functions like, Alarm
Management, Vehicle Schedule Tracking, Speed Management, Stoppage
management, Route replays, bus tracking dashboard etc. as a standard
functionality.
3. The software shall enable control center management staff quick
decision making capability, which shall be achieved by providing
graphical tools for visualization. The software shall enable SSCL to drill
and analyze information and online data in a multi-dimensional manner.
Comprehensive analysis and reporting capabilities are expected to be
part of the application delivery which matches the world standard
capabilities of AVLS systems.
4. The software shall have capability to have a multi-screen based tracking
system, so as to enable tracking staff to quickly analyze activities and
have a better insight into operational data of all activities within the
system.

6.4.1.3. AVLS Controller Software Functionalities


# Minimum Specifications Compliance
1. Ability to distribute control of services among controllers
2. Real Time Communication with the Fleet
3. Supervision and Monitoring Of Fleet Positions in Real-Time
4. Ability to Track Bus Service based on different operational state
parameters

Page 94 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


5. Time Monitoring Analysis
6. On-Line Assignment of Service Time
7. Management of Information Displays at Stops
Regulating Service by Time and Frequency
8. Ability to See Trips by different colours
9. Colour Legend of Vehicles
10. Status Tracking of Messages Sent to BDC
11. Status Tracking of Messages Sent to Internal Screens
12. Vehicles, Virtual Vehicles, Stops and Lines on Map
13. Vehicles, Virtual Vehicles, Stops and Lines on Straight-Line Diagram
14. Information on Vehicle on mouse overs
15. Information on PIS and Stops on Mouse Over
16. Vehicle Menu
17. Information on Drivers
18. Detailed Control information of Vehicle
19. Selection of Stop on Route
20. Ability to Define Types of Stops
21. Detailed Stop Control
22. Current Trip Views on Map, Lines etc.
23. Multi-Map Views
24. Ability for Zone Creation
25. Ability to Draw Detours on Map in Send into Vehicles in Real-Time
26. Management of Detours
27. Control of Routes
28. Technical Alarms Management and Disposal
29. Bus Alerts management and Disposal
30. Messages to Console, Manually, Auto Mode, Event Activated
31. Automatic Messages with Acknowledgment
32. Messages to PIS Screens
33. Answering Messages from the Vehicle
34. Panic Button Messages Management
35. Information Panel Messages
36. Line Legend
37. Lines with Activated Legend
38. Bus Service Graph
39. Trip Graph
40. Information Signs – Checking On the Lines
41. Information Signs – Checking On Predefined Messages
42. Information Signs – Checking On On-Line Messages
43. Information Displays – Lines
44. Information Displays – Predefined Messages

Page 95 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


45. Information Signs – On-Line Messages
46. Statistics of Lines, Drivers, Routes etc.
47. Traffic Density using Colour Codes on Lines, Maps

6.4.1.4. GPS Device Configuration & Management


# Minimum Specifications Compliance
1. Configuration of driver’s interface (console) messages (Display Device 7
Inch)
2. Configuration of predefined messages
3. Configuration of zone messages
4. Filtering lines for warning the controller
5. Calendar configuration
6. Configuration of voice types and frequency
7. Incident types
8. Controller Authentication
9. Configuration of Vehicle Control Panel Messages
10. Configuration of Predefined Messages
11. Creation of Predefined Messages
12. Zone Indication Message to Buses
13. I/O Zone Warning Messages
14. Line Filter for which Warnings are sent to the Controller
15. Day Type Configuration, New Day
16. Day Type Configuration, Alter
17. Day Type Configuration, Search
18. Day Type Configuration, Seasons
19. Day Type Configuration, Results
20. Voice Time Configuration
21. Configuration of Reaction Times

6.4.1.5. PIS Display Configuration and Management


# Minimum Specifications Compliance
1. Configuration Tools
2. Creation of Information Displays
3. Line Configuration.
4. Predefined Messages
5. Associating Predefined Messages with Displays

Page 96 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.4.1.6. Maintenance Requirements


# Minimum Specifications Compliance
1. Device settings shall be updated including software/firmware updates
through transmission via the secured communication network set up by
the service provider. For reasons of security, device settings shall not be
modifiable by field staff of the service provider/others.
2. Any device settings modifications including software/firmware updates as
well as business rules such as fare settings, discounts etc. shall be done
with prior authorization by SSCL. A digital log of all changes of settings on
each and every device shall be maintained and delivered to SSCL.
3. Any faulty equipment shall be replaced with a tested unit from the spares
maintained by service provider.
4. Repair and testing of equipment shall be done at the Service provider’s
maintenance center and not at site.
5. Only a maintenance engineer with maintenance access card shall be able
to access maintenance mode of the device which shall allow the
maintenance engineer to diagnose the faults and update the device
settings directly, if required.
6. A repaired unit shall be tested for full functionality as at the time of initial
deployment and certified before it is reinstalled at any site.

6.4.2. Passenger Information System

S. No. Minimum Specifications Compliance


1. 3 Display LEDs on-board bus (Front, Rear, Inner)
2. Voice announcement system on Bus (Speakers, amplifier, driver
microphone)
3. On-board panic button
4. Web Portal for Bus route Schedule &ETA
5. Mobile Schedule Access System

6.4.2.1. PIS on bus


S. Minimum Specifications Compliance
No.
1. Passenger information system on bus shall function as an
independent system and shall not be directly dependent on the
CCS. They shall receive display information and voice
announcement commands from the onboard GPS vehicle
control module based on stored memory on the bus.
2. All devices proposed shall be compliant with Specifications of
PIS units provided in Annexure 1: MOUD Urban Bus
Specification II.
3. Voice Announcement system on Bus: The Voice PIS must play
clearly audible pre-recorded voice announcements informing
passengers of next bus station on route. The voice PIS shall

Page 97 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S. Minimum Specifications Compliance


No.
interface with the on-bus GPS module to gather location
information and making the appropriate next station
announcement.

6.4.2.2. Web Portal for Bus Schedule & ETA


S. Minimum Specifications Compliance
No.
1. SSCL’s transit web portal shall extend capabilities to passengers to download
route information, route schedule and real-time ETA from the web portal.
This information must be accessible using WAP enabled mobile phones also.
The portal shall have facilities for pass application, card top-up using
credit/debit cards. Etc.
2. The MSI shall also be required to develop mobile App for iOS, Android,
Windows mobile devices to enable commuter to use the same for the
purpose of travel information relating to service which may include, route
planning, ETA, Offers, Fare and route tables etc.
3. The portal shall act as a single source of information with regards to
transportation system in Saharanpur city and hence shall have all possible
interfaces like logging complaints, viewing transport information, real-time
updates, organizational structure, citizen blogs, etc.
4 The portal shall have sections which shall provide information related to
travel advisories, camera still feeds and PIS locations mapped on GIS map
with real-time data.

6.4.3. Bus on-board surveillance system

All on-board surveillance devices proposed shall be compliant with Specifications provided in
Annexure 1: MOUD Urban Bus Specification II.

6.4.3.1. Fixed Mini-Dome camera on board Buses


Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Parameters Minimum Specifications Compliance


1. Video H.265 or better
Compression
2. Video Resolution 1920 X 1080

Page 98 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameters Minimum Specifications Compliance


3. Frame rate Min. 30 fps
4. Image Sensor 1/ 3” Progressive Scan CMOS, 2MP
5. Lens Fixed 2.8 mm HD lens or better
6. Minimum Colour: 0.003 Lux (F2.0, AGC ON), 0 Lux with IR
Illumination
7. IR Illuminator Internal with range of 30 Mtrs or better
8. Day/Night Mode Colour, Mono, Auto
9. S/N Ratio ≥ 50 Db
10. Auto adjustment Colour, brightness, sharpness, contrast, white
+ Remote Control balance, exposure control, backlight compensation,
of Image settings Gain Control, Wide Dynamic Range
11. Protocol HTTP, HTTPS, FTP, RTSP, RTP, TCP, UDP, RTCP,
DHCP, UPnP, QoS, IPV4, IPV6, ONVIF Profile S
12. Security Password Protection, IP Address filtering, User
Access Log, HTTPS encryption
13. Operating 0° to 65°C
conditions
14. Casing NEMA 4X / IP-66 rated and IK10 rated
15. Certification UL/EN,CE,FCC
16. Local storage Minimum 256 GB Memory card in a Memory card
slot. In the event of failure of connectivity to the
central server the camera shall record video locally
on the SD card automatically. After the connectivity
is restored these recordings shall be automatically
merged with the server recording such that no
manual intervention is required to transfer the SD
card based recordings to server.
17. Power Source PoE, 12V

6.4.3.2. Mobile NVR on board Buses


# Minimum Specifications Compliance
1. 1 DIN Standard Size
2. Shock Absorbent Design
3. 1 TB Hard disk or better, 1 Memory card
4. Wi-Fi module (802.11 b/g/n supported, 2.4GHz)
5. 4 Channel Real-time H.264 encoding, 30 fps
6. Signals, Ethernet and USB Interfaces
7. 0° to 60°C

6.4.4. Automated Fare Collection System

AFCS should create a fare collection mechanism using interoperable standards with compliant
devices and media.

Page 99 of 429
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


1. Integrated Fare Collection and Validation Devices
2. Integration with CARD management system and Central Clearing and
settlement system of Financial Institution (Bank)
3. Integrate with ICCC
4. NCMC compliant fare collection media and devices
5. Open loop EMV/RuPay with Contactless Smartcards
6. QR code based Paper Tickets
7. Mobile application based ticketing using QR code and NFC in future
8. Mobile Wallet integrated with pre-paid account
9. Cater to needs of all types of users (occasional and daily)
10. Ability to define integrated fare matrix and rules to be used on media
and devices

6.4.4.1. General Requirements for AFCS


# Minimum Specifications Compliance
1. Shall have design life period of at least 5 years in terms of technology,
upgrades and scalability
2. Aid maintainability and reduce the requirement for spares
3. Use interchangeable modules which shall be accessible for prompt
exchange or repair and up gradations
4. The system shall be designed to attain the SSCL requirements as
required in this Specification.
5. AFC system shall be designed to process open loop Contactless Smart
Cards, QR codes and NFC. All Contactless EMV readers should support
EMV level 1 & applicable EMV Level 2 standard for Contactless EMV
media including card or NFC mobile application.
6. Open Architecture Solution for the AFC system
7. Adherence to International and National standards and practices for
the industry. (Published and maintained by organizations such as EMV,
ISO, CEN, and ISI etc.).
8. Interoperability - To ensure that SSCL shall be able to participate in an
open loop Smart Card market including other transit systems
9. The proposed solution (hardware and software) shall ensure:
 Vendor-independent delivery of modules / equipment as far as
possible.
 Use of Standard Commercial off the Shelf products and
software, encouraging use of non-proprietary items.
 Proven hardware platform: The system needs to be flexible and
configurable designed to allow future adaptation in a multi-
operator environment and government policies.
 The attainment of the reliability, availability, maintainability
and safety requirements of the system shall be verified by
analysis, testing and system demonstrations as required in the
Specifications.

Page 100 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.4.4.2. Systems and Equipment


# Minimum Specifications Compliance
1. Terminal Equipment: Provide local fault monitoring of the AFC installation,
traffic statistics and revenue reports etc. The workstation shall also comprise
of any additional hardware/ software required to complete the AFC
ecosystem.
2. Issuance Infrastructure: This shall comprise of setting up the issuance
infrastructure at the POS and provide ticket top-up and validation machines.
The issuance setup at the POS shall comprise of equipment required for
issuance of fare media.
3. Fare Media Acceptance Infrastructure: This shall comprise of open loop
contactless readers, QR based paper ticket readers and readers to process
mobile based ticketing media. The infrastructure shall also help resolve any
queries related to the functioning of the fare media. This infrastructure shall
be made available at the Automatic Gates, POS etc.
4. Cable routes, earthing and equipment fixings up to designated interface
points
5. Local Area Network (LAN): This shall comprise of networking of the
systems including, but not limited to, point of sale, servers and all network
equipment’s necessary for operations. Complete Terminal level networking
works and network equipment like Switches, Routers including Ethernet,
ties, conduits, legends, terminations, other accessories, and all fixing and
termination accessories.
6. Terminal Server: Terminal server shall be the Terminal level AFC
management application responsible for monitoring terminal level
equipment, generating terminal level reports, receiving usage data from
terminal level equipment, sending control command and downloading
system parameter & ticket price list to terminal equipment’s from Central
AFC system.
7. Interface to the Central Smart Card based AFC system and Station AFC
equipment and infrastructure.

6.4.4.3. AFC Server

Central system of AFCS: The Central system shall consist of the AFC transaction & Configuration
Application integrated with a smart card host system provided by Financial Institution (Bank). The
system shall be used to set configuration parameters (such as tariff tables etc.) that would be required
to operate the system. The smart card host system provided by Financial Institution (Bank) shall be
hosting the transit smart cards and perform key management for all the AFC devices. The system
would host all the information required for processing the fare media within the transit ecosystem.
It shall function as a Management Information System (MIS) and also as a communication layer.

The Smart Card based AFC system architecture as described above need standard specifications and
interfaces defined at card, reader and smart card host level to work seamlessly in tandem with each
other and in a secured manner.

Page 101 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


1. Central AFC Application shall be centrally hosted control center on
servers and other hardware/software components for
data/application/keys configuration on all AFC devices & equipment,
Transaction Processing, generating detailed summary reports of
ticketing and travel for SSCL management, Controlling and monitoring
the AFC ecosystem.
2. In addition, Key Management function through necessary hardware and
acceptance & management of the fare media processing and security as
per business requirements at reader level shall also be a basic function
expected of the smart card host solution.
3. It shall also act as a communication bridge between the external
peripheral systems and Terminal Server.
4. AFC application software shall be preferably web-based software, which
could be accessed from any-where, anytime, by authorized users with
proper authentication and authorization.
5. Local Area Network (LAN) and Wide Area Network (WAN): All AFC
Equipment and terminal server should be interconnected on LAN. Inter
site communication between central server and a terminal server is to
be carried out using appropriate available Wide Area network. Other
external communication like bank gateway, other applications can also
use WAN.
6. Provisioning, fixing and arranging of Cable routes, earthing and
equipment fixings are to be done by the MSI.
7. SSCL AFC system shall Interface internally with the Terminal Server
equipment, AFC devices and with the smart card host.
8. Smart Card Host (to be supplied by Financial Institution (Bank) of
SSCL): This system shall issue contactless open loop fare media.
This system would undertake all functions required for issuance
of media, transaction processing, card life cycle management,
security etc. associated with open loop fare media and shall
interface with SSCL Central AFC system for acceptance of usage
data and key management. This shall also include sending the
configuration parameters and data for keys, black list etc. to the
AFC system wherever applicable.
9. All equipment / items associated along with any interfaces required to
ensure operation within the performance requirements.
10. Maintenance Spare Parts, Special tools and test equipment.
11. Scope of Software Supply shall, as a minimum but not restricted to,
include all software required for the AFC system including:
12. Development/Customization of AFC application software;
13. Application Programming Interface (API) software;
14. Simulator software;
15. Antivirus software, etc.
16. The Bidder shall supply to SSCL all software solution relevant to all of
the AFC equipment, for AMC’s staff to carry out successful ticketing
operations.

Page 102 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


17. Bidder shall provide detailed interface specifications for following
interfaces (API’s, DLL’s Documentation):
 Fare Media to AFC Equipment
 AFC Equipment (POS) to Terminal Server
 Terminal Server to Central Server
 Smart Card Host to Central Server
 Various external agencies (Bank, gateway, applications)
18. Central AFC Application shall be centrally hosted control center on
servers and other hardware/software components for
data/application/keys configuration on all AFC devices & equipment,
Transaction Processing, generating detailed summary reports of
ticketing and travel for SSCL management, Controlling and monitoring
the AFC ecosystem.
19. Key Management function through necessary hardware and acceptance
& management of the fare media processing and security as per
business requirements at reader level shall also be a basic function
expected of the smart card host solution.
20. It shall also act as a communication bridge between the external
peripheral systems and Terminal Server.
21. AFC application software shall be preferably web-based software, which
could be accessed from any-where, anytime, by authorized users with
proper authentication and authorization.

6.4.4.4. Integrated AFCS Management Platform

The integrated payments platform and collection system shall enable transit system within
Saharanpur city to deliver integrated and seamless travel and payments experience to its citizens.
The common system shall deliver workflow and rules management capability so that individual
systems can manage their operations compliant to their functional requirements. This can able be
utilized by other systems and services for payments.

# Minimum Specifications Compliance


1. The MSI shall be required to implement central payments and automated fare
collection system in a way that shall have provisioning capability to on-board
functionality based on the user requirements in automated manner. The
integration shall be facilitated by publishing open interface protocols so that
diverse set of hardware technologies can be integrated into the system.
2. The system shall provide capability to individual users based on workflow, rules
and authorization to carry out business functions designated for the user types.
3. The central operation management platform shall create unique operational
capability for individual stakeholders to meet their operational requirement and
hence augment their operational capability to better respond to the service
requests.
4. The system shall provide interface with Financial Services for central clearing
system, card supply, card management and security management via SAM devices

Page 103 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.4.4.5. Smart Card Management


# Minimum Specifications Compliance
1. To support customer service, it shall be possible for SSCL to view the
following information for each smart card:
a. Passenger name (wherever available)
b. Smart Card Serial Number
c. Smart card issue date and time
d. Fare payment transaction history
e. Revaluing transactions history
f. Trip history for at least 24 months
g. Stored value balance
h. Currently trip details (if applicable)
i. If smart card is blocked, reason for blockage (e.g. user reported
lost/stolen, expired)
j. If the smart card is a pass, in addition to the above the following
have to be satisfied:
k. Type of pass (if applicable)
l. Address (in case of pass)
m. Personal details of the passenger ( in case of pass)
n. Photograph (in case of pass) Scanned proofs and supporting
documents (in case of pass)

2. Smart card recharge can be done using devices at the Point of Sale location / service
delivery points as well as the Point of Sale Workstation for Smart Card
Personalization.
3. The station POS shall have an interface visible to both POS Operator and
customer, to allow entry of the amount of stored value to be added to the smart
card and incorporating an integrated display and data entry/selection mechanism
4. The POS equipment shall indicate when a revaluing transaction has not been
completed successfully for a potentially transitory reason. Indication shall be via
the interface, using both the display providing a brief message instructing the
customer to retry the transaction, and a distinct configurable audio message.
Potential reasons for this condition could include
a. smart card not correctly placed in the revaluing device field or
removed from the field too quickly,
b. multiple smart card present, simultaneously in the revaluing device
field,
c. Loss of connection/incomplete transmission of data between device
and the central system, error response from the central system, and
media not successfully read etc.

5. The POS equipment shall indicate when a revaluing transaction has not been
completed successfully due to the smart card being blocked. Indication shall be via
the interface, using both the display providing a brief descriptive message and a
distinct configurable audio message.
6. The interface shall be such that an experienced POS Operator can complete the
entire process of revaluing smart cards in less than 5 seconds and the transaction
updated to the central system within 6 seconds.
7. 1. The POS equipment shall transmit the following transaction details
when performing a smartcard revaluing transaction:
a. Date and Time of Transaction

Page 104 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


b. Device Identification Number
c. Smart Card Serial Number
d. Value Added
Smart card contents at end of transaction (e.g. stored value balance)
8.
9. The revaluing device shall confirm when a revaluing transaction has been
completed successfully via the interface, using both the display and a distinct
configurable audio message.
10. The time to complete a transaction, measured from the time that the customer
presents the smart media until the time that the revaluing device confirms a
successful transaction (or indicates a transaction not completed successfully), shall
not be longer than one second.
11. The revaluing device shall have functionality to check and display to customers the
balance on their smart card.
12. The central system shall reconcile stored value loaded on smart cards with the
revaluing transactions and use transactions for the same smart cards, and shall
identify cards that appear to have stored value that was not paid for.
13. The central software shall support the ability to block individual smart cards from
use with the system.
14. The blocked card list shall be maintained on each system device that includes a
smart card revaluing device.
15. Blocked card list updates (to add or remove cards from the blocked card list) shall
be updated to all applicable system devices within 15 minute intervals.
16. It shall be possible to block multiple or series of smart cards based on serial
numbers.
17. It shall be possible to un-block/restore a smart card.
18. Synchronizing with bank card host system
19. Smart card contents at end of transaction (e.g. stored value balance)

6.4.4.6. Operational Requirements


# Minimum Specifications Compliance
1. SSCL AFCS shall operate in compliance to the requirements of Business Rules of
transit and other application areas and shall be designed to readily accommodate
future modifications to the Business Rules.
2. The MSI shall make available the necessary AFCS solution to ensure smooth
operations by the SSCL/SMC/Other Stakdeholder staff
3. MSI shall provide technical maintenance and support from the software throughout
the tenure of the project whereas provide maintenance and support for the
hardware till the defined contract period for hardware.
4. MSI shall propose and, if agreed by SSCL, develop applications to cater for future
business rules of SSCL/SMC implementation areas.
5. Bidder shall liaise with SSCL during design stage to establish all configurable
parameters.
6. Parameters appropriate to operating features of AFC system shall be easily
configurable in order to implement modifications, as required, throughout the
lifetime of the installation.

Page 105 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


7. It shall be possible for such changes to be performed at the AFC Central Computer
with facility provided to allow the changes to be downloaded to the station
equipment through Station server and become effective at a specified future date.
The terminal equipment shall send an acknowledgement to the AFC Central
8. Computer for the acceptance and validation of the new Equipment Operating Data
parameters through terminal Server.
9. The AFC central system shall be able to distribute global Equipment Operating Data
parameters so as to ensure smooth and uniform operation at each terminal
regarding system performance, design functionality and passenger traffic, etc.
10. The total time required to download configuration parameters from the AFC Central
Computer to all terminal devices shall be a maximum of thirty (30) minutes.
11. During the parameter download, the terminal equipment shall be able to operate
normally and the transitioning time to switch to new operational parameters shall
not affect normal operations.
12. Terminal equipment shall retain in memory at least the most recent two versions of
configuration parameters and it shall be possible to switch back to previous version
of Equipment Operating Data, if required.
13. In the event that the calendar expires the system shall continue to operate using the
latest set of parameters.

14. MSI shall establish and implement leading practices of IT service Management like
Information Technology Infrastructure Library (ITIL), International Organization
for Standardization (ISO)/IEC 20000 standard, which shall promote the adoption of
an integrated process approach to effectively deliver managed services to meet the
requirements of SSCL
15. MSI shall identify all assets and document the importance of these assets. The asset
inventory shall include all the information necessary in order to recover from a
disaster, including type of assets, format, location, backup information, license
information etc.
16. MSI shall undertake scheduled and ad-hoc maintenance (on need basis) and
operations like Data backup, replication, patch management and upgrades as per
SSCL standards
17. When implementing the operational requirements, the MSI shall ensure that all
associated security/ frauds problems are addressed.
18. The AFC system for SSCL shall be a cyclic system that requires checking of tickets
both at entry and exit gates.
19. AFCS Equipment shall aid maintainability and reduce the requirement for spares;
all AFCS Equipment shall use interchangeable modules. Modules shall be
accessible for prompt exchange or repair. Modules performing identical or similar
functions in AFCS Equipment shall be mounted in the same location within each
cabinet and shall be physically and electrically interchangeable as far as possible.

Page 106 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.4.4.7. Ticketing Scheme Rules


# Minimum Specifications Compliance
1. The MSI shall give necessary support to ensure that a business rules document
is prepared that contains the requirements as per SSCL and includes best
practices and is in a format that supports relatively easy customization and
upgrade of the application software provided by the Bidder.
2. AFCS application software shall result in a design which, when implemented, at
site shall be fully compliant with SSCL’s business rules.
3. Design of the application software shall be highly flexible and easy to implement
so as to easily accommodate future changes to the business rules including
specific requirements to accommodate future / integration with extensions to
SSCL and interworking, via CCHS, with other modes of transport provided by
various service providers.
4. The business rules will be optimized in conjunction with SSCL, to deliver a final
version within a timeline mutually agreed with SSCL. However, the MSI based on
the preliminary business rules, without impinging upon project program or cost,
shall develop the necessary software.
5. The Business Rules shall define the use of the fare collection system which shall,
as a minimum, include the following:
 Operating day;
 Fare structure whether flat, distance based, time-based or zone
based;
 Fare products concerning the range of tickets available for
purchase by commuters such as single journey, return journey,
multi-ride, daily, weekly and monthly season tickets;
 Fare levels concerning the price of each fare product and any
restrictions on use, such as outside rush-hour;
 Fare based on media concerning the particular technology used to
process ticket transactions for different types of fare media like
RPT, QR code, Mobile based NFC ticketing and EMV smart cards.
 Payment options available for fare product purchase such as by
cash, credit, prepaid and debit card;
 Locations where fare products may be purchased such as Ticket
Vending Machines, Ticket Offices, Internet Sales and Mobile based
sales; etc.
 Policy on excess fares and locations for excess fare payment;
 Procedures for handling customer service including information
and complaints;
 Sales issues pertaining to refunds and credits;
 Exceptions related to fare media performance and errors
concerning transactions;
 Rules for issue and initialization of fare products;
 Refunds, deposits, receipts, charges, discounts and penalties;
 Category of commuter with appropriate rule such as for pensioner,
children, maintenance staff, etc.
 Interoperability with other modes of transport
 Handling of degraded and emergency operation, etc.

Page 107 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.4.4.8. Tickets

Smart Card based AFC system shall use following type of recyclable tickets in the system of SSCL

# Minimum Specifications Compliance


1. Contactless EMV Smart Card: For multiple journey, Staff pass and other tickets
retained by the passenger. MSI shall provide dual interface EMV smart cards
that could be used as contactless card within metro and could also be used as a
Contact or Contactless media on the other EMV terminals within the country or
internationally Quick Response Code (QR Code): These are the QR codes that
can be shown on AFC system (Ticket validation machine) for validation. QR
codes should be generated using the mobile application or web based
application for one-time journey. QR Code can be downloaded on to smart
mobiles phones through web or mobile application portal. QR code can be
printed on plain paper (other than station premises) where the passenger has
made payment on web application.
2. Near Field Communication (NFC) based
 The Issuance ecosystem shall be designed to enable other
emerging fare media technologies like Near Field Communication
(NFC) to be introduced
 Compatible with ISO/IEC 14443 and 18092 and compliant to
associated international standards, with absolutely NO disruption
to working systems.
3. The Financial Institutions shelling to roll out such media shall do so along with
SSCL and the acceptance readers, provided by MSI as part of this project, shall be
able to read such media.

6.4.4.9. Fare Products


S. Minimum Specifications Compliance
No.
1. 1. Fares
a. The Smart Card based AFC system shall be designed to
accommodate and configure, as required at locations and
assets mentioned in BOM.
b. Each ticket type shall have its own downloadable fare table.
c. For a fare table change, it shall be possible to download the
new fare table from the Central Smart Card based AFC system
server ahead of implementation date.
d. The Smart Card based AFC system shall make provision to
maintain an accurate current calendar covering a minimum
period of next 12 months.
2. Open Loop Prepaid
a. It is a limited duration fare media (prepaid card or NFC media)
issued to carry fare products and e-purse.
3. Weekly/Monthly Pass

Page 108 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S. Minimum Specifications Compliance


No.
a. Unlimited Journey during validity. The Pass could be issued on
an EMV card and NFC media and should be capable for the
following:
 Fixed Origin (Station)-Fixed Destination (Station)
 Any Origin (Station)-Fixed Destination (Station)
 Fixed Origin (Station)-Any destination (Station)
 Fixed Zone (origin) - Fixed Destination (Zone)
 Fixed Zone (origin) - Any Destination (Zone)
 Any Zone (origin) - Fixed Destination (Zone)
b. The Smart Card based AFC system shall, in the future, be able
to readily process any other ticket type as defined by the
Business Rules appropriate to integration between SSCL,
future extensions to SSCL and inter-working between the
future networks provided by other Service Providers.
c. All ticket types shall be distinct in color and style in accordance
with a format to be agreed with SSCL.
d. All smart card types shall be suitable for personalization like
incorporating a photograph of the user and carry the required
logos of the required stakeholders.
4. Operating Day
a. For revenue reconciliation a distinction shall be made between
the consecutive operating days (extends from midnight to
midnight).
b. The Smart Card based AFC system shall support overnight
operation to avoid inconvenience to passengers who enter the
system before midnight and exit the following day after
midnight,
c. The tickets issued before midnight shall be valid up to 05:00
Hrs. of the following day.
5. Blacklisted Tickets
a. The ICCC shall allow the operator to enter a list of blacklisted
tickets. These tickets IDs shall be downloaded to the AFC
equipment at Terminals from ICCC.
b. Provision is required to enter the blacklist ticket as series.
c. AFC POS/validators shall reject blacklisted tickets for add
value functions and display the reason to inform the operator.
Each detection of blacklisted ticket shall be recorded at the
terminal Server and ICCC.
6. Special Modes

Page 109 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S. Minimum Specifications Compliance


No.
a. It shall be possible to operate the system in following special
modes through Terminal Server, ICCC:
 Time mode override: Time check in system is bypassed
 Entry / Exit override: Entry/exit check in system bypassed
 Station Close: Entry gates are closed
 Emergency Mode: All gates become open
 Incident Mode No amount deducted from Smart Cards. No
entry/exit bit is marked.

6.4.4.10. AFCS Central Control System (CCS)

Minimum Specifications Compliance


1. The central control system represents the operational center of the
transport service where AFCS application system shall be used to
manage inputs from the field devices, the fare management systems,
fare matrix/tables database etc. Information retrieved by the control
center from the field AFCS devices shall be processed by central
AFCS application for consolidation and settlement purposes. The
center shall also act as central payments management center for the
purpose of administrative and process controls and information
delivery.
2. The central control center shall act as a nerve center for the
purposes of revenue operations management for the city related to
services connected to AFCS services. The systems implemented as
part of AFCS allow variety of technical and operations profiles to be
deployed to manage management needs on real-time basis. Some of
the profile types are such as fare controllers, incident managers,
back office reconciliation and reporting etc. including the technical
staff ensure business services are delivered as expected and in-event
of exceptions, the same are managed to reduce any impact on
operations and business.
3. The job involves monitoring and maintaining operational functions
of an electronic reporting facility requiring the ability to monitor and
maintain a range of electronic & software services, security and
telecommunications systems, receive, interpret and transmit
information and determine responses to incidents and; monitoring

Page 110 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Minimum Specifications Compliance


the security of persons and infrastructure from a control room
perspective requiring the ability to effectively operate security
systems to monitor activities, co-ordinate appropriate responses to
incidents and organise relevant procedures via stand operating
procedures.
4. Some of the common functions carried out at CCS are:
 Monitor and maintain electronic & software systems
 Process and organize data
 Respond to incident
 Prepare for operations
 Monitor security activities
 Maintain systems and information
5. The Central Control System shall act as the integration and common
ITS and financial services infrastructure management center which
includes central applications, computing infrastructure and
communication system. CCS shall enable data and information from
all AFCS and other services linked equipment’s installed at Bus
Depots/ Buses / Bus Terminals and other locations to be collected
and processed for requirements mentioned in the scope of the
implementation.
6. The CCS shall process data in real time and schedule basis based on
the process requirements from all the equipment through an online
connected compute infrastructure to enable service delivery
functions, service control and management, compliances and
planning purposes.
7. The MSI shall consult with the SSCL on proposals for the type and
range of operational and maintenance information to be prepared.
The final content and format of presentation of processed data shall
be discussed and finalised with SSCL. All process as may be agreed
between SSCL and MSI at requirement finalization stage shall be
process in term of SOP’s and implemented on the integrated
platform using appropriate applications within the scope of
implementation.
8. The operator interface to the CCS shall facilitate operations
management, reporting and service delivery based on the individual
functions identified for such resources.
9. A hierarchical access control system shall be incorporated across the
system to ensure that persons can only gain access to the
information or facilities that are relevant and authorized to their
specific job.

Page 111 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Minimum Specifications Compliance


10. The CCS shall be capable of connectivity with various suitable
communication service providers providing GPRS / CDMA / fixed
line like broadband and leased lines. All communication networks
shall be set up, managed and maintained by the service provider
through appropriate contracting terms with communications
service providers.
11. The CCS shall download configuration data to the fare management
equipment’s through terminal servers and OTA/physical in case of
handheld / mobile devices for updating purposes. The information
shall include system parameters, fare tables, blacklists, device
parameters date and time synchronization, sub-system application
updates and employee identification number and password updates
etc. The CCS shall also manage configuration, security and processes
for other equipment’s deployed at various locations under the scope
of this RFP
12. The CCS shall be designed for autonomous operation of the various
components of the AFCS & other payment services to ensure that a
failure in any one component of the system shall not disrupt the
system as a whole.
13. The CCS shall also provide stand-in facilities, in the event of
prolonged communication failure with the systems.
14. Depot configuration data files on the CCS shall be copied onto a
backup media and hand carried to the Depots for Bus devices, if
necessary.
15. The central control center, fare & payments controllers should be
provided with multi-screen option to perform analysis and event
tracking in a way that data collaboration can be done.
16. The system should additionally provide ad-hoc query based
interface for the analysts to perform complex analysis. The system
should provide functions to create new analysis / reports based on
the user needs and same shall become part of the user report bin.
17. The Central Control System shall generate the necessary
management reports from all transaction information received from
the field equipment’s.
18. The CCS shall automatically collate all operations data; authenticate
security features of operations data from the AFCS to provide secure
and accurate audit and traffic statistics for the Buses / Routes of the
depot.
19. Controllers shall be responsible for ensuring effective delivery of
transit services to customers through responsible supervision and

Page 112 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Minimum Specifications Compliance


communication with ticketing operators. Controllers are
responsible for direct supervision, prudent communications and
support of operations service transit staff with regards to safety,
service, scheduling and detailed documentation. Goals are to ensure
a high quality transit service to customers, while maintaining a
safety-first environment and cost effective system.
20. The CCS shall be responsible for fare and payments management
services, communications, utilization of transit supervisors,
spontaneous decision-making, answering phone calls, performing
detailed data entry, and overall revenue management of Public
Transit operations.
21. The CCS shall maintain duties including Help Desk and support
functions, with a complete working knowledge of the revenue
management systems and also about the electronic ticket products.
CCS Staff must be knowledgeable of work rules, transit contract
parameters and be proficient with Microsoft Windows Applications.
CCS Controllers work closely with and in support of Bus Operators,
Transit Supervisors, and any other contractor or city department /
personnel, to ensure a high quality customer service experience to
citizens. Primary Controller duties include; responding to all
communications in a professional and helpful manner, ensuring that
actions taken are quick and effective in handling the variety of
situations that occur on a daily basis, including routine and
emergency situations. Controller duties involve a high level of stress,
while maintaining composure, professionalism and courtesy.
Controllers are responsible for making on-the-spot analyses and
decisions within the realm of authority, transit policy, contract terms
and agreements. Controllers work varied hours, days and shifts, and
may fill in as necessary. Controllers shall perform other CCS related
duties as assigned.
22. The system should be able to provide decision support system to the
control center managers to dynamically manage revenue systems.
23. The CCS shall communicate with field fare management devices via
appropriate network and process the data received to provide
overall audit, statistical and operational information.
24. The bidder shall consult with SSCL on proposals for the type and
range of maintenance and financial information to be prepared. The
final content and format of presentation of processed data shall be
submitted to SSCL for approval.

Page 113 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Minimum Specifications Compliance


25. The operator interface to the CCS shall facilitate the preparation of
ad-hoc reports and shall permit both scheduled and ad-hoc reports
to be produced with data corresponding to user selectable short
time periods within an operating day.
26. A hierarchical password structure shall be incorporated to ensure
that persons can only gain access to the information or facilities that
are relevant to their specific job.
27. The data transferred from the Terminal Server and handheld
devices to the CCS shall include, as a minimum, information such as
usage of various equipment, number and cash value of all classes of
fare media issued and applicable media topped up, POS shift
revenue, fault reports and terminal of origin and destination traffic
data by fare media types.
28. The CCS shall have facilities to generate and update blacklists for all
applicable fare media and to download these lists to the field devices.
29. The CCS shall download parameter data to the Terminal Server for
updating. There should be provision to transfer EOD parameter all
or selected devices. The information shall include system
parameters, the fare tables, validity times, date and time
synchronization, blacklist and employee identification number and
password updates.
30. The CCS shall download program files to the Terminal Server
including updates to operating software modules, graphics files, look
up tables etc., in addition to parameter files. The CCS shall be able to
support applicable fare media replacement and refund applications
from POS.
31. If smart card is corrupted, the operator shall input its engraved or
printed card identification number to retrieve the recent usage of
the smart card together with the remaining value, unused number of
trips or expiry date depending on the class of smart card.
32. The CCS shall also provide fall-back facilities, in the event of
prolonged communication failure with field devices. Configuration
data files on the CCS shall be copied onto a backup media and hand
carried for field use, if necessary.
33. Revenue data from field devices shall be copied onto a backup media
and hand carried to the CCS for input. The CCS shall be able to read
the station data from the backup media store the data in temporary
files and merge the data with other station data.
34. All critical alarms shall be transmitted to the CCS in real time.

Page 114 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Minimum Specifications Compliance


35. The communication network shall be equipped with built-in error
detection and transmission retries to ensure accuracy and
dependability of data transmission.
36. A cut off time shall be agreed with the SSCL to define the end of one
operating day and the beginning of the next for data consolidation
and reporting purposes.
37. The MSI shall propose and define the sequence for end of operating
day processing including the time allowed for the printing of reports
that are required on a routine basis.
38. The Central Computer System shall include, but not be limited to, the
following main units:
a. Complete Central System with required data servers,
application servers, Middleware etc.
b. Archiving mechanism
c. Equipment management
d. Key Management System provided by Financial Institution
e. Network management console
f. Local Workstation
g. AFCS LAN at CCS
h. Any other equipment as per finalization of design
39. The software provided shall include a package consisting of
computer operating system software, diagnostic, testing,
development and support software and AFCS application software,
including software to manage and safeguard security keys for smart
cards and software for the generation and modification of report
contents and presentation.
40. Corresponding software shall be provided for all CCS Workstations
to ensure that all features of the CCS are accessible at all locations
through web browser interface in accordance with user access
rights.
41. All reports shall be generated in a form that can be easily exported
to Microsoft Office application format for off-line storage, analysis
and editing.
42. The output reports from CCS shall be available in the standard
format like Excel, CSV, XML, PDF, etc.
43. Security features shall be incorporated to prevent tampering with
any data, programs, or other facilities of the CCS.
44. All computer software documentation for the CCS including
workstations shall be provided by the bidder. The documentation
shall include system requirements analysis, system design, program

Page 115 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Minimum Specifications Compliance


descriptions, listings, source and object files, flow diagrams,
methods of execution and other necessary information, as required
by the Employer. This information shall be supplied prior to the
start of production of software documentation.
45. Password hierarchy shall be setup for different operator access
level.
46. The CCS shall be capable of checking and handling exception,
missing, duplicate, delayed and fabricated data.
47. The CCS shall maintain and download the AFCS parameters to the
field devices. The AFCS parameters to be maintained shall include,
but not restricted to the following:
a. System parameters
b. Device parameters
c. Fare related parameters
d. Fare media ticketing related parameters and
e. Blacklist tables (Derived for Financial Institution System)
48. Parameters shall have an effective date and time which may be any
time in the future or in the past such that they are applied with
immediate effect. If the effective date and time is set in the future,
these parameters shall take effect on the specified date and time
without further operator intervention.
49. The AFCS shall be able to handle at least two versions of future
parameters. However, there shall only be one current parameter list
in the system and the system shall ensure that only one version of
parameters takes effect in the system at any one time. Once the
parameters take effect, they shall be locked to prevent any
modification.
50. The system shall allow only authorized staff to maintain parameters.
A facility shall be provided as part of the CCS whereby the
operational parameters can be modified and once verified can be
transmitted to the filed devices for implementation at a date and
time to be specified. It shall be possible to use back-up media to
allow for change in operational parameters to be implemented in the
event that the communication links are down.
51. Parameters shall be grouped in files according to the different levels
of validation required such that, for example, gate over ride
parameters can be sent separately from fare tables and without the
same level of validation.
52. The design of the database system shall be arranged to keep track of
all valid fare media in circulation. This information shall aid in

Page 116 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Minimum Specifications Compliance


reporting any abnormal usage of stored value or trips and in
providing refunds for corrupted fare media.
53. The database system shall satisfy the following requirements:
a. Full-function, RDBMS based on SQL or any other recognized
database
b. Support complicated data structure, multi-user,
multiprocessing, large capacity operation
c. Offer data integration, data recovery and security
d. Support parallel processing
e. Provide disk mirroring functions
f. Authority control shall be independent of that of the
operating system.
g. Offer multilevel safety management of database.
54. Data storage capacity shall be sufficient to maintain a minimum of
six months transaction data available on line for ad-hoc report
generation and other investigations.
55. The volume of data to be calculated for this requirement shall
assumed based on the passengers travelling on 50 standard size
buses on 60 km of corridors’ length.
56. To maximize the utilization of the disk space of the system, system
data shall undergo a regular housekeeping process. Housekeeping
shall cover the files created by the CCS and the files relative to each
subsystem.
57. Any outdated or invalid files shall not be archived. Duplicated
records in the database and records where only the latest data need
to be retained shall be merged and archived.
58. The system shall be able to backup and recover data according to
different modes and periods of backup required based on their
criticality and data volume.
59. It shall be possible to restore archived data covering periods up to
six (6) months at a time and use this data for the preparation of ad-
hoc enquiries and reports.
60. The system shall have the functionality to backup and recover all key
data (usage data, system data) and files.
61. Data to be transmitted from AFC equipment to the Terminal Server
and further to CCS shall be divided into the following categories.
Transaction Data
Accounting and statistical data including cash accounting, ticket
sales, passenger traffic, gate data, origin and destination data etc.
Audit Data

Page 117 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Minimum Specifications Compliance


Details of audit data of each machine including data of non-
resettable registers
Status Data
Status data including faults, maintenance alerts, mode of
operation Alarms, Events and Warning data etc.
62. Data shall also be downloaded from the CCS facility to the filed
devices. This data shall be operational and security data type. The
data to be locally managed at CCS shall be Control and Maintenance
Data.
63. System should have inbuilt process to ensure completeness of data
from different levels.
Operational Data :

EOD such as fare tables, date and time, peak and off-peak,
promotional features, discounts etc.
Security Data
Security data shall include keys and list of black listed tickets.
Control data
Modes of operation of equipment and station
64. MSI to propose and follow secure equipment management of all
AFCS devices including new equipment registration, equipment
removal or deletion.
65. Identification and blacklisting of fraudulent, stolen / lost equipment.
66. Security requirements: - Security shall cover following aspects
applicable to Smart Card based AFC system Physical protection of
equipment
a. Security of data and transactions
b. Support for symmetric and asymmetric keys
c. System security
d. Protection of revenue
e. Security of cash through audit trails
67. The AFCS devices shall resist tamper by either passengers or
unauthorized staff of the SSCL’s representative or unauthorized
access by staff.
68. Valid identification shall be required before opening any machine
containing cash or tickets.
69. All devices shall have locked enclosures to satisfy the overall
security requirement.
70. All fare media shall be protected from being tampered with during
the period that they are being processed within a device. It shall be

Page 118 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Minimum Specifications Compliance


impossible to substitute a ticket or card and validate it once a
transaction has been initiated.
71. The system shall provide multiple sets of keys for every equipment.
Similar equipment shall be keyed similarly. The keying arrangement
shall be with the approval of the SSCL’s authorized representative.
72. The System should also provide two factor authentication system via
user and biometric authentication services for POS device
operations. The software should provide biometric based enrolment
system for the POS operators and same should be used to allow the
users to login into the ticketing device.
73. The AFCS devices and system shall provide a complete audit trail of
all transactions, transfers of cash and other payments.
74. The equipment shall be designed with features, which deter
possibility of revenue losses from altering, copying or counterfeiting
of the tickets.
75. Unique ticket id - Fail-safe features shall be incorporated to check
that no duplicate ticket ids are introduced in the system, either
through hardware or software failures. System shall address any
other fraud mechanism for revenue erosion from automatic fare
collection and accounts system. Sufficient security shall be provided
to prevent an increase in the remaining value of the ticket except at
machines having revaluation function.
76. System design shall ensure protection from unauthorized access and
changes to the systems and software. All software / firmware
supplied by the bidder shall be free of virus. Suitable mechanisms to
handle any possibility of system being infected by any virus shall be
incorporated. Up gradation of such measures, from time to time shall
be the responsibility of the bidder.
77. The CCS shall generate specific reports automatically at end of day.
The CCS shall collate, format and enable end of day and ad-hoc
reports to be printed from the data transmitted by the various AFCS
Devices. Data shall be stored in a relational data base structure to
permit ad-hoc and detailed log reporting. All reports to be read only
and printable in PDF format. Option to change in MS Excel format is
also required.
78. The MSI shall finalize report design during design review with the
Employer’s engineer. Suitable web intelligence software for
accessing reports remotely shall be provided.
79. The reports shall include but not be limited to:

Page 119 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Minimum Specifications Compliance


Daily Summary Report : Summary of all ticketing, financial
transactions / cash received or refunded. Station wise, ticket wise
Shift consultancy reports :All ticketing, financial transactions. Each
transaction with date and time stamped.
Aggregated /Consolidation reports :All Transaction based, Audit
registers based and Revenue figures.
Traffic reports :Entry/Exit Gate passenger flow. Ticket wise,
station wise
Individual ticket transaction history
Operator action reports
Log reports :Chronological report of daily activities. Each event
shall have date and time recorded.
Paper Ticket stock inventory reports : Detailed reports for
global stock position, location wise stock reconciliation
Equipment inventory : for equipment installed and removed
Events, alarms, warnings
Quarterly stock position :Station ticket stock report by 15 minutes
frequency
Quarterly Traffic : To calculate number of passengers at station or
access at that time Traffic report by 15 minutes frequency and
passengers in and passengers out per 15 minutes frequency
throughout the operating day, with sub-totals for each hour and
grand total for the day.
Reliability analysis (for reliability, accessibility, maintainability
measurements) : For MTTR, MTBF, MCBF
Maintenance and failure reporting
System reports : System configuration related
Non AFCS revenue : Station wise as well as at CCS level
Any other report required by SSCL’s representative.
80. Complete list of reports shall be finalized during design phase.
81. Event log, chronological report of daily activities by item of Station
Level equipment. Each event shall have date and time recorded.
82. The purpose of the functionality is to provide an efficient revenue
management system for SSCL. Central system shall have feature for
automatic generation of daily, monthly & yearly reports for revenue
reconciliation using the revenue data - transactions, audit register
and cash amount. Reports shall be generated global, station wise,
operator wise and shift wise.
83. It shall provide a transparent account of revenue figures. Any
discrepancy highlighted in revenue figures reconciliation shall be
visible in the detailed reports.

Page 120 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Minimum Specifications Compliance


84. Customized reporting tool for detailed periodic reports for
maintenance log - failure information, corrective action, faulty /
replaced module (with unique serial no.), calculation of MTTR,
MTBF, MCBF etc.
85. It shall include inventory flow and management feature - Account of
movement and stock of faulty, replaced, repaired, workshop and
spare equipment / modules.
86. The MSI shall supply the hardware and software for automatic top-
up of smart card through credit cards/debit cards or similar banking
instruments. Automatic top-up of smart card shall be possible on
reaching a predefined threshold value. Operational mode and
requirements are to be defined in co-operation with bidder s and
credit/ Debit card providers or other Banking Channels.
87. Top up via a dedicated website by use of a credit or debit card shall
be included. Hardware, software and website design shall be
provided by the MSI.
88. Test platform system of suitable configuration shall be included in
the CCS delivery. This facility should allow SSCL to test the system
end to end. It shall include all software, hardware, simulators and
interfaces required for the purpose of system testing (before
deployment) and future modifications and upgrades.
89. AMC has the objective of integrating the use of the AFCS with other
transit and non-transit service providers. Fare and service
integration of all transit systems. Also, the integration shall be
required with the Central Clearing House capable of financial
clearing with Payment Schemes like Visa or MasterCard or RuPay.
90. Bidder shall make all necessary provisions in the AFCS in order to
achieve this objective.
91. Bidder shall provide an external interface and integration manual
(“External Interface and Integration Manual”) which shall detail the
features of the AFCS, interface points, protocols, software and
hardware requirements for interface and integration with other
service providers together with guidelines and other requirements
for integration and testing of the AFCS with other service providers.
92. The bidder shall make provisions in the design and manufacturing
of AFCS equipment for necessary compatibility with the use of
mobile technologies like QR code and NFC to enable usage of mobile
phones as fare media.

Page 121 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Minimum Specifications Compliance


93. To this end, the acceptance readers installed at bus station and buses
shall be compatible with EMV Level 1 & 2, QR code reading and
mobile NFC ticketing technology.
94. The CCS has to interface with Bank Server and with Bank Payment
Gateway for recharging of smart card through different Banking
Channels. The solution shall be capable of interacting with multiple
banks using specifications of a particular scheme (Visa, MasterCard,
RuPay).
95. The Smart Card Host system shall is required for Issuance and life
cycle management of the smart fare media. The Smart card host
would as a minimum perform the following card management
functions:
a. Cardholder management
b. Media Stock Management;
c. Smart Media Tracking Management;
d. Transaction Management;
e. Key management
f. Terminal management
96. The Smart Card host (SCH) shall be equipped with facilities to
manage the database of users who have personalized smart media.
The SCH should have provision to keep documentation as required
related to personalization.
97. The Bidder shall propose the commuter data, which the SCH shall
store during the design phase. The SCH shall automatically manage
the commuter’s information according to the status of the smart
media it is associated with. When a Contactless Smart Media record
is removed from the database, due to expiry or refund, the SCH shall
remove the commuter’s record as well by capturing the history at
relevant database.
98. Transaction Management
a. The SCH shall acquire the transactions from the fare media
acceptance infrastructure and authenticate the fare media as
and when required. The smart card host shall actively update
its contactless smart media blacklist table by removing
contactless smart media IDs when the smart media has been
blocked physically from further usage and top-up.
b. It shall be possible for operators at POS Machines in stations
to unblock certain blacklisted smart media’s upon meeting
certain pre-defined criteria.

Page 122 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Minimum Specifications Compliance


c. Under such circumstances, the bidder shall provide suitable
mechanisms and advice a suitable solution in its response,
whereby the unblocked smart media is available for
immediate use throughout the smart card based AFCS
99. Key Management Shall be provided by FI appointed by SSCL
100. The SCH shall provide key management system for
management of keys and certificates throughout the lifetime of the
AFCS. The Key Management System shall be responsible for the
generation, maintenance, secures storage and distribution of all
cryptographic keys, system key materials and security variables.
101. The Key Management System shall also perform the
initialization, including key injections, of security components in the
system such as the Secure Access Module (SAM) through a remote
system without the need to make any hardware or onsite upgrades
through Remote Key Loading. A facility shall be provided to upgrade
keys through the network and to change keys periodically, or when
keys are compromised.
102. The SCH shall allow the SSCL to manually transfer security
keys and certificates to other Bidders or Operators through the CCHS
network. Hardware Security Module (HSM) shall be provided that
securely manages the encryption and transmission of data. All
secured data and algorithms shall be kept securely
103. The Key Management System shall preferably comprise a
standalone subsystem located within a physically secured area. The
MSI shall submit a detailed Key Management Strategy proposal for
the SSCL/Stakeholders’ approval during the design phase. The
initialization of all new SAM chips shall be done securely before they
are deployed to the Contactless Smart Card equipment.
104. Secure Access Module (SAM) management: Shall be
provided by Financial Institution appointed by SSCL/Relevant
Stakeholder
105. The Secure Access Module is a cryptographic smart media
that provides security protection functions, such as authentication
and cryptogram for transaction. The security keys shall be stored
within this SAM. External applications shall have no direct access to
the keys thus effectively protecting the system integrity. The
transfer of the keys shall be by SAM(s) whereby the recipient shall
load the SAM(s) in its own key management facility for downloading
or transfer of keys within its network of computers and equipment.

Page 123 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Minimum Specifications Compliance


106. The SSCL shall be furnished with sufficient documentation
and information to independently guide future bidders or operators
in interfacing with the SAM. When introducing a new bidder or
service provider to the system, the CHS Security Manager shall be
able to generate new development key sets for their software
development works, and transfer the key set to the service provider
or bidder in a SAM via SCH. To interface with the development SAM,
the developer shall be required to obtain a development SAM
Authentication Key from the SCH.
107. Equipment Management
The SCH shall provide equipment management functions which shall allow
the SSCL to define new equipment types and new owners for the system. The
SCH shall manage and initialize all equipment and associated Secure Access
Modules. Equipment shall be configurable in accordance with any one of the
following categories:
a. Add and Deduct Value;
b. Deduct Value only;
c. Read only;
d. Initialization.
The SCH shall be able to support the current key files and be able to create
new ones without any software modification.
108. Media Related Functions
The SCH shall make provisions for interoperability which shall include, as a
minimum the following:
a. Contactless Smart Media data structure provided shall
permit other transit Service Providers to process the
Contactless Smart Media for transactions with a common
transit purse;
b. Contactless Smart Media data structure shall permits other
non-transit Service Providers to process the Contactless
Smart Media for e-purse transactions;
c. Provisions to facilitate the issue of Contactless Smart Media
from off-site locations;
d. Provisions to implement fare promotion and loyalty
schemes for multi-mode transit and other common uses of
Contactless Smart Media.
109. Smart Media Tracking Management
a. The SCH shall contain the master database of smart cards
and other media as applicable.

Page 124 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Minimum Specifications Compliance


b. Each individual Smart Media shall have a unique identity and
shall be tracked from its initialization till its termination.
c. On termination the unique identity shall be purged
automatically from the database.
d. The SCH shall create the master record upon initialization
and shall update the status of the Smart Media including the
purse value and status and other information using
transactions that is uploaded to it.
e. Amongst other data, the remaining trips, transaction
sequence number, last date and time used, etc. shall be
updated.
f. Upon expiry or refund of the Smart Media, the record shall
be purged taking into account the period allowed for refund
for expired Smart Medias and the archiving period to meet
any government or other regulations.
g. Full details of the data fields to be included in the database
needed to support the system shall be defined during the
design stage and approved by the SSCL.
h. The system shall also be designed to reflect the latest status
of the Smart Media bearing in mind that transactions
received by the SCH/ may not be in chronological order.
i. The SCH shall also support the current Smart Media
replacement In accordance with the Business Rules.
j. A new Smart Media shall be reconstructed from data
obtained from the SCH to replace the defective, lost or stolen
Smart Media.
k. This replacement facility shall be available at the SCH site,
POS locations etc.
l. The SCH shall also detect anomalies in the use of Contactless
Smart Media.
m. The Bidder shall propose the full and complete anomaly
checks during the design stage for the SSCL’s approval.
n. The SCH shall manage the removal of retired Smart Media
records after the remaining value in each Smart Media has
been accounted for during expiry as revenue.
110. Media Stock Management
a. The SCH shall be equipped with a stock management utility
which shall enable the AMC to track Contactless Smart Media
stock movements in the system covering the lifecycle of the
Contactless Smart Media commencing from the date of

Page 125 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Minimum Specifications Compliance


purchase from the supplier until the time that the Smart
Media has been removed from the system.
b. The SCH shall also track returned Contactless Smart Medias
due to refund, corruption, replacement, etc. and disposal.
c. The SCH shall allow users to input to the system information
when introducing new media to the system, editing
information of existing media in the system, viewing
information of existing media and removing retired media
from the system.
d. The SCH shall allow the SSCL to configure new media types
to the system without changes to the application software.
e. The SCH shall also allow useful information such as Smart
Media vendor, issuer, batch number, date and time, etc. to be
tracked in the system.
f. The SCH shall actively monitor and update its stock
information categorized by location (e.g. POS ID, etc.)
according to the usage transactions such as initialization,
issue, replacement, etc. and physical stock replenishment.
g. Upon expiry of media, the SCH shall also adjust the stock
management information accordingly.
h. The SCH System shall include the following, as a minimum:
 Total un-initialized stock of each media type;
 Total initialized stock of each media type at each station;
 Total issued for each media type;
 Total retired from use for each media type.
i. The SCH shall provide reports that shall provide immediate
information on any discrepancies in the stock accounting
figures.
j. The MSI may propose in its bid submission other means of
tracking the media stock that achieves equivalent results and
shall provide detailed descriptions of their proposed Media
Stock Management.
111. Smart Card Host Data Base Management: Shall be
provided by FI appointed by SSCL
a. The Host shall maintain database of Cards, Cardholder,
Audited and Unaudited Transactions data base as in a typical
smart card host.
b. From the Card Initialization System, unique serial number
and initialized date of every card shall be sent to the AFC
Card Issuer Host, which stores the data in the Card Database.

Page 126 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Minimum Specifications Compliance


c. Upon card issuance, the card shall be loaded with cardholder
information, e.g. cardholder name, gender, age, which shall
be submitted to the Card Database in the AFC Card Issuer
Host. The Card Database shall transfer the cardholder
information into the Cardholder Database.
112. Transactions from the frontend terminals shall be submitted to the
AFC Acquirer Host. The records shall first be collected and stored in the
Unaudited Card Transaction Database. After the card balance audit
process, the transactions with no issue shall be stored in the Audited Card
Transaction Database which links with the Card Database. Those exception
transactions shall be put in the exception handling in the Unaudited Card
Transaction Database. Investigation by operator/issuer shall be needed.

6.4.4.11. AFCS Transaction Requirements


S. Minimum Specifications Compliance
No.
1.
1. Smart cards shall be recharged at the Bus Terminals and remote point of
sale terminals. Bar-coded tickets / QR can be purchased at bus terminals
POS counters and on the buses with on board conductors (using HTT).
2. Smart card shall be used as entry (origin) and exit (destination) and
depending on the entry and exit the fare shall be deducted from the smart
card account. At the time of entry, the smart card account should have
minimum balance for commuting longest journey. In case the smart card
account does not have appropriate balance, the entry should not be
allowed and the user may get the recharge done at the POS terminals
allocated on the station/terminal or through online mechanism.
3. At the time of entering destination station the smart card balance shall be
checked by the system and if the account does not have sufficient balance,
the commuter is required to pay cash and purchase paper ticket.
4. All journey types shall be time stamped which shall be configurable from
central application. The business rules related to time stamping and fare
benefit shall be user configurable and the same shall be finalized and
developed based on approval from SSCL after award of Contract.
5. The AFCS system shall support all business rules presently followed by
city bus operations. In addition, if SSCL wants to add additional business
rules into the system the same shall be provided to the MSI during system
design stage. Transaction data shall be updated in real time (within 5
seconds) to/ from Central System from/to all the transaction points
(terminal POS, handheld machines). Transaction data shall be updated in

Page 127 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S. Minimum Specifications Compliance


No.
real time (instantaneously – within 1 second) to/ from devices located at
same closed station. Multiple Tap-in, for a given smart card, at the same
terminal or on-board shall not be allowed. There shall be a pass-back
restriction with a configurable duration.

6.4.4.12. Central fare management System - Operational Requirements

The central fare management system shall offer ability to manage transit systems in an integrated
manner. The system shall have ability to manage fare integration, central policy and products
management etc. The system shall offer following operational capability to deliver project objectives:

S. Minimum Specifications Compliance


No.
1. 1. The central system shall have ability to synchronize date-time of all
computing assets.
2. The central computer system shall manage all device and their logs
including:
o Data storage and processing
o Financial systems
o User databases
o Sales and transaction
3. All equipment shall operate with a real-time data connection to the
central system via appropriate communications network.
4. If the data connection to the central system is temporarily not
available, equipment’s shall switch to an offline mode in which all
data is temporarily stored in internal memory and transmitted to the
central system as soon as the data connection is re-established.
5. The central software shall support managing fare tables and
payment processes.
6. It shall be possible to “future-date” pending fare tables so that they
can be uploaded ahead of- time and automatically activated at the
planned date and time.
7. All handheld ticketing machines shall store the current valid fare-set
as well as a future “pending” fare-set with activation date and time in
order to allow downloads to the device to occur in advance.
8. When the activation date and time passes, the handheld ticketing
device shall automatically replace the existing fare table with the
“pending” fare table.
9. Updated fare-sets shall be downloaded as soon as the central system
publishes notice that they have become available.
10. The central software shall be capable of providing over-the-air fare
table updates & firmware updates to the handheld ticketing devices
apart from other immediate critical updates.

Page 128 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S. Minimum Specifications Compliance


No.
11. Uploaded data shall not be deleted from readers or workstations
until the central system has provided confirmation that the
transactions have been successfully received.
12. The systems should be driven by configurable parameters and
should provide the flexibility for maximum configuration. Some of
configurations are:
o Time based Fare table, Schedule, Routes, etc.;
o User Groups and user’s privileges;
o Time validity of ticket;
o Time validity of smart card entry;
o Penalties associated with the smart card misuse;
o Penalties associated with the short ticket;
o Administration fee for issuance of smart cards,
replenishment, replacement under defect, lost card
replacement, smart card returns.;
o Minimum balance required in smart card to make a trip;
o Pass back time on smart card use;
o Smart card policies;
o Addition & deletion of equipment’s, stations, routes,
handhelds, user;
o groups, users;
o Reports access;
13. The system shall handle exceptions to ensure, while they are trapped,
recorded for further processing, the system offers resolution to such
events:
o Smart Card not being read
o Bar-coded / QR paper ticket not being read
o Short ticket
o Low balance on smart cards
o Bar-coded paper ticket lost
o Bar-coded paper ticket not readable after entry
o Smart card lost after entry
o Smart card damaged after entry
o Any exception in the normal process shall be flagged
separately for auditing and reports should reflect this
condition. Mechanisms should be provided to help audit
such exceptions.
14. The system shall handle conditions which can be, but are not limited
to, the following:
o Power failures
o Data Connection lost
o Central Server down
o Terminal POS system not functioning
o Service delivery point POS not working / functioning
15. Alterative mechanisms and all required systems shall be provided for
the AFCS in case system is in degraded state as specified but not
limited to the above by the Bidder.

Page 129 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S. Minimum Specifications Compliance


No.
16. There shall be back-up HTT capable of performing all the functions
of the Terminal POS in all the bus terminals if the POS system is not
operational for some reason.
17. There shall be provision for data transfer from the back-up hand-
held ETM machines to the central system once the system is “UP” and
running. In no case there should be any duplicity and missing
transactions/data in the central database.
18. The MSI should provide an automated Fault Monitoring Module to
generate reports identifying the faults of the equipment if any on a
daily basis. The fault monitoring system shall have as a minimum the
following capabilities:
o Setting up of automatic and manual alerts
o Automatic fault detection & reporting
o Fault Status reports
o Fault Closure reports
19. These reports shall be non-editable and SSCL and/or its
representatives shall have real time access to the Fault Monitoring
Module with user privileges of the highest level.
20. Automatic Backup/Archiving Software shall provide automatic back-
up for the entire database shall be provided. The software shall allow
taking complete back up or incremental back as per the desired
archival policy.

6.4.4.13. POS cash Management Requirements


S. Minimum Specifications Compliance
No.
1. 1. The AFCS system shall determine the expected amount collected from
sales at the end of each shift of the AFCS operations personnel.
2. The AFCS system shall have shift end features to facilitate POS
operator/conductor revenue collection reconciliation.
3. There shall be a module to report the excess or shortage after the
deposit is made on a daily basis and the reasons for this shall be
registered in the system.
4. The AFCS reports and the exception reports shall be useful in
reconciling the operator/ conductor deposits.

6.4.4.14. AFCS Devices Maintenance Mode


S. Minimum Specifications Compliance
No.
1. 1. The central system and all the equipment shall support
maintenance mode during repair, replacement and testing of
equipment.

Page 130 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S. Minimum Specifications Compliance


No.
2. All transactions done during the maintenance mode on a handheld
ticketing terminal shall be possible only using a special
maintenance smart card issued specifically for the purpose.
3. All such maintenance fare media shall be deposited with the
authorized persons within transit system.
4. All transactions carried out in the maintenance mode shall be
reported separately similar to exception transactions.
5. The maintenance mode shall be possible only by using a dedicated
maintenance “user privilege login” specially created for this
purpose.

6.4.4.15. AFCS Data Requirements


S. Minimum Specifications Compliance
No.
1. 1. SSCL shall own all system data and be able to
use the central system to export transactions
data for processing/analysis using office
productivity tools or other data manipulation
tools.
2. Data shall be retained in the database for at
least the financial year previous to the current
financial year.
3. All data shall be automatically backed-up daily
without human intervention, using the backup
devices and media.
4. Means shall be provided to automatically
archive data (SSCL and MSI shall decide the
timelines)
5. The transactional database shall store the
date/ time stamped details of each transaction
including all information transmitted to the
central system from the system devices.
6. In addition to transaction records, the
database shall incorporate additional records
as following:
o Device locations
o Conductor and POS operator logins
and logouts
o Diagnostic/ maintenance data
o Exception data

6.4.4.16. AFCS Integration Requirements


SSCL shall utilize AFCS and other payments data for integration with other sub-systems for the
purpose of operational use by authority. The data from CCPS shall be required to be shared with
other sub-system (AVLS/Intelligent Transit Management System or other sub-systems) and the

Page 131 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

data from other sub-systems may need to be automatically updated into AFCS and other systems as
part of CCPS (like new user login, route details, fare details, bus-stops addition, etc. from AVLS /
Intelligent Transit Management System or other sub-systems).

Other interfaces with AFC: The Central system of AFC system shall be interfaced with following
external systems:
Central Card Host (CCH) & Central Clearing House System (CCHS): The AFCS smart card
transactions shall be transmitted to CCHS of bank and the settlement shall be carried out by bank.
Banking Interfaces: The banking interfaces shall be required for enabling top-up channels like
POS, Mobile banking, Payment Gateway and service delivery points etc. The banking interfaces
shall also be used for customer service and required API’s shall be provided by Financial
Institution (Bank).

S. Minimum Specifications Compliance


No.
1. Predefined and agreed data shall be shared between two sub-
systems, AFCS and AVLS/ITMS etc. and can be exchanged using
appropriate formats.
2. The structure of exchange files / data can be agreed upon in a
pre-defined format;
3. The encryption/Decryption details shall be provided to SSCL for
data integration requirements.
4. The process of data sharing can be scheduled to run at pre-
defined or need-basis intervals.
5. The required data exchange formats, data fields and inter-
linkages shall be discussed in detail with SSCL during design
stage and shall be incorporated accordingly.

6.4.4.17. Data Storage


The database system shall satisfy the following requirements:
S. Minimum Specifications Compliance
No.
1. Full-function RDBMS and other file systems (adequate to
process) to Support complicated data structure shall be
deployed, multi-user, multiprocessing, large capacity
operation, offer data integration, data recovery and security,
Support parallel processing, Provide disk mirroring functions,
Authority control shall be independent of that of the operating
system and Offer multilevel security management of database.
2. Data storage capacity shall be sufficient to maintain six
months’ transaction data available on line for ad hoc report
generation and other investigations. The volume of data to be
estimated by bidder.
3. To maximise the utilization of the disk space of the system,
system data shall undergo a regular housekeeping process.
Housekeeping shall cover the files created by the CCS and the
files relative to each subsystem. Any outdated or invalid files

Page 132 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S. Minimum Specifications Compliance


No.
shall be archived. Duplicated records in the database and
records where only the latest data need to be retained shall be
merged and archived.
4. The system shall be able to backup and recover data
according to different modes and periods of backup required
based on their criticality and data volume. The system shall
have the functionality to backup and recover all key data
(usage data, system data) and files.

6.4.4.18. CCS Security


S. Minimum Specifications Compliance
No.
1. Access security shall be implemented for Central Control System
including data center to manage authorized and authenticated
movements only. The MSI shall be required to install biometric
and card based system to secure operations center.
2. The system shall only be accessible by authorized persons,
controlled using login and password protection. It shall be
possible to create different user groups with different privileges.
The system shall maintain a transaction log that records all users
that access reports, the reports accessed, edits and changes to the
database and the system log-on and log-off times. The transaction
log shall maintain this information for a minimum of one year.
Editing of data in the log shall not be possible for any user.
Further non editable, tamper proof, mirror copies of logs should
be sent to the SSCL periodically. The system security shall provide
features to maintain data integrity, including error checking, error
monitoring, error handling and encryption. Verification features
shall be provided to ensure that all system-created files are
uniquely identified, and that no files are lost or missed during
data transfer. All systems, sub-systems and devices shall only
allow access to authorized user group. All security breach
detections shall be confidential, and accessible only to users of the
appropriate group. For all data transactions, the system security
shall include authentication features to verify that all claimed
source, recipient or user identities are correct and valid. All data
transactions shall include non-repudiation features to verify
message content that data was not correctly originated or
received by a certain user. Device-to-Smart Card communication
shall be secured using multiple security keys and layers of
information protection or encryption to mitigate risk against the
possibility of being “hacked” or read by an unauthorized device.
MSI shall also provide information on proposed security methods
in their Proposal submission.

Page 133 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.4.4.19. Clock Management


S. Minimum Specifications Compliance
No.
1. The Central Control System shall obtain the standard date and time
and synchronize its clock automatically from SSCL or its designated
master clock system. The CCS shall synchronize its clock at least
once every 15 minutes. If the clock is not synchronous to the
standard time, the correction shall be completed in one second.
2. The clock information shall be downloaded to all equipment’s.
When the clock time of a device is different to the downloaded
clock time, the device’s clock shall be corrected automatically to
the downloaded clock time. The correction shall not happen with
the trip of a bus to avoid incomplete transactions due to time
variation

6.4.4.20. Reports
S. Minimum Specifications Compliance
No.
1.
1. The system as a minimum shall be delivered with capability to
generate following reports, a comprehensive list of reports further
than the mentioned below shall be finalized at the time of
requirement finalization stage:
a. Conductor / Driver Login reports for Day, week, month
b. Non Compliance issues of different driver / conductors for
the shift
c. Trip summary.
d. Bus Equipment Fault Summary
e. Hourly Bus Usage Summary
f. Total Commuters and revenue per Route, per Bus, per shift
g. Revenues collected on same bus, same route, same trips by
different Conductors
h. ROI route wise, trip wise, shift wise
i. Passengers boarding bus at a Bus stop – Time of day
j. Daily pass usage and its ROI for the passes validated
k. Student pass usage and the Cost of the subsidy that has to be
refunded by Government- daily, weekly, monthly, yearly.
l. Origin – Destination
m. SC Bus Usage by Route Number
n. Test Card Usage by route Number
o. SSCL’s employee’s usage of services
p. Bus Service Disruption
q. En-route Ticket Inspector Summary
r. Boarding and Alighting Service
s. Boarding and Alighting statistics
t. Passenger KMS analysis per trip configurable by the user
u. Bus Rides and Revenue Statistics by Fare Code
v. Bus Equipment Transactions
w. Bus Faults Per Transactions Processed by Device

Page 134 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S. Minimum Specifications Compliance


No.
x. Cash Revenues as per SSCL MIS
y. Smart Cards not used for the week, Month
z. Bus Equipment Fault Summary
aa. Half-Hourly Bus Usage Summary
bb. Total Patronage
cc. Bus Patronage and Revenue Statistics by Service Number
dd. Bus Service Revenue and Passenger Statistics Summary
ee. Boarding Ride Bus Stop
ff. Summary of Bus Passengers Boarding by Service Number
gg. System, Depot, Devices, STT CD parameters set current and
pending future CD sets
hh. Transfer Statistics
ii. Bill payments category wise
jj. Location wise statistics
kk. Revenue collection and settlement merchant and location
wise
2. Any portion of the transactional database shall be exportable in
standard formats (such as .CSV, .XLS, .XLSX files etc.) for analysis in
third party programs.
3. It shall be possible for users to build custom reports from the data in
the transactional database.
4. The reports shall be exportable to .pdf, .XLS, .XLSX formats easily.
5. A data dictionary shall be provided to SSCL to facilitate development
of custom reports.
6. The Central System shall provide sufficient summarized and detailed
data including features to generate standard report based on pre-
established criteria, as well as required reports based on a user-
definable set of search criteria.
7. Reporting software shall include the ability to generate graphs and
charts based on criteria and format defined by the user.
8. The CCPS system shall be capable of generating detailed reports as
desired by SSCL, for any/ all the transactions with filtering
capabilities w.r.t route number, ETM ID, Conductor ID, Bus
registration number, Operator name, time duration, shift id etc.
9. All reports shall be generated with configurable time parameters,
including as a minimum annual, monthly, weekly, daily, hourly and
with user defined start-end date and time ranges
10. As a minimum, the Central System shall generate the following
standard System reports daily, weekly, monthly, quarterly and
annually. The details of report contents shall be determined in
conjunction with Purchaser during the Design phase after contract
award.
a. Passenger trip reports;
b. Passenger fare reports;
c. Daily ridership reports;
d. Monthly summary ridership reports broken down by
passenger type (Adult, Child, Senior);
e. Fare media in use summaries;

Page 135 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S. Minimum Specifications Compliance


No.
f. General daily, weekly, monthly, and year to date revenue
reports;
g. Pass sale and reload summaries;
h. Monthly fare underpayment summaries;
i. Sales by date/time, fare media type, amount, location, and
other parameters
j. Use by date/time, fare media type, location, and other
parameters
k. Inventory reports by fare media type
l. Fraudulent activity reports by fare media type
m. Financial reconciliation and settlement reports
n. Non-sufficient-funds and other financial reports
o. Transaction reports by location by fare media type
p. Fare media replacements, adjustments, or refunds by fare
media type
q. Unused/remaining smart card value
r. Faults and errors
s. Issued smart card reports
t. Blocked smart card reports
u. System exceptions reports; and
v. System performance and activity reports
w. CCPS Operator activity report
11. The MSI shall provide an ad-hoc reporting function, and interface into
the data and reports server, to allow SSCL personnel to create,
execute and receive custom reports without bidder’s assistance. A
web-based interface shall be provided for this function, accessible by
SSCL’s personnel with appropriate permissions. SSCL users shall be
able to generate ad-hoc reports and do additional analysis of
ridership, revenue and other system data. Examples of the types of
reports include: Transaction-level reports by stop and for user-
defined start and end points; Statistical and research reports using
user-defined criteria.
12. It shall be possible to aggregate data (filter) for reporting, at a
minimum, by:
a. Date/Time
b. Ticket Origin
c. Ticket Destination
d. Fare Media Type
e. Location
f. Smart card Serial Number
13. It shall be possible to configure in the system such that certain report
types to be pushed automatically to a given e-mail address after
regular intervals (configurable few minutes to few days).
14. The above state reports are only indicative, actual list could be
exhaustive based on SSCL’s requirements.
15. The MSI shall provide SSCL a GRAPHICAL DASHBOARD to have visual
view of all / some key reports/ parameters enabling quick decision
making.

Page 136 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S. Minimum Specifications Compliance


No.

6.4.5. Point of Sale

The POS shall offer functionality to conduct the activities like issuing open loop based smart card, QR
code based paper tickets, topping up of the open loop smart cards and handle customer queries
related to ticketing. POS shall have ability of ticket issuing / cancelling / refunding / adjusting etc.
POS should be able to read and write from all the fare media as defined in the business rules.

# Minimum Specifications Compliance


1. Point of Sale operators at terminals shall be able to issue bar-coded paper
tickets and recharge smart card accounts using a Point of Sale System.
2. A terminal POS shall have following accessories as a minimum:
a. Smart Card Management device
b. Bar-coded/QR Coded paper ticket Printer
c. Barcode/QR Coded Reader
d. Display system for the user
e. Spare ETM as backup during degraded operations only

3. Before starting operation, a POS operator shall manually enter an employee ID and
a Password to login into the system.
4. The POS should provide biometric based login system for POS operator to login into
the system.
5. Logins and logouts shall be transmitted to the central system, along with associated
Date/Time, employee ID, POS ID etc.
6. The POS system shall log-off the current operator if the system is idle for more than
10 minutes (configurable).
7. To sell a bar-coded paper ticket the operator shall, upon receiving payment, enter
the destination using the interface (the origin shall automatically be set based on the
location of the POS device at that station) and print the paper ticket.
1. Upon successful completion of the transaction the POS system shall
8. transmit purchase transaction data to the central system, including:
a. Date and Time of Transaction
b. Device Identification Number
c. Transaction Serial Number
d. Transaction Origin
e. Transaction Destination
f. Fare collected
9. The interface shall be such that an experienced POS Operator can complete the
process of issuing a bar-coded paper ticket in less than 5 seconds with the details
updated in the central system within the next 5 seconds from transaction
completion.
10. A customer shall be able to check the balance on the smart card by giving his card to
the
11. POS operator or tapping the smart card against balance checker terminal located at
each station and terminal or using online webpage after entering the card details.

Page 137 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


12. The barcode printed on the paper tickets should be readable by the fare validators
installed at all the terminals.

13. Desktop mounted omnidirectional barcode readers shall be provided with each POS
terminal to read the barcode tickets in case required for reissuing, verification,
cancellation or other transaction related purposes.

14. For any paper ticket trip, the validated ticket at the entry fare validator should
allow the passenger to exit at all stations up to where that fare value present in the
paper ticket is sufficient.
15. Bar-coded Paper Tickets shall have following information printed on the
ticket to manually verify the journey details. In addition, the same
information shall be encrypted and printed in the form of barcode to
automatically authenticate the same when read by a barcode reader:
a. Unique Ticket Serial Number
b. Origin Station
c. Destination Station
d. Trip fare value
e. Date, Time of purchase of ticket, route information if applicable
f. Operator/Issuer ID
g. Directional information

16. Upon reading the ticket at the entry, the validity shall be checked.
17. If the ticket is valid, an auditory and visual indication shall be provided
18. If the ticket is not valid, an auditory and visual indication (distinct from those for
valid) shall be provided
19. Security features shall be used in the machine readable tickets to prevent fraud and
revenue leakage, such that it shall not be possible to counterfeit the ticket.

6.4.5.1. Point of Sale (PoS) Machine

Hand held electronic ticketing terminals shall be deployed for checking/ validating the fare media
with the commuters and shall be used by station AFC staff for issuing QR code based paper tickets
and also using open loop card wallet. This equipment is a portable hand held device to facilitate the
ticket checking capability as well.

S.No. Parameters Minimum Specifications Compliance


1. Processor Quad Core & Above
2. Processor Speed 1.1 GHz and above
3. Cache Memory 1 MB
4. RAM 2 GB RAM minimum
5. Nos. of Slots As per solution requirements. Scalable minimum 1
slot
6. HDD 16 GB Flash
7. USB Port 1 Micro USB Port
8. Monitor (Size) 5.5" TFT LCD – Touch
9. Operating System Linux / Windows / Android 4.2 and above with
required OS and licenses
10. Thermal Printer 3” Width, Auto Cutter or better

Page 138 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

11. Accessories Cash Till/Cash Vault


12. Customer Display LCD Based Customer Display
13. Smartcard Reader Contactless Card Reader ISO 14443 A/B, MiFare
family (classic, Ultralight ‘c’ DesFire, etc.). contactless
smartcard reader

6.4.6. Electronic Ticketing Machines (ETM)

S. Minimum Specifications Compliance


No.
1. 1. The Electronic Ticketing Machine (ETM) should facilitate the following
tasks:
a. Bar-coded/QR Coded paper ticket Sales
b. Bar-coded/QR Coded paper ticket Adjustment
c. Smart Card Validation
d. Smart Card Balance Check

2. The ETM’s shall be connected to the central system though mobile connection and the
MSI shall bear all cost for such connection during the entire contract period.
3. The handheld machine shall consist of but not limited to smart card reader, bar-coded
ticket printer, integrated communication modem, user interface (e.g. touch screen or
screen with keypad), on board data storage, and battery power supply.
4. The user interface shall allow an experienced conductor to issue a ticket in less than six
(6) seconds.
5. The handheld machine shall allow SSCL to transmit data to the central system in real-
time using the integrated modem.
6. The handheld machine shall have an integrated display that can be easily read under all
conditions of ambient light throughout the day and night.
7. It shall be possible to upgrade the firmware/software from the central server,
configuration list such as routes along with fare and other related details etc., data from
and to the CCS Over–The- Air (OTA) using the wireless technology.
If for any reason the fare media cannot be read automatically using the readers on the
8. handheld, there shall be an arrangement to manually enter the smart card ID and
validate it.
9. The handheld machine shall store all required transaction data on-board, including:
a. Date and time of transaction
b. Device ID
c. Employee ID of conductor
d. Fare-tables
e. Ticket serial number
f. Ticket origin
g. Ticket destination
h. Transaction Value
i. Action taken (e.g. ticket sold/adjusted/checked)
j. Smart card serial number (if applicable)
k. Transmission Status (i.e. successfully transmitted/not
successfully transmitted)

10. The handheld machine shall have sufficient memory to store a minimum of one-week
worth of transaction records apart from mandatory software/ firmware etc.

Page 139 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S. Minimum Specifications Compliance


No.
11. Only successfully transmitted transaction data records shall be overwritten by new
transaction data records.
12. The handheld machine shall provide a warning when the amount of on-board storage
occupied by “not successfully transmitted” transaction data records exceeds SSCL
specified threshold.

13. The handheld machine shall store the current valid fare-set as well as a future “pending”
fare set with activation date and time (if applicable), to allow downloads to the
handheld machine to occur in advance.

14. When the activation date and time passes, the revaluing unit shall automatically replace
the existing fare table with the “pending” fare table.
15. Initiate handheld machine operation, a conductor shall manually enter an employee ID
and a PIN, or a proximity standard.
16. Logins and logouts shall be transmitted to the central system, along with associated
Date/ Time and employee ID.

17. The handheld machine shall be used by mobile ticket conductors to sell tickets to
customers.
18. The tickets issued shall comply with all requirements laid out in the relevant sections.
19. The conductor shall be able to manually adjust the current origin location.
20. The origin shall be set only once whenever it is changed so that the conductor needs to
enter only the destination of people until the next origin is reached.
21. To sell a ticket using the handheld machine the conductor shall, upon receiving
payment, enter the destination using the interface (using the current origin which is
periodically adjusted manually by the conductor).
22. The handheld machine shall then print the ticket for issuance to the passenger.
23. The system shall provide the ability to add a configurable fine (either optional or
mandatory for use by the conductor) to a ticket by pressing the appropriate buttons on
the handheld machine interface (for example, if a new ticket must be issued because a
customer does not have a ticket or has an expired ticket).
24. The handheld machine shall have a trip validation functionality whereby when a smart
card is tapped to the reader, the ticket origin and date/time of the tap-in is displayed on
the handheld device display.
25. Upon successful completion of the transaction the handheld machine shall transmit
transaction data to the central system, including:
a. Date and Time of Transaction
b. Device Identification Number
c. Ticket Serial Number
d. Ticket Origin
e. Ticket Destination
f. Smart Card Serial Number

26. Upon successful completion of the transaction the handheld machine shall indicate
successful completion via the interface, using both the display and a distinct
configurable audio message.
27. The device shall have balance check functionality whereby when a smart card is tapped
to the reader, the smart card stored balance, any outstanding trip details, status of the
smart card are displayed on the handheld machine display.

Page 140 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.4.6.1. Handheld E-Ticketing Machine


S.No. Parameters Minimum Specifications Compliance
1. 1Processor Quad Core & Above
2. Memory 1 GB RAM
3. External Micro SD card
Memory
4. Display 3.5 Inch, 320X240 Color TFT Touch Screen
5. Magnetic Card Bi-Directional
reader
6. Card slots Minimum 2 SAM Slots
7. Smart card Contact Smartcard reader
reader
8. Contactless card EMV/Rupay contactless, ISO 14443 A/B, Mifare Family
reader (Classic, Desfire, etc.), etc contactless smartcard reader
9. Printer To be provided as per the application requirement
10. Keypad To be provided as per the application requirement
11. Battery Li-ion batteries, 5000 mAH or higher
12. Communication GPRS
13. Peripheral ports USB OTG
14. Security DES, 3DES, AES, DUKPT
15. Environmental As per Sahranpur weather conditions
16. Voltage Input: 100~240VAC, 50Hz / 60Hz, 1.0A, Output: 9VDC,
2.5A
17. Certification EMV Certified Level 1 & 2
18. Operating Linux / Windows/ Android (4.2 or above)
System
19. Accessories Shoulder bag, AC Charger, Memory Card – 2GB, Extra
Battery
20. Administration Remote Administration, OTA for firmware, Application
and Configuration
21. Support Database handling API, Embedded TCP/IP Stack, Parallel
Programming Support
22. Communication 1 USB
Ports

6.4.7. Depot Management System

The Bidder shall provide customization to the software based on the functional and technical
requirements of the project.

# Minimum Specifications Compliance


1. Crew Rostering using DMS
2. Vehicle Scheduling using scheduling system
3. Vehicle Dispatch using CAD system
4. Vehicle maintenance and operational requirements like fuel etc. using DMS
5. Maintenance of expenses

Page 141 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


6. Manage crew required for bus operations, vehicles, routes, schedule
management etc.

Crew Rostering module shall be able to create group of users based on set of defined Parameter’s by
SSCL. The proposed rostering module shall plan, optimize and generate the rostering automatically
for month to one year. It shall allow admin or authorized user to create and view the planning for a
defined period of time. The proposed rostering application shall display or provide rostering using
graphical representation for the selected period and shall interface with scheduling module to assign
crews automatically to the schedule. The Rostering module shall interface with HR system to update
crew absence, holidays, etc. In event schedule deviations, rostering shall update crew’s operation
hours, ideal hours, etc., for day to improve the operation. Rostering system shall have optimization
technique to minimize and identify the underperforming crew. The proposed rostering shall provide
individual or group wise performance in graphical user interface. That including working, non-
working hours, holiday, leave, over time, etc.
DMS process shall provide productivity reports to ensure insights into operations such as:
# Minimum Specifications Compliance
1. Crew allocation
2. Schedule allocation
3. Crew utilization report
4. Fleet departure at depot
5. Fleet dead KM per route/ fleet wise
6. Revenue kilometer
7. Schedule or trip cancellation
8. Crew license renewal history
9. Over time details per staff wise
10. Fuel stock per month/ week/ per day
11. Fuel consumption every day
12. Fleet wise fuel consumption
13. Vehicle service alerts

DMS shall also provide functionality for workshop management and following modules shall be
offered:
# Minimum Specifications Compliance
1. Body repairs
2. Fitness Certificate Renewal
3. Reconditioning of assemblies and engines
4. Retrieving of spares
5. Tyre re-treading
6. Repairs and reconditioning

The application shall provide query by fleet to view and update the fleet status. The application shall
have features to capture daily progress of particular vehicle department-wise to track progress by

Page 142 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

type of workshop activity (accident, engine rebuild, fitness certificate, etc.). All the documents related
to vehicles like vehicle registration, FC, Road permit, Staff ID proof, License, purchase orders etc. shall
be scanned and uploaded into corresponding sub systems like DMS, WMS, Stores, and HR & Payroll.
Application shall have features to capture and report vehicle-wise insurance claims, road permit, etc.
DMS module shall interface with workshop module to update maintenance detail.
The following MIS reports form the tentative list. Additional reports may be added during design
discussions and pilot implementation.

# Minimum Specifications Compliance


1. Breakdown
2. Accident
3. Vehicle in/ out
4. Pending Maintenance
5. KMPL for each Fleet
6. Vehicle FC, Road permit history
7. Complete history of each vehicle maintenance by month and year

6.4.7.1. Stores and Inventory

The proposed Stores and Inventory application shall have features to generate purchase orders,
maintenance contractor details, previous quotes, etc. Asset management system to maintain all the
physical items belongs to this project. Application shall have receipt of incoming goods/ GRN. The
application shall support barcode reader to read the item information, warranty, etc. and register
into application. Barcode reader to read the goods while procuring and it shall register into the
system for inventory.

Barcode reader to check the goods warranty, batch, year of manufacture, etc. by reading the barcode
label on the goods. The application shall have provision to track goods transferred to other depots.
Each item shall set with threshold level for stock. When the stock is going below threshold then
system shall send alerts to concerned person(s) or department.

The system shall have warranty information for each item. There shall be a provision to note the
physical stock location number on the application to identify the stock easily. All the items entered
into system with date of manufacture, date of warranty expiry, batch, date of purchase, etc. Query
screen to check warranty information of particular item shall be available. Asset shall have unit make,
model, part number and location of asset for both movable and immovable. Stock management shall
be able to capture new and used items.

The following MIS reports form the tentative list. Additional reports might be added during
design/pilot stage.

# Minimum Specifications Compliance


1. Monthly Stock detail
2. Item wise Stock

Page 143 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


3. Item name & code with Warranty
4. Stores accounting value
5. Utilized stock
6. Inventory control
7. Maintenance of stock record
8. Stock transfer
9. Asset Detail
10. Asset Summary – depot wise, division wise

6.4.7.2. Depot Personnel HR and Payroll


S. Minimum Specifications Compliance
No.
1. The proposed application shall store employee related master details without any
limitation. The employees from ACTSL, Contractors, etc.as identified during the design
stage. Attendance shall be recorded using Proximity Readers installed at various
places depots. The system shall not allow any records to be deleted. But it shall allow
admin to edit employee personal info, others as required.HR & Payroll System is
expected to be accessible from all the depots, terminals, Inter-changes and main office.
Additional locations shall be identified during design stage.
2. HR & Payroll System access shall be configurable based on location/user type/user
group.
3. The Super User or Admin shall have access to all the data. The Master table shall have
minimum of Date of birth, Date of Joining, Earlier Service Experience, Department,
Designation, Seniority, Salary, etc.HR system shall interface with Depot Management
System to provide crew absence. The system shall maintain staff’s ESI, PF and other
mandatory processes. Application shall have provision to request transfer to other
depots or other places. Staff shall be able to generate their salary slip using their ID &
password.
4. Staff shall be able to check available vacation and sick leave using the system.
5. The following MIS reports form the tentative list. Additional reports might be added
during design/pilot stage.

6.4.7.3. Human Resource Management


S. Minimum Specifications Compliance
No.
1.  Employee Management
2.  Leave Management
3.  Service Management
4.  Training Management reporting
5.  Policy Change Management

Page 144 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.4.7.4. Payroll Application Requirements


# Minimum Specifications Compliance
1. Monthly Salary management with statutory management functions like
standard deduction, Payroll summary, Income tax, Form 16A and other
reports as per Govt. of India
2. PF, ESI, Professional Tax, Labour laws etc.
3. Over time details and salary
4. Bonus statement & Insurance
5. Disbursals Management

Standard payroll application with following features:

6.4.8. Incident Management System

Incident management is the process of managing multi-agency, multi-jurisdictional responses to


disruptions. Efficient and coordinated management of incidents reduces their adverse impacts on
public safety, traffic conditions, and the local economy. Incident management yields significant
benefits through reduced vehicle delays and enhanced safety to motorists through the reduction of
incident frequency and improved response and clearance times.

Incident management is a planned effort to use all resources available to reduce the impact of
incidents and improve the safety of all involved.

# Minimum Specifications Compliance


1. Breakdown of vehicle or collision, requiring technical assistance or
replacement
2. Collision, illness or other non-criminal incident requiring medical support
3. Assault, aggressive or security incident, requiring police/security
response
4. Pre-advised diversion or restriction due to road construction/repairs or
other cause
5. Unplanned diversion or restriction
6. Weather-related events and restrictions
7. Events, requiring diversions and/or additional services
8. Alarm/alert initiated by the driver. This can override the normal
communication protocols and get priority alert to the dispatcher.
9. For known disruptions (e.g. planned road work, events) temporary route
diversions, temporary schedules and adjusted sectional running times can
be pre-programmed into the AVLS system and activated for the period of
the works
10. For occasional disruptions (e.g. key street unavailable), alternative plans
can be stored within the AVLS system, and activated whenever a trigger
event occurs (e.g. weather alert, demonstration).
11. Data exchange among the transportation and security agencies
12. Traffic signal adjustment in the vicinity of the disruption areas
13. Detection
14. Verification

Page 145 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


15. Motorist Information
16. Response
17. Site Management
18. Traffic Management
19. Clearance
20. Notification phase
21. Response phase
22. Recovery phase
23. Restoration phase

6.4.8.1. Emergency/incident management


Emergency/incident Management shall be handled through the AVLS. In general, the strategies for
emergency/incident management shall be developed at a broader organizational level, and shall
involve many stakeholders including the AVLS system.
Emergency/incidents can be clustered in three levels, which have differing levels of response:
 Individual vehicle or location
 Impacting only the public transport services
 Impacting the urban area and utilities, of which public transport is one
Emergency/incidents cover the following scenarios:

 Breakdown of vehicle or collision, requiring technical assistance or replacement


 Collision, illness or other non-criminal incident requiring medical support
 Assault, aggressive or security incident, requiring police/security response
 Pre-advised diversion or restriction due to road construction/repairs or other cause
 Unplanned diversion or restriction
 Weather-related events and restrictions
 Events, requiring diversions and/or additional services
For the most part, when such incidents occur, the Operations Management is achieved through the
AVLS system, and the Route Condition Monitoring and Schedule Adherence applications. SOP’s shall
govern the management of various incident types, and activated as required.
The incident management process shall include:

 Detection
 Verification
 Motorist Information
 Response
 Site Management
 Traffic Management
 Clearance
This system would ideally execute following phases:

Page 146 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

 Notification phase
 Response phase
 Recovery phase
 Restoration phase
Specific Transit Management System supports for emergency/incident management include:
# Minimum Specifications Compliance
1. Alarm/alert initiated by the driver. This can override the normal
communication protocols and get priority alert to the dispatcher.
2. For known disruptions (e.g. planned road work, events) temporary route
diversions, temporary schedules and adjusted sectional running times can
be pre-programmed into the AVLS system and activated for the period of
the works
3. For occasional disruptions (e.g. key street unavailable), alternative plans
can be stored within the AVLS system, and activated whenever a trigger
event occurs (e.g. weather alert, demonstration).
4. Data exchange among the transportation and security agencies
5. Traffic signal adjustment in the vicinity of the disruption areas

6.4.9. App for Passenger Information/Ticketing

Mobile application (Android/iOS/Windows) shall be developed to enable users to generate secure


QR based tickets for use on ticket validation devices. The mobile app shall also be connected to mobile
wallet for purposes of app based payments for parking etc. Passenger information, bus schedule, real-
time

6.5. Public Address System (PAS)


Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Description Minimum Specifications Compliance


1. PAS System Should have the capability to control individual PAS i.e. to
make an announcement at select location (1:1), multiple
locations (1:many) and all locations simultaneously. The PAS
should also support both, live and recorded inputs

2. Speaker Minimum 2 speakers, To be used for Public Address System


3. Connectivity IP based
4. Access Control Access control mechanism would be also required to
establish so that the usage is regulated.
5. Integration with VMS and Command and Control Centre

Page 147 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Description Minimum Specifications Compliance


6. Construction Cast Iron Foundation and M.S. Pole, Sturdy Body for
equipment
7. Battery Internal Battery with different charging options
(Solar/Mains)
8. Power Automatic on/off operation
9. Casing IP-66 rated for housing

10. Operating 0° to 65°C


Conditions

Page 148 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.6. Emergency Call Box


Proposed Make :

Proposed Model :

Page Nos of Bid for Technical


compliance :

# Description Minimum Specifications Compliance


1. Construction Cast Iron/Steel Foundation, Sturdy Body for equipment

2. Call Button Watertight Push Button, Visual Feedback for button press
3. Speaker To be used for Public Address System

4. Connectivity GSM/PSTN/Ethernet as per solution offered

5. Sensors For tempering/Vandalism

6. Battery Internal Battery with different charging options


(Solar/Mains)
7. Power Automatic on/off operation

8. Casing IP-66 rated for housing


9. Operating 0° to 65°C
conditions

Page 149 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.7. E-Governance Kiosks


Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

S. No. Description Minimum Specifications Compliance


1. Screen Minimum 15” LCD touch screen,
Shall support 1280x1024 Resolution or better,
Support for following features: Wide Viewing Angle, Low Power
Consumption, High Contrast Ratio, High Aperture Ratio, Short
Response Time;
Capacitive Touch Display,
All-glass touch-screen with a transparent metallic conductive coating
is preferred
2. Computing Platform shall support leading operating systems
Module Processor speed minimum of 1.6 GHz Intel®/equivalent Processor or
better
Min 2 GB RAM
Internal persistent storage capacity of minimum 20 GB
Slots and support for connecting other components as required
3. Keyboard Alphanumeric keyboard with minimum of 50 keys
Note: This may be replaced with an onscreen keyboard, depending on
the design"
4 Speaker Output: 20 Watts or better
Shall be able to deliver clear stereo sound
5. Microphone Shall support speech based interaction during video conferencing
when enabled through kiosk
Shall be able to isolate the main sound source and minimize
background noise, highlighting the performance
6. "Credit / Debit Shall accept all major credit / debit cards from major payment
card reader" gateways including Visa, MasterCard, Rupay, American Express and
others
Shall be capable of reading latest magnetic strip and chip-based cards
7. QR scanner Shall be able to read Quick Response Code from Mobile phones, tablets
and paper prints
8. NFC based Shall be compliant with applicable ISO/IEC standards and also shall be
payments able to accept payments from multiple vendors based on industry
standards
Note: It is understood that this component may not be made available in
the
initial setup, however, as and when NFC based payments are made
available during course of contract, this functionality shall have to be
enabled
9. Printer Type: DMP / Thermal or suitable printing
Shall be able to print receipts, which may be preserved for a period of
12 months
Width: Type A 76mm or more
10. Physical Form Kiosk body enclosed in a protective shell made of robust weather

Page 150 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S. No. Description Minimum Specifications Compliance


proof material
11 Security Kiosk machine shall ensure that any data stored within or being
Requirements transferred is encrypted as per industry standards. Machine shall
ensure no data loss to the extent possible
Kiosk machine shall be equipped with sufficient tamper-proof
mechanisms to ensure detection in case of physical tampering to the
kiosk
12. Other Kiosk shall be upgradable through a central system remotely over
Requirements internet
It shall be possible to monitor critical parameters related to health of
the kiosk device remotely
Kiosk shall be able to provide details related to inventory
requirements to central system
Multilingual support: Shall necessarily offer support for multiple
languages including English, Hindi
Kiosk shall provide for custom branding complete with signage and
digital displays
Kiosk shall work fine under following operating conditions:
Temperature 0°-50°C
Humidity 10%~90% RH Ta<40°C
Power: DC +12V, 100~240 V@ 60/50Hz

6.8. Environmental Sensors


Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Parameter Minimum Specification Compliance


1. General They should be ruggedized enough to be
deployed in open air areas such as Traffic
Junctions, Streets, Parks, Parking Lots etc.
The sensor should be able to communicate its
data using wireless technology
The data should be collected in a software
platform that allows third party software
applications to read that data.
The sensor management platform should allow
the configuration of the sensor to the network
and also location details etc. (3G/4G or any
better technology)
2. Measurement component
Device should be capable of measuring :
 Temperature,
 Humidity,

Page 151 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameter Minimum Specification Compliance


 Ambient Light,
 Sound,
CO,
 NO2,
 NOX,
 CO2,
 SO2
3. Measurement range  NO2: 0 to 10 ppm
 NOX : 0 to 50ppm , 5000ppm
 SO2 : 0 to 500 ppm
 CO : 0 to 1000 ppm
 O3: up to 1000 ppb
 CO2 : 0 to 5% (5000 ppm)
 PM 2.5: 0 to 230 micro gms / cu.m
 PM 10: 0 to 450 micro gms / cu.m
 Light: up to 10,000 Lux
 UV: up to 15 mW/ cm2
 Noise: up to 120 dB (A)
 Temperature : 0 to 100° C
4. Repeatability ±0.5% Full Scale
5. Zero Drift ±1.0% FS max./week
±2.0% FS/week max. if range is less than
200ppm
±2.0% FS max./month for O2 Meter
6. Temperature and Humidity Real-time Temperature Range: 0ºC ~ 70ºC
Sensor Real-time in Air Humidity Level Display (up to
100%)
7. Span drift ±2.0% FS max./week
±2.0% FS max./month for O2 meter
8. Response speed 60 seconds max. for 90% response from the
analyzer
Inlet
9. Connectivity & USB / Ethernet /Wireless
Data Interface (GPS ,GSM, Wi-Fi- 802.11 n/ac)
10. Operating Temperature 0 to 65 °C

6.9. ICT support for Solid Waste Management


6.9.1. UHF based RFID Reader

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

Page 152 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

#. Parameter Minimum Specifications Compliance

1. Protocol ISO18000‐6B ISO18000‐6C EPC GEN2

2. Frequency Range Standard ISM 902 928MHz or ISM 865 867MHz

3. Operation Mode FHSS


4. RF Power 0~30dBm, software adjustable
Software Programmable Average Reading per
5. Reading Speed
64Bits <6ms

6. Reading Mode Timing or Touch, Software Programmable

Communication Mode with


7. central server
TCP/IP and GPRS (2G or 4G)

8. Data Input Port Trigger input one time

9. Reading Range Upto 12 m

10. Operation Temp 0° to 60°C

6.9.2. UHF based Passive RFID Tag for Bins

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

#. Parameter Minimum Specifications Compliance


1. Type ABS
Supported
2. Transponders
ISO18000‐6B ISO18000‐6C EPC GEN2
Frequency ISM 920~925MHz(china) ISM 902~928MHz (FCC),
3.
Range ISM865~868MHz
4. Operation Mode Fixed Frequency or FHSS Software Programmable
The tag should support ISO18000‐6B protocol standard 2K
Bits storage capacity, 1728 Bits (216bytes) writable user area;
Memory
5. capacity
MR6730B metal supports EPC C1 GEN2 (ISO18000‐6C), with
96Bits writable EPC Code area, 512Bits writable user area,
and 32Bits password area.
6. Reading Rate Software Programmable, Average Reading per 64Bits <10ms
7. Tags material Metal material or ABS based on Bin Type
8. Reading Range Upto 12 m related to reader and antenna
9. Operation Temp 0° to 65°C

Page 153 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.9.3. Aadhar Enabled Biometric Attendance System

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Parameter Minimum Specifications Compliance

Fingerprint template Compliance for


1. ISO 19794(2) or UIDAI registered
minutiae data

Fingerprint template Compliance for


2. image resolution
ISO 19794(2) or UIDAI registered
3. Image Acquisition Requirements Setting level 31 or higher
4. Scan resolution pixels/centimetre (ppcm) 197
5. Scan resolution pixels/inch (ppi) 500
6. Pixel depth (bits) 8
7. Dynamic range (gray levels) 200
8. RAM 1 GB or more
9. Certification EFTS/F
Enrolment and Verification (other than
10. just the image of the finger being Live Swipe
captured)
Live-scan plain / Live-Scan
11. Impression type Contactless may be considered for
verification.
12. Light source dependability No
13. High Resistance To shock, abrasion and water
Image Quality Determination and
14. Algorithm should include Feature Generalization
15. Encryption of fingerprint template Using unique foreign key
16. Image acquisition and storage According to RBI guidelines
1x Type A USB & 1x micro USB2.0
17. USB connectivity (Host and Device)
18. Certification STQC
19. Operating System Android 7 or Higher
20. GPS Yes
21. Rear Camera 5.0 MP with Flash
22. Front Camera 2MP
23. Storage Mirco SD Card with min 32GB
24. Processor Quad Core
25. Sim Slot 2
26. Battery 5000 mah or higher
27. Network Type 4G (GPRS)

Page 154 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.9.4. GPS based Automated Vehicle Location System/ Vehicle Tracking Control
Units

VTUs device can be installed in the SMC Vehicles identified for this purpose. Below mentioned are
the minimum hardware specifications of the VTCU.

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

Sr.No. Minimum Specifications Compliance


1 The GPS based VTU are to be installed in SMC vehicles.
2 GPS Based VTU will update the location information like Latitude and Longitude
to the central server through GPRS.
3  The tracking system / GPS Based VTU fitted in the buses will calculate the
positions from the GPS receiver and transfer the data to the Control Centre
Server through GPRS interface for processing /prediction of routes
planning. The GPRS tracking unit fitted in the bus will also transfer the
current LONG/LAT data to the ICCC video wall display for display /audio
announcement if any.
 VTU should capture a minimum of GPS (Location, speed, heading or
direction, timestamp)
 Data sending frequency of less than or equal to 10 sec or configurable
 VTU memory to store minimum of 48 hours (Two Calendar Day) of
movement data and until it is transmitted to the server for that day
 The Tracking Unit should have position accuracy of 5 -10 m or better.
 Should provide the Data communication protocol, listener API and
associated software and database structure so that the VTU data can be
received at central server and data outputs as per NMEA 0183 format.
 Remote Configuration, activation, status alert, deactivation of device and
alert for disconnection of main power from VTU by SMS must be available.
 Tamper Proof, Vandal Proof and Water Proof enclosure (IP65 and above)
for GPS, internal antenna and power supply must be provided with metallic
casing for the unit, metallic tube covering the power supply
 Five year warranty for the equipment’s
 Temperature range: 0° to 65°C

4 The GPS Based system with wireless communication module (based on GPRS)
shall be used to provide vehicle tracking accurately and reliably. The following
are minimum list of features required:
 GPS based VTCU will consist of a GPS receiver with inbuilt GPS Antenna, GSM/
GPRS receiver, etc. to enable services such as vehicle tracking,
communication and control in connection with a backend control centre
system.

Page 155 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Sr.No. Minimum Specifications Compliance


 GPS Based VTCU will be mounted inside the vehicle and shall be vibration &
shock resistant, heat resistant, dust resistant and water / rain splash resistant
and shall be tamper proof. It should as per to relevant Indian or International
standards.
 The device will be operated from vehicle battery connection but will preserve
battery life by tying its operation and that of the other on board equipment
being installed under this contract to the bus ignition switch.
 GPS Based VTCU software will be upgradeable/ configurable. ITS vendor
support team will help in such firmware upgrade.
 The VTCU within the vehicle shall be easily accessible for servicing to
specified vendor but located to prevent tampering or unauthorized removal.
ITS vendor must inform Authority/UPTS for such unlawful activity.
5 Operating Voltage: 8V to 39V

6 Power Consumption: <1Watts in Idle conditions & <3Watts during data


communication
Active mode Peak < 1.0A
Active mode Avg < 200mA
Sleep Mode < 25 mA
Surge protection:- Device is having a built in surge protection circuit
7 MCU :
8-bit micro controller
128KB programmable flash
8KB SRAM
8 GSM/GPRS Module:
Dual Band/Quad Band GSM module
Normal MS-SMS data, GPRS, Voice call
Supporting Frequency: 850/900/1800/1900 MHz
GPRS Type B, class 12 max. 85.6 kbps (uplink/downlink)
RF Power: Class 4 (2W@850/900 MHZ), Class 1 (1W@1800/1900 MHz)
Coding Schemes CS 1,2,3,4
SMS: Point to point MO & MT, SMS cell broadcast
9 GNSS Module:
GPS L1 band receiver (1575.42 MHz) 33tracking/99 acquisition
Channels
GLONASS L1 band receiver (1601.71MHz)
SBAS:- WAAS,EGNOS,MSAS,GAGAN
Protocol: NMEA 0183 PMTK
Automatic position: Horizontal position Autonomous<2.5 meter
average, SBAS<2.0 average, 2 DRMS , vertical +/- 5 meter
Tracking Sensitivity: -165dBm
Acquisition Sensitivity: -148dBm
10 Time to first fix: Hot Start <1 second, average Warm Start 30 seconds,
average Cold Start 31 seconds, average
11 Internal Battery Backup: 3.7V, 650mAh Battery, 6-7 hours backup @60S
tracking interval
12 Internal memory Backup: 80000 log packets
13 Operating Temperature: 0° to 65°C

Page 156 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Sr.No. Minimum Specifications Compliance


14 Humidity Level: 5% to 95% non-condensing at +40°C
15 I/O’s:7digital input, 2 analog input, 2 digital output &1 serial input (RS232)
16 Panic Alerts : IP65 button with LED indicator works

6.9.5. AVLS Software

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

S. No. Minimum Specifications Compliance


1. The software shall be web based and utilizes high resolution digital map to show
real-time position of the vehicles. The software shall provide map based tracking
and transit route line based tracking of vehicles by the control centre operators.
The software is expected to have enterprise capabilities which enables multiple
user type to be enabled to carry out various functions like, Alarm Management,
Vehicle Schedule Tracking, Speed Management, Stoppage management, Route
replays etc. as a standard functionality. The software shall enable control centre
management staff quick decision making capability, which shall be achieved by
providing graphical tools for visualization. The software shall enable SSCL to drill
and analyze information and online data in a multi-dimensional manner.
Comprehensive analysis and reporting capabilities are expected to be part of the
application delivery which matches the world standard capabilities of AVLS
systems.
2. The software should have capability to have a multi-screen based tracking
system, so as to enable tracking staff to quickly analyze activities and have a
better insight into operational data of all activities within the system.

6.9.6. AVLS Controller Software Functionalities

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Minimum Specifications Compliance


1. Ability to distribute control of services among controllers
2. Real Time Communication with the Fleet

Page 157 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


3. Supervision and Monitoring Of Fleet Positions in Real-Time
4. Ability to Track Bus Service based on different operational state parameters
5. Time Monitoring Analysis
6. On-Line Assignment of Service Time
7. Management of Information Displays at Stops
8. Regulating Service by Time and Frequency
9. Ability to See Trips by different colours
10. Colour Legend of Vehicles
11. Status Tracking of Messages Sent to SSCL
12. Status Tracking of Messages Sent to Internal Screens
13. Controller System Messages
14. Vehicles, Virtual Vehicles, Stops and Lines on Map
15. Vehicles, Virtual Vehicles, Stops and Lines on Straight-Line Diagram
16. Information on Vehicle on mouse overs
17. Vehicle Menu
18. Information on Drivers
19. Detailed Control information of Vehicle
20. Selection of Stop on Route
21. Ability to Define Types of Stops
22. Detailed Stop Control
23. Current Trip Views on Map, Lines etc.
24. Multi-Map Views
25. Ability for Zone Creation
26. Ability to Draw Detours on Map in Send it to Vehicles in Real-Time
27. Management of Detours
28. General Control of Lines
29. Control of Routes
30. Technical Alarms Management and Disposal
31. Messages to Console, Manually, Auto Mode, Event Activated
32. Automatic Messages with Acknowledgment
33. Answering Messages from the Vehicle
34. Line Legend
35. Lines with Activated Legend
36. Vehicle Service Graph
37. Trip Graph
38. Information Signs – Checking On the Lines
39. Information Signs – Checking On Predefined Messages
40. Information Signs – Checking On On-Line Messages
41. Information Displays – Lines
42. Information Displays – Predefined Messages
43. Information Signs – On-Line Messages
44. Statistics of Lines, Drivers, Routes etc.
45. Traffic Density using Colour Codes on Lines, Maps

Page 158 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.9.7. GPS Device Configuration & Management

# Minimum Specifications Compliance


1. Ability to distribute control of services among controllers
2. Real Time Communication with the Fleet
3. Supervision and Monitoring Of Fleet Positions in Real-Time
4. Ability to Track Bus Service based on different operational state parameters
5. Time Monitoring Analysis
6. On-Line Assignment of Service Time
7. Management of Information Displays at Stops
8. Regulating Service by Time and Frequency
9. Ability to See Trips by different colours
10. Colour Legend of Vehicles
11. Status Tracking of Messages Sent to SSCL
12. Status Tracking of Messages Sent to Internal Screens
13. Controller System Messages
14. Controller’s Authentication
15. Vehicles, Virtual Vehicles, Stops and Lines on Map
16. Vehicles, Virtual Vehicles, Stops and Lines on Straight-Line Diagram
17. Information on Vehicle on mouse overs
18. Vehicle Menu
19. Information on Drivers
20. Detailed Control information of Vehicle
21. Selection of Stop on Route
22. Ability to Define Types of Stops
23. Detailed Stop Control
24. Current Trip Views on Map, Lines etc.
25. Multi-Map Views
26. Ability for Zone Creation
27. Ability to Draw Detours on Map in Send it to Vehicles in Real-Time
28. Management of Detours
29 General Control of Lines
30 Control of Routes
31 Technical Alarms Management and Disposal
32 Messages to Console, Manually, Auto Mode, Event Activated
33 Automatic Messages with Acknowledgment
34 Answering Messages from the Vehicle
35 Line Legend
36 Lines with Activated Legend
37 Vehicle Service Graph
38 Trip Graph
39 Information Signs – Checking On the Lines

Page 159 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


40 Information Signs – Checking On Predefined Messages
41 Information Signs – Checking On On-Line Messages
42 Information Displays – Lines
43 Information Displays – Predefined Messages
44 Information Signs – On-Line Messages
45 Information Signs – Simulator
46 Statistics of Lines, Drivers, Routes etc.
47 Traffic Density using Colour Codes on Lines, Maps

6.10. SAHART City Mobile Application


Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

S.
Description Compliance
No.
1
City Wide Collaboration
 Citizens of Saharanpur can collaborate and provide inputs/
opinions on various policy related aspects, local governance
aspects, feedback on specific issues etc.
 Enables SMC to solicit citizen responses on various topics through
polls/ surveys.
 Enables citizens to get live feeds of various activities & events in
the city.
 Enables citizens to search for desired supplies of services / goods
through a search, locate, use & role facility.
 Enables a collaborative marketplace for connecting goods services
suppliers with good service seekers at the rate facility
 Platform should enable SMC to seek participation from city
residents for various activities and help those to volunteer for
events, causes etc.
 Create an online monitoring & feedback reporting format to
engage with different department and Saharanpur Municipal
Corporation
2 Citizen services
 Provisioning of identified citizen services (in consultation with
SMC) through the proposed SAHART APP, along with the payment
gateway services. The final list of services to be integrated will be
discussed with SMC.

Page 160 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.
Description Compliance
No.
 These services would need to be integrated with the back-end
Municipal Administration System
 Creation of formats for online monitoring of citizen service
delivery & Generation of alerts to concerned authorities for timely
delivery of services.
 Proposed SAHART APP should deploy application of Building
permission.
 The proposed Mobile App should have the Citizen Interface for
application for different Citizen Services. The same app should
have the integration capability with back-end BPM based decision
support / workflow approval system where the request processing
activity will be done.
4 Grievance Redressal
 SAHART APP should have an integrated grievance redressal
framework
 The grievance module should be able to categorize the grievances
and should have a built-in escalation framework.
 SAHART APP should interface with back end grievance redressal
mechanism in Saharanpur Municipal Corporation.
 The SAHARAT APP should have the Citizen / Official interface for
submitting of Grievance Redressal where required data &
document can be submitted with the integration capability of back-
end BPM based workflow solution where the request will get
evaluated & addressed by respective stake holders.
5 City Dashboard
 Creation of formats for online monitoring of citizen service
delivery.
 Proposed SAHART APP should publish dashboard for city
administration. The dashboard should summarize activities on
SAHART APP, trends on citizen participation and service delivery
and grievance reporting.
 Proposed SAHART APP should be configured and integrated with
modules that are developed at a later stage.
 Proposed SAHART APP should deploy information from a multi
layered pan city GIS that is envisaged to come up at the later stage,
ready and easy backend integration with pan city GIS and
modularity built into implementation.
6 Technology
 The platform would be deployed in English and Hindi
 Mobile platform to be developed on Android, Windows and iOS
platform
 The platform should be based on open standards
 The solution should have functionality to expose/publish
functional applications seamlessly. Platform should be able to add
more services as and when required by the SMC
 SAHART APP should be able to integrate with the multi layered
pan-city GIS that is envisaged to come up at later stage.

Page 161 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.
Description Compliance
No.
 Proposed SAHART APP should have integration capability with
back-end, BPM based Workflow / Decision Support System
Solution.
 The proposed SAHART APP should support leading browsers
 The solution should be interoperable with industry standard
databases
 The solution should support bi-lingual capability and have Unicode
support
 The solution should support HTTPS protocol on Secure Socket
Layer (SSL).
 The solution should provide rich text editor for content editing
 The solution should be capable of integrating with email servers,
instant messaging services etc.
 The solution should be compatible to all major web standards
including but not limited to HTTP, HTTPS, ODBC, SOAP, REST, XML,
Web Services etc. Should be capable of integrating with any other
system through open standards.

6.11. Enterprise Resource Planning and Departmental data Digitization &


Integration
Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

S.No. Functionalities Compliance


1.1. Organizational Structure and General Requirements
1 Ability to support multiple Entities / Departments / Branches / Offices
2 Ability to perform consolidation for all the entities / Departments /
Branches / Offices
3 Ability to report receipts & payments at various organizational levels
4 Ability to generate an output of all accounting entries for a user specified
period (daily/weekly/ Monthly etc.).
5 System should record the Dates of the event, accounting, preparation of
the voucher, authorization of the voucher, changes, if any, reference
document, reversal, if any etc. on each voucher
6 Ability of system to generate & maintain sequential document numbering
based on different business transactions
7 Ability of system to integrate with various other modules such as
Procurement, Human resources, Projects etc.

Page 162 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


8 Ability of the system with Interface with various third party softwares /
tools & Legacy systems
9 The proposed ERP System should have a strong integration capability
with back-end Enterprise Document Management System which will act
as a Unified Document Repository for all ERP & Non-ERP documents.
10 Modules of ERP should be a single integrated solution to ensure seamless
transfer of data across these modules

11 ERP solution should have ready framework for advanced analytics and real time
reporting.
1.2 General Ledger
1 Ability to create & maintain Ledger Account codes
2 Ability to segregate ledger accounts such as Receipts, Payments, Asset,
Liabilities etc.
3 Ability to consolidate information within and across general ledgers for
month end reporting purposes
4 Ability to integrate G/L, accounts payable, accounts receivable with all the
sub- ledgers and synchronize with the G/L in on-line, real-time manner.
5 Ability to record and do inter-company / inter-unit accounting for the
transactions and report balances.
Inter-Company transactions shall include transactions between SMC,
Sitilink & SSCDL for grant utilization, vendor invoice payments, payment
claims and
reimbursements, payments against tripartite agreements, etc
6 Ability to support multiple levels of approval for a journal voucher before
posting
7 Ability to maintain approval hierarchy and competent authority approval
before the release of payment above the specified amount through
journals.
8 Ability to pass the entries in the next period before closing the current
period.
9 Ability to automatic deduction of TDS or Work contract tax on predefined
percentages while passing voucher entry
10 Ability to print work contract Tax certificates & TDS / TCS certificates & e-
TDS/TCS returns.
11 Ability to track period-end provisions by different voucher series, if
required.
12 Option to automatically reverse all provisions in the next period.
13 Ability to view Foreign currency transactions in foreign currency as well as
in Indian currency.
14 Ability to automatic carry forward of balances for balance sheet accounts
during a year-end closing.
1.3 Accounts payable

Page 163 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


1 Ability to fully integrate the Accounts payables system with other financial
sub modules like general ledger, cash book, accounts receivable, fixed
asset, purchasing, inventory, projects etc.
2 Ability to provide different types of transaction processing like supplier
Invoice, Advances, Adjustment JVs, Payments etc.
3 Ability of system to support debit/ credit note for Vendors
4 Ability to provide for automatic adjustment of invoices / credit notes with
prepayments/ debit notes.
5 Ability to provide workflow dependent Invoice processing & approvals for
Vendor invoices
6 Ability to provide details of discounts offered by vendors
7 Ability to scan external documents and link these to the system generated
Document
8 Ability to capture unlimited line items that can be entered in the journal
vouchers
9 Ability to create Vendor master record along with functionality to capture
various mandatory details such as PAN, TIN, Bank Details, GST details, etc.
10 Ability to check duplicate master data creation & linkage of other vendor
or customer accounts
11 Ability to provide options to enter vendor invoices through various
options such as Interfaces, Manual Vouchers etc.
12 The system should support manual as well as automatic generation of the
Debit/Credit notes on the vendor
13 Ability of the system to generate ageing analysis for the outstanding
invoices
14 Ability to reflect invoice wise outstanding for a particular vendor and for
group of vendors
15 Ability to release part payment against an invoice and balance payment
process on a subsequent date
16 Ability to make payment on account to a vendor and later link it to vendor
specific invoice or invoices received. Ability to mark invoices as running bills
or final bill.
17 Facilitate of centralized payment for all the purchases made for different
projects from the same vendor.
18 Ability of system to record deductions from invoices under various
accounts like cash discount, rebates, charges etc.
19 Ability to block invoices and vendors for payment
20 Ability to record details of the associated tax and miscellaneous charges.
21 Ability to specify if taxes / charges are to be calculated for each item in the
invoice or the entire invoice.
22 Ability to record advances against vendor with reference to a general
reference or multiple proforma invoices.
23 System should support processing of recurring invoices for vendors
24 Ability to support multiple approval hierarchy for Payment Processing as
per the Delegation of Authority of the organization.

Page 164 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


25 Ability to advice bank for bank payments through RTGS etc. to vendor
accounts and receive confirmation from Bank once the payment is made
26 Ability of the system to support In-house check printing or outsourcing
the check printing activity to Bank
1.4 Accounts receivable
1 Ability of the Accounts receivables system to be fully integrated to the
other modules like general ledger, the cash & bank book etc.
2 Ability to generate credit/debit notes to customers based on different
credit criteria.
3 System should support the functionality of maintaining credit limits in
both period and value and to stop processing of invoices in case of over dues
(either
period or amount)
4 Ability of system to invoice the customer in currency other than local
currency.
5 System should support item based credit and debit notes, Interest
Calculation, Fines & charges on Late payments etc.
6 Ability of the system to generate an ageing analysis at the overall balance
level and also at the individual account level.
7 Ability of system to provide for Automatic & manual posting of Debit
Notes/Credit Notes to customer accounts
8 System should support advance receipts and normal AR receipts
1.5 Cash and Bank Management
1 Ability to create following Cash / bank transactions like Cash receipt, Cash
Advance, Employee reimbursement, Misc payment, Office expenses etc.
2 Facility to maintain petty cash transactions for multiple locations.
3 Ability to maintain Cash register and Bank register for selected cash/Bank
for user defined period.
4 Ability to inter transfer transaction like Cash to Bank, Bank to Cash, Bank
to Bank with both side entry confirmation.
5 Ability to support for accounting for collections through Collection
Management services
6 Ability to Control and monitor Earnest Money Deposit/ Bank Guarantee for
the various contracts
7 Ability to interface with finance module for auto generation of Bank
Payment Voucher, Bank Receipt Vouchers, and Journal Vouchers
8 Ability to generate a projected monthly cash flow statement
9 Ability to generate payment forecast for the specified periods
10 Ability to perform automatic bank reconciliation
11 Ability to interface with various banks for the purpose of payments & bank
reconciliation
12 Ability to provide different types of Investments/Borrowings transactions:
Loans, Cash Credit, Overdraft, Fund Based Limits, Non-fund based limits
(LCs, Bank Guarantees, etc.)

Page 165 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


13 Consolidated reports on various investment and tracking of overall
exposure (borrowings)
14 Ability to capture funding requirements for new projects.
15 Ability to maintain records of the Bank Guarantees received.
16 Ability to maintain Bank Wise / Party wise (by whom / in favour of BG has
been issued)
1.6 Taxation
1 Ability to maintain various types of taxes requirements such as VAT, CST,
Service Tax / (GST provision) or any other tax provision included by
Government.
2 Ability to maintain the period for which specific tax rate is applicable
3 Ability to maintain various tax rates applicable for specified type of tax
4 Ability to generate report on various tax paid, in specified formats, if any -
with period, amount, item rate.
5 Ability to generate tax returns in the format prescribed by the tax
authorities
6 Ability for generation and reconciliation of TDS certificates (Customers
wise/ Monthly / Yearly)
7 Ability of system to comply with the e-TDS / e-filing requirements
8 Ability of the system to generate and automate the TDS return process
9 Ability to balance VAT/GST credit to VAT/GST Payable A/c automatically.
1.7 Project Costing
1 Ability to facilitate creating work breakdown structure of a project plan in
the project costing
2 Facility to capture cost against a project and project activity. The cost
captured against the capital asset should include the cost of material, taxes
& duties, transportation cost, installation cost etc. so that total cost for the
capital asset are reflected in the books of account for capitalization or as
CWIP.
3 System should be tightly integrated with Purchasing module for raising
work orders for materials and service procurement related to capex
projects
4 System should be tightly integrated with Inventory module for material
issued to capital projects
5 System should be tightly integrated with Payables module for payments
related to capex procurements
6 System should be tightly integrated with Fixed Asset module for
capitalization of assets after project completion
7 Ability of the system to provide flexibility for monitoring and managing
projects which are of non-capex nature.
1.8 Budget, Funds & Grants
1. Ability of in-built Budget Preparation & Control
2. Ability to maintain budget centers to manage & control budgets
3. Ability to update budget account automatically after utilization
4. Ability to store the previous budgeted data (About 5 years)

Page 166 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


5. Ability to maintain original budget, revised budget, supplementary budget
and latest forecast
6. Ability to manage Budget approvals at multiple levels
7. Ability to flag budget if they exceed actual amounts utilized by specific
percentage or amounts
8. Ability to manage Funds & track expenses incurred against it
9. Alerts for important events (i.e. renewal of FD etc) (SMS, Email)
10. Escalation utility for important events
11. Ability to manage Grants & track expenses incurred against it
12. Ability to do Consolidation of bottom-up budgeting requirements from
cost centers to units to organizational level.
13. Ability to do top-down allocation of finalized budget to units who are
responsible to distribute budget to their cost centers.
1.9 Fixed assets
1 Ability of the system to support fixed asset classification by Asset category,
Asset type, Asset ID, Physical ID, Asset location, Asset Value, Units
(Departments/Section/Office.), Cost center, Put to use date, Any other user
defined field etc.
2 Ability of the system to support asset master with the data in respect of
CWIP references, Asset Classification Depreciation details, Expected Life of
asset, Ownership details (Owned / Leased), Lease details, if Leased asset
etc.
3 Ability of the system to support any number of assets without restriction
4 Ability to provide for transfer assets across organization.
5 Ability to generate accounting entries automatically for each transfer
including capital account and accumulated depreciation.
6 Ability of system to allow recording of the disposal or scrapping of assets
7 Ability of system to support depreciation rates, schedules and terms for
each asset as per statutory requirements
8 Ability of asset system to track asset values / schedules as per each of the
above depreciation terms separately and individually.
9 The system should automatically post depreciation entries based
on calculated depreciation
1.10 Travel & Expenses / Payroll integration
1 Ability to manage employee advances, Travel bookings, Travel payment
2 Ability to handle workflow for pre-travel approvals & travel related
payments
3 Ability to provide detailed report on Employee travels for In
progress, Overdue & paid trips
4 Ability to Integrate Human resources module with accounting
5 Ability to provide detailed report on payroll processed on various user
criteria such as Employee ID, Departments etc.
1.11 Reports
1. Ability to generate financial statements at the various defined levels of the
Organization / entities, individually as well as consolidated.

Page 167 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


2. Ability to support the generation of internal reports and transactional
reports for each of the organizational units by selecting revenue/expense
heads, Asset/liability head, projects, Funds ,grants etc.
3. Ability to print / publish reports; and save them as viewable files in PDF,
TXT, MS-Excel, and XML formats.
4. Ability to support customizations of any exiting report or new reports as
per SMC needs.
5. Ability to define users to whom the report needs to be sent. The output
format can be paper or electronic – via email / internet / intranet etc.
6. Availability of all standard financial reports like Trial Balance, Balance
sheet,P&L, schedules of balance sheet etc.
7. All report on net movement by account, showing opening balance at start
of month, net transactions value (or detailed transactions) and closing
balance.
8. Ability to generate Transaction listing with reporting parameters like By
project, By Account, by period, by voucher, by user etc.
9. Ability to generate financial statements at different levels like across
units,across plants, across cost centers etc.
10. Ability to generate all statutory reports
11. Capability of supporting multiple calendars years for reporting purposes
12. Cash flow report: Listing period and year to date various cash flows
against budget and last year, subtotaled at various levels.
13. Analytical, summary and standard reports that provide an accurate
picture of the accounts payable including invoice, tax, payment amount
14. Ability to provide for all TDS related reporting
15. Payments due as on a date or range of dates as per user requirement
16. Ability to provide Vendor Listing along with other vendor details as may
be Required
17. Cash Requirements Report – Printed on request.
18. Cheque Reconciliation Report – Printed upon demand showing detail on
all outstanding Cheques, bank wise, party wise.
19. Ability to generate receivables report item wise
20. Ability to generate report on debtors ageing for different parameters.
21. Detailed Aging Balance for each customer category showing open invoice
and A/R activity (e.g. payments, debit and credit memos, write-off, and
comments).
22. AR Invoice Register - list of automated and manually entered invoices with
control totals.
23. Provision for adjustment of Advance payment
24. Ability of the system to generate the desired customer correspondence,
like balance confirmation, payment reminders and the automation of the
correspondence.
25. Bank balance analysis (bank balances by amount slabs)
26. Ability of the system to generate a comprehensive asset register (as per
standard accounting practice)

Page 168 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


27. Ability to generate the asset register report available in summary form
(with only financial details) and details form (with all asset master details)
28. Drilldown report (Budget head to voucher)
29. GST/taxes related reports should be generated as per the defined format
30. Ability to report project status for Capital projects along with capital
expense posted
2. HRMS
Sr. Functional Requirements
No
.
2.1 Organization Management
1 Supports multiple companies’ definition
2 Provides for client defined organizational levels
3 Provides Web portal communication to all people in the organization
4 Provides employee searches by: Employee Number, Last Name & First
Name, Organizational Level, Department, Location, Status, Reporting
officer etc.
5 Provides an on-line organization chart with hierarchies.
6 Adds / changes organization entities and easily transfers associates within
and/ or across entities (including companies).
7 Manages organization restructuring including position control.
8 Ability to maintain complete organization
structure bifurcated into maintenance of Organization unit, department
unit, positions, grades, relations,
and hierarchy
9 Any change in organization structure to be approved based on defined
Workflows
10 Organization unit wise policy/ rule engine, changed based on defined
approval workflows
11 Ability to maintain organization wise unit wise approved position list and
current status.
12 The proposed HRMS Solution should have the strong integration capability
with 3rd Party Document Management Solution where all employee related
documents will get archived in a Unified, Structured & Secured Document
Repository.
2.2 Recruitment process
1 Provide facility for online recruitment of employees
2 Provide facility to collect online resumes against the vacancy
3 Allow for on-line screening & short listing of applications received on-line
4 Allow for on-line short listing of applications for recruitment process like
written test or interview
5 Able to generate Call Letters for Interviews to shortlisted candidates
6 Generate the joining forms on-line for the new employee to fill up on his
own
7 Convert the Applicant data into Employee data on hiring / joining

Page 169 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


8 Generate Organogram with vacant position mark (Diagrammatically)
9 Facility to define the specifications of the vacancy in terms of qualifications,
work experience, location considerations, skills/competencies required,
additional certifications / professional qualifications, etc.
10 Online recruitment to be integrated with SMC website
2.3 Personnel Management
1 Ability to maintain common employee database with personal,
educational, professional information like Personnel details, address,
family, working hours, work schedule rules, pay grades, tax data, pension
data
2 Ability to maintain as on date employment history starting from joining
the organization like promotions, achievement, awards, punishment, etc.
3 Ability to capture relevant copy of documents in digital format and linked
with the employee data integrated with document management system
4 Maintain the information along with photo of the employee and all
dependent or family on the system
5 Ability to review On-line request for updating / changes. Date gets updated
after proper approval using workflow.
6 Ability to maintain issuance records of asset like Mobile, Tablets, Vehicle
or welfare items like Uniform, safety shoes, raincoats etc.
7 While at service all administrative task should be carried out like transfer,
special duty assignment, resignation, promotion, NOC issue, etc.
8 Generating of Transfer Forms / Orders for transfer of manpower from one
location to another
9 Issuance of Transfer Order automatically for authorization personnel
(Work flow) according to internal hierarchy
10 Auto update of the employee master and organization structure on actions
like
relocation or transfer of an employee from one department to another
11 Date wise validity of each transaction to be maintained. The master data
need to be time bound with defined start date and end date with time
constraints defined for type of record

Page 170 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


12 Need to cater to the following task of employees:
• VRS Retirements
• Disciplinary cases
• Promotions
• Confirmation and transfers
• Government Reservation Compliance
• Roster for Reserved Categories.
• Employee Grievances
• Leave Management
• Welfare Services
• Union Matters.
• Handling of loans, etc.
• Reports & Returns / Maintenance of Rosters
• Non-contributed PF
13 System to keep record of legal issues and cases for each employee
14 System to manage permanent as well as contract employees
15 System to generate all statutory Return forms under PF, Contract Labour
and other government acts and policies
16 System to generate statutory forms for Pension and other settlements
17 Bulk data upload/ change should be possible
2.4 Appraisal & Promotions
1 System to have employee appraisal and evaluation functionality (along
with rules and policy guidelines)
2 Appraisee & Appraiser fill up the forms on-line
3 Appraisee & Appraiser and/or Reviewer view the form on-line at the
same time to facilitate discussion / comments on the same
4 Policy for Salary revision, Increments, Promotions be maintained on-line
5 System to provide facility for approval for pay fixation on promotion
6 System to give the status of promotion with eligibility, advice, trade
test, promotion, extension of probation and reversion of promotion
7 System to handle employee demotion as a disciplinary action
2.5 Leave Management / Attendance
1 Define and maintain a variety of leave types and associated application
rules
2 Support for Manual and on-line Leave application processing
3 Leave Integration with Payroll
4 leave amendments and adjustments by designated authority
5 Retain all leave history (approved, rejected, adjusted) based on user
defined Criteria
6 System to maintain leave ledger
7 System to generate the monthly attendance/ absence sheet integrated
with time biometric devices
8 System capable of generating late coming and early going report, their
adjustment as per SMC policies
9 leave quota management, leave approval, and leave encashment

Page 171 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


10 System to generate Compensatory -Off balancing and their adjustment as
per the SMC policies
2.6 Payroll
1 Payroll computation based on leave, tax computation, deductions,
adjustments etc.
2 Accommodate adjustment for the previous period's attendance
3 System to calculate statutory deduction for each employee based on
deduction Rules
4 Both earning and deductions can be of both types i.e. forever and within
period(From To dates). There should not be restriction on number of
earnings and deductions
5 Integrate with different types of loan account for deducting EMI /
Installment automatic
6 EMI / Installment deduction stop automatically after end of the loan
period
7 Arrears of salary to be paid for the adjustment of salary for the previous
period by giving range of months/ Period
8 System to allocate an employee's salary across multiple cost centers by fixed
% or specific assignment or manual distribution
9 Automatic update payroll calculation rules whenever an employee's grade
changes
10 Handle multiple pay commission guidelines e.g. 6th pay and 7th pay
commission for different set of employees
11 All standard and statutory payroll related reports
12 Capture employee‘s bank account number and bank details
13 Allows to define different salary or wage classes and scales
14 Auto calculation of payroll based on attendance records with possibility of
transfer of attendance records to payroll system in batch mode or manually
for employees not using ERP for time and attendance.
15 System should be able to categorize the deductions like Tax, deductions on
uniform, deduction on advance taken, loans from company or external
organization, payments for any other purposes to external org. like LIC
Premiums
16 Provision of supporting loan details/advances taken like amount taken,
tenure, amount of each instalment
17 Provision to set loan and advances repayment schedule with an option to
modify the same and payroll calculation accordingly
18 Provision to levy deduction (for a user defined period) on items issued to
employee e.g. uniform, deduction of loan or advance
19 Audit Payroll fixation
20 Payroll processing for Anganwadi employees (fix pay)
21 Process & generate the Salary certificate, Due Settlement Certificate for an
employee / ex-employee
22 Daily wage employees payroll management
2.7 Taxation

Page 172 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


1 Ability to Define tax rules to determine employees tax liability as per
changes by the Central Govt./ local statutory legislation for actual tax
liability of Employee
2 Facility to provide investment declaration form in electronic format. The
employee will be required to fill and submit the form electronically so as to
update salary record and tax calculation automatically by the system.
3 The system should ensure support for major statutory reports / Forms
and certificates of taxes.
4 The system should Record employees’ perquisites and other
information relevant in computing their tax liability as tax
components.
5 The system should Complete calculation and deduction of tax
automatically / user defined
6 The system should Project the tax liability of each employee for the period
within a tax calendar based on the employee declaration of savings etc. and
providing tax planners to the employee.
7 Provision to Manually adjust taxable earnings (in case of income from other
sources, investments etc.)
8 The system should handle Exemptions and Rebates as per the Income
Tax Rules
9 Professional tax deductions with exemptions, arrears and generation of
related reports and challans
2.8 Retirement Benefits System / Other benefits System
1 System to take care for Medical Reimbursement system
2 Travel & Expense: Employees to fill details of expenses carried out during
a travel, upload of receipts, computation of travel allowances and
approvals. Integration with corporate card if issued in future, needs to be
done.
3 System to provide provision and checks for the employees to be granted
LTA / LTC as per company rules
4 System to allow payments (Both Advance and Final) towards LTA / LTC
either outside or with Payroll and paid as taxable/ nontaxable as per Tax
rules
5 System to provide facility of making payments of other benefits Like
Telephone bills reimbursement either outside or with Payroll
6 Health card and medical allowances
7 Pensioner Management
8 Entire Provident Fund and Gratuity Accounting Module as part of Payroll
system
2.9 Talent management, Training & development, Enterprise knowledge
portal
1 Feature of training calendar
2 Information of employees called & attended training
3 Career path/ skill-wise training schedule for employees and initiation of
schedule after transfer or promotion to new position

Page 173 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


4 System to provide a standard methodology for Training Need
Identification
5 System to provide provision for the employees/Head of division to give a
request/ nomination for training
6 Provide facility for online evaluation / feedback on Trainings by the
employees
7 Send training alerts to employees
8 Maintain minimum required training to employees with alert for any
repetition of the same or maximum training attended
9 A knowledge portal to empower employees taking up new responsibilities
with rich knowledge base and anytime accessibility will be provided.
10 Provide provision to know the number of days/hours spent by individual
& up to group for training
11 System to provide provision to know the amount spent on various training
activities.
2.10 Employee Self Service & Manager self service
1 Employee should be able to access own records, perform necessary
functions and raise requests for above-mentioned phases using self-
service portal:
• Apply Leaves
• Viewing salary slips
• View leave balance
• Viewing Form 16
• Entering travel claims
• Confidential Report Triggering and updation
• Searching employee directory
• Employee time and attendance entry
• Employee directory
• Benefits enrollment
• View Service Book
• Standard Application of Rules
• Benefits Management
• Online Learning
• Skill Position Matching
• Talent Profile & Feedback on Performance
2 System to generate service book for employees, downloaded as pdf on
request to view in Hindi and English with all necessary updates
3 Manager should be able to raise request on employee behalf and approve
requests raised by employees online over mobile and web. These will
empower manager as envisaged by the Government of Uttar Pradesh
under:
 Number of Employees Present or Absent
 Filled in Position Distribution in Subordinate Offices
 Online Communication to Pre-Designated Mailing List
 Pending Administrative Processes

Page 174 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


 Pending Work Process Monitoring –Loan/Advances, GPF, Interest
 Human Resource Budgeting
 Talent Management -Skill / Competency Assessment, Training
4 Employees able to access own records online and raise requests for name
change, NOC, address change, leaves with necessary workflow approvals.
3. Procurement, Material Management & Vendor Management
Sr Functional Requirement
.N
o.
3.1 Classification of Assets
1 Plant and Machinery - including machinery of Water Works & Drainage,
Road Department Machinery.
2 Vehicles
3 Furniture & Fixtures
4 Office Equipment
5 Other Equipment
Investments
1 Plant and Machinery - including machinery of Water Works & Drainage,
Road Department Machinery.
1 Ownership
2 Cost Details (Construction / Purchase / Transfer)
3 Depreciation Principles
4 Other Details to arrive at Current Value
Preparation of opening Balance for Asset Valuation

3.2 Asset Transactions


1 Purchase of new Assets
2 Acquisition of Land
3 Asset Sale
4 Investment on Assets (like construction of new floors, road re-surfacing
etc.)
5 Insurance Details
6 Insurance Claim Related Information Capture
3.3 MIS
1 Asset Register
2 Revenue Report
3 Outstanding Register
4 Search facility for various information (like search for name of Road)
3.4 Other Requirements
1 Data Porting / Data Entry Suite
3.5 Masters
Categorization of Stores
1. Central Store

Page 175 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


2. Central Medical Store

3. Hospital Store

4. Street Light Department Stores

5. Hydraulic Department

6. Drainage Department

7. Road Department

8. Information Systems Department

9. Other Stores

10. Vehicle Department…. Etc.

3.6 Defining Various Items under each category


Material Master
1 Ability to classify materials into group & subgroup as per the business
requirement such as Inventory, Direct Issue, Raw materials, Spares, Tools,
Finished goods etc.
2 Ability to capture critical material relevant information such as material
specification, key characteristics, health hazardous etc.
3 Ability to classify materials into 'ABC','N &'S',’VED’ and ‘XYZ’ categories
with user maintained definition.
4 Ability of the system to capture minimum, maximum and re-order level for
the inventory.
5 Ability to assign standard packaging materials to finished goods such as
Drums, bags, boxes, bins, toners, cylinders etc.
6 Ability of system for making the item code inactive.
7 Ability of System to handle item having different unit of measurement
(UOM): Manufacturing UOM, Sales UOM, Purchase UOM, Stock UOM etc.
8 Ability of System for searching item based on its characteristics.
9 Ability for supporting lot / batch control for the item codes.
10 Ability to use either internal code generation or external code mechanism.
Vendor Masters
1 Facility to enter online vendor registration request with details vendor
profile like Name, address, work location, items / service supplied,
business history, contact details, distribution channel, payment profile,
bank details, registration
details etc.
2 Facility to classify vendor on criteria like indigenous / foreign, PSU / Non-
PSU, Defense, Pvt. Sector, Small Scale Industry within state or outside state
etc.
3 Facility to classify vendor based on products supplied
4 Facility to define criteria for registration evaluation & mark / deny
approval.

Page 176 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


5 Ability to blacklist, block / unblock a vendor for further processing of any
transaction. Also, ability to capture reasons for blocking / unblocking of
vendor
6 Ability to define quantities parameters and weight age for parameters for
vendor evaluation like: conformity to delivery schedules, compliance to
quality standards, instances of short supplies, Pricing.
7 Ability to codify Vendors by a unique coding system. System should
provide flexibility to the user to define coding logic.
8 Ability to assign list of materials / services that can be procured from the
vendor
9 System ability to support catalogue management (Catalogues from various
vendors provided in soft form should be able to be uploaded in ERP)
Price-list for the Rate Contract Items
3.7 Requisition & Quotations
1 Ability of raising indent, routing via various levels of online approvals
before it can be converted into a requisition or order
2 Ability of converting indent directly into a purchase order if there exists a
contract or purchase schedule
3 Online Requisition Entry and Update
4 Option to include Delivery Schedules and Quality Specs with support for
manual entry and special text within the Requisitions
5 Facility to link Requisition to project, Production Order and work center
6 Blocking of indent if there is no sufficient budget against the cost center
7 Facility to send multiple tenders against single requisition
8 Facility to compare Supplier Quotations (with landed cost option also)
9 Ability to generate requisitions automatically for items replenished
frequently like Consumables, based on re-order level
10 Ability to check the availability of free or reserved stock available at
different storage locations while creating requisitions
11 Ability to send requirement details, documents like drawings and request
for specifications along with RFQ
12 Ability to enter quotations in the system against RFQ, including taxes
13 Ability of the system to restrict quotations from approved suppliers only.
14 Ability of the system to receive EMD from and refund EMD to suppliers
participating in bidding process.
15 Ability of have two stage bidding un-priced techno-commercial bid and
priced commercial bid in the system
16 L1 prices should be automatically highlighted in QCS report (PDF format)
to facilitate review
17 System should provide list of technical evaluation parameters based on
supply or service procurement in un-priced QCS
18 Ability to approve quotation of the recommended vendor in the system
and add reason for approval
19 Ability to automatically create a PO in the system after quotation approval.

Page 177 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


20 Ability of the system to award PO to different vendors for different line
items. For e.g.: Among quotations received, one vendor might be L1 for a
particular item while another vendor might be L1 for a different item. In
such cases, it should be possible to break up the PO and award approval to
different vendors for different item lines.
3.8 Rate Contracting of Individual Orders
1 Tendering
2 Sanction from Standing Committee
3 Proposal submission for Individual Orders
3.9 Purchase Order (PO)/Contracts / Blanket PO
1 Ability of the system to capture PO information like PO number & date,
Item details like code, description, UOM, rate, quantity, Delivery schedule,
applicable taxes, BG, SD, other terms etc.
2 Ability to specify payment terms in the system.
3 Ability to directly create PO in the system without requisition
4 Ability of the system to support a different PO numbering series as per PO
types or categories.
5 Ability to create single PO in the system from multiple requisitions or
multiple PO against single requisition.
6 Ability of the system to print PO in a user defined format on pre-printed
Stationery
7 Ability to link PO with all previous transaction / documents of the system
8 Ability to generate blanket PO (annual rate contract) with only the
required quantity or may be open quantity.
9 Ability to generate blanket PO (rate contract along with period) with
required quantity. Rate may change after regular interval for balance
quantity.
10 Ability of the system to automatically generate PO based on re-order level
11 Ability of the system to update budget utilization automatically at PO
release
12 Ability to generate Letter of Intent (LOI) in the system, prior to PO.
13 Ability of the system to send soft copy of PO in Pdf format to suppliers via e-
mail or send alert via SMS
14 Ability of the system to send reminders to suppliers through email and
SMS in case of delay in receipt of goods.
15 Ability of the system to receive advance intimation from supplier for
receipt of goods with transportation details.
16 Ability to view balance quantity and payments made against PO in PO
screen of the system
17 Ability to capture the details in the contract like contract validity dates,
location of Delivery, Material code with description and quantity, agreed
upon rates including breakup of taxes, payment terms, other terms and
conditions, VAT.
18 Ability to maintain the standard templates for the creation of Contracts or
Letter of Award and Letter of Intent etc.

Page 178 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


19 Ability to link the Contract details from the purchase requisition and
vendor master.
20 Ability to define and configure the work flow for approval of amendments
to the contract terms.
21 Ability to generate the changed Contract once the amendments are made.
22 Ability to store scanned/ soft copy of each external/ internal
correspondence against a contract for issue handling and progress review.
23 Ability to capture contract validity period and online validation against
subsequent transactions.
24 Ability to create PO's with different number series based on purchase type
such as location / material type / department etc.
25 Tolerance for excess and short supply. Reporting on excess / deficit
deliveries for a PO
3.10 Services procurement / Work Order
1 Ability of the system to support work orders for any job with material,
without material, manpower supply, civil works etc.
2 Ability of the system to capture terms of issuing material to contractor on
chargeable basis, non-chargeable basis etc.
3 Ability of the system to support recurring bill.
4 Ability to check in the system remaining amount outstanding in the
contract before making payment
5 Ability of the system to generate necessary tax certificates
6 Ability to generate work completion note in the system by indenter to
certify quantity and quality
7 Ability to capture key information in the service purchase orders like type
of service (security, consultancy, transportation, job etc.), rate of
services,applicable taxes, financial agreement etc.
3.11 Goods Receipt
1 Ability to create an Inward and Inspection note before creation of Goods
Receipt (GR). Inward will contain details such as PO number, date of
receipt and other consignment information.
2 Ability of the system to create of GR from inward and inspection note.
3 Ability to have a single GR form to handle multiple types of GR like Store
receipt,Direct consumption, Capital, or Capital Direct consumption etc.
4 Ability of the system to generate GR number automatically or manual link
with Inward.
5 Ability of the system to receive partial consignment / delivery from PO
6 Ability of the system to show remaining PO quantity when creating GR
7 Ability of the system to receive goods in a measurement unit different from
the measurement unit in which the order was placed.
8 Ability to define & control GR against purchase order as per the
control policies (e.g.: under receipt tolerance, over receipt tolerance
etc.)
9 Ability to block GR process in case the received quantity exceeds PO
quantity tolerance limit

Page 179 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


10 Ability of the system to capture the QC check results in case of items
requiring the same.
11 Ability of the system to show list of test certificates required to pass
quality check. System should auto-populate this list from the concerned
PO.
12 Ability of the system to capture quantity rejected by QC against the GR
13 Ability of the system to automatically generate a rejection / shortage note
and rejection / shortage letter in case of rejection / shortage
14 Ability of the system to generate a Debit Note to be sent to the vendors for
all rejections / shortage. The Debit Note should be linked to the Rejection
/
shortage note in the system.
15 Ability of the system to provide facility to re-inspection of rejected
materials.
16 Ability to facilitate Goods Receipt of "Free of Cost" Items/Samples
17 Ability of the system to highlight pending overdue & non-overdue
purchase orders and pending quantity
18 Ability to automatically transfer received material into defined storage
location
19 Ability to generate instructions/labels for the storing of items in the
warehouse / storage areas including bar codes
20 The ability to provide views of inventory balances, in-transit, and on-
order across all warehouses and for individual warehouses.
21 Facility to track used / unused material supplied to subcontractor
22 Facility to give various alerts like Shelf Life expiry etc.
23 Ability to facilitate Goods Receipt capturing Batch Number and
Validity/expiry period of the materials
24 Ability to facilitate Goods Receipt capturing Self life of the materials
25 Facility to each department to indent material
26 Issue of Material by Store Staff
3.12 Stores management
1 Ability of the system to select any valuation method i.e. FIFO, LIFO, or
weighted average method for valuation of stock
2 Facility to track from Lot Number, all the inspection details for the lot
3 Support for Allocation of Inventory to Production Order / Project etc.
4 Support for User-defined Reservation Criteria for sequencing or creating
reservations
5 Facility to assign Adjustment Reason Codes (including Cycle Count and
Returned Goods)
6 Audit Trail of Inventory Adjustments made
7 Reporting of Overstock and Under Stock Exceptions
8 Ability to support issue of material having shelf life on FIFO basis
3.13 Disposal of Dead Stock
1 Department wise submission of details
2 Tendering by Stores Department

Page 180 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


3 Disposal of Dead Stock

3.14 MIS
1 List of Vendor wise / Material wise orders
2 Material wise, Department wise consumption report
3 Disposal of Dead Stock
4 Status report to department w.r.t their orders
5 Comparison of price bids with history prices
6 Alerts if the Batch Numbers or Serial Numbers is not in order
7 ABC Analysis
8 Vendor Performance Analysis Rating & Reports (on the basis of quality of
item/services offered, quantities supplied, delivery / timely completion
performance and cost /price)
9 Register for Inward, Inspection, receipt, Issue etc. on user defined period.
10 Aging analysis of stock items
11 Facility to provide slow moving and nonmoving items report
12 Items above maximum level and Item below minimum level
13 Rate variance report from Receipts
14 Daily receipt report with quantity and value details.
15 Inventory details 'batch wise' or 'lot number wise' or 'serial number wise'
if material is managed in Batches or lots or serial number.
3.15 Other Requirements
1 Data Porting / Data Entry Suite
2 Logins to suppliers to update their status
3 Integration with DMS System to save, send, capture, and refer
documents attached with any Tender, Requisition, Quotation, Contract,
Purchase Order,Goods Receipt, Invoice Receipt etc.
4. Project Management
Sr. Functionalities
No
.
4.1 Portfolio Demand Management
1 System to have various stages of approvals for all the proposed projects.
These approvals will pertain to project selection, budget approvals, vendor
selection including technical and financial evaluation, pilot
implementation, approval to Go-Live based on UAT approval for
maintenance milestones, approval for
project closure.
2 System should be flexible to define approval stages and criteria for
different project types.

Page 181 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


3 A sample flow is below:
Gate 0 – where demand is approved by the commissioner based on
the requirement and benefit submitted by department.
The proposal document will also be copied to the project and portfolio
management system where technical evaluation and financial evaluation
will be done as part of G1 (gate 1 approval) based on DPR submitted by
consultant
Gate 2 approval will be the approval by Commissioner and
standing committee. Post this bidder will be selected.
Follow on gate approvals will be done based on different milestones
achieved by the bidder as defined in the project stages. Payment
milestones will be triggered from the system. A sample gates
o Gate 3 Approval before Vendor onboarding and resource mobilization
o Gate 4 Approval to approve Pilot Implementation
Gate 5 Approval to approve Go-Live based on User Acceptance Testing and
performance test
o Gate 6 Approval for project AMS annually
o Gate 7 approval for project closure
4.2 Project Management
1 Facility to create new project / review existing project with critical
information’s like activity / task lists with target dates and resource.
2 Ability to track and analyze Project Schedule, Costs, Materials, Equipment
and Services
3 Ability of handle any number of Projects simultaneously.
4 Ability to record, manage and report Accounting Data for all Project-
related Transactions
5 Facility to record periodic Progress Information from Weekly / Monthly
Project Reports
6 Facility to import Project Activity Networks exported from commonly-
used Project Management Packages such as Primavera, Microsoft Project,
etc.
7 Facility to identify project milestones and targets
8 Ability to define sub-projects within a project
9 Facility for multi-user concurrent access to any project, including record
locking facilities to avoid concurrent updating of project details
10 Ability to analyze individual projects by comparing project plans against
progress and produce exception reports.
11 Provision to select multiple projects based on selection criteria and display
any/specified stored details
12 Ability to produce GANTT and PERT charts to display the critical path and
float times for all or selected activities
13 Reporting facility through which users can define and develop reports
related to single or multiple projects (for monitoring progress and
performance)
4.3 Project Structuring

Page 182 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


1 Work Breakdown Structures (WBS) and Networks to structure projects
hierarchical and/or using network techniques. Milestones and documents
to mark project events appropriately.
4.4 Project Scheduling
1 To provide various date planning functions. Flexible scheduling
techniques to be used to calculate earliest/latest dates, floats, or critical
paths within projects.
4.5 Capacity and Workforce Planning
1 Networks to plan, analyze and level work center based capacity
requirements of the project.
4.6 Material and External Service Planning
1 To assign material components to Networks to plan material
requirements based on the project schedule, check the material
availability, and trigger the
material procurement and delivery later.
4.7 Financial Planning
1 To provide various techniques for planning costs and revenues in Project
System depending on financial planning requirements.
4.8 Budget Management
1 Budget is the approved cost structure for a project. One can allocate budget
to projects in Investment Management or directly in Project System.
4.9 Confirmations
1 In the execution phase of projects confirmations can be used to document
the actual work performed and the progress of individual work packages.
4.10 Cost Integration and Billing
1 Costs actually incurred are posted directly to project by account assignment
of documents in Financial Accounting, Controlling or Materials
Management for example.
4.11 Project Reporting
1 Project System provides various standard reports for real-time reporting
of financial and logistic project data.
4.12 Integration
1 Citizen engagement is required for the projects where decision of creating
a bridge/ asset, budget approvals, progress report is visible to them on GIS
map where citizens can know beforehand any upcoming project decisions,
traffic disruptions or gives comments. This will be achieved by publishing
details on SMC web portals. The details will come from Project
Management and Asset management/ maintenance module of ERP, thus
integration with SMC web portals and SMC GIS to provide this information
readily.
4.13 General
1 Ability to manually/auto load and selectively change project data
(start/end dates, etc.).
2 Ability to capture, compute and report real-time actuals (e.g. costs, effort,
schedule status)

Page 183 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


3 Ability to aggregate cost, effort, and schedule data across projects (e.g.
Gantt chart data rollup)
4 Ability to calculate performance ratios manually or automatically at
specified points in time or at project milestones.
5 Ability to provide dashboard view of status of all projects with ability to
drill down.
6 Ability to compute/display estimates of remaining work (hours to
completion,percent of wok completed, end-date forecasting, etc.)
7 Ability to provide comparison of actual vs. planned progress with variance
analysis, alerts, and rule - based notification.
8 Ability to provide project reporting/forecasting according to government
contracting requirements (e.g., earned value analysis).
9 Ability to support risk monitoring and on-going multi-project risk
management.
10 Ability to use project status and project forecasts to update financial
budget forecasts.
11 Ability to capture and transmit project costs, expenses, commitments, etc.,
for accounting.
12 Ability to support and billing (e.g., expense reporting).
13 Configure status indicators at summary level of Project. These indicators
should be displayed in Project Center with different colors to depict
project status.
14 Ability to store, populate and update exact latitude and longitude details of
the project and pass the information to and from GIS system.
4.14 Project Cost Monitoring
1 Facility to record various Cost Data for a project (such as budget amount,
expenditure to date, cost to completion, cost estimate of changes, etc.)
2 Facility to record Project committed Cost Data from the payment requests
received from various sources
3 Facility to record release of funds details and maintain project release of
funds History
4 Facility to record project allocations, advanced payment and bank details
5 Provisions to compare the payment requests against the outstanding
contract value for a given project/stage/activity
6 Provisions to track payments related to external agents (consultants,
contractors, etc.)
7 Provisions to track the status of a payment request through the batch
upload and approvals process
8 Provisions to validate payment against the release of funds and update
the project release of funds balance
9 Facility to mark projects for archiving once all the costs have been paid
and project completed
4.15 Project Resource Utilization and Reporting
1 Facility to integrate all MM functions such as Procurement, Receipt and
Storing procedure, Material Reservation, and Inventory Management.

Page 184 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


2 Facility to declare WIP status and Completion of Project.
3 Facility to transfer Project Material to regular Inventory and vice versa.
4 Facility to Map Project Item with Regular Item codification.
5 Provisions to include left over Material in regular Inventory as Non-Valued
/ Valued Material as well as Spare or Part of specific Equipment on
completion of Project.
6 Provisions to track and include Installation / Commissioning / Put to use
Date and warranty period and Maintenance schedule along with Details in
system on completion of Project.
5. Enterprise Asset Management with Maintenance
Sr. Functionalities
No
.
5.1 Asset Management
1 Ability to manage assets like bridge, roads, vehicles, street lights,
buildings, land, billboards, equipment, IT hardware, software licenses etc.
2 Describe, display, and manage assets with a GIS-based interface
3 Monitor condition of assets and identify damage or defect (using start
point, end point and offset for linear assets)
4 Creation and updation of assets (including Functional location,
Equipment,Measuring points)
5 Define inspections and maintenance tasks that must be carried out in
assets
6 Create and manage the maintenance items in maintenance plans
7 Integrated with Asset accounting as specified in financial accounting
section with ability to display all asset accounting report
8 Ability to store, populate and update exact latitude and longitude details of
the asset and pass the information to and from GIS system
9 Lease in lease out assets and related accounting functionalities
5.2 Asset / Equipment / Component Master
1 Provision of an asset/equipment register at the Operational level which
provides a hierarchical view of Plant / equipment / assembly / sub-
assembly
2 Ability to create user defined group of asset/equipment as per similar
types of equipment for standard maintenance activity.
3 Ability to link asset / equipment to cost center codes for costing (cost type
wise)
4 Ability to link and provide online access to relevant document like
Operating procedure, standard settings and calibrations, technical
information, safety instructions, part list, warranty details etc.
5.3 Work Order Monitoring
1 Ability to create different work orders related to break down or
maintenance related job
2 Ability to create work orders based on shutdown activity.

Page 185 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


3 Ability to put next available schedule to re-plan the activity if clearance is
not given for particular job.
4 Provision for creation of job card with detail activity with allocated
responsibility along with required resource.
5 Provision to define Specifications of resource requirements including
materials,labor, tools (skills / competencies), contractors and equipment.
6 The system to maintain maintenance labor resources (actual time)
including individuals and work groups.
7 Ability to maintain ‘rates of charge’ for the purposes of labor and work
costing
8 Ability to link required items, services and labour on the maintenance
work order
9 Maintenance work order has stages like, created, In process, Completed
10 Create/ Closure / cancellation of Work Order / Job
11 Reschedule work orders. Set committed working days, plant shutdown
days. Work orders will reschedule appropriately.
12 Ability to print work order
5.4 Maintenance Analysis and Statistics
1 Analyze the equipment breakdown and repetitive breakdowns
2 Equipment breakdown analyze and control
3 Material planning for preventive maintenance and maintain safety stock
4 Analyze your equipment MTTR and MTBR and plan to control
5 Material consumption analysis
6 Counter based preventive maintenance for equipment like Generators,
motors & Compressors
7 Ability to maintain operational and maintenance history against asset/
equipment work orders.
8 Reporting on asset/ equipment statistics like availability, utilization etc.
5.5 Inter departmental Communication
1 System generate online request and reservation for workshop equipment
or any other service like crane with availability status
2 System generate online request for visitor gate pass for casual workman
supply associated with maintenance activities
3 System to take care of contractual jobs which include work order
generation, measurement records and payment advice generation etc. for
actual jobs as well as for budget planning with reference to financial
concurred amount
6. Water Utility & Billing
Functionalities
Sr.N
o
6.1 Customer Relationship Management
1 Service Order Management with Utility Billing
2 Service Order Quotation
3 Service Order Processing

Page 186 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


4 Service Confirmation Processing
5 Customer Service Processes
6 Managing Financial Inquiries in Civic Centre
7 Processing Payments - Cheque/Cash/Card Payment
8 Generate automatic letters/notices
9 Maintain relationships between consumption history and a customer,
meter and premise
6.2 Meter Management
1 Entering Meter Readings
2 Collecting meter readings in the metering database
3 Meter Malfunction Notification / Service Notification
4 Provision to interface with AMR
5 Spot water meter reading and billing (Pandesara industrial area, 24x7 new
north)
6 Validations for the spot metering and billing data update
7 Lifecycle monitoring and testing plan for meters
8 MIS generation System should be capable to monitor and track the
following:
Meter reader’s performance, Comparison of input versus expected
consumption, variance in consumption for consumers etc.
9 Tracking meter location, status, tampering
10 Adding meter record in batches
11 Provision to assign document / text/ drawing related information
12 Provision to interface with GIS
13 Create service orders from meter reading trouble codes
14 Facility to change faulty meter during a billing cycle
6.3 Contract Billing
1 Fresh water billing
2 Waste water billing
3 Meter rent
4 Service Contract and Quotation Analysis
5 Service Order and Quotation Analysis
6 Identifying Account for Utility Service Processes
7 Changing Account Data and Business Agreement Data
8 Master Data Overview (Account, Business Agreement, Consumption)
9 Bill Information/Bill Correction
10 Interfacing with spot billing and MRI instruments
11 Govt. Taxes and Levies: rates must be configurable and the system must
automatically calculate the applicable amounts and apply them on the
bills
and if necessary show them as separate line items
12 Retrospective Billing, Billing reversal / Adjustment, Manual Billing,
Unscheduled Billing, Proration Scenario
13 Business processes needs to be detailed at Level 3 and 4 and to be
mapped in ERP / e-Office application.

Page 187 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


6.4 Account Management
1 Changing Budget Billing Plan
2 Service Contract and Entitlement Management
3 Complaints and Returns Management
4 Warranty Analysis
5 Overdue alert
6 Accepting change in metering cycle
7 Provision to assign document / text/ drawing related information
8 Maintain a complete audit trail of all changes
9 Store monthly demand data and corresponding charges
10 Surcharges and Rebates on components of Water Bills must be
configurable by account types
11 System provides the ability to bill for multiple meters at a single customer
account.
12 Consumer connection management (ward-wise, zone-wise, type-wise,
size- wise, etc.)
13 Dunning
14 Business processes needs to be detailed at Level 3 and 4 and to be
mapped in ERP / e-Office application.
15 On the spot discount or waive off for special cases need to be incorporated
16 Converting due amount in to installments
17 Geographical area wise business rule application (zone/ ward/ sub-ward)
6.5 Reports
1 Analysis Reports:
• Demand analysis Report.
• Collections analysis Report.
• Revenue Recovery analysis Report.
• Water Supply Effectiveness Analysis Report.
• Customer Service effective analysis Report.
2 Executive Management Reports:
• Consolidated view of operational profit & loss for
all circle officers
• Drill down from the Transaction level to reports right up to section
level
• Change the sorting order and view the report contents with the new
sort order
3 Consolidated Reports:
• Consumption and sales
• Revenue realization, revenue improvement

Page 188 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


• Customer complaints and water leakage losses •
• Executive Summary Report
• Demand Vs. Collection
• Summary information Report
• Commercial Performance Report
4 Single Parameter Reports:
• Improvement Reports
• Revenue Reports
• Operations Reports
5 Revenue Collection Report:
• Demand raised for the month (As spot billing is done throughout
the month cumulative progress is presented)
• % cumulative collection against correct month demand, till date for
this month and for the last month
• Monitoring of cumulative collection for the month till date against
the demand raised
6 Other Reports: Service Level Benchmarking, monitoring and reporting
(KPI) in accordance to MoUD, GoI. Other reports as per the Client
requirements arising from time to time during project life cycle.

7. Complaint Management / Grievance redressal mechanism


Sr. Functionalities
No
.
7.1 Complaint creation
1 The entire Complaint Management System / Grievance Redressal System
should be based on BPM (Business Process Management) Platform with
the capability of configurable Workflow Solution. The basic need is to
provide the Citizen / Internal Officials to submit requests for Grievance
through multiple channels i.e. Portal, Mobile App, E-Mail etc. from where
the BPM based Workflow Solution will collate the data and process the
same in the System.
2 Capability to create new complaints through screen input, email receipt,
SMS receipt and event triggers from other systems which will be
integrated with BPM based Workflow Solution where data & supporting
documents will get collated and processed by respective stake holders.
3 Able to support bulk creation of complaints through file upload during the
request initiation at Workflow level.
4 Ability to automatically update complaint fields based on the inputs
received
– For example, if a registered citizen logs a complaint through portal,
his tenement id, ward, zone etc. should be automatically populated.
The grievance submission channels (Portal, Mobile App, E-Mail etc.)

Page 189 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


should have integration capability with back-end, configurable
workflow based Grievance Management System.

5 Ability to define a complaint number which will be unique and will be a


reference parameter for all the future cases
6 Ability to link new complaints to an older complaints number and provide
reporting on such linked complaints.
7 The system should allow for the inclusion of pictures, screen shots,
emails,PDFs, mp3 to be included as part of the complaints document. The
back-end Workflow Solution (For Grievance Management) should have
capability to acquire those data & documents during initiation of Grievance
Requests as well as during the processing of requests i.e. If any stake-
holder intendsto upload more documents as a proof of his / her decision,
the system should have provision for the same.
8 The system should support multiple severities/categories with restriction
on using certain severities, e.g. only authorized users can create S1 tickets
9 When a new complaint is created via user input (using a web form/
mobile app or a self-service portal), an e-mail can be automatically sent to
the user confirming that a new case record has been created. Besides
that the back-end Workflow Solution should also have the capability to
integrate with E-Mail Service or SMS Service for User Notification
purpose during various stages of Grievance Workflow.
10 The system need to be integrated with social media analytics tool
and Saharanpur SPV and Nagar Nigam’s website to address the
negative sentiments captured.
7.2 Complaint assignment
1 The back-end, BPM based Workflow Solution for Grievance
Management should have the Capability to assign complaints
resolution authority / Configurable Workflow Assignment, assign
complaints resolution time frame / Defining configurable TAT,
Defining configurable National & Regional Calendars etc.
2 The BPM based Workflow Solution for Grievance Management should
have in-built Business Rule Engine to define & configure Workflow
Solution with simple and complex rules based on which the decision
flow will move accordingly through various stake holders.
3 The workflow system should support bulk and individual manual
assignment/reassignment
4 The workflow solution should have an in-built User Management module
through which various users / groups / roles can be created and assigned
with various privileges. The module should have a configurable Password
Management facility.
5 The workflow system should have provision to assign the Grievance
Management task to various users, roles & groups segregated by assigned
privileges.
7.3 Complaint updates and resolution

Page 190 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


1 The BPM based configurable workflow solution for Grievance Management
should have provision for Noting / Commenting by its respective users
with privilege management facility i.e. only authorized users can be able to
Note / Comment / View Notes or Comments and perform other activities.
2 The system should support bulk updates of complaints using file upload.
The workflow based Grievance Management System should have the
integration capability with various request submission channels (Portal,
Mobile App, E-Mail etc.) through which external & internal users will
submit Grievance Request along with uploading of supporting documents
3 The system should support both forced closure and user confirmation for
Resolution. The proposed solution should be built on a BPM based
workflow platform with configurable decision support capability along
with features like Auto-Routing, Auto-Escalation etc.
4 The required Grievance Management System should be built on BPM
(Business Process Management) Platform and should have configurable
TAT (Turn Around Time) functionality i.e. If any user will not take action
within stipulated timeline, system will take necessary action i.e. It may
close the ticket OR It may assign the task to next user OR It may escalate
the next superior user etc. It should be configured as per client’s
requirement.
5 A configurable "status" data field is used to track the status of each
complaint
(e.g., new, assigned, in progress, escalated, on-hold, filed, etc.). All these
parameters can be configured on BPM Platform based Grievance
Management System without any development effort.
6 Any time a complaint is created or updated, a history record (of the
change) is automatically created and associated with the complaint. The
required Grievance Management System should have its own Custom &
Standard Report generation tool.
7.4 Complaint escalation
1 The required Grievance Management System should have the Ability to
escalate complaints to required authority automatically based on
predefined business rules e.g. ageing and be able to follow a different path
of resolution on escalation. The solution should have additional Rule
Engine through which any complex and sinple rule can be configured and
assigned to respective grievance workflow.
7.5
Reporti
ng
1 The required Grievance Management System should have additional
Reporting Module through which only authorized users can be able to
create Standard & Custom reports.

2 The system should have the capability to perform searches complaints


based on large variety of criteria including date, priority, ageing, raising
authority, case number, case owner, amongst others with Pre-configured
compliant list

Page 191 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


views (complaint subsets based on user-definable filter variables)

3 Multiple complaint record "layouts" can be defined to handle complaints


and service requests with different processes and data needs
4 The system should be able to generate MIS report (if required) on the
status of the various complaints
5 The system should allow for printable reports for all the complaints
6 All reports should be downloadable in PDF or excel format
7 Quick access to recently created, modified, or viewed complaints
8 Best Practices Knowledge Base – customers and support agents have
online access to best practices with self-help documents and ‘how-to’
guides.
9 Predesigned complaint-related reports (In charts and graphs format) to
be available for display on dashboards and reports
10 Productive Time-Tracking report – ability to monitor & track time spent on
complaint resolution by user.
11 Indicative reporting requirements with respect to complaints (not
exhaustive) o Number of complaints by
i. Type
ii. Classification parameters
iii. Citizen/ ward/ zone
iv. Resolution
o Complaints by status/ milestones
o Overdue complaints
o Complaints view by
i. complaint id
ii. timeframe (to date – from date)
o Trends in complaints by
i. Type
ii. Classification parameters
iii. Ageing
7.6 Mobile interface for field employees
1 BPM based Grievance Management System should have the
capability to integrate with Mobile App / Mobile Interface for
Internal User Notification or Applicant notification purpose. The
objective is to configure Email based user notification during
various phases of approval workflow.
2 As soon as a complaint is assigned to an employee, she/he should get
a notification.
3 On opening the application, they should be only able to access/ action on
the complaints assigned to them

Page 192 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


4 They should be able to reassign the complaint to another employee based
on the follow-on action required for which logs and timestamp need to be
Maintained
5 The complaints nearing SLA breach or beyond SLA should be highlighted
in Amber and Red colour
6 Mobile App should have the Ability to capture geo-coordinates, images and
updates from the field
8. Revenue & tax management with citizen relationship management

Sr.N Functionalities
o.
8.1 Taxpayer Identification and Returns Processing - single taxpayer view
1 The required solution should have a proper BPM & Workflow based
Citizen Services Application where any Citizen Centric requests can be
submitted through various channels (Portal, Mobile App, E-Mail Service
etc.) which will be collated through banck-end Workflow Solution and
gets processed. The submission channels and Workflow solution should
have strong integration in between.
2 Citizen Registration - citizens can walk in to a civic center and get
himself registered and attach his properties, water connection, drainage
connection, birth registration, shops and establishment license,
professional license in a
single account. All the requests will be submitted through common
channels i.e. Portal, Mobile App etc.) and collated and processed by back-
end based Workflow Solution.
3 Ability to capture and retain existing unique id for each of the above
services,like tenement id, water connection number, water meter id etc.
4 Ability to view past records for which data migration from
existing applications
5 Ability to capture personal details along with Aadhar number, Pan card
number, Driving license number etc.
8.2 Agent's access to citizen information
1 Agent to access citizen records, collect payment, issue returns, raise
requests on behalf of citizens for all citizen services in scope.
2 Provide agents with a complete view of client financial information,
outstanding bills, bill details, and payment history across services in a single
view
3 Integration of complaint redressal module with Civic center module is
required, so agents can raise complaints on behalf of citizens in civic
center
4 Services wise access to civic center agents should be possible in the system
8.3 Receivables Management and Payment Handling
1 Process high volumes of payments quickly and accurately
2 should handle all payment channels like cash, card, online etc. and
provide sophisticated and flexible clearing control

Page 193 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


3 Generate receipts and duplicate receipts for all type of payments both
in Hindi and English based on account preference
4 Agent wise, service wise and civic center wise reconciliation for all type
of payments should be possible as and when required.
8.4 Financial Customer Care and Dispute Management
1 Process high volumes of payments quickly and accurately
2 should handle all payment channels like cash, card, online etc. and
provide sophisticated and flexible clearing control
3 Generate receipts/ licenses/ certificates and duplicate copies on successful
completion of for all type of payments both in Hindi and English based on
account preference
4 Agent wise, service wise and civic center wise reconciliation for all type
of payments should be possible as and when required.

8.5 Revenue & Tax management


1 System should provide quick adjustments, modify contracts, change
payment details, set up instalment plans, create credit notes, or mark
disputed items as locked to exclude them from automated collections
processing.
2 Fully automate routine volume tasks, such as calculation of interest
payments, deductions, discounts, late payment charges etc. and
continuously optimize collections
3 System should enable receivables management and payment handling,
assign individual clearing strategies, automate payment reconciliation,
and generate reports aligned with accounting principles
4 Agent wise, service wise and civic center wise reconciliation for all type of
payments should be possible as and when required.
5 Integration with Virtual Civic center (Epay) services on SMC websites,
enabling tax payers to view and manage their account details
6 support multiple revenue types with a single view of a taxpayer’s
obligations
7 All citizen communication outputs required in both Hindi & English
language
9. Property Tax
Sr Functionalities
.N
o.
9.1 General
1. The application needs to be integrated with Tax and revenue management,
accounts receivable and citizen services (CRM)/ civic center application.
2. The module needs to be integrated with GIS with a facility to view
the property in geospatial view from within the module.
3. All the process steps need to be integrated with Document Management
system with each step having facility to view, comment on the
document visible on the same process step screen.

Page 194 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


4. The system to be integrated with tax assessment of Field inspection and
reporting module proposed as part of the solution.
5. All property tax rules should be configurable, to be changed as and
when regulations are passed following required approval process.
6  
 Property tax rates may vary from based on SMC business rules
 Property tax demand letter to include charges
 System should allow payment of early payment discounts
 System should provide functionality for reminder letter for
unpaid property tax bills with automatic calculation and levy
over interest
and/or penalty
7. Submission of property tax in subsequent years with changes or
without changes in property details like structure, usage etc.:
 Capture details of multiple owners and tenants
 Handle listing of multiple usage types within a property
 Handing rebates, specific standardized rules, and considering
various factors while calculating tax of the property.
Capturing floor wise details in case of buildings
8. Integration with Town Development, building permission system to
receive notification on BUC certificate issuance.
9. All the citizen forms like khas notice, demand notice, warrant, green
warrant should be printed on a pre-printed stationary and sent to citizens
through e-mail and post.
10. Ability to generate demand based on pre-defined schedule. Basis which
due date for tax payments to be calculated.
11. Business processes needs to be detailed at Level 3 and 4 and to be mapped
in ERP / e-Office application.
12. Ability to view zone wise/ ward wise/ customer wise demand
report, recovery report, defaulter report,
13. Advertisement Hoardings & Contract Management:
• Creation of a sales contract and subsequent billing from
advertisement hoardings
• Registration of media agencies as customers
• Functionality for booking an advertisement
• Functionality for setting up new hoarding and display of advertisement
• Functionality for renewal of advertisement contract
14. SMC users must be able to carry out processes on the system like Contract
Entry, Billing, Collection, Issue Renewal Notices, Contract Renewal,
Suspension and Cancellation
15. Rechargeable Work: creation of a sales order and raising an invoice for
work done which is chargeable to a customer

Page 195 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


16. Usage of Telecom Fibre Network : creation of a sales order and raising
an invoice for usage of fibre by telecom services providers:
• Fixed rental basis
• Percentage of revenue basis
17. Parking Lots: Creation of a sales order and subsequent billing from
parking lots
18. Miscellaneous Revenues: Functionality to account for miscellaneous
revenues from digital services, or rental for usage of community halls
etc.
19. Reports as per business requirements of BMC relating to Revenue
from Property Taxes, Land Sales, Telecom Fibre Usage etc.
20. Rent and Lease:
• Booking of Estate
• Rent Payment schedule
21 • Department process like Contract Entry, Billing, Collection, Renewal
Notice, Contract Renewal.
• Reports

10. Professional Tax


Sr.N Functionalities
o
10.1 General
1 An application giving user online option to register, fill application, upload
documents and submit fees should be developed.
2 The documents uploaded should be stored in document management
system.
3 The application should follow the approval workflow with option to
citizen to check the status of the application online.
4 Integration with Financial accounting document is required to
capture business partner details and to transmit the collection data.
5 Reminders through SMS/e-mail for professional tax payment due
and notifications for renewal and generate receipt for the payment
made.
6 Citizen should get workflow based functionality to download policy,
name change or closure.
7 Department approval mechanism to verify decrease in professional tax
amount by the tax payer in the online portal and auto demand
generation
8 Integration with Property Tax department to view bill from tenement
number, address change updation, and view professional tax number
9 Integration with S&E department to know issue of S&E certificate
1 Business processes needs to be detailed at Level 3 and 4 and to be
0 mapped in ERP / e-Office application.
11. Shops & Establishment
Sr.N Functionalities

Page 196 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


o.
11.1 General
1 The required solution should have an integrated common
interface (Portal, mobile App) to receive the citizen requests like
Shops & Establishment (Trade Finance Issuance, License renewal
etc.) where the back-end Workflow Solution will collate the data
& documents from the interface and process the same.
2 An application giving user option to register, fill application,
upload documents and submit fees should be developed to its
external interface (Portal, Mobile App etc.) and process the same
in back-end workflow solution..
3 The documents uploaded should be stored in underlying document
management system which will be integrated with BPM based Workflow
Solution.
4 The application should follow the approval workflow with option to
citizen to check the status of the application online.
5 The underlying Document Management System should be
Integrated with Financial accounting for archiving the documents and
to view them from the ERP interface..
6 Reminders and notifications for renewal and generate receipt for the
payment made.
7 Functionality to advice professional tax department for raising penalties.
8 Citizen should get workflow based functionality to get download
policy, name change or closure.
9 While approving the S&E registration, a reference to the property
through tenement ID should be available on the system.
10 Business processes needs to be detailed at Level 3 and 4 and to be mapped
in ERP / e-Office application.
Sr.N Functionalities
o.
12.1 Engineering module / Inspection
1 The module should be Integrated with ERP – Project and
portfolio management system.
2 Facility to register Engineering works/proposal.
3 Ability to capture Geo-Coordinates of field employees doing the inspection
4 Ability to capture the details of the inspection into the measurement book
(MB) and generation of measurement book as and when required
5 Able to submit/provide Pre-Sanction to any work
6 Able to submit/provide Administrative Sanction (AS)
7 Able to submit/provide Technical Sanction (TS)
8 Able to generate Work Order on ERP system
9 Facility to generate inspection/ monitoring/ survey orders for field
officers
12.2 Taxation module/ assessment

Page 197 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Functionalities Compliance


1 The module should be integrated to Property tax module, should have the
facility to refer the property online
2 Facility to add new Tenement
3 Facility to enter the details of Prof. tax collection
4 Facility to generate inspection/survey orders for field officers
5 Ability to capture Geo-Coordinates of field employees doing the survey.
6 Integrate existing mobile app for property assessment
12.3 Common features required for Engineering & Taxation Module
1 Capability of SMS alerts & auto e-mail generation for all orders.
2 Auto PDF generation for all orders.
3 Capability to receive and display all the data of reports uploaded by
field officers
4 Facility to store various inspection/monitoring/ survey data received
from fields.
5 Facility of report generation automatically with SMS alert for every
inspection.
6 Facility to send all auto generated PDF report to concern officer in their e-
mail accounts automatically.
7 Data filtering facility from reports received.
8 Able to generate various individual and statistical reports as per
requirements using the data received from the fields.
9 Facility of statistical/analytical reports and graph with different
combination of data for different level of users as per requirement.
10 Facility to provide different alerts as per requirement.
11 Facility of Dashboard for quick review.
12 Facility to view the location of All inspections/survey on geospatial view
13 Capability of customization as per requirement in report
generation/data analysis

13. Integrated Audit Management Compliance


Sr.No. Functionalities
13.1 Objection Register
1 Capability for creating an objection at three levels. It should also
capture master details for creating objection like Inward Info, Sub
Headers, Bidan and
F.W.C. To etc.

Page 198 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

2 The system should allow User to add multiple points for creating
objection.1st Level user adds all details and forward all details to
2nd Level user. 2nd Level user checks each and every point and also
makes changes in existing points and also adds points in an
objection and pass to the 3rd Level user. The 3rd Level user decision
is a final for creating an objection or not. Objection no. will be
generated at 3rd Level.
3 After generating an Objection no., the Details should be passing to
that particular department and also SMS will be sending to
respective users with employee with zone, BCNT, GLAC, and
Objection No.
4 Ability to get Objection Reply from Department
5 The system should allow Verification - Basically it is used for
validating an objection at three levels.
6 1st Level user checks all points one by one and makes it status as a
“Filed” or “Return”. If user don’t want to make any changes in a point,
then mark status of that particular point as a “Make Same” and pass
to 2nd Level user. Same process will be follow as 1st level by 2nd
Level user and pass to 3rd level user. 3rd level user also checks each
and every point and makes status as “Filed” or “Return”.
7 The system should allow decision of making “Filed” or “Return” is
final by 3rd Level user.
8 SMS will be sent to respective users after completion of verification
process with employee with zone, BCNT, GLAC, and Objection No.
9 The system should generate MB/SD Objection Summary
Report o Inward With No Objection
o Inward With Objection
o Inward Summary
o Audit Search Box
10 The system should have Search
MB / SD o Search Pension
o Search Service Book
o Search objection
o Objection Detail
o Objection Pending With Department
o Objection Pending With Audit
11 The system should have Inward Outward Status
12 The system should have Objection Filed Summary
13 The system should generate Employee Wise Report
14 The system should generate MB Report
15 The system should generate New Objection Summary Report
16 The system should generate Recovery Income Report
17 An automatic SMS needs to be triggered to concerned officer/
supplier/
contractor in case query is raised by Audit department with last dates

Page 199 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

and the required documents mentioned. 4-tier names to be assigned


for each process.

18 This module will require integration with Payroll, Financial


Management, Project management, Purchase for capturing the
necessary audit investigations.
13.2 SPOT Team
1 Chief Auditor or his delegate should be able to create task
randomly for his SPOT team for checking and assign them to each
team member
2 SPOT team to have access of application on tablet on which they can
fill the
necessary details during the audit visit like cash in hand, inventory
details etc.
3 Document management system should be integrated to reduce
dependence on physical files.
4 Once the response is received from respective officers for the task,
the system should allow generating consolidated audit findings/
query raised compiling the responses from each officer in pre-
defined format.
5 Once the details are submitted, the same should be forwarded to
higher concerned authority for further actions. Here the system
should highlight any mismatch in document submitted by spot team
(physical stock) from the entry in the ERP system (system
inventory) automatically. Eg. If SPOT team records stock of a
particular medicine in medical stores as 100 units while in the ERP
system the same reflects as 105, this discrepancy should be
highlighted automatically.
6 The system should have capability to alert the department officials
through email, dashboard alerts, and automated SMS messages
with reminders on deadlines for query response before the due
time.
14. Vigilance Work Assignment & Reporting
Sr.No. Functionalities
14.1 Query Management & work assignment system
1. The system shall have the facility to capture the Queries from
Vigilance department and allow the personnel to assign
selected query to the respective officers simultaneously for
response.
2. The system should have capability to alert the department officials
through email, dashboard alerts, automated SMS messages with
reminders on deadlines for query response before the due time.
3. Vigilance officer should be able to create daily task for his field of
research and assign them to each team member

Page 200 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

4. Field officer to have an access on tablet on which he can fill the


necessary details during the verification visit like details of
attendance register, Time-in, Time-out entry which can now be
accessed through ERP system.
5. Once the response is received from respective officers for a set of
queries, the system will allow generating consolidated response
letter compiling the responses from each officer in pre-defined
format.
 Once the details are submitted, an automatic report should be
made and sent to Vigilance officer for remark and approval.
 Vigilance officer will approve on the system and the report will
be saved on the Document Management System.
 In the above module, starting point can be based either on
complaint received from public, office bearers, commissioner, or
task assignment by Vigilance officer. Based on this, the clerk will
triage to the relevant team by putting inward number. And
Vigilance officer will include the enquiry into his task
assignment. In this case, the report will first go to Vigilance
officer for approval where he can put his remarks and finally to
Commissioner.
6. The system should have capability to record/update/close the status
of Query.
7. The system should have capability to reopen a query which was
inappropriately addressed and closed.
8. System should be able to generate the reports and data analytics
based on user requirements like department wise, employee wise
pending queries and
ageing.

Saharanpur Municipal Corporation (SMC) has an objective to turn into more efficient and less paper
based organization within a few years with minimum 85% operations, both citizen-centric as well
as inter or intra-departmental operations, being digitized. At the same time, there is a need of
organization being able to generate actionable insights from the data already captured or will be
captured post digitization with a single aim of serving its citizens in a more transparent and
efficient manner with optimum utilization of its resources.
The considerations for data digitization and implementation of ERP are as below:

 The ERP Module is to be integrated with ICCC of SMC and other modules

 The digitization of the existing records is an important activity to be carried out prior to the
software roll out

 Digital Kiosks are also to be rolled out in parallel to the ERP implementation for the use of
citizen at the locations identified by the stakeholders

 Also, Web Portal offering Municipal Services to be launched in parallel to the roll out of ERP
modules for the department

Citizen Interface features

Page 201 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

The proposed system is expected to establish an extremely smooth citizen interface. The
focus has to been on maximizing the citizen convenience in availing various services of
SSCL and obtaining them with speed and certainty.
Certain design features with reference to Citizen Interface are described below:
 Online Availability of Application form: All the form relating to Citizens to digitize
and to be made available on online Citizen Portal of Saharanpur Nagar Nigam.
 Multiple Channels for Service Delivery : Citizen will be able to avail various SSCL
services through multiple channels as listed below:
o Online Portal
o Counters at Municipal Corporation
o E-Governance Kiosks

Integrated Application Software

SSCL intends to implement the holistic and integrated e-Governance system. Different
modules need to be seamlessly integrated with Accounts and other modules so that
data duplication does not happen and SSCL is able to build strong foundation for
decision support system. SSCL thus has planned for ERP based Application Software.

Scalable Application Design

The Application Software must have the capability to scale up to future’s requirements
like given below:
 Managing the entire Property Life Cycle (Data Collaboration between various
govt. departmental systems right from Land Records Department, Registration
Department, Building Permission Department, Property Tax Department, Water
Department, Licenses Department, Electricity Department, etc.).
 Maintaining Information on Citizen Life Cycle (Right from Birth to Marriage,
Health, Education, Driving License, Interactions with SMC, Death) and managing
Citizen Requests through ECM / DMS and BPM / Workflow based application
software..

6.11.1. Enterprise Resource Planning

The application required for various function of the departments shall be robust and be able
to generate the related analytic information as an interactive model. Following Departmental
processes of the Municipal Corporations to be covered in MIS under the ERP Solution for SSCL
.

Page 202 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.11.1.1. Functional Scope of the Proposed Health Department Module


1. Birth and Death certification application will be part of the citizen services delivery
module.
2. Authorization based access rights to the registered Hospitals / nursing homes for
registration of Birth & Death.
3. Workflow solution will be used for the approval of the process.

4. Web based interface for delivery of the certificates for the existing users through
Kiosk or any other delivery mechanisms.
5. Complete audit trail will be maintained to track the total certificate(s) printed by each
user id.
6. It will have integration with the accounts for real time analysis of the collection made
and the certificates issued.
7. Integration with the GIS system.

S.No. Integration
Functionality required
with
1. Registration of Birth / Death
2. ▪ Registration of Birth (Hospital / Home / Jail / etc.)
o Normal & Delayed Registration
o Child Details – Gender, DOB, Time, Weight, Name, Birth GIS
Place etc.
(for marking
o Parent Details – Name, Address, Qualification, Occupation the hospital +
o Delivery Method, Informant Details, Attachments in parents
case of delayed registrations address)
3. ▪ Registration of Still Birth
▪ Fetal Death Cause along with other birth registration details
4. ▪ Child Name Insertion
5. ▪ Registration of Death
o Normal & Delayed Registration
o General Details – Gender, DOD, Time, Name, Attention
type, Pregnancy related Death GIS (for
o General Details –Death place type, death place, Cemetery marking the
type, Informants Details location)
o Medical Certificate Details - Death Cause, Death
Manner
o Create link with Birth Database by giving lookup while
registering the death
6. ▪ Online Registration of Birth / Death by Hospitals through
Web
proper Authentication

Page 203 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Integration
Functionality required
with
7. ▪ Defining charges For Birth and Death Services
o Delay Charges based on no. of days of delay
o Birth Certificate charges Accounts
o Death Certificate charges
oNOC charges For Birth & Death
o Child Name Insertion charges
8. ▪ Linking of Birth / Death with Property Tax & GIS Property Tax
Database / GIS
9. Citizen Services Death/Birth
10. ▪ Issue of Birth Certificate
oFree Copy as per rule.
CFC,
o Charges for additional copies Accounts
o Search Charges
❖ Generation of On-line Certificate with auto generated
11. ❖ letter by the department confirming the authenticity of the
Certificate
12. ❖ Birth Registration Correction
13. ❖ Issue of NOC for Birth
14. ❖ Death Certificate
15. ❖ Death Registration Correction
16. ❖ Issue of NOC for Death
17. ❖ Issue of Cremation Certificate
Web portal,
18. ❖ Online Birth / Death Certification
Accounts
19. ❖ Integration with Web to validate the Birth / Death
Web Portal
Certificate
20. Birth/ Death MIS
21. ❖ Variety of Reports to be sent to State / Central govt.
authority
22. ❖ Monthly Summary Report of Birth
23. ❖ Monthly Summary Report of Still Birth
24. ❖ Monthly Summary Report of Death
25. ❖ Birth Reports for Polio Vaccination Drives
26. ❖ Birth / Death reports for various Health Schemes
27. ❖ PNDT report
28. ❖ Reports to Health Department w.r.t. Death Causes in a
GIS
particular period, for particular location
29. ❖ Reports to analyse services delivered through various
delivery channels

Page 204 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Integration
Functionality required
with
30. Other Requirements for Death/Birth
31. ❖ Data Porting / Data Entry Suite
32. ❖ Search of Registration No. by various parameters like
name, date of birth / death, hospital nameetc.
33. Solid Waste Management
34. ❖ Registration of Vehicles
35. ❖ Vehicles Maintenance Plan
36. ❖ Request process for Procurement of Vehicles Accounts
37. ❖ Request process for Procurement of Various items Accounts
relating to Department
38. ❖ Services Registrations
39. ❖ Services invoicing & Payments Accounts
40. Garbage Collection Scheduling
41. ❖ Assign SWM Vehicles to pick-up the Garbage. Category GIS, Fleet
wise assignment like A: Highly in demand, B: Medium, Manageme
C: Low Demand. nt
42. ❖ Assignment of Hath Gadi/Rickshaw
43. ❖ Location-wise assignment of Sanitation Staff GIS, HRMS
44. ❖ Scheduling of garbage collection and cleaning
activities with the objective of maximizing citizen
friendliness on the one hand and optimum use of
resources on the other.
45. Area Details
46. ❖ Area information (Zone / Ward / Colony / Society)
❖ Population details
❖ Volume of the Solid waste which includes Wet & Dry
waste (Recycled & Non Recycled)
❖ Resources required
❖ Collection procedure ( i.e. Primary : House to House &
Secondary : Community Bin to Garbage transport
centre or mix)
47. MIS Solid Waste Management
48. ❖ Route Map (Vehicles)
GIS
49. ❖ Door to Door Collection Route Map
50. ❖ Daily Dump Details
51. ❖ Variety of Reports to be sent to State / Central govt. authority
52. ❖ Segregated Solid Waste information
53. ❖ Solid Waste Disposal Data Reports
54. Primary Garbage Collection & Disposal

Page 205 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Integration
Functionality required
with
55. ❖ Record the volume of garbage collected and disposed on a Fleet Mngt
daily basis. Source segregation like Quantum of wet waste
collected with further segregation for vermi-culture, Bio
dispose can be kept on Monthly / Yearly basis.
56. ❖ Linkage with Garbage Bins / Land Fill Sites, in case of Citizen Grievance
Grievance Redressal
Module
57. ❖ Keeping certain Checks as per environmental regulations, like
minimum frequency of lifting garbage etc.
58. Citizen Interaction on Solid Waste
Customer
i. Portal for requests
Ward
ii. Wise/ Property Wise Customer Feedback Portal Web Portal
Customers
iii. Grievances Portal

6.11.2. Water Supply Department

Functional Scope of the Proposed Water Supply Module:

Integration
Functionality required
with
Citizen Services
 New water Connection
 Closing of Connection (Permanent / Temporary)
 Change of use
Accounts
 Reconnection
 Issuance of Plumber license
 Water testing for citizens within SMC limits
 Renewal of Plumber license
Defining Various Charges
 Water consumption Charges for metered and
non- metered connections
 Water connection charges
Accounts
 Scrutiny Charges
 Deposit for various connection size & category.
 Water testing rates
Departmental Process

Page 206 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Integration
Functionality required
with
 Capture of various details of the Water Connection
o Consumer Details- Property Details, Owners Details,
Property
Link to Property Number.
Tax, GIS
o Metered/ Non Metered Connections
o Multiple Usage type - Domestic, Commercial, etc.
Tariff Category.
▪ Connection Details- Connection Size, Distribution Line,
GIS
Pressure
▪ Pressure drop due to new connection on a line.
Property Tax
▪ Compliance for ‘No dues’ for property Tax

▪ Meter Information - Meter No. / Make / Cost


▪ Meter Restoration Details
▪ Scrutiny at various levels for citizen services
▪ Road digging charges to be taken from GIS system GIS
▪ Facility for recording details of site scrutiny through PDA
▪ Work Order Printing for new connections, re-connections
and closing of connections.
▪ Meter Reading Entry
o Meter Reading Data Entry
o Meter Cut off- Restoration
▪ Scope for PDA based Meter Reading Capture & Bill
Generation and uploading of PDA data to system
▪ Temporary Disconnection
▪ Bill Generation
o Billing for Metered and non-metered connections
o Billing schedule for different connection category Accounts
o Consideration of advance paid if any
o Interest calculation on arrears
o Bill correction
▪ Bill Printing
▪ Collection from CFC Accounts
▪ Handling Cheque dishonor and outstation Cheque charges Accounts
MIS
▪ Connection Outstanding Register
▪ Bill Acceptance Register
▪ Meter reading report

Page 207 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Integration
Functionality required
with
▪ Consumption statement
▪ List of consumers ward, category & size wise
▪ List of connections
▪ List of closed connections GIS
▪ Ward-wise / Zone-wise Recovery reports
▪ Top Defaulters Report
▪ Tax-wise Recovery Details
▪ Tax-wise Demand Details
▪ Advance Payment Reports
▪ Bill status for bill generation
▪ Faulty Meter Report
▪ Illegal connection reports (Based on complains)
▪ Water quality test report
▪ Ward wise / zone wise / line water pressure report
Other Requirements
▪ Data Porting / Data Entry Suite
▪ Query Water Dues CFC, Web
▪ Scope for integration with SCADA system

6.11.3. Nirman Department

There are various civil construction work which is being carried out by the Nirman Vibhaag of
Saharanpur Municipal Corporation. Any kind of works which relate to construction such as New
Building construction, Parks development, Pathways development, internal roads construction and
maintenance, Ponds constructions and Maintenances etc are being carried out by the department
for Municipal Corporation.

Functional Scope of the Proposed Nirmaan Department Module :

❖ The module will have the features on record keeping, and maintenance records for the
construction/ demolition works being carried out by the department.

❖ E tendering of the various jobs to be encapsulated in the module.

❖ Online Approval System

❖ Digitally preservation of the Work orders, completion certificate.

❖ Tracking of the payments, timelines and work Satisfaction reports.

Page 208 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

❖ The functionalities of the module to be linked with e Procurement and GIS modules for
Property marking and tendering processes.

Integration
Functionality required with

Project Initiation
▪ Defining New Project
▪ Selection of Department, Officers for scrutiny HRMS
▪ Selection of Budget Code Accounts
Project Estimation
▪ Identification of different items, defining units
▪ Selection of DSR / ESR / WSR rates
▪ Preparation of Measurement Sheet
▪ Addition of specifications not included in standard DSR
(for special items)
Accounts
▪ Preparation of Abstract sheet
▪ Preparation of Rate Analysis Sheet
▪ Preparation of Recapitulation Sheet
▪ Defining various Milestones
Technical Sanction
▪ Workflow for Technical sanction as per chart
of competent authorities Workflow
System
▪ Workflow system to support To & Fro movement
of proposal
Administrative Sanction
▪ Workflow for Administrative sanction as per Delegation of
Powers(DEP) Workflow
▪ Workflow system to support To & Fro movement
System
of proposal
▪ Negotiation
Tendering
▪ Generation of information for press Advertisements
▪ Check-list for Tender Notice
▪ Special conditions for contract if any
▪ Publish Tender Notice on Web Portal Web Portal
▪ Publish Tender Document on Web Portal
▪ Reports to assist Tender Document preparation
▪ Check-list for Tender Terms & Conditions

Page 209 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Integration
Functionality required with

Accounts, Web
▪ Purchase of Tender Documents Portal, CFC

▪ Submission of bids Manual


▪ Submission of bid Web Portal
▪ Technical bid evaluation
▪ Cross-check of vendors with Vendor Database and their
previous records
▪ Commercial bid evaluation
▪ Cross-check of rates with similar projects in past
▪ Award of contract
▪ Milestone entry
Project Execution
▪ Project Scheduling
▪ Measurement Book Entry
▪ Monitoring of progress
▪ Quality Control
▪ Notices to vendors (for delay, for poor quality, any other
reason)
▪ Levy of Penalty Accounts
Billing & Completion Certificate
▪ Running Account Bills Account
▪ Billing for Extra items
▪ Completion certificate on completion of project
MIS Reports
▪ Project wise comparison of Budgeted Expenditure Vs. Accounts
Actual Expenditure
▪ Milestone Monitoring Report GIS
▪ Measurement Sheet / Abstract Sheet / Rate Analysis
Sheet / Recapitulation Sheet
▪ Technical Bid Comparison
▪ Financial Bid Comparison
▪ Billing Information
▪ Project Summary Sheet
▪ Reasons for delay in achieving milestones to be tracked.
The responsible party for delay to be identified like any
SMCdept. or contractor.

Page 210 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Integration
Functionality required with

▪ Reports / Alerts through other systems for New Projects


▪ Building Permission Module
▪ Grievance Redressal Module
▪ Alerts for Road Re-surfacing / Repairing
▪ Cross-departmental information as alerts while defining
new projects
GIS
▪ Eg. : Water Department should get alerts for
Pipeline laying, if the Road is being prepared / re-
surfaced / Repaired
Other Requirement
▪ Registration of contractors
▪ Up-gradation of contractors data / Blacklisting
of contractors
▪ Contractors Register
▪ Confidential Register of Contractors
▪ Road register (Traffic / Road history / Defect liability)
▪ PWD register (Works manual/ accounts manual/)
▪ IRC standard
▪ Bridges register (history / annual maintenance
/ Continuous monitoring)
▪ Monitoring of Sewerage treatment plants. History & all
the relevant data like BOD, COD, Suspended solid etc for
raw sewage & effluent, electricity consumption, MPCB
reports etc)
▪ Monitoring of Hot mix plant (material stock, consumption
etc)

6.11.4. Property Tax Department

Property tax is one of the main sources of revenue for the Saharanpur Nagar Nigam. Residential and
commercial properties, situated within the limits of SMC, are assessed for tax. Property tax is tax on
immovable or tangible real property such as land, buildings and permanent improvements. Based
on such assessments, all the property holders are expected to pay the property tax. Property Tax
may comprise of basic house/building tax plus GST on such as street tax, and
conservancy/scavenging tax. It is collected either half yearly or annually. Property tax department
is responsible for billing & collection of property tax for all residential, commercial, open plots and
other types of properties within SMC limits held privately or by government (state & Central).

Functional Scope of the Proposed Tax Department Module :

Page 211 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Integration
Functionality required with

Capture of various details of the Property


▪ Ward/ Zone/ Block/Route – Administration
or Geographical divisions
▪ Property Holder’s Name – One or multiple owners
▪ Property Holder’s Email ID / Mobile No.
▪ Property Holder’s Address (Present Address,
Permanent Address)
▪ Property Location details (Ward No., etc.) GIS
▪ Property address
▪ Linkage with Building Permission Module to carry
forward building details
Capture of various details required for Property Assessment
▪ Type and Sub Type of Property
▪ Usage of Property
▪ Construction Class / Vicinity Factor / Amenity Factor
▪ Age of Building
▪ Property tax as per rent assessment.
▪ Any other factor required for Assessment
System based calculation of Ratable Value
▪ Room-wise / Flat-wise/ Whole Property Assessment
Tax Generation
▪ Tax Generation as per Rate Chart
▪ Tax Exemptions
▪ Bifurcation of rates for General Tax, Fire Fighting,
Vermiculture, etc.
Other relevant Details for Property
▪ Property history
▪ Advance property tax payment
▪ Property Rental details
Other Departmental Process
▪ Generation of Special Notice
▪ Objection
▪ Hearing

Page 212 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Integration
Functionality required with

▪ Property Billing Accounts


o Individual flat-wise billing/ Property wise billing
o Interest Calculation
o Consideration of Advance paid earlier
▪ Demand Notice Generation
▪ Issue of Warrant Notice
▪ Seizure of Property
▪ Auction of Property
▪ Rebate Calculations Accounts
▪ Automatic mailing of Bills / Notices to the E-MailID
▪ Advance / Excess Collection / Refunds Accounts
▪ Cheque Dishonor and Outstation Cheque charges
▪ Facility for online tracking of bounced checks
▪ E-Mail / SMS to be sent to the owner upon transactions SMS
Gateway / Web
Server
Citizen Services
▪ Change in Property Ownership Accounts
▪ Splitting of Property Tax Assessment
▪ Duplicate Bill
▪ Assessment Certificate
▪ Copy of Property Tax Assessment Extract
▪ No Dues Certificate
▪ Payment of Property Tax
▪ Linkage with Grievance module for Property Tax Grievance
related grievances Redressal
MIS
▪ Demand / Collection Register GIS
▪ Assessment Register GIS
▪ Closing Register
▪ Ward-wise / Zone-wise Recovery reports GIS
▪ Top Defaulters Report GIS
▪ Occupancy wise / Flat wise report
▪ Tax-wise Recovery Details
▪ Tax-wise Demand Details
▪ Advance Payment Reports

Page 213 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Integration
Functionality required with

▪ Objection / Hearing Details


▪ Inspector wise report (Assessment of property as per
Building permission / Citizen request / Inspection)
▪ Assessment as per citizen / Assessment as per inspector
▪ MIS reports for self assessment, concessions.
▪ Alerts from License Module upon New License / change in License
business Module
Other Requirements
▪ Data Porting / Data Entry Suite
▪ Query of Property Dues CFC, Web
▪ Scope to link up to Land Records / Registration system

6.11.5. Electricity Department

Electricity Department maintains and upkeeps the requirements relating to electricity of the
municipality. It coordinates with the Pashchimanchal Vidyut Vitran Nagar Nigam as well for the
supply and maintenance of the electricity. Projects relating to electrical upgradations are being
done to the department as well. Electricity department of Municipal Corporation manages the
lighting solutions at public places within municipal area. At present, about 35000 electrical
LED/Bulbs managed by the department at public places including high mask lightings at various
places. The assets shall be managed through the asset modules.

Department procures through tenders as well as through routine procedures by Municipal Board’s
approval. The expenditure process is manual and filing works is done for the approvals and work
orders. Documentation of staff relating job is manual and maintained by the Municipal Corporation.

6.11.6. Asset / Najul Department

Najul Department keeps the record of the assets of department. The basic responsibilities of the
Land & Estate Management department of SMC are
 Land/ asset acquisition
 Estate management: Land/ asset allocation, Tendering of land lease contracts for specific
purposes, Records maintenance, and Contract management.
Functional Scope of the Asset Module :
Integration
Functionality required with
Classification of Assets
 Immovable Assets GIS

Page 214 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Integration
Functionality required with
o Land
o Ponds
o Building
o Roads, Footpaths
o Bridges, Culverts, Flyovers, Subways & causeways
o Drains including underground drains
o Water Works Distribution
o Public Lighting System
o Lakes and Ponds
o Capital Work-in Progress
▪ Movable Assets
o Plant and Machinery – including machinery of Water
Works & Drainage, Road dept. machinery
o Vehicles
o Furniture & Fixtures
o Office Equipment Vehicle Mngt
o Other Equipment System
o Live Stock
▪ Investments Accounts
▪ Capture Various details for the Assets
o Ownership
o Cost Details (construction / Purchase / Transfer)
o Depreciation Principles
o Other details to arrive at Current Value
▪ Preparation of Opening Balance for Asset Valuation Accounts
Asset Transactions
▪ Purchase/Addition of New Assets
▪ Acquisition of Land
Municipal
▪ Asset Sold details
Secretary,
▪ Investment on Assets (like construction of new floors, road re-
Projects, Accounts
surfacing, etc.)

MIS
▪ Asset Register GIS
▪ Revenue Report
▪ Outstanding Register GIS
▪ Search facility for various information (like search for name of
GIS
road)

6.11.7. Accounts Department

Account department of SMC is the responsible unit for financial concerns including the budget to
SMC and the expenditure by the department.
Accounts department is vital unit of any ULB and constitute of both Accounts and Audit. The major
responsibilities are to receive all moneys payable to the Corporation and credit the same in the bank
Account of the Corporation,

Page 215 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

 To make payment on account of Municipal Fund,

 To estimate Income & Exp. statement for the next financial year,

 To make payment of Salary and pension of the employees,

 To control the budget sanctioned by the Corporation,

 To make scrutiny of every financial proposal on behalf of Hon. Commissioner.

Accounts department is one of the most important departments of any ULB and controls the overall
budgeting of the local body. It has to undertake the balancing act of getting the maximum possible
funds to the ULB and then undertake the expenditure in a planned manner.

Functional Scope of the Accounts Department Module :

Functionality Compliance
Masters
▪ Account Head Definition
▪ Account Grouping and Sub-Grouping
▪ Bank Account Details
▪ Vendor Details
DepartmentalProcess
▪ Budget Preparation, Distribution and Management System
o Budget Classification
o Department-wise estimated provision, revision for income
and expenditure
o Budget Appropriation between different budget heads
through approval process
o Administrative approval / dis-approval of works linked to
budget availability
▪ Receipts through Internet / CFCs / KIOSKs
o Counter-wise Collection Detailed and Summary Reports
o Revenue Stamp Management
o Cheque/ Cash Deposit Slips into Bank
o Capture of Cheque Dis-honour cases, Remittance entry
▪ Payment Management
Bill / LiabilityEntry
o Payment Authorisation
o Payment Voucher (Full or Partial Amount)
o Maintaining Check details, Check Printing
o Recording of Check Issuance Details
o Recording of Cheque Cancellation details
▪ Security Deposit / Earnest Money Deposit Management
▪ Loans Management
o Maintenance of Loan Details
o Alerts for Loan Installment Payments
o Loan Installment Payments
▪ Grants Management
o Maintenance of Grant Details
o Utilisation Details
o Utilisation Certificates

Page 216 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Functionality Compliance
▪ Debt Management
▪ Accrued Payment Management
▪ Investment Management
o Maintenance of Investment Register
o Alerts on due dates
o Comparison of different options for Investments
▪ Advance Managements
▪ Bank Reconciliation
▪ TDS/ VAT Register, Online Payment of Tax
▪ Maintenance of Bank Account wise balances
▪ Integration of Ledger A/c with ECS Payment
Reports
▪ Cost Centered Accounting Reports
▪ Ratio Analysis, Trend Analysis
▪ Department-wise, Cost Center-wise Income /
Expenditure reports
▪ Generation of Deposit Slips
▪ Security Deposit Register
▪ Grants Register
▪ Loans Register
▪ Investment Register
▪ Advance Register
▪ Bill Register
▪ Payment Register
▪ Outstanding Bill Register
▪ Reports on Receivables
▪ Cash Book (Detailed & Summary)
▪ Function-wise Expense Subsidiary Ledger
▪ Journal Book
▪ Ledger Book
▪ Cheque Issue Register
▪ Trial Balance, Income & Expenditure Statement
▪ Balance Sheet
▪ Bank Reconciliation Statement
▪ Cheque Dis-honour Report
▪ Analysis on unspent amount of previous years
▪ Various reports required for submission to Standing Committee

6.11.8. Establishment Department

The department is responsible to maintain the employee details working for corporation on regular
basis or contractual basis. The department keeps record of the transfer, leaves, salary, pension etc.
Also the department is responsible for new recruitment. Conduction the examination and selection
process for the right candidate. The Establishment department also keeps track of the service book
of each employee. The department ensures the corporation has the sufficient employee strength of
desired skills in each of the departments to support the smooth functionality of the corporation in
day to day activities.

Page 217 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Functional Scope of the Accounts Department Module :

Functionality Integration
required with
Generic Features – Mandatory requirements
▪ System should provide for Retrospective calculations to be handled
for all types of scenarios (employee joining, leaving, pay hike, Accounts
promotions, etc.)
▪ System should be able to handle all statutory regulations and maintain
the details directly in the screens provided for data entry. All rules
related to such acts should be preconfigured in the system.
▪ Vendor to provide for Legal change patch to take care of any statutory
changes.
▪ System should provide the capability to upload documents of Document
employees like certificates, transfer, promotion letters in a Mngt.
scanned format into the system and ability to retrieve them System
whenever required. There should be a robust, unified, structured &
secured Document Management System which enables the user to
archive any ERP & Non-ERP documents in its repository and will
ensure secured access.
▪ Capability to integrate with SMC web portal for employees self service Web Portal
Recruitment and Manpower Planning
▪ Facility to carry out recruitment for different types of employees
separately viz., Officers, Special Officers, Clerks, subordinates, Sanitation
Staff, etc.
▪ Provision to define requirement plans (periodic) in terms of specific
skills, Qualifications, experience, designation, etc.
▪ Provision for mainstream, specialist and part time employee
recruitment
▪ Provision for recruitment
▪ Support to analyse the cadre-wise / ward or office-wise / department –
wise staff strength – sanctioned/working strength and the gap for
which recruitment is required
▪ Facility to capture the data relating to resignations / retirements
/ VRS / suspend etc.
Employee MasterData
▪ System should be able to record and store Master Data Information for
an Employee for following areas and should be able to provide a snapshot
of employee’s history at any point in time on a click
▪ Name
▪ Address
▪ Education Qualification
▪ Previous Employment
▪ Phone Numbers / Contact Information / E-Mail ID
▪ Date of birth
▪ Work Experience
▪ Languages known
▪ Family Information
▪ Employee photo, Signature
▪ PAN No./ Passport / PF number/GPF No/ TAN No. for dept.
▪ Bank account information

Page 218 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Functionality Integration
required with
▪ Employee blood group
▪ Property Tax No. Property Tax
Module
▪ Any other information that company may require should be easy to
enter and report on
▪ Employee Type– (Permanent / Temporary / contract workers /
Project Based)
▪ Employee category (SC/ST/OBC/Others)
▪ Ex service man / Handicap / Sports man etc.
▪ Location (HO/zone/ward/Election ward/branch)
▪ Department
▪ Job code/designation/ Class with scale efficiency bar
▪ Grade/cadre
▪ Job history covering details of appointments
▪ History of election duties attended
▪ Promotions, transfers
▪ Deputation, temporary transfers
▪ Increments
▪ Increment for passing of Govt. Exams.
▪ Date of pay rate change, etc – Increment
▪ Date of joining
▪ Date of probation/confirmation
▪ Date of termination/retirement
▪ Previous employment details
▪ Union Information (if applicable)
▪ Compensation data including components of pay
▪ Compensation of pay for calculation of gratuity and pension
▪ Family photo in case of pension, nominee photograph.
▪ Provision to define Roles and Designations as per
SMCrequirements and assigning employee to the same.
Payroll Management
▪ Ability to define flexible periods such as day, week, month for pay
calculation Accounts
▪ Ability to define payroll for pensioners
▪ Ability to define the employee bank to credit the salary
▪ Facility for Electronic Clearing system (ECS)
▪ Bank-wise / Bank branch wise summary statement
▪ Ability to provide automatic calculation of deductions / earnings
based on leave, bonus declaration, GPF Loan, Home Loan, Computer
loan , tax deductions, etc.
▪ Ability for rule based pay calculation in case of pay hikes / Pay
Commission with retrospective effect
▪ Ability to define unlimited pay elements/types. These pay elements
should be classified as Earnings, Reimbursements, deductions, tax
deductions, PF, etc. Pay elements should be also classified as Recurring
& non- recurring
▪ Ability to apply the payment rules at personal / department
/ designation / organization level

Page 219 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Functionality Integration
required with
▪ Ability to allow exception definitions at employee /
designation / department level
▪ Ability to define all India specific taxation rules.
▪ Ability to automate increments (based on pre-defined rules
– employee / designation / department / organization specific)
▪ Facility to run payroll processing any number of times before
authorization to ensure accurate pay calculation
▪ Provision to allow deductions for specific purposes (like
earthquake relief fund, CM relief fund, etc.)
▪ Ability to share information with Accounting module of the current e-
Governance solution with respect to payment or receipt related
transactions
▪ Ability to share information with the Accounting module of the current
e-Governance solution for all necessary Double Entry Accounting
related information (salary payable at the end of financial years, etc.)
General Provident Fund Management
▪ Issuing GPF no. to employees
▪ Application acceptance for advances / Loan against GPF
▪ Scrutiny of the applications
▪ Payment of Advance / Loan to Employees
▪ Interest Rate for GPF calculation Accounts
▪ Repayment Installment adjustment against salary
▪ Generation of various MIS (Monthly / Yearly)
Employee Promotions / Transfers and Development
▪ Transfers
▪ Time bound Promotions
▪ Grade and Pay changes
▪ Ability to create standard career paths in the Corporation in terms of
various possible moves from the current level / grade in the Corporation
▪ Ability to define grade advancements within a level on the basis of time
based as well as merit based criteria
▪ Ability to define the rules for promotion eligibility in terms of tenure,
consistent achievement of high performance grades, etc.
▪ Ability to define additional rules specific to service in terms of
suspensions, disciplinary actions
▪ Facility to intimate employees of promotion / rejection through
mail / workflow / letters
▪ Facility to create offer letter on promotion
▪ Ability to define short / long term goals for employees and provide a
framework to assess and update completion of the same
▪ Ability to identify key positions for the purpose of succession
planning
▪ Ability to plan for vacancy of the key position in advance
▪ Identify the gaps / developmental areas between the slated employees
and requirements of the key position
▪ Maintenance of complete history of employee transfers since his
recruitment
▪ Transfer/redeployment of officers based on requirement/sanction
strength of different regions/zones

Page 220 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Functionality Integration
required with
▪ Generation of seniority list
▪ Posting / transfer of officers upon their promotions
▪ Maintenance of records for officers transferred out of parent state
and also officers to be transferred back to home state on completion
of required tenure
▪ Maintenance of transfer records of specialist transfer,
identification of vacancies and issue of transfer orders based on the
recommendations received from the respective specialist
departments
▪ Provision to maintain lateral transfer details and transfers on
promotion
▪ Generation of list of eligible staff members for transfer based on the user
defined criteria (like those who are in 3 years service at one place, those
who working more than 10 years in one region etc.
▪ Maintenance of exemptions given in transfers with a facility
to record the reasons for the same
▪ Provision to record the transfer orders
cancelled/deferred/modified and follow up with the respective
regional/zonal offices for implementation
▪ Capture of details of officers on deputation to outside agencies,
etc.
Time Management and Leave Management
▪ Support attendance entry from various sources such as direct entry,
rule-based and automatic (through biometric device / swipe card /
smart card)
▪ Definition and maintenance of leave calendars for different types of leave
depending upon the scales of the employee
▪ Provision to maintain all types of leave like CL, PL, ML SL extra-
ordinary leave, special leave etc
▪ Ability to maintain leave eligibilities for each type of leave depending on
the rules specified by SMC
▪ Facility to identify Collisions when Employee goes for Leave and take
appropriate action
▪ Ability to maintain rules for leave taken in terms of rules for availing leave,
enchasing leave, accrual of leaves, lapsing of leaves, ceilings for
accumulation of leaves, rules for combination of leave types, etc.
▪ Ability to record actual leaves taken
▪ Ability to calculate actual leave balance at any point in time
▪ Link Leave management to payroll and employee history
▪ Provision to accounting of leave including automatic credit of leave and
also provision with manual credit / debit / modification / cancellation
etc.
▪ Leave cancellation and leave extension / amendments
advancement, postponement of leave
▪ Supports extra-ordinary leave on loss of pay
▪ Leave availment / carry-over processes administration as per the
statutes laid down by the government / SMC
Performance Appraisal
▪ Capability to create Performance documents for employees depending on
the cadre / grade in theorganization

Page 221 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Functionality Integration
required with
▪ Ability to define competency wise / parameter wise desired levels of
performance for each cadre / grade in the organization
▪ Ability to define proficiency descriptions for each parameter for each
cadre / grade so as to ensure that the same measures of performance are
communicated to the appraiser as well as the appraise
▪ Facility to attach different rating model (5 point scale, 7 point scale)
depending upon the cadre / grade in the
organization
▪ Ability to define the period for which appraisal is being carried out
▪ Capture appraisal details as given by the appraising authority,
reviewing authority
▪ Support parameter wise ratings, final ratings, strengths / weakness
and suggestions / recommendations for improvements by the
appraising/reviewing authority
▪ Facility to give weightage to each parameter and points against each
rating attained
▪ Facility to consolidate the overall points and calculate an overall
grade for the appraisee
▪ Facility to import Short / Long term goals (particularly at officer level
and above) in the Performance appraisal document
▪ Support maintenance of history of performance appraisals and
promotions
▪ Support maintenance of automatic release of time based increments
▪ Release of increments for qualifications acquired
▪ Increments released should automatically be integrated with the
payroll module and other relevant modules
▪ Support generation of increments due for each month or for user
defined period for employees – cadre wise/scale wise/other user
defined combination
▪ Support to generate reminder letters / mails / workflows to the
employees / appraising authorities in case of non- submission of self-
appraisals, etc.
▪ Support memo letters / mails / workflows to be issued to the
employee in case of unsatisfactory performance
Departmental Enquiry
▪ Ability of software to record the details of sanction given by Commissioner
or Additional Commissioner for departmental enquiry.
▪ Ability of software to note charges against the employees
▪ Ability of software to record the clarification given by the employee
under charge
▪ Ability of software to record the appointment of Enquiry Officer &
Presentation Officer
▪ Ability of software to record the enquiry scrutiny details like history,
evidence, papers submitted, relevant documents , photographs etc.
▪ Ability of software to record the ‘Finding Report’ of Enquiry Officer &
Presentation Officer
▪ Ability of software to record the ‘Explanation details’ given
by the employee
▪ Ability of software to record the details of ‘ Proposal for action’
submitted to commissioner

Page 222 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Functionality Integration
required with
▪ Ability of software to record the order given by the
commissioner
▪ Ability of software to generate the ‘Show Cause
Notice/Enquiry Notice’
▪ Ability of software to record the clarification given by the employee
under charge sheet
▪ Ability of software to record the punishment order or penalty
▪ Ability of software to record details of suspension &
suspension order.
▪ Ability of software to capture details of resetting of service
▪ Ability of software to record the ‘enquiry start date’ & ‘enquiry
finish date’
▪ Ability of software to record the inward/outward details like
inward/outward number & date
Reporting
▪ Reporting capabilities for AdHoc Reporting
▪ Reports on Demographic
▪ Reports on Vacancies
▪ Report on Employees Salary Details
▪ Report on Leave Availed
▪ Report on Leave Entitlements
▪ Employee Attendance List for a Business Event
▪ List of the Departmental Enquiries being conducted at a point of time or
for a specific time with drill down option to get further details on the
enquiries
▪ Headcount Report
▪ Report on time spent in a grade / employee tenure
▪ Transfer List
▪ Form 16 with Form 12 BA
▪ Report for ‘E’ forms
▪ Income Tax related reports
▪ Summarized Pay Register
▪ Form 24
▪ Provident Fund Returns: Monthly returns to the Regional Provident
Fund Commissioner for joining (Form 5) or leaving employees (Form
10) and the contributions paid (Form 12A) as well as monthly returns
for Pension contributions for exempted trusts for joining (Form 4) or
leaving employees (Form 5) and the contributions paid
(Form 6)
▪ Professional Tax returns
▪ Form 6 and Form 7, the Quarterly / half yearly returns to be generated
by the payroll for the eligible employees with the relevant annexure
listing the employees and the amounts earned and deducted
▪ Facility to configure and use the system to develop additional
reports on a need basis with tools like Crystal Reports
Additional Features
▪ Ability to define organizational events like training, Training records.
Record of Examinations, Certificates after passing exams, seminars, Hospital
workshops and capture the attendance for the same Mgmt.

Page 223 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Functionality Integration
required with
system
▪ Maintain comprehensive record of employee grievance
▪ Track disciplinary action taken against employees, capturing the
costs incurred along with the activities undertaken as part of the
disciplinary action. Automate salary deductions, if proposed.
Other Requirements
▪ Data Porting / Data Entry Suite
▪ E-Mail / SMS to be sent to all / selected categories / Selected SMS
employees Gateway / Web
▪ Pay-Slips / Regular Communications Server
▪ Urgent Communications
▪ Notices

6.11.9. Municipal Commissioner Office (MCO)

All the departments comes under one roof of Municipal Commissioners secretariat office. Municipal
Commissioner approves the various requirements and decisions for the corporations and the filing
of the records are upto his office. The various communication files, letters, grievances relates with
the commissioner office as well.

6.11.10. Related Modules

Various Departments listed above and the sub departments are to function on some common
modules as well. Some modules to be operated in all the departments with the User authentication
and process flow created in ERP for the modules. The related modules are detailed in below, this
may be intraoperative within Municipal Corporation as well as per the required functionality.

6.11.10.1. Functional Scope of the E Procurement Module


Functionality Integration required
with
E-Tendering Web-Site Functionality
▪ Firms should be able to register with various essential data Web Portal, Payment
▪ FAQs for all tender related queries Gateway
▪ Registered firms should be able to view various published
tenders and essential information in user friendly manner
▪ Secure Login authentication
▪ Auto-generation of various communications to the
registered bidders (SMS / E-Mails)
Tendering Functionality
▪ Raise Indents as per the requirement. Web Portal
▪ Receive indents
▪ Generation of information for press Advertisements
▪ Check-list for Tender Notice
▪ Publish Tender Notice Web Portal
▪ Check-list for Tender Terms & Conditions
▪ Publish Tender Document
▪ Reports to assist Tender Document preparation
Accounts, Web

Page 224 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Functionality Integration required


with
▪ Purchase of Tender Documents Portal, CFC
▪ Submission of bids (Commercial & Technical) Web Portal
▪ Technical bid evaluation
▪ Cross-check of vendors with Vendor Database and their
previous records
▪ Commercial bid evaluation
▪ Cross-check of rates with similar projects inpast
▪ Award of contract Projects
MIS
▪ Technical Bid Comparison Reports
▪ Financial Bid Comparison Reports
▪ List of Vendors registered

6.11.10.2. Vehicles Management


The responsibility of the department is to procure, maintain the vehicles, the related instruments,
and other infrastructure time to time as per the required schedule or any arisen requirement.
Following are the key observations of the present processes.
❖ The department is responsible for ensuring availability of vehicles for municipal
operations like garbage collection and solid waste management.
❖ Detailed operational plan is prepared to deploy vehicles depending on the
requirements specified by the SWM. The operational plan lays down the details of the
zone/ward wise vehicle requirement, number of return trips etc.
❖ Unavailability of drivers is a major concern.
❖ Store operations are currently manually maintained.
❖ There is no system to track the group-wise expenditure done on various vehicles and
spare parts. Therefore, the parts that are spoilt within the warranty period cannot be
tracked.
❖ Currently, around 75 drivers are working in SMC. There is no system in place to track
their records.
❖ There is no system to track the maintenance history of various vehicles.
❖ Currently, the working hours of the drivers is not tracked effectively.
❖ Daily fuel consumption of the vehicles is being tracked manually.

Functional Scope of the Vehicle Module:

Integration required
Functionality with
Vehicle Scheduling & Fuel Management
▪ Vehicle Scheduling Asset Module
▪ Assigning Driver HRMS
▪ Re-filling of Fuel
Vehicle Tracking
▪ Identification of Vehicles for Tracking Asset Mngt System
▪ Online Tracking of Vehicles
▪ Linking of SWM vehicles with Dust Bins, Dumping Ground GIS

Page 225 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Vehicle Maintenance
▪ Entry of the reason for repair
▪ Approval from the authority Document Mngt System,
Accounts
▪ Vehicle Issuance details
▪ Receipt of Vehicle, entry of repair work details
▪ Purchase of New Items (like Tyres, Battery, etc.) Asset, Accounts
▪ Insurance Cross-check
MIS
▪ Department-wise Vehicle Inventory Asset Mngt System
▪ Fuel consumption report for various vehicles
▪ Route Tracking for SWM Vehicles
▪ Analysis of Time spent by SWM vehicles while idling
▪ Average Fuel expenditure for various vehicles (based
on the mileage & traveled distance)
▪ No. of trips made to the Dumping Ground
▪ System Alerts GIS
o If the petrol expense claimed by the driver is
more than system calculated
o If No. of trips made to the Dumping ground are
less than proposed
o If any particular Dust Bin was not covered
Other Requirements
▪ Data Porting / Data Entry Suite

6.11.10.3. Employee self service module


Each Employee of the SMC have multiple tasks, roles, functions in daily operations. Along with the
assigned roles the employees personal information relating to benefits are also a kind of data
which need to be classified and updated 0n regular basis.
In SMC the Establishment department hold the responsibility to keep tract of the updated
information about the employees. Some information like leaves and attendance is updated in the
service book of each employee by the respective department. This is a tedious activity for both
establishment department as well as the department where employee is working. When employees
have access to ever changing work information, they are better informed to make decisions about
work related activities and time off requests, further reducing the burden on management. In
addition, employees can also monitor the exceptions generated by their punch times, so tardies and
missing punches can be addressed as soon as they occur. Information empowers employees and
gives them confidence in themselves and their employer. Employee self service will provide
employees of the company with the ability to view relevant information such as personal
information, updating personal information with web - enabled PC without having to hassle the HR
staff.

6.11.10.3.1. Functional Scope of the Self Service Module


Integration
Functionality
required with
Employee Self Service
▪ Ability to allow employee request to modify personal, skill,

Page 226 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Integration
Functionality
required with
family details HRMS,
▪ Employee should be able to make leave requests Workflow
Management
▪ Supervisory officer should be able to get an alert when any
System
Self Service Request of sub-ordinate staff is received by
him
▪ Supervisor authorization of modification of the employee requests
or leave application
▪ Employees should be able to view the status of their requests
▪ Ability to facilitate self-appraisal by employees
▪ Ability to undertake online appraisal of the sub-ordinates (CRs)
▪ Ability to define customized NOC requests (like NOC for Passport
application, etc.)
▪ Various health benefits available to employee
▪ Register Employee Complaints Grievance
▪ Allow employees to request any other information from any other Redressal
department
Reports
▪ Salary Details HRMS
▪ Leave Availed
▪ Income Tax related reports

6.11.10.4. Web portal Module


Web portal is the single window for the outside world to interact with the corporation
online. Various services can be accessed and delivered through the secure web portal. Web
portal has departmental links for detailed information. Using the web portal citizen can
pay the Property tax, apply for any service, and launch a complaint and many more other
activity.

6.11.10.4.1. Functional Scope of the Web Portal Module


Integration
Functionality required
with
Home Page
▪ Message from Mayor, Commissioner
▪ Vision, Mission, Objectives
▪ Link to various sub-sections
o City Information
o Online Services
o About SMC
o Projects
o Citizen Grievances

Page 227 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Integration
Functionality required
with
o RTI
City Information
▪ History of Saharanapur
▪ Tourist Locations
▪ City Map with citizen related GIS information GIS
About SMC
▪ Administrative Information
▪ Information on Elected Representatives, Various Committees
RTI Projects,
▪ Names of PIO. Accounts,
▪ Departments/Wards: Intro, Objectives, responsibilities, powers & HRMS,
duties of officers, employees with gross salary, activities, time limit, Material
directory with telephone no. Mgmt.,
▪ Committee: Members, purpose, type, freq. of meeting, docs available Fleet
for public. Mgmt.,
▪ Projects/ Activities: Budget head, work activities, allocated Hospital
amount, current statistics. Mgmt.,
▪ Details of concessions, subsidies given, computerization done in Asset
various depts. Mgmt.
▪ Integration required for updation of data for RTI with projects,
accounts, HRMS, Fleet, material, asset.
▪ Scope as per RTI Act 2005 sec. 4(1).
▪ Opinion Poll
▪ Photo Gallary
▪ Tenders Accounts,
Projects
▪ FAQ’s
▪ Emergency Information
▪ Employee Login using LDAP
▪ Feedback HRMS
▪ Contact Us
Online Services
▪ Application acceptance for various services / certificates Accounts,
o Birth / Death Certificates Correspond
o Duplicate Bills ing Module
o Building Permission related services
o Water Connection
o No Dues Certificates
▪ Downloading of Forms
▪ Online Tendering
o Sale of Tender Forms
o Acceptance of Tenders
▪ Complaints
o Acceptance
o Status Tracking
▪ Status on Applications / Complaints

Page 228 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Integration
Functionality required
with
▪ Payment Details, Bill Details
▪ Online Payments
▪ Self Assessment of Property Tax Property
Tax Module

6.11.10.5. Citizen Services Window


Citizen Service module will take care of all kind of citizens services. All the services will
be delivered from the single window. Any service irrespective of department, citizen can
make at single window and the service will be delivered to him from the same window.
Citizen services module objective is to ensure the delivery of the services to the citizen.
The entire Citizen Services application should be built on two pillars i.e. Citizen Interface
(Portal & Mobile App) for submission of various requests with association of data &
documents and secondly, the integrated Workflow Solution where the collated data &
documents will get processed by various stake holders and respective result will be
communicated to the applicant.

Functional Scope of the Citizen Service Module :

Functionalit Integration
y required with
Citizen Help Desk
Grievance
▪ Facility to lodge New Complaints, Check Status Redressal Module
▪ Facility to check citizen data
o Birth / Death registrations
o Bill Dues All Departmental
o Application Status Modules
o Payment Status
o Renewal Status
Grievance
▪ Citizen Charter Redressal Module,
HRMS
Application Acceptance & Delivery of Outputs
▪ Department-wise categorization
▪ Allow system to accept service specific inputs
▪ Capture of Mobile No. & E-Mail of Applicant
▪ Re-submission of rejected application after compliance
▪ Check-list for documents to be submitted along-with
application
▪ Define citizen charter (list of the officers & duration for
service delivery)
▪ Fees to be accepted Accounts
▪ Generate Token of Application acceptance
▪ Rejection Note in case of inadequate application

Page 229 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Functionalit Integration
y required with
▪ Marking the application to Corresponding Department / Ward Workflow Module
/ Officer
▪ Delivery of the output through CFC / Internet / KIOSK Departmental
Modules
Payment Acceptance
▪ Property Tax
▪ Water Bills
▪ License Accounts,
▪ All Departmental Services Departmental
▪ Tender Document Fees Modules
▪ Any other
Citizen Services (General)
[ Such services won’t have any department specific functionality. CFC
module, by using Workflow Management System should be able to deliver these services]
▪ Nursing Home Registration
▪ Registration of Hospitals for Sonography
▪ Marriage Certificate
▪ NOCs for other govt. departments Accounts,
▪ Tree Cutting / Trimming Service Departmental
Modules
▪ Road / Water / Drainage / Electrical
▪ Any other Service
MIS
▪ SMS alert to applicant upon decision
▪ Services Statistics
▪ CFC-wise /e-Governance KIOSK-wise
▪ Department-wise
▪ Officer-wise list of services pending beyond the HRMS
stipulated time

6.11.10.6. Integrated Audit Management


Functionalities of objection register, inward-outward file tracking and SPOT team work assignment and
reporting will be required from the integrated audit management. The SPOT team will need mobile
interface.

6.11.10.7. Complaints
There are multiple channels of complaints being forwarded to Municipal Corporation. The
disposals of the complaints are manual as well as Online at present. The complaints are
received in following manners at present in the municipal Corporation. Tollfree number
of Saharanpur Nagar Nigam is 18001803316.

1. IGRS

2. E Nagar Sewa Complaints

3. Manual Receipt at Corporation

4. Toll Free Complaints

Page 230 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

A Complaints Listing, Summary, Disposal Summary, related Department details are to be made
readily available in the dashboard of the ERP for viewing and updation at various levels.

S. No. Specifications Compliance


General
1 Solution to be Unicode compliant with support of Unicode Font
.
2 Scalability in terms of number of users, no. of work flows, no. of
. organizational entities, in-built workflows, and drilldown
reporting capabilities.
3 Should support any operating system like Windows, Linux, Unix
.
4 All components of the proposed solution to be interoperable and
. seamlessly integrated.
5 Solution to support various user interface options like portal, mobile,
. tablet,
and user friendly forms built into the platform.
6 Ability to create ad hoc reports, generate reports at various
. organizational levels, facility to download reports in various formats
like
excel/PDF/text/XML/etc., and send reports electronically.
7 Support multi-dimensional analysis of data collected for various
. workflow processes to identify bottlenecks and improve business
processes.
8 User should be able to generate dynamic report on basis of
. requirements without need of development
9 System should support drill down reporting
.
10. System to support dynamic workflows.
11. System to support delegation management.
12. System to maintain logs of transactions and audit trails.
13. Solution to provide integrated user management and support role
based access control.
14. Ability to provide multiple roles to single user and bulk user
maintenance and access management options
15. Solution to provide access level security for data at transactional level.
16. LDAP & Single Sign On
ERP should be configured with LDAP server. Authentication and
authorization of users logging into ERP system should happen with
LDAP or any active directory server supporting LDAP. ERP should
support single sign on with external domain applications within SMC.
User should not be forced to log in multiple times to access different
sy5.stems or modules within ERP.
(a) System should allow a user to log in once, using a single
authentication method to gain access to multiple applications.
(b) SSO solution should provide Session Security to ensure that the
information is not tapped by unauthorized people.

Provision for LDAP & SSO will be in scope of ERP SI.

Page 231 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S. No. Specifications Compliance


17. High Availability & Disaster Recovery
In case of any disaster like flood, earthquake a Disaster Recovery (“DR”)
Process is required. The purpose of a DR Process is to enable SMC IT
leadership, key stakeholders to plan and respond to events negatively
impacting the services supported by SMC. The DR Process will provide
a foundation for managing disaster recovery, service continuity and IT
Services’ responsibilities relating to crisis response and business
continuity. The DR Process supports the following objectives:

 Enable informed decision making


 Efficiently build resilience
 Verify resiliencecapability
 Effectively manage events

1. There should be consistent methods to assist in the resumption of


critical business operation in the shortest time necessary, for the
least possible cost, with minimal impact on users, citizens, and
employees.
2. There must be necessary data (application specific) related to
solution to be replicated with minimum downtime at mutually
agreed timeframe.
3. All the components proposed like database license, OS etc should
support
high availability
18. System should have inbuilt features like workflows, file tracking, and
knowledge repository.
19. As part of the project, the IT infrastructure will be provided by SMC. The
provision to provide, install, configure and maintain the software
components like the OS, Database, Anti-virus Software for Server and any
middleware best suited with the proposed solution to be done by the
contractor. In addition, the Necessary server hardening at OS level and
Database level to be installed.

20. Integration required with email gateway, SMS gateway, payment


gateway, email solution, collaboration tool, ticketing tool
21. The solution shall support integration with Aadhar card as well as
digital
and electronic signature for applicable services.
22. System shall support future integration with any digital government
initiatives.

6.11.11. Email Exchange & Collaboration tool Requirements

To implement, install & Configure Leading email exchange solution and collaboration tool for SMC
employees. The implementation and support cost should be part of overall project implementation
and support. Total number of users expected are 200. The solution proposed should meet all
general requirements from email and collaboration tool expected like Digital Signature, encryption

Page 232 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

of emails, SSO Integration, chat services etc. along with necessary security measures like antispam,
antivirus, antimalware, etc. The solution should also be able operate and work on both Internet and
intranet environment. The email solution need to be integrated with ERP and E-office applications
proposed. The email solution and collaboration tool can be on-premises or cloud provided it comply
with GoI guidelines: “E-mail Policy of Government of India”.

6.11.12. Integration Requirements

The successful selected system integrator is expected to propose a new solution in line with the
functional requirements as specified in this document. But, there are several modules;
(independently developed by other developers) which will have to be integrated with the proposed
solution to be developed by the selected system integrator. Basic details of these applications are
provided below. Selected system integrator may request SMC officials to inquire any further details
about these existing applications.
Integration requirements are mentioned in Module 3 of this document still during project
preparation and business blueprint stage, system integrator is required to study the requirement
of the modules and propose an approach on the type and level of integration of the existing module
with the proposed solution. Necessary integration shall have to be undertaken by the SI.

6.12. Workflow based E-office applications using DMS


6.12.1. DMS and Workflow Management module

Movement of files are done manually at present in SMC among all the levels and
departments. Either the Group D or Staff itself moves from one location to another for the
movement of files. Its time taking process as well as its tedious for the staff. The file
movement records are not maintained at present in SMC. Record relating to issuance and
acceptance of letters is done in all the departments as well as by employees. The required
solution enables the department to turn the manual handling of physical files into
automated one. The required solution should be built on licensed BPM platform and
comprises of configurable workflows with various functionalities like Auto-Routing, Auto-
Escalation, TAT Definition, Rule based routing , should have a reporting platform to cater
future reporting without any coding etc.
6.12.1.1. Functional Scope of the DMS Module
Functionality Integration
required with
A] File Tracking System
▪ Scanning & Marking the inward to the respective e-Governance
department Kiosks
▪ Incorporation of separate hierarchy for RTI letter
movements Web, e-
▪ Fresh applications Governance
▪ Appeals Kiosks
▪ Tracking of the Inward

Page 233 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Functionality Integration
required with
B] Document Management
▪ Storing of document (Image & Metadata)
▪ Support for viewing a large number of file formats without
the need of having the parent application. The system should
support all commonly used file formats as TIF, JPEG, GIF, etc.
▪ Association of the document with Workflow
Management System
▪ Movement of the document based on selected
parameters
▪ Provision to edit the document Metadata
▪ Versioning of the document
▪ Provision for marking comments
▪ Archival of data on pre-defined parameters
▪ Role based access to the documents HRMS
▪ Final Decision by the Decision Authority
C] Workflow Management System
▪ Movement of Proposals on various parameters Projects
▪ Facility to mark the application to pre-defined hierarchy HRMS
▪ Inbox for officers (listing applications received)
▪ FIFO principle for taking action on application
▪ Creation of a Note Sheet for Scanned Documents
▪ Alerts for delay in action
▪ Pre-defined scrutiny for citizen applications
▪ Display of all application data during scrutiny process Accounts
▪ Check-list for rejection
▪ Facility to mark the application to other officer
▪ Facility to mark the application to other department for their Workflow
NOC / Comments / Input Module
▪ Final Decision by the Decision Authority

6.12.1.2. Document Management Requirements


S.No. Minimum Requirements Compliance

1. The proposed DMS shall support separate Document/Image


server for better management of documents and store only
metadata information in database.
2. The system should comply with the latest Manual of Office
Procedure (MOP), published by the Department of Administrative
Reforms and Public Grievances (DARPG).
3. The systems must seamlessly integrate with any or all of the Core
applications and shall support interface with other open-standard
systems. It should provide required api for integration with
external systems for document creation, indexing or
categorization, retrieval and archival.

Page 234 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Minimum Requirements Compliance

4. The system should be format agnostic and should allow storage of


any digital data like images, Office Files, engineering drawings, PDF,
PDF/A, photographs, video & audio files etc.
5. System should allow exporting documents from scanner, so that
digitized documents should be uploaded directly to DMS.
6. System should allow creation of custom indexing field/tags for
different documents at Folder & File level
7. The departmental officials should be able to index folders, files,
letters and documents on user-defined indexes like department,
Letter No, file no, year, project Id etc.
8. System should have an integrated Scanning module from same
OEM as DMS, so that the scanned documents can be directly
exported into the repository
9. The Scanning Module should allow officers to scan single document
as well as document in bulk with facility of segregation of scanned
images as different document types like letter, circular, GR, DPR etc.
10. The solution should provide support for automatic document
quality analysis so that any bad quality document doesn’t get
uploaded to the Document Management System. The solution
should audit scanned
documents for resolution, format/ compression, orientation etc.
11. The proposed DMS application should have integration capability
with Mobile Interface so that any captured document can be
uploaded into DMS.
12. The scanning system should support Desktop scanning Module
which should allow scanning of documents when not connected
to Server.
13. System shall provide the standard file hierarchy structure of
folders and sub- folders to allow users and groups of users to
manage and organize their documents.
14. System should allow version controlling of the documents with
both minor (1.1, 1.2 etc.) and major version (1, 2 etc.). System
should show only the latest version of documents by default. All
other version of the document will be visible to authorized users
on need basis.
15. System should allow search based on different parameters like
file name, folder name, project name, index fields, Full text &
Wild card search
16. The system should have the capability to save the search queries
or search results.
17. The proposed DMS should have an inbuilt viewer for viewing the
images.
The rendering of multi-page images should be page by page for
quick viewing and saving bandwidth.
18. The system's in-built viewer should have the capability to
perform annotations such as highlight, sticky note, underline,
hide certain text etc. on the documents image with user name,

Page 235 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Minimum Requirements Compliance

date and time of putting annotations.


19. The system can be accessed from mobile devices. The users can
search and view the documents in DMS from mobile devices.
20. System should have facility to set notifications (eg. Notifying
change of version of a file to all stakeholders) & Alarms (eg. Delay
in Approval) by email.
21. System should have comprehensive & easy to set access rights
controls at Folders & File level as well as Groups and users with
inheritance
22. The system should allow defining multiple levels of access rights
(Delete/ Edit/ View/ Print/ Copy or Download) to officers based
on their profile.
23. The proposed COTS based solution should be platform independent
and should support both Linux and Windows on server side with or
without virtualization
24. The System should maintain audit-trail of all activities being
done in the system, documents etc. by users as well as
administrators.
25. The proposed COTS based DMS, Workflow, E-Office solution should
support the databases like Oracle, MS SQL and PostgreSQL
26. The system should manage lifecycle of content through retention,
storage, retrieval, and destruction policies along with tracking
and managing of physical location of the content using Records
Management System
27. It should be possible to extract the information from scanned
documents like party code, project id, approver name etc. which
can then be used in
business processes of ERP
28. The proposed scanning, document management solution, Workflow
Solution and e-Office Solution (File and Dak Solution,
Correspondence Management, Office Note Approval, RTI, Court Case
Management, Meeting Management) should be commercial of the
shelf and from the single OEM only.

6.12.1.3. RTI Application Management


Module should be able to automatically set a deadline and priority for the timely reply to the
applicant as per the RTI Act timelines and provides option for setting deadlines and priority for
exceptional cases with capability to delegate responsibilities to an alternate user in the absence of
the assigned user.

6.12.1.4. Committee & Meetings Management


The Municipal Commissioner office, Secretary Department and others can use Committee & Meeting
Management system that should have the capability to constitute the committee with its members and
convener details, and capture various details of the committee such as term of reference, tenure,
committee members etc. Scheduling meetings of constituted committees and keeping track of decisions
taken, distribution of MoM and tracking deadlines on responses.

Page 236 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.12.1.5. Inter Departmental Files Movement


Inward-Outward File Management System should provide a unified platform to manage all Government
to Citizen (G2C), Government to Business (G2B) and Government to Government (G2G) correspondences.
It should transform the day-to-day operations at all levels of administrative hierarchy by automating key
stages of correspondence management. Typical government file which includes the reporting section and
correspondence section should be part of the system. Correspondences originating in different forms and
from different sources should be captured and converted into electronic files/documents, which are
routed to respective departmentalofficials. All decisions/comments/notes made by the officials are
captured in the file and remain

intact throughout its lifetime. The correspondences can be archived in a central repository and

accessed anytime for making informed decisions. Their tagging ensures real-time tracking and on-
demand status reports, thereby ensuring complete accountability.

These file movement include specific files like tender documents consist of RFP, vendor proposal, vendor
evaluation report, committee approval, work order/ PO, invoice raised, payment documents etc. which
need to be clubbed together as part of one file. Then there are general files like requesting information
across departments seeking opinion etc. Required workflows for different type of file movement shall be
different. This would need interface with different ERP modules to refer to the details and work on related
business processes. This module should have end-to-end management and tracking of electronic files and
correspondence documents, from creation to archival. It shall have a facility to directly capture the
physical/hard copy letters received by the department in the system and manage their flow till the same
is filed.

Sr.No. Functionalities Compliance


1. Inter-departmental file movement (Inward-Outward)
1. The entire Office Automation solution should be built on
licensed BPM and DMS Platform based solution with
configurable workflow mechanism and the required
solution should be DARPG guideline compliant.
2. The system shall replicate the Present physical file
handling in the same manner as followed and electronic
files shall give the same look and feel of Physical file with
right-hand side of the file holding the “Correspondence” &
left-hand side of the file holding the “Note-Sheets”.
3. The system should comply with the Manual of Office
Procedure (MOP),published by the Department of
Administrative Reforms and Public Grievances (DARPG).
4. The system shall have a facility to create/open a new
electronic file as well as a Part File, which can be merged
with the main file at a later stage.
5. The system shall have a facility to save the file in the
desired folder in the system as per the user rights.
6. Numbering for the file should be auto-generated as per the
department format and should allow for restarting the
numbering at beginning of every fiscal year.

Page 237 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Sr.No. Functionalities Compliance


7. The system should mandatorily capture
information like File Subject, Department etc.
while creating the file.
8. The system shall generate a Barcode number on successful
creation of a file.
This barcode can be pasted into a physical file for tracking,
in case physical file is also used.
9. The system shall allow adding documents to the electronic
file directly from the scanner or internal/external drive or
email.
10. Any type of documents like Images, PDF files, Office files like
word, Excel, PowerPoint presentations, AutoCAD drawings
etc. can be added to the electronic file in the
Correspondence side.
11. The documents which are added to the files also can be
individually indexed/ tagged for easy search.
12. The system should have a facility to search a file
based on multiple parameters like file number,
file subject etc.
13. System should allow categorization of files like
subject files, special files, administrative files, project
files etc.
14. System shall have an in-built text editor for entering
the notes. The editor should have basic functionalities
such as highlighting a part of note, underlining, making
bold, creating paragraphs, having bullet numbering,
creating tables etc.
15. The note editor should support adding notes in English &
Hindi.
16. The system shall have a draft folder to save Office Notes
that are created by officer, which can be
edited/appended/reviewed before making it the final
note in the file.
17. The system shall provide list of “Standard Noting”
templates like “Put up for approval”, which can be used
by officers.
18. The system shall provide facility to sign the
document using “Digital Signature”.
19. The system shall allow appending the scanned signature of
officers (for whom digital signature is not available) on the
notes, based on the authentication at the time of adding the
notes to note-sheet.
20. The system shall provide security on notes so that
Noting/comments once written signed and forwarded shall
not be amendable/editable by any user including originator.

Page 238 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Sr.No. Functionalities Compliance


21. The system shall provide facility of securing the notes or
making a noting confidential and allow only selected
authorized officers to view the secured notes.
22. The system shall allow facility of linking a note with a
document in correspondence side or linking note to a
particular page of document in correspondence side
or linking a note to another note.
23. The system shall have the workflow capability to route
the file for approval electronically. The routing can be
either serial or parallel routing.
24. The system shall have facility of creating Fixed File Routes
or ad-hoc routes as the case may be.
25. The system will allow attaching other related files in the
workflow for easy reference, while in workflow.
26. The system has facility to “refer” the file to an outside user
who is not a part of Fixed File Route for getting their inputs.
27. The system shall have facility to “Recall” the file from other
users.
28. If need be, the system shall allow transferring of file
from a User’s Inbox to another user by authorized
officers.
29. Once the workflow is initiated, the system will
automatically intimate the respective users by
email/SMS for their action once the file is in their inbox.
30. The system shall allow fixing the timelines for completing
of task by each user. The system will intimate the user by
email/SMS on reaching the threshold time for completing
the task. The system will allow defining escalation actions,
if the task is not completed in time like email, automatically
moving the file to alternate officer etc.
31. The system shall allow the officer to keep a file “On-Hold”
by specifying the reason for hold.
32. The system shall provide a facility to track the file by
authorized users at any point of time.
33. The system shall allow maintaining information &
tracking of Physical Files also if need be.
34. The system shall provide facility to print out the noting
for filing in paper folder as record if need be.
35. The system shall allow various process/file reports
including drill-down reports as needed from time to
time.
36. The system shall provide dashboard interface for online
reporting of various processes. The interface shall give a
flexibility to toggle between graphical and tabular view
and tile different windows in the same interface.

Page 239 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Sr.No. Functionalities Compliance


37. Maintenance of e-Registers – personal, divisional, and
departmental
38. The system should provide Smart search
interfaces for quick access correspondences &
files based on User defined & System defined
parameters.
39. The system should provide Inter-divisional interface
allowing sharing of files, papers, etc.
40 The system shall provide all required reports around
file movement and tracking.
2 Letter & Correspondence Management
1. The system shall have a facility to directly capture the
physical/hard copy letters received by the department in
the system. It should enable capturing basic information
like Date of Receipt, Subject of letter, who has sent the
letter, Date on letter etc. before exporting to the
Letter/Correspondence
Management System.
3. The required E-Office system should have integration
capability with Mobile App so that any captured document
can be uploaded through mobile interface into back-end E-
Office System.
4. The system should allow Auto-Numbering of the letters
registered, which can be easily tracked at any point in
time.
5. The system shall have a facility to route the
correspondences Letter to the user whom it is
addressed to.
6. The System shall allow the recipient of the letter to
view the same and do annotations.
7. The system shall allow the recipient to take different
actions on the letter like o Filing the Letter to an
existing/New electronic File
o Forwarding the same to other users for action
o Forwarding the same to multiple users together for action.
8. The system shall have a facility to prepare responses and
attach with the correspondences Letter workflow if a
response is to be given to the letter.
9. The system shall have a facility to create Paper profile of a
Letter at the inward registry, in case the Letter is
confidential. The Paper Profile can be forwarded along
with the hard copy letter to the recipient. The recipient can
scan and add
the same to the Letter Management System.
10. The system shall have a facility to track a correspondence at
any point in time.

Page 240 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Sr.No. Functionalities Compliance


11. The system shall provide advanced search facility for
searching a correspondence /Letter based on multiple
criteria like dates, subject, pending with, completed by,
pending since etc.
12. The system should have inbuilt inbox for receiving
correspondence
13. The system should have electronic management and
tracking of correspondence encompassing tasks such as
diary entry, indexing, noting,
cross-referencing, search/ retrieval etc.
14. The system should have interoperability between
departments/agencies
allowing stakeholders to collaborate and share files,
documents, etc.
15. Capability of maintenance of e-registers for
individuals, divisions, and departments
16. The system should have digital signature integration
18. The system should have file-viewer to enable electronic
view of physical files
19. Note-sheet view of files with support for formatting, and
linking reference Notes
20. The system should have provision to capture user details
and timestamp along with every note
21. The system should have end-to-end audit trail
3. Court Case Management
1 The system should have robust task management system
wherein Department Heads can route cases and work
assigned with a case depending on skill-set,
knowledge expertise, bandwidth and team collaboration
required. The entire system should be defined, designed on
configurable workflow solution. The required solution
should be based on Licensed BPM Platform and
configurable Workflow Solution where based on user
requirement, workflows can be defined & designed without
coding effort.
2 The system should have dynamic routing of
workflow or change in existing routing for real-time
collaboration on cases
3 The system should have automation of core legal case
management process along with its supporting processes
like Meeting, Visit, Expense and Bill to track all the
activities performed in achieving the case completion and
delivery
4 The system should have Inbuilt tools & features for
Contract Management, Fee Calculator, Effort Tracker,
Capacity Tracker and Time Sheet are provided for better

Page 241 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Sr.No. Functionalities Compliance


manageability, tracking, reporting and traceability

5 The system should be integrated with standard


accounting software’s like Navision etc. for exchanging
billing and collection related information.
6 The system should have provision to split the drafting work
for collaborative working by multiple resources on a single
case
7 The system should be able to create Court file including
various court details such as Case no., Case Type, Date of
Filing, Case details, Court Order details,Hearing date,
Order date, etc.
8 The system should keep departments and zones as separate.
The specified Index Parameters should be configurable.
9 Along with court name-wise; zone-wise and department-
wise formats should be incorporated in the system
10 The system should be able to Track court dates, hearing
dates, etc.
11 The system should be able to provide alerts for the
upcoming hearings.
12 The system should be able to Cross-reference all dates for
one case, one client, one attorney, a group, or the entire
office.
13 The system should have the capability to generate the Case
Diary having complete details and history of the cases.
14 The system should be able to provide a mechanism to create
custom workflow to register cases, update case status.
15 The system should be able to maintain an audit trail of
entries and changes
16 The system should be able to capture note sheet with the
court case files
17 The system should be integrated with all other departments
and court websites.

4. Meeting Management
1 The required solution for Committee & Meeting
Management should be based on Licensed BPM
Platform and configurable Workflow Solution where
based on user requirement, workflows can be defined
& designed without coding effort.
2 The system should have the capability to constitute the
committee with its members and convener details.
3 The system should have the capability to capture various
details of the committee such as term of reference, tenure,
committee members etc.

Page 242 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Sr.No. Functionalities Compliance


4 The system should have the capability to define the role
of each committee member.
5 The system should have the capability to define the
committee members from the internal departments as well
as external users along with required details.
6 The system should have the capability to define the message
template for sending the notification to respective
committee members.
7 The system should have the capability to create and save
the templates for different type of notification
messages.
8 The system should have the capability to define the
approval process for committee constituted.
9 The system should have the capability of User Inbox
where committee members/approvers can view the
pending request for approval.
10 The system should have the capability to attach the
required documents with various committees constituted.
11 The system should have the capability to circulate the Office
Memoranda with the respective committee
members/stakeholders having details about the
committee.
12 The system should have the capability to define the
meeting details such as Agenda, date, time, venue,
priority etc. along with the required documents.
13 The system should have the capability to link the members
with meeting from the list of pre-approved committees.
14 The system should have the capability to define the
approval workflow for Meeting scheduled.
15 The system should have the capability to define the
Meeting invitation templates for sending the
notifications to all the committee members.
16 The system should provide the calendar view having details
about the meeting schedule on weekly/monthly basis.
17 The system should provide the capability to submit the
response about their availability for the meeting
scheduled.
18 The system should have the capability wherein convener
can define the deadline for submitting the response of
member’s availability.
19 The system should have the capability to capture the
Minutes of Meeting.
20 The system should have the capability to assign the
actionable to the respective committee members
based on meeting decisions.

Page 243 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Sr.No. Functionalities Compliance


21 The system should provide the capability to define the
deadlines of submitting the response for defined actionable.
22 The system should provide the capability to
designing the template for circulating the Minutes of
Meeting (MOM).
23 The system should provide the capability to send the MOM
notification through email or through System oriented
internal information system.
24 The system should provide the capability to track the
actionable assigned to the respective committee members.
Notifications/ tracking facility to be given to respective
players/ departments tracking expiry and renewal dates of
committees/task forces
25 The system should allow scheduling meetings of
constituted committees and keeping track of decisions
taken
26 The system should allow allocating responsibilities and
making online status updates
27 The system should allow maintaining attendance records
and drafting agendas, reports, and minutes of meetings
5. RTI Management
1 The required solution should have an integrated User
Interface (Portal, Mobile App) through which user can
submit RTI request and the same will be processed through
integrated BPM / Workflow based RTI Solution.
2 The System shall provide facility to link cross-related
documents like application form and Grievance and reply
sent, etc. The system should be built using the configurable
Business Process Management and workflow framework.
3 The system should be able to automatically set a deadline
and priority for the resolution of complaints based on the
type of grievance as per the department policy and provides
option for setting deadlines and priority for exceptional
cases.
4 The system should have capability to delegate
responsibilities to an alternate user in the absence of the
assigned user.
5 The system should allow the user who reviews the
complaint to assign the task of redressing the grievance to
another defined user from a list, and optionally also assign a
criticality level.
6 The system should have capability to automatically
escalate the complaint to higher authorities on passing of
the deadline for the RTI request.
7 The system should have the capability to define
the workflow for RTI Application, First Appeal,

Page 244 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Sr.No. Functionalities Compliance


and Second Appeal, etc.

8 The system should have the capability to assign the RTI


request to concerned department.
9 The system should have capability to inform the Citizen by
email that the grievance has been redressed.
10 The system should automatically generate call back lists
when complaint has been resolved.
11 The system should have the capability to define & generate
the RTI Response/Grievance Response Letter in a format
from the system itself.
12 The system shall provide required reports like number of
RTI queries received, number of RTI queries pending, etc.
Also, the system should have the facility to generate ad-hoc
reports on a need basis by the users.
Technical Requirements
1. Solution to be Unicode compliant with facility of Hindi
Unicode Font
2. Scalability in terms of number of users, no. of work flows,
no. of organizational entities, in-built workflows, and
drilldown reporting capabilities.
3. Should support any operating system like Windows, Linux,
Unix
4. All components of the proposed solution to be interoperable
and seamlessly integrated.
5. Solution to support various user interface options like
portal (Document view purpose), mobile (document view
purpose), tablet (document view purpose),and user friendly
forms built into the platform.
6. Ability to create ad hoc reports, generate reports at
various organizational levels, facility to download
reports in various formats like excel/PDF/text/XML/etc.,
and send reports electronically.
7. Support multi-dimensional analysis of data collected for
various workflow processes to identify bottlenecks and
improve business processes.
8. User should be able to generate dynamic report on basis of
requirements without need of development
9 System should support drill down reporting
10. System to support dynamic workflows.
11. System to support delegation management.
12. System to maintain logs of transactions and audit trails.
13. Solution to provide integrated user management and
support role based access control.
15. Solution to provide access level security for data at
transactional level.

Page 245 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Sr.No. Functionalities Compliance


16. LDAP & Single Sign On
E-Office should be configured with LDAP server.
Authentication and authorization of users logging into E-
Office system should happen with LDAP or any active
directory server supporting LDAP. E-Office should support
single sign on with external domain applications within SMC.
User should not be forced to log in multiple times to access
different systems or modules within E-Office.

(a) System should allow a user to log in once, using a


single authentication method to gain access to
multiple applications.
(b) SSO solution should provide Session Security to
ensure that the information is not tapped by
unauthorized people.
17. High Availability & Disaster Recovery
In case of any disaster like flood, earthquake a Disaster
Recovery (“DR”) Process is required. The purpose of a DR
Process is to enable SMC IT leadership, key stakeholders to
plan and respond to events negatively impacting the
services supported by SMC. The DR Process will provide a
foundation for managing disaster recovery, service
continuity and IT Services’ responsibilities relating to crisis
response and business continuity. The DR Process supports
the following objectives:

 Enable informed decision making


 Efficiently build resilience
 Verify resiliencecapability
 Effectively manage events

1. The Bidder shall be responsible for designing and


implementing High Availability for ERP ecosystem.
2. It will be the responsibility of the Bidder to work with
SMC to define and implement consistent methods to
assist in the resumption of critical business operation in
the shortest time necessary, for the least possible cost,
with minimal impact on users, citizens, and employees.
3. Bidder should ensure necessary data (application
specific) related to solution should be replicated with
minimum downtime at mutually agreed timeframe.
4. All the components proposed like database license, OS etc
should support
high availability

Page 246 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Sr.No. Functionalities Compliance


18. System should have inbuilt features like workflows, file
tracking, and knowledge repository.
19. As part of the project, the IT infrastructure will be provided
by SMC. The bidder will be required to propose, provide,
install, configure and maintain the software components like
the OS, Database, Anti-virus Software for Server and any
middleware best suited with the proposed solution.
Necessary server hardening at OS level and Database level
will be responsibility of bidder. The bidder is required to use
Table-B of “Appendix-2 Content & Format of Price
Proposal” to specify such items along with the price. (Note:
The price is to be quoted online only.) The bidder also needs
to clearly provide the expected hardware requirements
considering the performance and availability requirements
specified in the RFP from SMC data center and disaster
recovery (DC/DR). The proposed infrastructure should be
designed to provide optimum balance for the performance
and cost. The bidder needs to provide the architecture
diagram detailing the landscape proposed and justification/
merits of the same as part of technical proposal (Appendix 1
– Form 1.13).
20. Integration required with email gateway, SMS gateway,
payment gateway, email solution, collaboration tool,
ticketing tool
21. The solution shall support integration with Aadhar card as
well as digital and electronic signature for applicable
services.
22. System shall support future integration with any digital
government initiatives.

Sr.No Functionalities Compliance


6. Document Management Requirements & Workflow Solution
1. The proposed DMS shall support separate
Document/Image server for better management of
documents and store only metadata information in
database.
2. The required Document Management System should
have in-built & integrated Scanning and Workflow
Solution.
3. The required Document Management System or
Enterprise Content Management should be enlisted in
renowned Analyst MQ i.e. Gartner or Forrester.

Page 247 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Sr.No Functionalities Compliance


4. The systems must seamlessly integrate with any or all
of the Core applications and shall support interface
with other open-standard systems. It should provide
required api for integration with external systems for
document creation, indexing or categorization,
retrieval and archival.
5. The system should be format agnostic and should allow
storage of any digital data like images, Office Files,
engineering drawings, PDF, PDF/A, photographs, video &
audio files etc.
6. System should allow exporting documents from
scanner and let the digitized documents uploaded
directly to DMS.
7. System should allow creation of custom indexing
field/tags for different documents at Folder & File
level
8. The departmental officials should be able to index
folders, files, letters and documents on user-defined
indexes like department, Letter No, file no, year, project Id
etc.
9. System should have an integrated Scanning module
from same OEM as DMS, so that the scanned
documents can be directly exported into the
Repository
10. The Scanning Module should allow officers to scan single
document as well as document in bulk with facility of
segregation of scanned images as different document
types like letter, circular, GR, DPR etc.
11. The solution should provide support for automatic
document quality analysis so that any bad quality
document doesn’t get uploaded to the Document
Management System. The solution should audit
scanned
documents for resolution, format/ compression,
orientation etc.
12. The solution should have the capability to capture the
document through mobile devices along with indexing.
Using mobile app, the users should be able to upload
letters, circulars directly to the document management
system.
13. The scanning system should support Desktop
scanning Module which should allow scanning of
documents when not connected to Server.
14. System shall provide the standard file hierarchy
structure of folders and sub- folders to allow users and
groups of users to manage and organize their
documents.

Page 248 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Sr.No Functionalities Compliance


15. System should allow version controlling of the
documents with both minor (1.1, 1.2 etc.) and major
version (1, 2 etc.). System should show only the latest
version of documents by default. All other version of
the document will be visible to authorized users on
need basis.
16. System should allow search based on different
parameters like file name, folder name, project name,
index fields, Full text & Wild card search
17. The system should have the capability to save the
search queries or search results.
18. The proposed DMS should have an inbuilt viewer for
viewing the images.The rendering of multi-page images
should be page by page for quick viewing and saving
bandwidth.
19. The system's in-built viewer should have the capability
to perform annotations such as highlight, sticky note,
underline, hide certain text etc. on the documents image
with user name, date and time of putting annotations.
20. . Required Document Management System should have
integration capability with Mobile App interface for
document viewing purpose.
21. System should have facility to set notifications (eg.
Notifying change of version of a file to all stakeholders) &
Alarms (eg. Delay in Approval) by email.
22. System should have comprehensive & easy to set
access rights controls at Folders & File level as well as
Groups and users with inheritance
23. The system should allow defining multiple levels of
access rights (Delete/ Edit/ View/ Print/ Copy or
Download) to officers based on their profile.
24. The System should maintain audit-trail of all
activities being done in the system, documents etc.
by users as well as administrators.
25. The system should manage lifecycle of content through
retention, storage,retrieval, and destruction policies along
with tracking and managing of physical location of the
content using Records Management System
26. The required document management system should
come with integrated Workflow solution which shall
facilitate re-engineering of processes and act as a platform
for building specific application and have a workflow engine
to support different types of document routing mechanism
including
27. Sequential routing –Tasks are to be performed one after the
other in a sequence
28. Parallel routing – Tasks can be performed in parallel by

Page 249 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Sr.No Functionalities Compliance


splitting the tasks among multiple users and then merging
as single composite work item. The system shall support
conditional merging of multiple parallel activities i.e.
Response from mandatory parallel work stages before it can
be forwarded to next stage
29. Rule based routing - One or another task is to be performed,
depending on predefined rules
30. Ad-hoc routing: Changing the routing sequence by
authorized personnel
31. The workflow management system shall support Inbuilt
Graphical workflow designer for modeling complex
Business Processes using drag and drop facilities.
32. The Process designer shall provide intuitive interface for
designing complex rules and conditions for workflow
routing.
33. The interface shall be easy to use so that Process owners
can change the business process as and when required
without any programming knowledge.
34. The system shall enable process designers to design
multiple sub-processes. This includes mapping of the
existing process instance to the newly created process
instance as per mapping defined in the route.
35. The workflow management system development
environment shall provide easy navigation to choose sub-
processes as required to be invoked from within a process.
36. Facility to copy and paste work stages along with all its
properties.
37. Facility to define multiple archive stages for archive
selected documents and indexes in underlying Document
management system at any stage of workflow process.
38. The system shall allow process designers to design
properties for each work stage like default document view,
form view or Exception view etc.
39. The workflow management system shall support the
definition of roles and allow many-to-many relationships
between users and roles to be defined
40. The workflow system shall provide inbuilt facility to design
Custom forms that can be attached at one or more stages of
workflow
41. The Form designer interface shall support facility to define
text boxes, Combo boxes, radio buttons, Drop down etc.
42. The system shall provide facility to define zones at forms
and images, so that relevant part of the image is highlighted
for Image assisted data entry.
43. Facility to use scripts for defining field level validations
44. The system shall provide facility to define exceptions at
individual stages, which shall dynamically change the route
on execution.

Page 250 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Sr.No Functionalities Compliance


45. The system should have inbuilt Rule Engine for defining
rules.
46. Facility to raise automatic exceptions on the basis of pre
defined conditions.
47. The system shall track all the exceptions raised in the
course of process and shall maintain history of that with
user name, date, time and comments.
48. The system shall clearly differentiate process instances with
and without exception
49. The system shall provide facility to define custom triggers
like Emails, Word template or launching executable etc. on
predefined conditions
50. The system shall provide facility to define custom templates
for the triggers with static and dynamic data.
51. The workflow management system shall have email
notification to user when the user is not logged on to the
workflow management system. Upon receiving the email,
the user shall be able to click on the URL in the email to
automatically launch the Workflow management system
and present the user with the task to act on.
52. The workflow management system shall be able to keep
track of the workitem status, the date/time the jobs are
started and ended, the creation and archival date of the
documents.
53. System shall provide a facility to configure dashboard for
individuals for e.g. dashboard for director, dashboard for
secretary, dash board for Additional director etc
54. No customization should be required to create dashboard,
User should be able to configure dashboard without any
coding.
55. User shall be able to drill down in a report for specific
information analysis
56. The workflow management system shall support users drill
down from a higher level view of business processes to
lower level details.
57. The workflow management system shall support statistical
reports like Total turnaround time and delay report for
complete process or specific work stages
58. The workflow management system shall support definition
of new customized reports based on exposed data points.
59. The DMS & workflow management system shall support
integration with Lightweight Directory Access Protocol
(LDAP) for domain level authentication and single sign on.
60. The workflow management system shall be capable of
giving access rights to users/groups on work stages,
documents, forms and also to the data fields.
61. The workflow management system shall support extensive
password validations i.e locking of user account after

Page 251 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Sr.No Functionalities Compliance


specified number of unsuccessful login attempts, password
history, password expiry, passwords must be alphanumeric
and of minimum character length etc.
62. The workflow management system shall support SSL,
HTTPS and session timeouts.
63. The system shall provide facility to generate event based
triggers for automatically sending mails/ fax, generating
responses, invoking data form for data entry,
communicating from external systems.

6.13. Design & Implementation of City Network Backbone (OFC Network)


6.13.1. HDPE Duct

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Minimum Specifications Compliance


1. At a minimum the HDPE duct shall meet or exceed the applicable industry
standards as listed below:
 Indian standards including IS:4984 - specifications for HDPE duct
 ISO standards (ISO 9001, ISO 14000)
 ASTM standards
 TEC specifications
 Other standards as detailed in this specification
2. The HDPE ducts shall be installed for the distance as approved with SSCL.
They will be used for backbone, distribution and access communications

3. The HDPE ducts shall be ordered in different configurations and colours as


detailed in the functional requirements. These colours shall be maintained
throughout the useful life of the duct

4. The 40mm (OD) with 3.5mm wall thickness and 20mm (OD) with 2.0mm wall
thickness coilable HDPE ducts shall be of smooth configuration and shall be
suitable for outdoor underground installations

5. All HDPE ducts shall be continuous. Where the duct reel ends, the HDPE ducts
shall be joined using approved industry standard couplers or inside
manholes/handholes

Page 252 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


6. Sheathing Raw Material:
 Shall be per IS 2530
 The Melt Flow Index shall be as per IS 33
 The outer sheath thickness shall be in the range 1.2 mm +/- 0.2 mm
7. The duct shall be free from visual defects like blisters, shrink holes, flaking,
scratches groove lines & roughness. The duct shall also have in build rodent
protection capabilities
8. To reduce the friction between the cable and HDPE, a suitable lubricant may
be continuously applied with a sponge to the cable surface during pulling. The
standard lubricants with low frictional coefficient may be used. User of
Telecom Duct may be adopted. Telecom Duct is an advanced pre-lubricated
duct system. Lubricants are built in to a durable polymer base. Duct has a low
coefficient of friction and the built in lubricants do not diminish with age.
9. The duct shall be supplied with at least 0.6mm diameter in-built copper
tracer wire. The tracer wire shall be 12 gauge, copper 600V insulated blue
wire in all empty conduits.

6.13.2. Laying of HDPE duct in Open Trench

# Minimum Specifications Compliance


1. HDPE ducts shall be laid in open trench or using HDD technique

2. The duct trench shall be dug for the distance as per route plan (indicating
the various dimensions and other details of the trench) approved by the
SSCL for each type of soil type

3. Due care and precaution during excavation shall be taken to avoid possible
damage of any other underground plans/facilities

4. The minimum depth at which the duct shall be laid will be in compliance
with DOT norms and telecom best practices

5. The width of trench at the top and bottom shall be adequate for proper
installation of HDPE ducts with required quantities

6. The backfilling and compacting of trench in layers of 200 mm, restoration


of road, nalla, pavements etc. after the completion of laying work
7. No debris shall be allowed in backfill at any time

8. Other Installation Requirements


During transportation and storing at the site duct, it is necessary to seal the
ends of the duct with proper End caps against water penetration or other
impurities
When placing multiple ducts in a single trench simultaneously, it is
important not to cross or twist the ducts inside the trench, when installing
large quantities of ducts it is possible to stack them one on top of the other
in addition to side by side.

Page 253 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


Positioning of the ducts must be designed in the planning stage to ensure
clarity between ducts placement
Both ends of the duct must be properly sealed with end plug to prevent
water, dust or any other foreign particle from entering into the duct
Pump out water, if any, from the trench before placement of duct
9. Testing
All applicable testing have to be done before handing over to SSCL

6.13.3. Optical Fibre Cable

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Minimum Specifications Compliance


1. ITU-T G.652- Characteristics of a single-mode optical fibre and cable
2. Should fulfill the requirements of ANSI/TIA-568-C; ISO/IEC 11801;
BELLCORE GR 20; IEC 60794-1; IEC 60794-3; ITU-T G.652; RoHS Compliant
3. Telcordia GR-20: Generic Requirements for Optical Fibre and Optical Fibre
Cable.
4. The single mode optical fibre shall enable dual operating wavelengths at
1310nm and 1550nm nominal
5. Max. Attenuation: At 1310 nm ≤ 0.34 dB/km; At 1550 nm ≤ 0.21 dB/km
6. The single mode fibre optic cable shall be armoured cable that shall be
suitable for outdoor installations, with protection against rodents
7. Max. Tensile Strength-Short Term : 2700N
8. The optical fibre coating and/or buffer shall consist of materials that are
environmentally stable in order to reduce long term effects of stress
corrosion caused by moisture absorption
9. All fibre optic cables shall be spliced inside dedicated manholes as per the
Project requirements
10. Max. Crush Resistance-Short Term : 3000N/100 mm
11. Dry water-blocking materials shall be applied over the cable core to prevent
the ingress of water, and movement along the cable sheath
12. The cabled optical fibre shall maintain mechanical and optical integrity
through an operational temperature range according to the city requirement
13. Installation Requirement
Each cable shall be reeled in such a way that both ends of the cable are
readily accessible for testing, without any need for unreeling.
The outer jacket of the cable shall be fungus inert and shall be suitable for
long term exposure to sunlight and weather

Page 254 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.13.4. UTP Copper Armoured Cable and Accessories

# Minimum Specifications Compliance


1. 4 Pair Cable with integral cross -member pair separator for uniform
characteristic impedance.
2. Category 6 Unshielded Twisted 4 Pair 100 Ω cable shall be compliant with
ANSI/TIA/EIA-568-C.2-1 Additional ISO/IEC 11801 2ndEd. Transmission
Performance Specification for 4 Pair 100Ω Category 6 Cabling
3. Category 6 UTP cables shall extend between the work area location and its
associated telecommunications closet and consist of 4 pair, UTP cable jacket.
4. Conductor: Solid Copper
5. Conductor Diameter: 0.555+-0.01mm (23AWG)
6. Insulator High Density Polyethylene
7. Inner Jacket: LSZH
8. Outer Jacket: PE –Black, Anti-Rodent with 1.1 thickness
9. Armor: ECCS Tape (Thickness > 0.125 mm)
10. Outer Diameter: 10.0 ± 0.3mm
11. Max Temperature: 0°C to +70°C
Mechanical Test
12. Should have Pulling force of 50 Kg.
13. Bend Radius: 20 x Cable Diameter
Electrical Test
14. Conductor Resistance : <9.38Ω /100m
15. Resistance Unbalance 5% Max
16. Mutual Capacitance : < 5.6nF/100m
17. Capacitance Unbalance : 330pF/100m.
18. Characteristic Impedance: 100 +15 Ωconductor
19. Materials used in the cable shall be RoHS complied

6.13.5. Copper Patch Cords

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Minimum Specifications Compliance


1 Patch cords fabricated from UTP cable shall be of suitable length to connect
field devices with the switch/ FTP. Patch cords shall be sized to minimize
excess cable interconnecting equipment, with cables routed and dressed to
maintain a neat appearance

Page 255 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


2 Patch cords shall be terminated with 8-pin 8-conductor “RJ-45” style
connectors

3 All cabling and connectors shall be in accordance with ANSI/TIA/EIA-568-B.

6.13.6. Copper Patch Panels

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Minimum Specifications Compliance


1 The copper communication cable shall be terminated at the associated patch
panel or field device
2 The patch panels shall be sized to support the design requirements

3 The standard termination is to be according to ANSI/TIA/EIA-568A

4 All cable entries shall be provided with appropriate cable pathway


5 Any provided patch panel or wall plate shall provide mechanical support for
all connections enclosed and shall maintain insulation between them
6 All material of the termination and associated mounting accessories shall be
non-reactive and the complete assembly shall not support galvanic cell action
7 The termination shall protect the cable terminations from water and
mechanical damage and shall be resistant to salt corrosion

6.13.7. Fibre Optic Splice Closure

# Minimum Specifications Compliance


1 Be capable of accepting minimum six (6) cables in a butt splice configuration.
Any additional cables shall be supported using standard accessories provided
by the manufacturer
2 Fibre Optic Splice Closures shall be IP 68 rating

3 Shall be constructed of non coroshive materal. Shall be water resistant

6.13.8. Fibre Patch Cords

Proposed Make :

Page 256 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Minimum Specifications Compliance


1 House a single fibre in a 900 micron tight buffer tube or loose tube
construction.

2 Be available in duplex configurations, with extra wire to detect the move or


add changes that are performed on fiber patch cords.

3 Both mating faces of each connector shall be cleaned using fibre optic
cleaning solvent cleaning wipe or patch prior to mating the connector
surfaces.

4 Patch Cords should support cross connect and interconnect topologies

6.13.9. Fibre Patch Panel

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Minimum Specifications Compliance


1 The Fiber Tray should support cross connect and interconnect network
topologies
2 The Fiber Tray should supports three types of fiber patching options: LC-LC,
LC-MPO,
3 The Patch panels shall include the mounting hardware for EIA/TIA standard
racks as per rack requirements.
4 The Patch panels shall provide a minimum of two cable entry points
5 The Patch panels shall support rings to maintain minimum fibre bending
radius, and to prevent accidental physical damage
6 The Patch panels shall provide physical protection for the individual fibres
7 The Fiber Tray should be a high-end fiber optics-managed tray that supports
up to 96 LC-LC fiber strands in 1 U (LC-LC and LC-MPO) along with a full
management system

Page 257 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


8 To assist in monitoring, configuring, and troubleshooting, the Fiber Tray
should include a bi-color LED on the tray and a single LED above each port in
the cassette

6.13.10. Switches

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Minimum Specifications Compliance


Ethernet Switch – Layer 2- Industrial Grade Field Switch
16x1G Base-T and 4x1G SFP slots with PoE Budget of 240W or more

1. The industrial grade switches shall support –


 IEEE 802.3, 802.3u, 802.3ab, 802.3z, 802.3x protocols.
 IEEE 802.1D for STP, 802.1w for Rapid STP, 802.1s for Multiple Spanning
Tree Protocols.
 IEEE 802.1q for VLAN tagging, 802.1p for CoS, 802.1X for Authentication
and 802.3ad for port trunk LACP.
 Broadcast storm protection, port lock/port security, RADIUS, TACAS+,
SSL/SSH security
2. The industrial grade switches shall support –

 IPv4/v6, SNMP v1/v2/v3, LLDP, port mirror, RMON, Server/Client DHCP,


TFTP, Telnet, Flow control, IGMP v1/v2, MLD snooping, OSPF, BGP PIM for
IPv4 & IPv6
3. All switches installed on-field shall be capable of working in the harsh
environmental conditions with immunity to EMI and heavy electrical surges.
They shall support:
 EN-60950-1 or equivalent
 EN 55022/24 or CISPR 22
 FCC Part 15B Class A
 IEC 60068-2-27 and 2-32 or equivalent
 IEC 60068-2-6 or equivalent, IP30 Rating
4. The switches shall be powered by 12/24/48VDC or 24VAC input as per the
design requirements with dual redundant inputs and external AC/DC power
supply. The terminal blocks for the power supply options shall support
reliable, maintenance-free connections

Page 258 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


5. The industrial grade switches shall support operating temperature range of
0°C to +65°C (without any fans) with ambient relative humidity of 5-95%,
non-condensing.
6. All Layer 2 Ethernet switches shall be managed switches and shall comply
with IEEE standards, Safety Standards, Electromagnetic Emissions standards
7. All Layer 2 switches at a minimum shall support the following:
 IPv4/IPv6 dual stack for management & Data Traffic
 CoS
 IP Multicast
 Security, DAI, IP Source Guard, FIPS 180/MACsec
 Storm Control
 Dynamic Trunking Protocol
 Spanning Tree Route Guard
 Secure Sockets Layer (SSL)/SSH
 Network Management
 Non-Blocking Type
 Support Auto-Sensing
 Support Auto-Negotiation
8. The fibre optic ports shall support the required distance i.e. between switches
at different locations
9. All switches shall support standard DIN rail mounting . In addition, the
industrial grade switches shall also support mounting on streetlight poles
and shall be compact style
10. All switches shall have the function to enable/disable ports for limiting
unauthorized access to the network
11. All switches shall support
 SNMP (v1/v2/v3) to allow for management
 Network Time Protocol (NTP) for time synchronization
 Multilevel user passwords for prevention against unauthorized
configuration
 SSH or SSL based security and MAC based port security
 RADIUS authentication service
12. The device shall have LED indicators for Power, LAN, Signal, RS-232/RJ45
CLI, and Ethernet Link & Activity, USB interface
Ethernet Switch & Router – Layer 3 (If Required)
13. Type 1: Backbone Ethernet Switch/Router
 The Layer 3 based backbone Ethernet switch/router shall be installed for
backbone connectivity
 The Layer 3 based backbone Ethernet switch/router shall have minimum
24 SFP+ ports that are a minimum SFP+ links with 40/100 Gb/s
connectivity including Copper and Fibre ports as per the design
requirements. These ports shall support hot swap modules to support
upgrade of ports in the future. Any attenuators required for inter-switch
connectivity shall be provided by MSI.

Page 259 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


 The backbone switch/router shall have a minimum switching capacity of
640 Gbps, non-blocking.
 The backbone switch/router shall support IP connectivity and shall be
carrier grade. This clause shall not apply for Server/Workstation switches
14. Type III – Server/Workstation Connectivity Ethernet Switch – Minimum
48 Ports
 The Layer 3 based Ethernet switch shall be installed for connectivity to
servers and workstations at ICCC and POP
 The Layer 3 based Ethernet switch shall have a minimum of 36 ports
Ethernet interface with a combination of 1/10 Gig SFP+ ports. And 4x
40G/100G ports
 Shall support active-active clustering with two or more switches shall
operate as logical one L3 switch
15. All Layer 3 Ethernet switches shall be managed switches and shall comply
with IEEE standards, Safety Standards, Electromagnetic Emissions standards
16. All layer 3 switches/routers shall support IP based networking (except for
switches for servers/workstation)
17. All switches/routers shall support standard 19” rack mount or DIN rail
mounting options
18. The switches/routers shall support at least one (1) dual personality port (RJ-
45 or USB micro-B) serial console port
19. The switches/routers shall support operating temperature range of 0°C to
+40°C with ambient relative humidity of 10-90% non-condensing
20. The backbone switches/routers shall be powered by 220-240VAC, 50Hz
input as per the design requirements with hot swappable dual redundant
power supply and redundant variable speed fans

6.14. Integrated Command & Control Centre


6.14.1. ICCC Platform

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Parameters Minimum Specifications Compliance


1. Solution & The Command & Control solution should be implemented and
Platform complied to the industry open standards based Commercial-of-
the-shelf (COTS) products. The platform will be hosted at the
Cloud Data Centre.

Page 260 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameters Minimum Specifications Compliance


2. Must have built-in fault tolerance, load balancing and high
availability & must be certified by the OEM.
3. Software (Application, Database and any other) must not be
restricted by the license terms of the OEM from scaling out on
unlimited number of cores and servers during future expansion.
4. System must provide a comprehensive API (Application
Program Interface) or SDK (Software Development’s Kit) to
allow interfacing and integration with existing systems, and
future application and sensors which will be deployed on the
field.
5. The solution should be network and protocol agonistic and
provide option to connect legacy system through SDK / API’s
with either read, write or both options. It should connect diverse
on premise and/or cloud platform’s and make it easy to
exchange data and services between them.
6. The system shall allow seamless integration with all of the
department's existing and future initiatives
7. The platform should be able to integrate with any type of sensor
platform being used for the smart services irrespective of the
technology used.
8. The platform should be able to normalize the data coming from
different devices of same type (i.e. Different lighting sensor from
different OEMs, different energy meters from different OEMs
etc.) and provide secure access to that data using data API(s) to
application developers
9. Convergence of System need to have provision that integrates various services
Multiple feeds / and be able to monitor them and operate them. The solution
services should provide option to integrate existing deployed solution by
City and also need to provide scalability option to implement
new use cases.
System should support DDE (Dynamic Data Exchange) / OPC
(OLE for process control) for integration with Process control
systems and sensors. System should have capability to source
data from various systems implemented in Saharanpur City to
create actionable intelligence.
10. Industry The solution should adhere to the Industry standards for
Standards for interoperability, data representation & exchange, aggregation,
the Command virtualization and flexibility
11. & Control IT Infrastructure Library (ITIL) standards for Standard
Center Operations Plan & Resource Management

Page 261 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameters Minimum Specifications Compliance


12. Geo Spatial Standards like GML & KML etc. where-ever available
and relevant.
13. Business Process Model and Notation (BPMN) or equivalent for
KPI Monitoring.
14. Command & Web / Client server to manage client requests. Client should
Control Center provide web-based access to dashboards, one-stop portals / GUI
Components to event information, overall status, and details. The user
interface (UI) to present customized information in various
preconfigured views in common formats. All information to be
displayed through easy-to-use dashboards.
15.  Application server to provide a set of services for accessing
and visualizing data. Should be able to import data from
disparate external sources, such as databases and files. It
should provide the contacts and standard messaging service
to enable effective, real-time communication. It should
provide business monitoring service to monitor incoming
data records to generate key performance indicators. It
should also provide the users to view key performance
indicators, standard operating procedures, notifications, and
reports, spatial-temporal data on a geospatial map, or view
specific details that represent a city road, building or an area
either on a location map, or in a list view. The application
server should provide security services that ensure only
authorized users and groups can access data.
 System Platform – The platform should provide a common
data integration layer which can collect and contextualize
information from disparate data sources regardless of
protocol. The platform should support templatization to
allow “build once-deploy everywhere” functionality.
 Workflow and Incidents Lifecycle engine – This function
should allow users to define and modify new worflows in
online and offline mode. The workflow could cut across
multiple systems via the interfacing modules. Workflow for
operational alerts and escalations should be triggered
automatically without human intervention. Workflow
approvals should have facility to approve from any device
with required permissions. This function should provide
facility to trigger a corrective action workflow and define the
stakeholders for the same. Should manage the life cycle of
incidents and related entities via pre-defined workflows
available as Smart Launch and key-board function keys or

Page 262 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameters Minimum Specifications Compliance


scheduled triggers or event triggers or on-demand by
operators.
 Incidents Planning – should manage the planning
preparations of an incident including resource allocation,
tasks management etc. in both offline and online modes
consistently, enabling users to export, save, pdf and print out
the entire Incident Planning procedure book.
 Analytics and MIS – should provide users with business
analytics reporting and tools to organize, evaluate and
efficiently perform day to day operations
 Security & Roles – should manage roles definition for
internal as well as external access
 Centralized data archiving for operational data : Should
provide facility for centralized storage of operational data (
time-series or transactional) with high granularity and data
compression capability
 Mobility: should enable app-based access to monitor alerts,
KPI ,KOPs, SOPs and reports to mobile users. Should support
popularly user’s smartphone /tablets. App content should be
presented in context to the user role.
16. Incident The system must provide Incident Management Services to
Management facilitate the management of response and recovery operations:
17. Requirements Should support comprehensive reporting on event status in real
time manually or automatically by a sensor, CCTV video feeds,
any other sensor or asset in Alarm or Event from any of the
integrated systems mentioned in the integration section.
18. Should support for sudden critical events and linkage to
standard operating procedures automatically without human
intervention. Operator should be able to associate pre-defined
forms and attachments while handling an Incident in runtime.
19. Should support for multiple incidents with both segregated
and/or overlapping management and response teams.
20. Should support Geospatial rendering of event and incident
information.
21. Should support plotting of area of impact using polynomial lines
to divide the area into multiple zones on the GIS maps based on
the functionality supported by the GIS system.
22. Should support incorporation of resource database for
mobilizing the resources for response.
23.  Should provide facility to capture critical information such as
location, name, status, time of the incident and be modifiable

Page 263 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameters Minimum Specifications Compliance


in real time by multiple authors with role associated
permissions (read, write). Incidents should be captured in
standard formats to facilitate incident correlation and
reporting.
 For an Incident, all the communications should be replayed in
a sequence in which the communications occurred so as to
allow time coded playback of the incident on a synchronized
timeline.
24. The system must identify and track status of critical
infrastructure / resources and provide a status overview of
facilities and systems
25.  Should provide detailed reports and summary views to
multiple users based on their roles.
 All such transactions of the Operator on the workstation shall
be recorded in a tamper-proof way
26. A Reference Section in the tool must be provided for posting,
updating and disseminating plans, procedures, checklists and
other related information.
27. Provide User-defined forms as well as Standard Incident
Command Forms for incident management. Forms shall be
automatically synchorized between all workstations, such that
the Operator will see the most updated value by a given user
when they open a form. The forms shall use standard HTML like
language to have radio buttons, drop-down lists, in- context
variables, tables and shall automatically populate fields from the
central database in a consistent manner. The data entered in the
forms shall be available when creating incident specific
customer reports.
28. Integrated User Should provide integrated dashboard with an easy to navigate
Specific & user interface for managing profiles, groups, message templates,
Customizable communications, tracking receipts and compliance
29. Dashboard  Collects major information from other integrated City
sensors/platforms.
 Should allow different inputs beyond cameras, such as, PC
screen, web page, and other external devices for rich screen
layout
 Multi-displays configurations
 Use of any GIS tool which allows easy map editing for wide
area monitoring (like Google map, Bing map, ESRI Arc GIS
map, etc.).

Page 264 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameters Minimum Specifications Compliance


30. Should provide tools to assemble personalized dashboard views
of information pertinent to incidents, emergencies & operations
of command center
31. Should provide historical reports, event data & activity log. The
reports can be exported to pdf or html formats.
32. Should provide dashboard filtering capabilities that enable end-
users to dynamically filter the data in their dashboard based
upon criteria, such as region, dates, product, incidents, etc. and
capability to drill down to the details
33. Integration Should provide integration of the Incident Management
with Social application with the social media. Should Provide analytics
Media & Open based on the social media feed collected from the open source
Source intelligence and collate with the surveillance inputs to alert the
Intelligence responders for immediate action on the ground.
34. Should extract messages and display it in an operational
dashboard.
35. Should be able to correlate the extracted message from the
social media with existing other events and then should be able
to initiate an SOP.
36. Should be able to identify the critical information and should be
able to link it to an existing SOP or a new SOP should be started.
37. Should provide notifications to multiple agencies and
departments (on mobile) that a new intelligence has been
gathered through open source/social media.
38. Device Status, Should provide icon based user interface on the GIS map to
Obstruction report non-functional device.
39. Detection and Should also provide a single tabular view to list all devices along
Availability with their availability status in real time.
40. Notification Should provide User Interface to publish messages to multiple
devices at the same time.
41. Event Command & Control Center should be able to correlate two or
Correlation more events coming from different subsystems (incoming
sensors) based on time, place, custom attribute and provide
correlation notifications to the operators based on predefined
business and operational rules in the configurable and
customizable rule engine.
The analytics module should be able to ingest data from CCTV
systems, third party NVRs/hand held devices, work stations and
information from cellular operators to perform the below:

Page 265 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameters Minimum Specifications Compliance


 Users should be able to search for text and get results with
matching conversations (such as SMS, instant messages,
emails, docs, pictures, images) using regular expressions
(AND, OR, *, ?)
 Users should be able to define a set of keywords which will
automatically be searched by the system
 At least the following entities should be supported: Date;
Distance; ID number; Identifier: credit card, email, money,
phone number, product, title, URL; Lat/Long; Location;
Nationality; Number; Organization; Person; Religion; Time
 Users should be able to view a graph of connections between
the different persons generated by the system
 Users should be able to review locations from an extracted
device on a map
 Users should be able to tag any data artifact or set of data
artifacts, so they can be referenced by other users
42. Standard Command & Control Center should provide for authoring and
Operations invoking un-limited number of configurable and customizable
Procedures standard operating procedures through graphical, easy to use
(SOP) online and offline tooling interface.
43. Standard Operating Procedures should be established, approved
sets of actions considered to be the best practices for responding
to a situation or carrying out an operation.
44.  The users should be able to edit the SOP, including adding,
editing, or deleting the activities.
 In run time, users shall be able to modify tasks statuses on the
list. They should be able to complete tasks, cancel them,
reassign them to others and mark them as ‘in progress’.
Completing a task shall be as easy as checking a box.
45. The users should be able to also add comments to or stop the
SOP (prior to completion).
46.  There should be provision for automatically logging the
actions, changes, and commentary for the SOP and its
activities, so that an electronic record is available for after-
action review.
 Based on the synchronous playback of audio, video and screen
recording data, the proposed solution should enable the
authorities to find gap/deficiency in the incident handling
process and improve or rewrite SOPs.
47. The SOP Tool should have capability to define the following
activity types:

Page 266 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameters Minimum Specifications Compliance


48. Manual Activity - An activity that is done manually by the
owner and provide details in the description field.
49. Automation Activity - An activity that initiates and tracks a
particular work order and select a predefined work order from
the list.
50. If-Then-Else Activity - A conditional activity that allows
branching based on specific criteria. Either enter or select values
for Then and Else.
51. Notification Activity - An activity that displays a notification
window that contains an email template for the activity owner
to complete, and then sends an email notification.
52. SOP Activity - An activity that launches another standard
operating procedure.
53. Key Command & Control Center should be able to facilitate
Performance measurement or criteria to assay the condition or performance
Indicator of departmental processes & policies.
54. Green indicates that the status is acceptable, based on the
parameters for that KPI, no action is required.
55. Yellow indicates that caution or monitoring is required, action
may be required.
56. Red indicates that the status is critical and action is
recommended.
57. Reporting Command & Control Center should provide easy to use user
Requirements interfaces for operators such as Click to Action, Charting, Hover
/ Pop Ups, KPIs, Event Filtering, Drill down capability, Event
Capture and User Specific Setup
58.  The solution should generate Customized reports based on
the area, sensor type or periodic or any other customer
reports as per choice of the administrators
 Incident review should have incident logs including video &
voice events as well as the operator’s onscreen activities. This
is required for finding out operator efficiency and for planning
training activities for the operators.
59. Collaboration Should provide tools for users to collaborate & communicate in
Tools real-time using standard messaging features.
60. Communication The solution should adhere to the below mentioned
Requirements communication requirements.

Page 267 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameters Minimum Specifications Compliance


61. Provide the ability to search/locate resources based on name,
department, role, geography, skill etc. for rapidly assembling a
team, across department, divisions and agency boundaries,
during emergency
62. Provide the capability to Invite - Using information provided
during the location of those individuals or roles, invite them to
collaborate and to share valuable information.
63. Provide a single application/interface/web to send notifications
to target audiences using multiple communication methods
including voice‐based notification on PSTN/Cellular, SMS, Voice
mail, E‐ mail and Social Media. This functionality can be in-built
or based on seamless integration with a 3rd party tool.
64. The solution should provide Dispatch Console integrates with
various communication channels. It should provide rich media
support for incidents, giving dispatchers the power to
consolidate information relating to an incident and instantly
share that information among responder teams. It should assess
the common operating picture, identify & dispatch mobile
resources available nearby the incident location. Augment
resources from multiple agencies for coordinated response.
65. Authentication Use authentication information to authenticate individuals
and/or assign roles.
66. Instant Provide ability to converse virtually through the exchange of
messaging text, audio, and/or video based information in real time with
one or more individuals within the emergency management
community.
This functionality can be in-built or based on seamless
integration with a 3rd party tool.
67. Events and Should provide the capability for the events that are produced
Directives from a sub- system and are forwarded to the Command &
control Control Center. Events could be a single system occurrence or
complex events that are correlated from multiple systems.
Events could be ad hoc, real-time, linear /historical look-up data
or predicted. Events could range in severity from informational
to critical. At the Command & Control Center, the event should
be displayed on an operations dashboard and analysed to
determine a proper directive.

Page 268 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameters Minimum Specifications Compliance


68. Directives issued by the Command & Control Center should
depend on the severity of the monitored event. Directives will be
designed and modified based on standard operating procedures,
as well as state legislation. A directive could be issued
automatically via rules, or it could be created by the operations
team manually.
69. Resource &  The system shall support the calculation and map
Route representation of the nearest geographical route between
Optimization two locations. The calculation shall be capable of including
factors such as street directionality
 The system shall include a facility to define and manage
Route Tours. These are tours performed regularly by
Assets/Officers to report in a series of checkpoints according
to a predefined schedule and order.
 The Route Tour module shall be fully integrated with the
rules engine and shall allow triggering various actions in case
of exceptions. An example for such an exception may be when
a Asset/Officer did not reach the next checkpoint within the
predefined time for that segment of the tour.
70. Alert & Mass Provide a single application/interface/web to send notifications
Notification to target audiences using multiple communication methods
Requirements including voice-based notification on PSTN/Cellular, SMS, Voice
mail, E-mail and Social Media
This functionality can be in-built or based on integration with a
3rd party tool.
71. Provide function for creating the alert content and
disseminating to end users. Provision of alerting external
broadcasting organizations like Radio, TV, Cellular, etc., as web-
service.
72. Provide Role based security model with Single-Sign-On to allow
only authorized users to access and administer the alert and
notification system.
73. Security & Provide comprehensive protection of content and applications
Access Control on back-end application servers, by performing authentication,
credential creation and authorization.
74. Internet Comprehensive policy-based security administration to provide
Security all users specific access based on user's responsibilities for
relevant web components. Maintenance of authorization policy
in a central repository for administration purposes.

Page 269 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameters Minimum Specifications Compliance


75. Authorization Should support to enable assignment of permissions to groups,
and administration of access control across multiple
applications and resources. Secure administration tools to
manage users, groups, permissions and policies.
76. User group Provide policies using separate dimensions of authorization
criteria like Traditional static Access Control Lists that describe
the principals (users and groups) access to resource and the
permissions each of these principals possess.
77. Provide multi- SSO to Client /Web-based applications that can span multiple
dimensional sites or domains with a range of SSO options.
access control

78. Flexible single Support LDAP authentication mechanism


sign-on (SSO)
79. Authentication Should have ability to respond to real-time data with intelligent
& automated decisions
80. Rule Engine & Should provide an environment for designing, developing, and
Optimization deploying business rule applications and event applications.
81. The ability to deal with change in operational systems is directly
related to the decisions that operators are able to make
82. Should have at-least two complementary decision management
strategies: business rules and event rules.
83. Situational  The CCA should be able to combine data from various
Awareness COP sources and present it as different views tailored to
(Common different operator’s needs.
Operational  The CCA should automatically update the information based
Picture) on alarms and incidents that are presented to it via the
business rules engine. The polling and CCA database refresh
cycle shall be configurable to match the status of the
situation (whether there is an emergency or crisis or just
monitoring only).
 Common Operational Picture should comprise of a
comprehensive view of the incident or a group of related
incidents as on a specific date and time which should
include but not be limited to the following:
o Tasks assignment and their status
o Agencies involved
o Resources deployed
o Incident status across relevant parameters of the
incident e.g. household affected by a transformer shut
down

Page 270 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameters Minimum Specifications Compliance


o Timeline view of the situation
Suggested actions from the system with their status
84. Task  The system should be able to create, assign, track and report 
Management on the lifecycle of tasks during a particular incident.
 The system should allow a particular task to be decomposed
into sub-tasks.
 The system should provide an easy to interpret
management dashboard view of the progress of all tasks
during an incident.
 The system should be able to organise the visual
representation of tasks into prioritized list, filtered list, as
well as clear representation for ease of understanding.
 The system should be able to perform the following
functions around task management:
o Create a task with unique ID. (Subtasks shall follow
parent ID with second level numbering).
o Assign a target completion date and time for the task,
either directly or as a time-span from the task’s
creation.
o Date and time stamp of the creation of the task.
o Log and track status of tasks. System should provide
capability to define status of tasks during its lifecycle.
These status definitions could be mapped to other task
attributes such as the task type.
o Incident search against task list.
 The above attributes shall be colour coded.
 The system shall allow the incidents to be filtered on the
real-time dashboard by agency then by incident status. This
filtering should allow an operator to filter for all tasks of a
particular state or a combination of state.
 The system should allow multiple individual workstations
to work on distributed task assignements manually or
automatically to the relevant operators or functional roles
for a collaborative management of Incidents and tasks thus
allowing specific agencies of interest on each workstation
to simultaneously work on an Incident.
 The system should allow the SSCL to display all agencies’
tasks simultaneously as well.
 The incidents should be displayed on a real-time status
GUI/ timeline.

Page 271 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameters Minimum Specifications Compliance


The criticality of Incidents/tasks should be dynamically
changed depending on the performance of the incident
response.
85. Timeline and  The system should provide a facility to see incidents and 
Charting actions (tasks) added to the CCA in a tabular list form filtered
by day, week, month, year or any specific date range.
 The system should provide a facility to see incidents, actions
and interdependencies between actions.
 The system should be able to filter the information based on
at least the following parameters:
o Incident information
o Resources information
o Agency type
o Criticality or priority

Should allow for a graphical user- interface for search, replay


and to simultaneously search and replay recorded video feeds,
recorded telephone systems, VOIP, screen recording, GPS data
on GIS maps, conventional and digital radio channels as well as
trunked radio communications.
86. GIS Display  Shall view the environment through geospatial or fixed 
composite computer-generated (JPEG, BMP, AutoCAD, etc.)
map
 Should allow user to view sensor and related name from the
displayed map
 Should allow all resources, objects, sensors and elements on
the map to be geo-referenced such that they have a real
world coordinate.
 Should visually display a camera sensor with related camera
orientation, camera range and camera field of view angle.
 Should visually display an alarming sensor on map
 Should visually differentiate sensor alarm on map through
color and icon identifiers
 Should immediately view alarm details (including
description, video, etc.) and investigate the alarm from the
map
 Should allow user to choose camera and other sensors from
map to view live video and the data
 Should allow user to choose camera and take live video
image snapshot and save to file from any camera

Page 272 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameters Minimum Specifications Compliance


 Should allow user to choose camera from map to move PTZ
cameras
 Should allow user to choose camera to play, pause, stop,
fast-forward, rewind, and play recorded video from preset
time
 Should allow user to choose camera and take recorded video
image snapshot and save to file or print from any live or
recorded video
 Should allow user to jump from one map to the next with a
single click of a mouse with map links
 Should allow map information “layers” to be
displayed/hidden on items such as –
o Sensor names
o Sensors
o Sensor range (e,g. camera – orientation, range, field of
view angle)
o Locations and zones
o Perimeter ranges
o Resource tracks
Allow user to zoom in/out on different regions of map graphic
87. Video Display  Shall view live or recorded video from resizable and movable
windows
 Should have an ability to perform video controls for video
systems from workstation
 Shall play, fast-forward, rewind, pause, and specify time to
play recorded video
 Shall take a video still image (snapshot) from live or
recorded video
 Shall export video for user specified time and duration
 Shall have the capability to move PTZ cameras
 Shall view Video in Video Matrix/Video Screen
 Shall display in 1x1, 2x2, 3x3 and 4x4 window formats
 Shall enable operator to specify video windows to be
displayed in matrix
 Shall enable matrix settings to be saved per user
 Shall view either live or recorded video can be displayed in
the video matrix window.
 Shall enable video snapshot to be taken and saved from any
window pane in the matrix view
 Shall rotate video in “virtual” video guard tour

Page 273 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameters Minimum Specifications Compliance


 Shall rotate through multiple video views based on
predefined video camera sequence and duration.
 Shall enable the user to pause the rotation of video and
resume the video rotation again
 Shall enable times between new video to be adjusted
 Shall enable both live video and recorded video to be played
through the video guard tour.
 Shall enable alarms to be generated from any video pane
 Shall enable user to only view and control video for
which they have been assigned permissions by the
administrator
 Shall manually create an alarm from the live or recorded
video with specified severity and description
88. Alarm Display  Should have an ability to display alarm condition through
visual display and audible tone
 Should have an ability to simultaneously handle multiple
alarms from multiple workstations
 Should have an ability to automatically prioritize and display
multiple alarms and status conditions according to pre-
defined parameters such as alarm type, location, sensor,
severity, etc.
 Should display the highest priority alarm and associated
data / video in the queue as default, regardless of the
arrival sequence
89. Historical  Should have an ability to view historical alarms details even
Alarm Handling after the alarm has been acknowledged or closed.
 Should have an ability to sort alarms according to date/time,
severity, type, and sensor ID or location.
90. Alarm  Should have an ability to generate a full incident report of the
Reporting alarm being generated.
 Should have an ability to display report on monitor and print
report
 Should have details of alarm including
 severity, time/date, description and location
 Captured video image snapshots
 Relevant sensor data such as SCADA sensors
 Response instructions
 Alarm activities (audit trail)
 Should have an ability to export alarm report in various
formats like pdf, jpeg, html, txt or mht formats

Page 274 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameters Minimum Specifications Compliance


 Should have an ability to generate an alarm incident package
including the full incident report and exported sensor data
from the incident in a specific folder location.
91. Alarm Policies  The CCA solution should have the following ability to handle
and Business the workflow alarms through graphical user interface.
Logic  Should have an ability to apply any alarm policy to one or
Administration more monitoring area(s) or zone(s) without having to
reapplying the policy multiple times.
 Should have an ability to apply any alarm policy to one or
more sensors without having to reapply the policy multiple
times.
 Should have an ability to assign specific actions for each
alarm
 Should have an ability to activate or deactivate alarms as
required
 Should have an ability to create exceptions
 Should Create batch-wise rules and process them
 Should Check and rectify logical errors and contradictory
rules
 Should have an ability to schedule execution of rules
 Should Suspend or Terminate the application of rule
 Should archive unused or deactivated rules
92. Data A data management platform should be part of the ICCC framework
Management and would work with ICCC solution as the source of data for all kind
Platform (DMP) of BI/analytics that the city needs.
 Data management platform (DMP) should have a native default
columnar architecture for storage, retrieval and processing of
data elements without creating multiple copies of data
 DMP should be a specialized OLAP warehouse and supports
multiple OS platforms like Unix / Linux / Windows
 DMP should support Petabyte scale store. It should support
industry standard Parallel Processing architecture on COTS
hardware
 DMP should provide compression capabilities
 DMP architecture should help in reducing the I/O with or
without necessary storage or hardware capability
 Data partitioning should be supported in the DMP
implementation architecture

Page 275 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.14.2. Video Wall Solution

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

Sr# Parameter Functional & Technical Specifications Compl-


iance
(Yes/No)
Video Wall cubes of 70" diagonal in a 8(C) x 2(R) configuration
1 Configuration
complete with base stand
Cube & Cube & controller, Software should be from the same
2
Controller manufacturer
Native
3 Full HD ( 1920x 1080 ) or higher
Resolution
Laser light source using DIRECT RGB laser diode with a life time
of 100000 hrs Eco mode
Light Source Individual cube should be equipped with multiple laser banks
4
Type and each laser bank should have an array of diodes. Single or
multiple diode failure should not impact image display on the
screen
Brightness of
5 Projection 1600 Lumens or better
engine
Minimum 500 nits and should be adjustable for lower or even
Brightness of
6 higher brightness requirements. All screens should be anti-
Cube
reflection based to avoid glare.
7 Viewing angle 178 degree/178 degree (H/V)
Brightness > 95 %.Automatic and continuous calibration system should
8
Uniformity be provided to maintain uniformity in color and brightness
Dynamic
9 500000:1 or more
Contrast
Dust
10 Should be designed to prevent dust entering into the engine
Prevention
Heat
11 700 BTU/Hr
dissipation
12 Pixel clock 330Mhz to ensure flicker less image
13 Control IP-based control to be provided
IR remote control or IP based control should also be provided
14 Remote
for quick access
Screen to
15 Less than 1mm Gap between two screens
Screen Gap

Page 276 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Sr# Parameter Functional & Technical Specifications Compl-


iance
(Yes/No)
screen should not be expanding or shrinking due to
Screen
16 variations in humidity and temperature or any other climatic
Support
conditions
17 Input Ports Dual link DVI/HDMI Input ports
18 Output Port Dual link DVI or Display port
Power Power Consumption for each VDU/Rear Projection
19
Consumption Modules should be less than 150 Watts
Cooling Inside
20 Any advanced cooling mechanism
Cube
Maintenance
21 Cube should be accessible from the rear side for maintenance.
Access
It should be possible to share the layouts over LAN/WAN
Sharing &
22 Network with Display in Meeting room or on Remote
Collaboration
Workstations connected on LAN/WAN Network
23 Certification It should be certified by Bureau of Indian Standards (BIS)

6.14.2.1. Video Wall Controller


Sr# Parameter Functional & Technical Specifications Compl-
iance
(Yes/No)
The Controller should be able to make all the 16 cubes
behave as one logical area. It should be possible to display any
1 Functionality or all the inputs on the video wall in any desired
configuration. Should be possible to increase the number
of inputs if desired at a later stage
Operating
2 Windows 7 or higher -64 bit
System
3 RAM 16GB or higher
4 HDD 1 TB HDD or higher
5 RAID Should support RAID 0 & 1
6 Chip Intel Xeon or better
7 Power Supply Dual Redundant Power Supply
8 Outputs 16 outputs to the cubes
9 Inputs 6 DVI Inputs, Dual LAN
10 Chassis 19" rack mount industrial chassis

6.14.2.2. Video wall management software


Sr# Parameter Functional & Technical Specifications Compl-
iance
(Yes/No)
1. The software should be able to pre configure various display
Layouts layouts and access them at any time with a simple mouse click
or schedule/timer based.
2. The software should be able display multiple sources anywhere
Sources
on video wall in any size.

Page 277 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Sr# Parameter Functional & Technical Specifications Compl-


iance
(Yes/No)
3. Client & Should support Multiple clients / Consoles to control the Wall
Server based layouts
Architecture
4. Collaboration The Software should be able to share layouts comprising of
multiple sources with workstations / Displays over LAN for
remote monitoring
5. Scaling Software should enable the user to display multiple sources
(both local & remote) up to any size and anywhere on the
display walls (both local & remote).
6. Display The software should be able to create layouts and launch them
as and when desired
7. Remote The Display Wall and sources (both local & remote) should be
Control controlled from Remote PC through LAN without the use of
KVM Hardware.
8. Support of Software should support display of Alarms
Meta Data
9. Scenarios Software should able to Save and Load desktop layouts from
Local or remote machines
10. Layout All the Layouts can be scheduled as per user convince.
Scheduler
11. Layout Software should support auto launch of Layouts according to
Scheduler specified time event by user
12. Sharing & It should be possible to share the layouts over LAN/WAN
Collaboration Network with Display in Meeting room or on Remote
Workstations connected on LAN/WAN Network
13. a) All features and functionality should be certified by the
OEM OEM.
Certification b) The Display Modules, Display Controller & Software should
be from a single OEM.

6.14.3. Monitoring Workstations

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Parameter Minimum Specifications Compliance


1. Processor Latest generation 64bit X86 Quad core processor(3Ghz) or better

Page 278 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameter Minimum Specifications Compliance


2. Chipset Latest series 64bit Chipset

3. Motherboard OEM Motherboard

4. RAM Minimum 8 GB DDR3 ECC Memory @ 1600 Mhz. Slots should be


free for future upgrade. Minimum 4 DIMM slots, supporting up to
32GB ECC

5. Graphics card Minimum Graphics card with 2 GB video memory (non- shared)

6. HDD 1 TB SATA-3 Hard drive @7200 rpm with Flash Cache of 64GB SSD

7. Media Drive NO CD / DVD Drive

8. Network 10/100/1000 Mbps autosensing on board integrated RJ-45


interface Ethernet port.

9. Audio Line/Mic IN, Line-out/Spr Out (3.5 mm)

10. Ports Minimum 6 USB ports (out of that 2 in front)

11. Keyboard 104 keys minimum OEM keyboard

12. Mouse 2 button optical scroll mouse (USB)

13. PTZ joystick  PTZ speed dome control for IP cameras


controller  Minimum 10 programmable buttons
(with 2 of the  Multi-camera operations
workstations  Compatible with all the camera models offered in the solution
in SCOC)  Compatible with VMS /Monitoring software offered
14. Monitor Three Monitors of 22” TFT LED monitor, Minimum 1920 x 1080
resolution, 5 ms or better response time, TCO 05 (or higher)
certified. The TFT Monitor, CPU, Mouse and keyboard workstation
shall be of same make.

15. Certification Energy star 5.0/BEE star certified

16. Operating 64 bit pre-loaded OS with recovery disc


System

17. Security BIOS controlled electro-mechanical internal chassis lock for the
system.

18. Antivirus Advanced antivirus, antispyware, desktop firewall, intrusion


feature prevention (comprising of a single, deployable agent) which can be
managed by a central server. (Support, updates, patches and errata
for the entire contract/ project period)

19. Power SMPS; Minimum 400-watt Continuous Power Supply with Full
supply ranging input and APFC. Power supply should be 90% efficient
with EPEAT Gold certification for the system.

Page 279 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.14.4. LED Display

Proposed Make :

Proposed Model :

Page Nos of Bid for Technical


compliance :

# Parameter Minimum Specifications Compliance

1. Technology HD LED Display , Direct LED Backlight

2. Screen Size 65 inch diagonal or better for viewing centers

3. Resolution Full high definition (Min 1920 x 1080) 16:9 Widescreen

4. Contrast ratio 5000:1

5. Brightness 350 nit

6. Viewing angle 178 degree/178 degree (H/V)

7. Response time 8ms

8. Control - RS232 control


- On Screen Display (OSD)
- IR remote control

9. Operations 24x7

10.Additional Should be at least UL / FCC, BIS, BEE/Energy Star


Specifications certified

6.14.5. IP Phones

Proposed Make :

Proposed Model :

Page Nos of Bid for Technical


compliance :

# Parameter Minimum Specifications Compliance


1Display 2 line or more, Monochrome display for viewing
features like messages, directory

Page 280 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameter Minimum Specifications Compliance


2Integral switch 10/100 mbps for a direct connection to a 10/100BASE-
T Ethernet network through an RJ-45 interface
3Speaker Phone Yes

4Headset Wired, Cushion Padded Dual Ear-Speaker, Noise


Cancelling headset with mouthpiece microphone, port
compatibility with IP Phone
5VoIP Protocol SIP V2

6POE IEEE 802.3af or better and AC Power Adpater (Option)

7Supported Protocols SNMP, DHCP, DNS

8Codecs G.711, G.722, G.729 including handset and


speakerphone
9Speaker Phone Full duplex speaker phone with echo cancellation
Speaker on/off button, microphone mute
10Volume control Easy decibel level adjustment for speaker phone,
handset and ringer
11Phonebook/Address Minimum 100 contacts
book
12Call Logs Access to missed, received, and placed calls. (Minimum
20 overall)
13Clock Time and Date on display

14
Ringer Selectable Ringer tone

15
Directory Access LDAP standard directory

16
QoS
QoS mechanism through 802.1p/q

6.14.6. Network Color Laser printer

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

Page 281 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameter Minimum Specifications Compliance


1. Print Speed Black : 16 ppm or above on A3, 24 ppm or above
on A4 Color : 8 ppm or above on A3, 12 ppm or
above on A4
2. Resolution 600 X 600 DPI
3. Memory 8 MB or more
4. Paper Size A3, A4, Legal, Letter, Executive, custom sizes
5. Paper Capacity 250 sheets or above on standard input tray,
100 Sheet or above on Output Tray
6. Duty Cycle 25,000 sheets or better per month
7. OS Support Linux, Windows 2000, Vista, 7, 8, 8.1
8. Interface Ethernet Interface

6.14.7. IP PBX (Call Control System)

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

Complied
Minimum Specifications (Yes/NO)
The IP telephony system should be a converged communication System with
ability to run analog and IP on the same platform using same software load based
1 on server and Gateway architecture
Proposed Solution should support remote site survivability on local gateways
and the survivable system should provide all the telephony features as of main
site. Survivability features and options that allow gateways to continue operating
even if the primary server fails or in the event a WAN failure affects
2 communications between the gateway and the IP PBX.
System should support High availability and seamless failover from primary
server to secondary server. It should allow the administrator to make
3 configuration changes even when primary server is down.
The single IP PBX system should be scalable to support up to 500 stations (any
4 mix/percentage of Analog/IP) to achieve the future capacity
The system should be based on server gateway architecture with external server
5 running on Linux OS. No card based processor systems should be quoted
The call control system should be fully redundant solution with no single point of
6 failure & should provide 1:1 redundancy
The communication server and gateway should support IP V6 from day one so as
7 to be future proof

Page 282 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Complied
Minimum Specifications (Yes/NO)
The entire solution (IP PBX, its hardware, IP Phones, Voice Gateway, recording,
8 headsets, customer automated center, etc.) should be from a single OEM
9 Should support signaling standards/Protocols – SIP, H.323, Q.Sig
10 Voice Codec support - G.711, G.729, G.729ab, g.722
11 The System should have GUI support web based management console
The protection of signaling connections over IP by means of authentication,
12 Integrity and encryption should be carried out using TLS
13 System should support MLPP / equivalent feature
Proposed system should support SRTP for media encryption and signaling
14 encryption by TLS
Secure HTTP support for Call Server Administration, Serviceability, User Pages,
and Call Detail Record Analysis and Reporting Tool. Should support Secure
15 Sockets Layer (SSL) for directory
The administrator logging on to the call control server needs to authenticate by
suitable mechanism such as User Login Information and Passwords/ Radius
16 Server
System should allow custom client applications to support all call operations like
make call, receive call, hold call, voice mail etc using REST API available from
17 PABX.
There should be seamless integration of video between Video IP phone and Video
End point for point to point and multipoint conferences. For this both the
18 components should be from the same OEM.
Voice gateway to be provided with 1 PRI card scalable to 3 PRI in future for PSTN
19 (PRI) line termination.

6.14.8. Contact Center

Complia
Minimum Specifications nce
1. Automatic call distribution
2. No of call center agents license: 10
Automatic identification of incoming number based on landline and mobile
3. number mapping
4. Call recording mapped to incident tickets
5. Customizable agent and supervisor desktop layout
6. Inbound and outbound capability
7. Call control
8. Multisession web chat
9. Email
10. Live data reporting gadets
11. Phone book
12. Speed Dial in IP phones
This call center solution also needs to seamless Integrate with the existing UP
13. DIAL 100 architecture:

Page 283 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Complia
Minimum Specifications nce
- Transfer of agent calls from Bareilly to UP Dial 100
- Integration of this call center with CAD deployed in UP Dial 100.
Automatic Call Distribution (ACD):
Should be highly available with hot standby and seamless failover in case of
main server failure. There should not be any downtime of Contact Center in
14. case of single server failure.
Should support skill based routing and it should be possible to put all the
15. agents in to a single skill group and different skill groups
ACD support routing of incoming calls based upon caller input to menus, real-
16. time queue statistics, time of day, day of week, ANI, dialed number etc.
ACD should support call routing based on longest available agent, circular
17. agent selection algorithms
ACD should support the playing of customizable queuing announcements
based upon the skill group that the call is being queued to, including
18. announcements related to position in queue and expected delay
Agents should be able to chat with other Agents or supervisor from the Agent
19. desktop software
Supervisor should be able to see the real-time status of agents, supervisors
20. should be able to make agent ready or logout from the supervisor desktop
Should support Queuing of calls and playing different prompts depending on
21. the type of call and time in the queue.
Platform support rich blending of inbound, outbound and multi-channel
22. contacts in single queue and workflow
Platform should be capable of webrtc, real time speech, co browsing features
23. whenever required.
Platform should be capable to perform contact routing based on previous
24. citizen journey event.
Agent/Supervisor should be able to invite customer on a voice call or web
chat may initiate a co-browse session by starting their browser, navigating to
25. a co-browse URL and generating a session key for security.
The call center solution should have been implemented in minimum 2
projects of Emergency (108, 100, etc) handling over 50,000 calls per day in
India. Documentation proof should be submitted as part of the tender
26. submission
All contact center related components including ACD, PABX, Gateways,
Recording, CTI, softphone, hard phone, Customer Interactive Center,
27. Emergency Notification System, etc. must be from same OEM.
Interactive Voice Response (IVR):
28. IVR Platforms should support following standards from Day 1
29. VXML,CCXML,SMIL,SRGS/SISR,MRCP,SIP/H.323,WSDL/SOAP,HTML5
IVR should play welcome messages to callers Prompts to press and collect
30. DTMF digits
IVR should be able to integrate with backend database for self-service, as and
31. when required
32. GUI based tool to be provided for designing the IVR and ACD call flow
33. IVR should support VoiceXML for ASR, TTS, and DTMF call flows

Page 284 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Complia
Minimum Specifications nce
34. IVR should be able to Read data from HTTP and XML Pages
IVR should be able to run outbound campaigns (agentless and agent based)
35. without need of any separate external Outbound dialer solution.
IVR should support voice, email and sms channels with two-way
36. communication capabilities and be capable of visual IVR capabilities.
IVR should be able to stream RTP to external ASR applications , IVR should be
able to integrate home automation devices like Amazon Echo and Google
37. home
The Call center needs to integrate with Emergency response system of the
state / city. For the same, the call center suggested should have deployment /
38. experience in Emergency like 100/101/108, or similar emergency systems

Reporting:
System to provide report of IVR Application Performance Analysis, Call by
39. Call details for all the calls, Traffic analysis reports etc.
Reporting platform to support Agent level reports, Agent login, logout report,
40. report on agent state changes
Queue reports, Abandon call reports all the reports should be summary,
41. tabular and detailed report format to be available for the agents.
Reporting platform to support custom reports using a combination of the
42. Crystal Reports Developer's Toolkit and SQL stored procedures.
Users of the Historical Reports should be able to perform the following
functions View, print, and save reports. Sort and filter reports, Send
scheduled reports to a file or to a printer. Export reports in a variety of
43. formats, including PDF, RTF, XML, and CSV
Administrator should be able to assign one or more email addresses to a
44. single Queue
Email routing support integration with Microsoft Exchange 2003 or
45. Microsoft Exchange 2007 or 2010
Agents should be able to automatically resume of e-mail processing on voice
46. disconnect.
47. Agent should be able to save email draft response and resume at a later time
48. Agent should be able to re-queue email
Supervisor should be able to access real-time reporting for Agent E-Mail mail
49. volume by Queue

6.14.9. Voice Gateway

S.No. Minimum Specification Compliance


The voice/media Gateway may be a dedicated standalone voice /
1
media gateway.
Voice / Media Gateway shall be of same make as the IP
2
Telephony Server.
3 Shall have at least 2 x 10/100/1000BaseT ports.
It shall also have at least three (03) slots to support variety of
4
Voice interfaces like FXO, FXS, Channelized PRI (E1), etc.

Page 285 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No. Minimum Specification Compliance


It shall have embedded voice / video capable digital signal
5
processor (DSP) or equivalent.
The voice gateway should have minimum 64 channel DSP
6
resource scalable to 128 channels.
It should be capable of Survivable Call Control functionality so as
to provide fall back call control service to locally connected IP and
Analog phones, in case the remote site loses all connectivity to both
7
the primary & secondary Call Control Servers .The survivability call
control system has to provide all telephony features to the end
users that are available from the main call control system.
It shall support QoS including classification, marking and
8
prioritization.
Shall have support for management using CLI, Web UI
9 (HTTP/HTTPS), Telnet, SSH and SNMPv3 as well as out of band
management through console.

6.14.10. Voice Recording System

Minimum Specifications Compliance


The Voice Logger System should be an IP based system to integrate with
1 other Contact Centre components such as ACD, PBX & IP Phones.
The solution should support centralised/distributed call recording
2 architecture.
All recordings must be tagged with at least the following information out -
of-the-box: Date, Time, Duration, Extension Number, CLI, Dialled
3 Number, DNIS, Agent ID, and Call ID
4 The system should be capable of doing Bulk recording
5 The IP recording solution must be able to record 100% Voice calls
The Call Logger should have redundant server. In case if primary server
6 fails, the calls should get recorded by the standby/redundant server
The system should have capability to view/play the recorded calls from a PC
7 (equipped with sound card and used centrally by a supervisor).
8 There should be ability to record the call on demand by agent

6.14.11. Emergency Notification System

Minimum Specifications Compliance


1 Notification Formats
System must Support Voice Call Notification – Office Phone, Cell Phone,
Home Phone
System must support SMS, Email, Speakers / Paging
2 User Contact Lists

Page 286 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Minimum Specifications Compliance


System must offer Web based self-service management
It should be possible by administrator to define attributes (location,
role, etc.) for users
It should support CSV File Upload for contacts
3 Message Configurations
System should support One-way Notification & ACK
System should be able to notify and respond and Notify to Conference to
all stake holders
System should support auto Escalation or cascading chains of
notifications whenever needed
4 Administration Portal (Web Application)
User/Group Mgmt.
Partition Mgmt for different departments
Conferencing Configuration
Security Configuration
Channel (Device) Configuration & Mgmt.
Communications Resource Mgmt.
Broadcast Trigger Configuration
Inbound Call Trigger Configuration
Message Inbox Configuration
5 Operations Portal (Web Application)
System Admin must be able to define Notification Scenario for quick
management
System admin must be able to do Message Mgmt. (Pre-recorded, “record
on the fly”, Text-To-Speech)
User / Group Profile Mgmt.
Escalation Configuration
Security Configuration
Message Broadcast (Priority)
Audit logs and Reports (Web and PDF formats), Data and Analytics
System must be able to reach 500 people within 10 minutes to play 30
second voice announcements.

6.14.12. Video Conferencing Unit

Minimum Specification Compliance


1 Video Standards: H.263, H.264, H.265
The Video Conferencing unit should support inbuilt 1+8 Full HD Multi
2 Party Conferencing
Should support 30 fps & 60fps (frames per second) with 1080p resolution
3 from day one

Page 287 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Minimum Specification Compliance


Video Features: Ability to send and receive two live simultaneous video
sources in a single call, so that the image from the main camera and PC or
4 document camera can be seen simultaneously
5 Should support H.239 and BFCP protocols with 1080p resolution
Video Output: Should have at least 2 HDMI / DVI (High Definition
Multimedia Interface) output to connect Full High Definition display
devices such as LCD / LED and projectors for both Video and Content.
6 (Dual Monitor Support)
It should be possible to display the main video on one HD screen and the
7 presentation / dual video on the other HD screen
Video Input: Should have at least one HD video Input to connect HD
8 camera with full functionalities as mentioned in the camera specifications
Should have DVI (Digital Video Interface) input to connect PC / Laptop
directly to the Video conferencing system and display resolutions WXGA /
9 HD720p along with PC Audio
Audio standards: G.711, G.722, G.722.1, 64 kbps MPEG-4 AAC-LD or
10 equivalent standards must be supported.
Audio Inputs: Should support minimum 2 Microphone inputs. 1 needs to
11 be supplied from day one.
12 1 LAN / Ethernet - 10/100/1000 Mbps
13 IP - at least 6 Mbps bandwidth support
14 Security: Password protected system menu
15 ITU-T standards based Encryption of the video call
16 Camera: Minimum of 12X Optical zoom
17 1920 x 1080 pixels progressive @ 30fps
18 Should have at least 70 degrees field of view (horizontal)
19 The Camera and codec should be from the same manufacturer
The end point should support local recording from day 1 through DVR,
20 USB, etc.

6.14.13. Multiparty Conferencing Unit


Minimum Specification Compliance
The Bridging should be running on the standard Intel servers on standard
Virtualized platforms. The hardware, software and virtualization software
1 should be supplied and supported by a single bidder
From day one the bridge must provide 10 full HD video ports @1080p 30
2 fps.
All necessary hardware to support the above capacity needs to be supplied
3 from day one. Bridge must have a redundant power supply
All the 10 ports must be able to connect different sites at different
bandwidths and protocols. H.264 AVC standard must be supported at the
4 minimum to connect all the 10 sites.
The bridge should support room based video end points, users joining from
browsers’ supporting WebRTC and HTML5 and its own clients. In case
5 additional components are required for this functionality, all additional

Page 288 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Minimum Specification Compliance


components required to have this functionality has to be included in the
solution
The bridge should have the capability to host meetings with internal and
external participants in a secure way such that it should co-exist with the
6 enterprise security policies
The bridge should have components such as the Web Server for Web RTC,
7 Scheduler as part of the offering from day one.
8 Should support H.263, H.263+, H.263++, H.264, WebRTC video algorithms
Should support video resolution from SD to Full HD to join into a
9 conference
Along with the Support for basic algorithms like G.711 and G.722.1 the
bridge should also support wideband Audio protocols like MPEG 4 AAC -
10 LC / MPEG 4 AAC – LD
Must support the ability to allow Video conferencing devices, Clients on
Mobile phones, Smart phones and Laptops to join into conference. These
clients can be inside the WAN network or even on the Internet without a
11 VPN.
12 The bridge should support transcoding of different Audio/video Protocols.
The bridge should have H.239/BFCP protocol for sending and receiving
13 dual video streams (Presenter + Presentation).
The bridge must also support advanced continuous presence such that the
site that is "on-air" to be seen on a larger window and the other sites are
14 seen in smaller quadrants
The bridge must be a secure Non-PC Hardware with a strong operating
15 system. The Hardware and software must be from the same OEM
The bridge should support 128 Bit strong AES encryption for calls and
16 H.235/SHA1 for authentication
It should be possible for outside agencies (for state government, central
government, police department, etc.) to join the bridge for multi-party
17 video conference call securely over internet
They should be able to join the bridge using standards based VC endpoints
using internet (as long as these endpoints are exposed to internet)
18 securely.
It should be possible to connect 5 such external endpoints / locations
19 concurrently at any given point of time.
20 It should use secure firewall traversal technology.
It should support any standards-compliant SIP or H.323 video
21 conferencing endpoints
It should support for H.323 SIP Interworking Encryption and H.323 SIP
22 Interworking Duo Video
23 It should use standards-based firewall traversal methods - H.460.18/19
The MCU should support viewing of minimum 25 parties in continuous
24 presence mode.
There should be seamless integration between Video IP phone and Video
End point for point to point and multipoint conferences. For this both the
25 components should be from the same OEM
MCU should support 50 software licenses to be deployed on iOS or on
26 android from day 1

Page 289 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.14.14. Online UPS

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Parameter Minimum Specifications Compliance


1. Capacity Adequate capacity to cover all above IT
Components at respective location
2. Output Wave Form Pure Sine wave
3. Input Power Factor at Full >0.99
Load
4. Input Three Phase 3 Wire for over 5 KVA
5. Input Voltage Range 380V,400V, 415V (+15% to -20%), 3
Phase, 3 wire input to rectifier.
6. Input Frequency 50 Hz (+/-10%)
7. Output Voltage 380V - 415V ±10%, 3 Phase, 4 wire to
bypass.
8. Output Frequency 50 / 60 Hz ±5%
9. Inverter efficiency >95%
10. Over All AC-AC Efficiency 96% from 40% - 100% load level
11. UPS shutdown UPS should shutdown with an alarm and
indication on following conditions
1)Output over voltage
2)Output under voltage
3)Battery low
4)Inverter overload
5)Over temperature
6)Output short
7)Input Voltage and Frequency
8)Bypass Voltage and Frequency
9)Battery Voltage and
10)Charging/Discharging Current
11)Battery Charging
percentage/Remaining autonomy time
12)Output Voltage, Frequency and Current
13)Output active power Output power
factor
12. Battery Backup 60 minutes in full load
13. Battery VRLA (Valve Regulated Lead Acid) SMF
(Sealed Maintenance Free) Battery

Page 290 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameter Minimum Specifications Compliance


14. Indicators & Metering Indicators for AC Mains, Load on Battery,
Fault, Load Level, Battery Low Warning,
Inverter On, UPS on Bypass, Overload, etc.
Metering for Input Voltage, Output Voltage
and frequency, battery voltage, output
current etc.
1. Load on Inverter
2. Load on Bypass
3. Battery Low Voltage
4. Battery Operation
5. Output Overload
6. Converter Operation
7. Static Bypass Input Out of Range
8. Minor Fault Data
9. Major Fault Data
15. Audio Alarm 1. Battery low, Mains Failure, Over
temperature, Inverter overload, Fault
etc.
2. Battery operation
3. Load on Bypass
4. Overload
5. LCD Fault
6. UPS Fault
16. Cabinet Monolithic Design
17. Operating Temp 0° to 60°C
18. MODES OF OPERATION UPS system should be designed to operate
on continuous duty with designed load
capacity in True online – double conversion
mode. The different modes of operations
are explained as below:
A. NORMAL MODE: In this mode of operation, the load shall be
continuously supplied by the
converter/inverter combination. The
converter shall draw Energy from Utility
supply, convert into regulated DC energy to
support Inverter and to charge the
batteries to retain its charge level. The
inverter shall feed Business critical loads
after converting DC energy from Converter
to clean output AC power
B. Smart Energy Saving Mode During this mode, it Enables control of
: input current close to the same quality as
the on-line UPS with zero-break transfer in
the event of a power outage with high
efficiency of 98.5%
C. STORED ENERGY / When the AC input supply is out of UPS
EMERGENCY MODE: preset tolerances or not available, the UPS
shall enter stored energy mode of

Page 291 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameter Minimum Specifications Compliance


operation where the battery/inverter
combination continues to support the load
for the duration of the stored energy time
or until the AC input returns to UPS design
tolerances, whichever is the sooner.
D. RESTORED ENERGY / On restoration of utility AC power, the
CHARGING MODE: converter shall automatically reactivate
and provide DC power to the inverter,
simultaneously recharging the system
battery. This should occur automatically
and without interruption to the critical
load.
E. BYPASS MODE: If the UPS is taken off-line due to an
overload condition or UPS failure, the
critical load shall be transferred to the
bypass source via the static switch without
interruption of AC power to the critical
load. The static switch shall be utilized for
automatic emergency transfers. A re-
transfer from bypass to inverter shall be
performed automatically in overload
conditions. A re-transfer should be
inhibited if satisfactory synchronization of
the inverter and bypass is not
accomplished. The use of the static switch
shall not be required during the manual or
automatic re-transfer process, therefore
increasing reliability.

6.14.15. Fixed Dome camera for Indoor Surveillance

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Parameter Minimum Specifications or better Compliance


1. Video Compression H.265 or better
2. Video Resolution 1920 X 1080
3. Frame rate Min. 30 fps
4. Image Sensor 1/ 3” Progressive Scan CCD / CMOS
5. Lens Type Varifocal, IR Correction Full HD lens
compatible to camera imager

Page 292 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameter Minimum Specifications or better Compliance


6. Lens# Auto IRIS
2.8-12mm@F1.6
7. Multiple Streams Triple streaming with 3rd stream at minimum
720P at 30 fps at H.265 individually
configurable
8. Minimum Illumination Colour: 0.001Lux @ F1.6, 0Lux with internal IR
9. IR Cut Filter Automatically Removable IR-cut filter
10. Day/Night Mode Colour, Mono, Auto
11. S/N Ratio ≥ 50 dB
12. Auto adjustment + Colour, brightness, sharpness, contrast, white
Remote Control of Image balance, exposure control, backlight
settings compensation, Gain Control, Auto back focus
13. Wide Dynamic Range True WDR upto 80 db

14. Audio Full duplex, line in and line out, G.711/ G.726
15. Local storage Minimum 256 GB Memory card in a Memory
card slot. In the event of failure of connectivity
to the central server the camera shall record
video locally on the SD card automatically.
After the connectivity is restored these
recordings shall be automatically merged with
the server recording such that no manual
intervention is required to transfer the SD card
based recordings to server.
16. Protocol IPv4, IPv6, IGMP, ICMP, ARP, TCP, UDP, DHCP,
PPPoE, RTP, RTSP, RTCP, DNS, DDNS, NTP,
FTP, UPnP, HTTP, HTTPS, SMTP, 802.1x, SNMP,
ONVIF Profile S & preferably G
17. Security Password Protection, IP Address filtering, User
Access Log, HTTPS encryption
18. Intelligent Video Motion Detection & Tampering alert
19. Alarm I/O Minimum 1 Input & Output contact for 3rd part
interface
20. Operating conditions 0° to 65°C
21. Casing NEMA 4X / IP-66 rated & IK 10
22. Certification UL/EN, CE,FCC
23. Power 802.3af PoE (Class 0) and 12VDC/24AC

6.14.16. Virtual Reality Viewing

Proposed Make :

Proposed Model :

Page 293 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Page Nos of Bid for


Technical compliance :

S.No. Minimum Specifications Compliance


1. Virtual Visualization of an Integrated command and control centre
2. Ability to resize the screens in the virtual command centre
3. Ability to move the screens in the virtual command centre
Facility to visualize web based dashboards as it is on the virtual
4. command centre
Ability to perform web like interaction features like hover and drag etc
5. in the virtual world
6. Integration to show video feeds from live cameras
Free roam feature to physically walk near the screens and inside the
command and control centre. Physical movement should translate to the
7. movement in virtual world.
Teleporting feature to reach distant places in the command and control
8. center using controller joystick
Ability to interact with the virtual screens using physical mouse and
9. keyboard with screens in the virtual world.
10. Easy to setup without the need of calibration every time
11. Ability to run 16 Dashboards of varied size
Ability to integrate multiple sources in a single command and control
12. center with virtual screen
13. Live streaming capability from various live video sources
Inside out tracking to support free rom without the requirement of
14. setting up extra tracking units
Headset should have the Capability to connect only with USB and HDMI
without the need of any extra power sources for the purpose of
15. portability
16. Capability for collaboration with multiple users for future use
One Time setup – the command center should be plug and play without
17. the requirement of any configuration after the setup

6.15. Data Centre - Technical & Functional Specifications

The functional requirements and technical specifications provided in the below sections and at other
sections in this RFP are indicative and carry guiding rule. The MSI is free to offer products and
solutions which meet requirements of the RFP focusing on the outcome, future scalability, security,
reliability and adherence to specified SLA under this RFP, in line with applicable standards & best
practices adopted in the industry. The MSI is encouraged to design an Optimized solution which is
technically superior, innovative, proven, better in terms of functionality and is cost effective. Any
specified parameters mentioned in the scope/technical requirement in the RFP may be considered if
it is required for meeting current & future requirements during the contract period. The MSI is fully
responsible for the specified outcome to be achieved.

Page 294 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.15.1. Internet Router

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Parameters Minimum Specifications Compliance


1. Multi- Should deliver multiple IP services over a flexible combination
Services of interfaces
2. Ports As per overall network architecture proposed by the bidder,
the router should be populated with required number of
LAN/WAN ports/modules, with cable for connectivity to other
network elements.
3. Speed As per requirement, to cater to entire bandwidth requirement
of the project.
4. Interface Must support minimum 2* 10G Port with necessary SFP+
modules Modules. Must have capability to interface with variety
interfaces.
5. Protocol Must have support for TCP/IP, PPP
Support Must support IPSEC VPN
Must have support for integration of data and voice services
Routing protocols of RIP, OSPF, and BGP.
Support IPV4 & IPV6
6. Manageability Must be SNMP manageable
7. Scalable  The router should be scalable. For each slot multiple 
modules should be available.
 The chassis offered must have free slots to meet the
scalability requirement of expansion of the project in the
future.
8. Traffic Traffic Control and Filtering features for flexible user control
control policies
9. Remote Remote access features
Access
10. Redundancy  Redundancy in terms of Power supply(s). Power supply
should be able to support fully loaded chassis
 All interface modules, power supplies should be hot-
swappable
11. QOS Features  RSVP
 Priority Queuing
 Policy based routing
 Traffic shaping
 Time-based QoS Policy
 Bandwidth Reservation / Committed Information Rate

Page 295 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.15.2. Data Center Switch (Manageable)

(To be used for Data centre LAN Switch)

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Parameters Minimum Specifications Compliance


1. Ports  24 or 48 (as per requirements) 10/100/1000 Base-TX
Ethernet ports and extra 4 nos of 1G/10G of Base-SX/LX
ports
 All ports can auto-negotiate between 10Mbps/ 100Mbps/
1000Mbps, half-duplex or full duplex and flow control for
half-duplex ports.
 Shall support active-active clustering with two or more
switches shall operate as logical one L3 switch.
2. Switch type Layer 3
3. MAC Support 8K MAC address.
4. Backplane 56 Gbps or more Switching fabric capacity (as per network
configuration to meet performance requirements)
5. Forwarding Packet Forwarding Rate should be 70.0 Mbps or better
rate
6. Port Must support Port Mirroring, Port Trunking and 802.3ad
Features LACP Link Aggregation port trunks
7. Flow Control Support IEEE 802.3x flow control for full-duplex mode ports.
8. Protocols  Support 802.1D, 802.1S, 802.1w, Rate limiting
 Support 802.1Q VLAN encapsulation, IGMP v1, v2 and v3
snooping
 802.1p Priority Queues, port mirroring, DiffServ
 Support based on 802.1p priority bits with at least 8
queues
 DHCP support & DHCP snooping/relay/optional 82/
server support
 Shaped Round Robin (SRR) or WRR scheduling support.
 Support for Strict priority queuing & Sflow
 Support for IPV6 ready features with dual stack
 Support up-to 255 VLANs and up-to 4K VLAN IDs
9. Access  Support port security
Control  Support 802.1x (Port based network access control).
 Support for MAC filtering.
 Should support TACACS+ and/or RADIUS authentication

Page 296 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameters Minimum Specifications Compliance


10. VLAN  Support 802.1Q Tagged VLAN and port based VLANs and
Private VLAN
 The switch must support dynamic VLAN Registration or
equivalent
 Dynamic Trunking protocol or equivalent
11. Protocol and  Network Time Protocol or equivalent Simple Network
Traffic Time Protocol support
 Switch should support traffic segmentation
 Traffic classification should be based on user-definable
application types: TOS, DSCP, Port based, TCP/UDP port
number
12. Management  Switch needs to have RS-232 console port for management
via a console terminal or PC
 Must have support SNMP v1,v2 and v3
 Should support 4 groups of RMON
 Should have accessibility using Telnet, SSH, Console access,
easier software upgrade through network using TFTP etc.
Configuration management through CLI, GUI based
software utility and using web interface

6.15.3. Data Center Switch

(To be used as Top of the Rack (TOR) switch if required)

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Parameter Minimum Specifications Compliance


1. Ports  24 or 48 (as per density required) 1G/ 10G Ethernet ports
(as per internal connection requirements) and extra 4
numbers of Uplink ports (40/100G)
 24 or 48 (as per density required) 1G/ 10G Ethernet ports
(as per internal connection requirements) and extra 4
numbers of Uplink ports (40/100G)
 Shall support active-active clustering with two or more
switches shall operate as logical one L3 switch
 All ports can auto-negotiate between all allowable speeds,
half-duplex or full duplex and flow control for half-duplex
ports.
2. Switch type Layer 3
3. MAC Support 32K MAC address.

Page 297 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameter Minimum Specifications Compliance


4. Backplane Capable of providing wire-speed switching
5. Throughput 500 Mbps or better
6. Port Must support Port Mirroring, Port Trunking and 802.3ad LACP
Features Link Aggregation port trunks
7. Flow Control Support IEEE 802.3x flow control for full-duplex mode ports.
8. Protocols  IPV4, IPV6
 Support 802.1D, 802.1S, 802.1w, Rate limiting
 Support 802.1X Security standards
 Support 802.1Q VLAN encapsulation, IGMP v1, v2 and v3
snooping
 802.1p Priority Queues, port mirroring, DiffServ
 DHCP support
 Support up to 1024 VLANs
 Support IGMP Snooping and IGMP Querying
 Support Multicasting
 Should support Loop protection and Loop detection,
 Should support Ring protection (optional)
9. Access  Support port security
Control  Support 802.1x (Port based network access control).
 Support for MAC filtering.
 Should support TACACS+ and/or RADIUS authentication
10. VLAN  Support 802.1Q Tagged VLAN and port based VLANs and
Private VLAN
 The switch must support dynamic VLAN Registration or
equivalent
 Dynamic Trunking protocol or equivalent
11. Protocol and  Network Time Protocol or equivalent Simple Network Time
Traffic Protocol support
 Switch should support traffic segmentation
 Traffic classification should be based on user-definable
application types: TOS, DSCP, Port based, TCP/UDP port
number
12. Management  Switch needs to have a console port for management via a
console terminal or PC
 Must have support SNMP v1,v2 and v3
 Should support 4 groups of RMON
 Should have accessibility using Telnet, SSH, Console access,
easier software upgrade through network using TFTP etc.
Configuration management through CLI, GUI based software
utility and using web interface
13. Resiliency  Dual load sharing AC and DC power supplies
 Redundant variable-speed fans

6.15.4. Server Load balancer

Proposed Make :

Page 298 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Parameters Minimum Specifications Compliance


Server Load Solution should support static and dynamic Load balancing
Balancing methods like round robin, ratio, weighted ratio, least
Mechanism connections etc.
The proposed appliance must be able to load balance both
TCP and UDP based application from L2 to L7 including
lightweight MQTT protocol for machine to machine
connectivity between IoT appliances such as small sensors,
1 mobile devices etc.
Redundancy Supports Active-Active and Active-Standby Redundancy
Features with at least 8 virtual instances with dedicated allocation of
CPU, memory, SSL & I/O for guaranteed performance.
The proposed solution must be able to perform TCP
multiplexing and TCP optimization, SSL session and
persistence mirroring during HA failover, hardware-based
2 compression, caching etc. in active-passive mode
Routing a. Routing protocols RIPv1/RIPv2/OSPF
Features b. Static Routing policy support
3
Server Load a. Server and Client process coexist
Balancing b. UDP Stateless
Features c. Service Failover
d. Backup/Overflow
e. support SSL VPN for remote user access and
management with AD, LDAP, Radius and TACACS
integration for authentication
f. Client NAT
4 g. Port Multiplexing-Virtual Ports to Real Ports Mapping
Load a. Application/ Web Server, MMS, RTSP, Streaming Media
Balancing b. DNS, FTP- ACTIVE & PASSIVE, REXEC, RSH,
5 Applications c. LDAP, RADIUS
6 Content Intelligent SLB
7 HTTP Header Super Farm
8 URL-Based SLB
Browser a. Support for Global Server Load Balancing and should
Type support following DNS Record type - All (A, AAAA, A6 ,CNAME,
Farm DNAME, HINFO, KEY, MX, NS, NXT, PTR, SIG, SOA, SRV, TXR)
b. Should have inbuild HTTP to MQTT Parser
c. HTTP Redirection,
d. HTTP
e. DNS Redirection, RTSP Redirection
9 f. DNS Fallback Redirection, HTTP Layer 7 Redirection

Page 299 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameters Minimum Specifications Compliance


SLB o Secure Web Based Management
Management o SSH
options o SNMP v1, 2, 3 Based GUI
10 o Command Line
11 Virtual instances scalable to 8 instances on the same appliance.
Hardware height should not be more than 1 U and should provide minimum
60Gbps of throughput with 8x1G, 8x10G and 2x40G QSFP+ interfaces from
12 day 1.
The proposed solution should have FIPS 140-2 Level 3 either inbuilt or
external dedicated HSM module to SLB solution to protect cryptographic
13 keys generated on or imported into appliance's hardware security module.

6.15.5. Servers (Building block for computing requirement of sub-systems/solutions)

Proposed Make :

Proposed Model :

Page Nos of Bid for Technical


compliance :

# Parameter Minimum Specifications Compliance


1. Processor Latest series/ generation of 64 bit x86 processor(s) with 20
or higher Cores
Processor speed should be minimum 2.0 GHz
Minimum 2 processors per each physical server
2. RAM Minimum 256 GB Memory per physical server scalable upto
1.5 TB
3. Internal 2 x 600 GB SAS (10k rpm) hot swap
Storage
4. Network 4 X 10GbE LAN ports for providing Ethernet connectivity
interface Optional: 1 X Dual-port 16Gbps FC HBA for providing FC
connectivity
5. Power supply Dual Redundant Power Supply
6. RAID support 12Gbps PCIe 3.0 with RAID 1, 5, 6,10, 50 with 8 GB Cache
7. Operating Licensed version of 64 bit latest version of Linux/ Microsoft®
System Windows based Operating system)
8. Form Factor Rack mountable
9. Virtualization Shall support Industry standard virtualization hypervisor like
Hyper-V, VMWARE, Oracle VM etc. In case the MSI proposes
the solution to virtualization, then they should propose
suitable associated management solution to meet or exceed
the SLAs.
10. Security Should provide effective protection, reliable detection &
Feature rapid recovery using:

Page 300 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameter Minimum Specifications Compliance


- Silicon-based Hardware Root of Trust
- Signed firmware updates
- Secure default passwords
- Configuration and firmware drift detection
- Persistent event logging including user activity
- Secure alerting
- Automatic BIOS recovery
- Rapid OS recovery
- System erase
11. GPU Server should be configured with 1no. Of Nvidia V100, 32 GB
GPU & should support Upto 3 DW and 6 SW GPU cards
incase of GPU based server requirement, without GPU use
case it can be ignored.
12. Management • Real-time out-of-band hardware performance monitoring
& & alerting
Configuration • Agent-free monitoring, driver updates & configuration,
power monitoring & capping, RAID management, external
storage management, monitoring of FC, HBA & CNA &
system health
• Out-of-band hardware & firmware inventory
• Zero-touch auto configuration to auto deploy a baseline
server configuration profile• Automated hardware
configuration and Operating System deployment to multiple
servers
• Zero-touch repository manager and self-updating firmware
system
• Virtual IO management / stateless computing
• Support for Redfish API for simple and secure management
of scalable platform hardware

6.15.6. Storage

The estimated Storage requirement for the ICCC project is as below:

# Minimum Storage Requirement TB


1 Primary Storage 750
2 Secondary Storage 1250
Total 2000
Note:
 Bidder is expected to carry out the storage requirement estimation and supply as per the solution
proposed, if the estimation is more than above specified. Storage should be capable to store
surveillance video feed of atleast 30 days (7 days in Primary and 23 days in Secondary Storage).
Flagged video feed (approx. 10%) need to be stored for one year or till the time respective case

Page 301 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

is under litigation as per local Police. MSI should also refer the bandwidth estimation and storage
functional requirements as provided in this Volume.
 Bidder may supply the storage in modular manner during the implementation (i.e. initially to
cater to Phase I cameras, then to further phases & then entire city requirement).

6.15.6.1. Storage Specifications


Proposed Make :

Proposed Model :

Page Nos of Bid for Technical


compliance :

# Parameter Minimum Specifications Compliance

1. Solution/  IP Based/iSCSI/FC/NFS/CIFS
Type  If bidder is offering FCoE based solution, corresponding ports
must be present in server as well as storage controller.
2. Storage  Storage Capacity should be as per Overall Solution
Requirement (usable, after configuring in offered RAID
configuration)
 RAID solution offered must protect against double disc failure
(Suggested RAID level 6 or better).
 Disks should be maximum of 1.8 TB capacity for SAS and
maximum 4 TB for Flash/SSD/SATA/ NL-SAS (combination as
per performance and SLA requirements of overall solution)
 15 % of storage solution should be SSD for critical components
such as applications, RLVD and ANPR. However the MSI is
required to assess the exact requirement of the storage
solution for SSD.
 To store all types of data (Data, Voice, Images, Video etc.)
 roposed Storage System should be scalable
(vertically/horizontally)
3. Hardware  Rack mounted form-factor
Platform  Modular design to support controllers and disk drives
expansion
4. Controllers  At least 2 Controllers in active/active mode
 The controllers / Storage nodes should be upgradable
seamlessly, without any disruptions / downtime to production
workflow for performance, capacity enhancement and
software / firmware upgrades.

Page 302 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameter Minimum Specifications Compliance

5. RAID support  Should support various RAID Levels

6. Cache  Minimum 128 GB of useable cache across all controllers. If


cache is provided in additional hardware for the storage
solution, then cache must be over and above 128 GB.
7. Redundancy  The Storage System should be able to protect the data against
and High single point of failure with respect to hard disks, connectivity
Availability interfaces, fans and power supplies

8. Management  All the necessary software (GUI Based) to configure and


software manage the storage space, RAID configuration, logical drives
allocation, snapshots etc. are to be provided for the entire
system proposed.
 Licenses for the storage management software should include
disc capacity/count of the complete solution and any additional
disks to be plugged in the future, upto max capacity of the
existing controller/units.
 A single command console for entire storage system.
 Should also include storage performance monitoring and
management software
 Should provide the functionality of proactive monitoring of
Disk drive and Storage system for all possible disk failures
 Should be able to take "snapshots" of the stored data to another
logical drive for backup purposes
9. Data The storage array must have complete cache protection
Protection mechanism either by de-staging data to disk or providing
complete cache data protection with battery backup to meet
the SLAs

10. Additional Offered storage array shall have capability to take snapshot after
every half an hour in the storage and shall be able to create
continuous snapshot for a given LUN (where video feed is
residing) for a month before expiring the first snapshot
supporting atleast 512 snapshots for a given volume.

6.15.7. Secondary Storage

Proposed Make :

Proposed Model :

Page 303 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Page Nos of Bid for


Technical compliance :

# Parameter Minimum Specifications Compliance

1 Solution/Type
 Secondary Storage (Archival/Backup) can be on any
media such as Disks, Disk systems, etc. or its combination
along with all associate software. (so as to arrive at lower
cost per TB)
 Minimum 1400 TB usable as secondary storage
 May or may not use de-duplication technology
 Compatible with primary storage
 Must use latest stable technology platform, with support
available for next 5 years.
2 Backup Size To store data as required, to meet the archival requirement
for different type of data/information
 23 days of storage for surveillance camera feeds
 83 days of storage for traffic enforcement systems
 275 days of storage for ATCS systems
3 Hardware
 Rack mounted,
Platform  Rack based Expansion shelves
4 Software Must include backup/archive application portfolio required
Platform

5 Retrieval time Retrieval time for any data stored on secondary storage
should be max. 4 hours for critical data & 8 hours for other
data. This would be taken into account for SLA calculation.
(Critical data means any data needing urgent attention by the
Judicial System or by Police Dept. for investigation / terrorist
treat perception).

6.15.8. Fire proof enclosure

The overall design of the safe should be suitable for safe storage of computer diskettes, tapes, smart
cards and similar devices and other magnetic media, paper documents, etc. the safe should have
adequate fire protection.

Proposed Make :

Proposed Model :

Page 304 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Page Nos of Bid for


Technical compliance :

# Parameters Minimum Specifications Compliance


1 Capacity 300 Litres
2 Temperature to 1000° C for at least 1 hour
Withstand
3 Internal Temperature 30° C after exposure to high temperature For 1 hour
4 Locking 2 IO-lever high security cylindrical / Electronic lock

6.15.9. KVM Module

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Parameters Minimum Specifications Compliance


1. KVM Keyboard, Video Display Unit and Mouse Unit (KVM) for the IT
Requirement Infrastructure Management at Data Center
2. Form Factor 19” rack mountable
3. Ports minimum 8 ports
4. Server USB or KVM over IP.
Connections
5. Auto-Scan It should be capable to auto scan servers
6. Rack Access It should support local user port for rack access
7. SNMP The KVM switch should be SNMP enabled. It should be operable
from remote locations
8. OS Support It should support multiple operating system
9. Power It should have dual power with failover and built-in surge
Supply protection
10. Multi-User It should support multi-user access and collaboration
support

6.15.10. Server/Networking rack specifications

Proposed Make :

Proposed Model :

Page 305 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Page Nos of Bid for


Technical compliance :

# Parameter Minimum Specifications Compliance


1. Type  19” 42U racks mounted on the floor
 Floor Standing Server Rack - 42U with Heavy Duty Extruded
Aluminum Frame for rigidity. Top cover with FHU provision.
Top & Bottom cover with cable entry gland plates. Heavy
Duty Top and Bottom frame of MS. Two pairs of 19"
mounting angles with 'U' marking. Depth support channels -
3 pairs with an overall weight carrying Capacity of 500Kgs.
 All racks should have mounting hardware 2 Packs, Blanking
Panel.
 Stationery Shelf (2 sets per Rack)
 All racks must be lockable on all sides with unique key for
each rack
 Racks should have Rear Cable Management channels, Roof
and base cable access
2. Wire Two vertical and four horizontal
managers
3. Power  2 per rack
Distribution  Power Distribution Unit - Vertically Mounted, 32AMPs with
Units 25 Power Outputs. (20 Power outs of IEC 320 C13 Sockets &
5 Power outs of 5/15 Amp Sockets), Electronically controlled
circuits for Surge & Spike protection, LED readout for the
total current being drawn from the channel, 32AMPS MCB, 5
KV AC isolated input to Ground & Output to Ground
4. Doors  The racks must have steel (solid / grill / mesh) front / rear
doors and side panels. Racks should NOT have glass doors /
panels.
 Front and Back doors should be perforated with at least
63% or higher perforations.
 Both the front and rear doors should be designed with quick
release hinges allowing for quick and easy detachment
without the use of tools.
5. Fans and  Fan 90CFM 230V AC, 4" dia (4 Nos. per Rack)
Fan Tray  Fan Housing Unit 4 Fan Position (Top Mounted) (1 no. per
Rack) - Monitored - Thermostat based - The Fans should
switch on based on the Temperature within the rack. The
temperature setting should be factory settable. This unit
should also include - humidity & temperature sensor
6. Metal Aluminum extruded profile
7. Side Panel Detachable side panels (set of 2 per Rack)

Page 306 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.15.11. Firewall

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Minimum Specifications Compliance


1 Proposed solution should be deployed as firewall in HA (High Availability)
mode.
2 Proposed solution should have configurable option to define remote access to
the Firewall on any interface and restrict the same to a specific IP / Subnet.
3 Firewall should support the Identity based logging, application detection and
bandwidth usage controls.
4 Proposed solution shall have built in IPS capability.
5 The solution should have integrated Firewall and VPN functionality.

6 It should support integration with URL/Content filtering systems.


7 Firewall should support device and link failure detection.
8 The Firewall should support deployment modes as; "Route Mode" or
"Transparent Mode" and support traffic forwarding to web proxy/ssl proxy.
9 The firewall shall be able to handle VoIP traffic securely with and support SIP,
SCCP, MGCP and H.323 ALGs.
10 Firewall should support application layer (Layer-7) security & user control
platform which should be able to identify & prevent known & unknown threats
(in real time basis) covering the related in-scope applications running on the
network as per the scope of RFP and it should be capable of providing firewall,
application control, IPS, Anti-Virus, Anti-malware, content filtering and Anti-
bot, DoS prevention functionality in a single instance.
11 Firewall should support firewall, application control, IPS, Anti-Virus, Anti-
malware, content filtering and Anti-bot in a single appliance.
12 The proposed solution must support on appliance Per policy SSL and SSH
decryption for both inbound and outbound traffic.
13 The Firewall should support Inbound Port Forwarding with inbound Load
Balancing if servers are running in high availability (layer 4).
14 Should support IPv4/ IPv6 ACL to implement security Policy for IPv4/ IPv6
traffic.
15 All internet based applications should be supported for filtering like Telnet,
FTP,SMTP, HTTP, DNS, ICMP, DHCP, RPC,SNMP, BGP, IMAP, NFS etc.
16 Should be able to inspect HTTP and FTP traffic when these are deployed using
nonstandard port( i.e when HTTP is not using standard port TCP/80).
17 The Firewall should support deployment of Virtulization at least for 5 virtual
context from the day one without any additional cost / licenses.
18 Virtual context must have all security features for use for every single firewall.

Page 307 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


19 The proposed system shall support industry standards, PPTP, IPSEC, and SSL
VPN without additional cost for license or solution for VPN client.
20 IPSEC (DES, 3DES, AES) encryption/decryption and SSL encryption/decryption.
21 The system shall support IPSEC site-to-site VPN and remote user VPN in
transparent mode without any additional cost for VPN clients.
22 Application Control:
Atleast 7000+ application signature must be there & it should able to
understand welknown application like P2P, Voice, etc without any dependency
on the ports
Solution should have NGFW throughput of at least 7 Gbps or higher
Should support at least 20 Million concurrent connections.
Firewall must able to scan http, https, IMAP, IMAPs, FTP, FTPs, POP, POPs,
SMTP protocols with AV signatures.
23 SSL VPN Requirements:
 The Firewall should be integrated solution and there should be no user based
licensing for SSL VPN
 The Firewall should support for TWO modes of SSL VPN:1.Web
mode,2.Tunnel mode
24 The proposed system should have integrated Traffic Shaping functionality:
 Should enable and disable traffic shaping per firewall policy
 Should be able to guarantee bandwidth and maximum bandwidth per
firewall policy
 Should have a built-in Signature and Anomaly based IPS engine on the same
unit and Anomaly based detection should be based on thresholds
 Should be able to prevent denial of service and Distributed Denial of Service
attacks on signature
 Administrator shall be able to configure DoS policies that are used to
associate DoS settings with traffic that reaches an interface based on defined
services, source and destinations IP/Range
 Configurable IPS filters to selectively implement signatures based on
severity, target (client/server), protocol, OS and Application types
25  NGFW should provide the endpoint attributes visibility via an endpoint client
to the firewall to create policies on posture check such as if IE version 10 has
some vulnerability declared by Microsoft then only IE version 10
communication to be blocked
 NGFW OEM should have achieved more than 97 % of security effectiveness in
latest NSS lab report
 NGFW should have 12 GE RJ45, 2 10Gbps SFP+ from day 1 with additional
two slots to accommodate 4*40G interfaces in future if required
 Solution should accommodate connecting more the 4 ISPs on the same
appliance
 Solution should provide a central manager to manage the NGFW appliance which
should be capable of managing multiple appliances for uniform policy, All logs to be
saved on the Central manager appliance or a software installed on hardware which
should have atleast 800 Gb HDD.
 Sandboxing appliances to be provided along with the Firewall which should
get integrated with Firewall , Web security ,IPS via native integration or API,
It should be recommended by latest NSS breach detection report.

Page 308 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


 Sandbox appliance to have minimum Memory 48 GB (6 x 8 GB) HDD 1 TB
NIC 4 x 10/100/1000 Mb RJ-45 Ethernet Ports and should support 10,000
files a day and should have dual redundant power supply hot pluggable
 Sandbox appliance should have Kernel visibility with minimal OS version
dependencies
 Any Microsoft license required to run the sandbox to be provided by the day
1
 Sandbox should support multiple file formats for execution

6.15.12. Web Application Firewall

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Minimum Specifications Compliance


1 Solution should be deployed in HA (High Availability) mode and protect the
web applications from attacks. WAF solution should filter the HTTP/S traffic
based on the rules set defined.
2 Proposed solution shall prevent the following attacks (but not limited
to):Brute force, Access to predictable resource locations, Unauthorized
navigation, HTTP request format and limitation violations (size, unknown
method, etc.) and File upload violations.
3 Solution should be able to inspect web application output and respond
(allow, block, mask and/or alert) based on the active policy or rules, and log
actions taken.
4 Support dynamic source IP blocking and should be able to block attacks
based on IP source.
5 Support automatic updates (if required) to the signature database, ensuring
complete protection against the latest application threats.
6 Integrate with the proposed SIEM solution.
7 The solution should be able to perform in multiple modes such as Active
mode, passive mode, Transparent mode, proxy mode with SSL and TCP
session mirroring. The proposed solution should be able to maintain or
mirror the SSL and TCP connection even if one of the HA or clustered
devices is down.
8 Should be able to integrate with Web Vulnerability Scanner to detect
existing vulnerabilities in the protected web applications.

Page 309 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


9 Should be able to integrate with Data Leak Prevention module to analyze all
outbound traffic alerting/blocking any credit card leakage and information
disclosure.
10 WAF should support inbuilt capability or via integration with 3rd party
solution to protect against the mobile/tablet application-based attacks
through Anti-Bot Mobile SDK which whitelist establish trust based on an
embedded software package within the application code and corresponding
cookie verification to protect application against attacks generated from
mobile
11 Should enforce strict compliance check to prevent attacks such as encoding
attacks, buffer overflows and other application specific attacks.
12 Should support automatic signature updates to protect against known and
potential application security threats.
13 The proposed solution should support inbuilt capability to encrypt the user
credentials in real time. Users typing the credentials on web browser for any
web application should be encrypted in real time to protect against
browser-based malware. This feature should be agentless and should not
require installation of any kind of software either on client or on the
application side.
14 The WAF should support IP Reputation Service and able to provide up to
date information about threatening sources.
15 Support IPv6 for Reverse Proxy deployments and It should also Support
IPv4 to IPv6 and IPv6 to IPv4 communication.
16 Device should have capability of BOT detection and Protection beyond
signatures and reputation to accurately detect malicious and benign bots
using client behavioral analysis, server performance monitoring, and
escalating JavaScript and CAPTCHA challenges
17 Should have the capability to Auto-Learn Security Profiles required to
protect the Infrastructure and must have both positive and negative security
model with machine learning capabilities to detect and prevent
vulnerabilities and anomalies in application traffic and unknown attacks.
18 Should be ICSA certified and able to protect Cookie Poisoning and Cookie
Tampering.
19 Must support multiple HTTP versions such as HTTP/0.9, HTTP/1.0,
HTTP1.1
20 WAF should have application-aware load-balancing engine toload balance
both TCP and UDP based application from L2 to L7 including lightweight
MQTT protocol for machine to machine connectivity between IoT appliances
such as small sensors, mobile devices etc.
21 WAF should be able to put WAF policy and signature in staging mode i.e. the
system must apply the attack signatures and WAF policy to the web
application traffic but does not apply the blocking policy action to requests
that trigger those attack signatures for specific period to identify the false
positive. The staging mode technique should be different than learning
mode..
22 The proposed Appliance must have below configuration:
1. Minimum 8X 1G, 8x10G Ports and 2x40G QSFP+. 1G and 10G should be
provisioned from day1 and 40G is for future use

Page 310 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


2. The proposed hardware must support minimum 20 Gbps of SSL and
Compression throughput
3. Appliance must provide minimum of 40M hardware DDOS protection

6.15.13. Host Intrusion Prevention System

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Minimum Specifications Compliance


1 Proposed solution should protect against Distributed DoS attack and Solution
should have the ability to lock down a computer (prevent all communication)
except with management server.
2 It should provide automatic recommendations against existing vulnerabilities.
3 Solution should support any pre-defined lists of critical system files for various
operating systems and/or applications (web servers, dns, etc.) and support
custom rules as well.
4 Solution should have feature to take backup of infected files and restoring the
same.
5 Host IPS should be capable of recommending rules based on vulnerabilities with
the help of virtual patching and should have capabilities to schedule
recommendation scan and entire features of solution should be agentless.

6.15.14. Network Intrusion Prevention System

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

Page 311 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


1 Dedicated Network Intrusion Prevention System- common criteria certified
Appliance based (not a part of Firewall or UTM blade). OEM should be
recommended in Latest NSS lab IPS report and not have observed any
evasion, should have more than 10000 IPS signatures
2 NIPS OEM should have TAC based in India. OEM Emergency support via
Technical account manager must be provided as part of the proposed
solution.
3 The proposed device should support High Availability (Active-Passive). The
INSPECTED throughput of the appliance should NOT DEGRADE in the High
Availability (Active-Passive) mode deployment.
4 The proposed NIPS must support Bandwidth Management:
o Policies should be defined to restrict or maintain the bandwidth that can be
sent or received by each application, user, or segment.
o Guarantee bandwidth for each critical application or limit non-critical traffic
such as P2P.
o Set rules to block or allow specific traffic types. Bandwidth Management
should support the below Classification Parameters:
 Source Network
 Destination Network
 Service Type
 Service Name
 Direction

6.15.15. Enterprise Management System

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

To ensure that ICT systems are delivered at the performance level envisaged, it is important that an
effective monitoring and management system be put in place. It is thus proposed that a proven
Enterprise Management System (EMS) is proposed by the bidder for efficient management of the
system, reporting, SLA monitoring and resolution of issues. Various key components of the EMS to
be implemented as part of this engagement are –

1. Network Monitoring System

Page 312 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

2. Storage & Server Monitoring System


3. Integrated Building Management System
3. Centralized Helpdesk & Operations Management System
4. Centralized Reporting for IT related Incidents

All the components of the EMS should be pre integrated out of the box for hassle free implementation.
All the aforementioned modules of EMS should be from the same OEM.

The solution should provide a unified web based console which allows role based access to the users.

6.15.15.1. Network Monitoring System


Solution should provide fault & performance management of the server side infrastructure and
should monitor IP\SNMP enabled devices like Routers, Switches, Sensors, etc. Proposed Network
Management shall also help monitor key KPI metrics like availability, in order to measure SLA’s.
Following are key functionalities that are required which will assist administrators to monitor
network faults & performance degradations in order to reduce downtimes, increase availability and
take proactive actions to remediate & restore network services.

# Minimum Specifications Compliance


1 The proposed solution must automatically discover manageable elements
connected to the infrastructure and map the connectivity between them. Solution
should provide centralized monitoring console displaying network topology map.
2 Proposed solution should provide customizable reporting interface to create
custom reports for collected data.
3 The system must use advanced root-cause analysis techniques and policy-based
condition correlation technology (at network level) for comprehensive analysis of
infrastructure faults.
4 The system should be able to clearly identify configuration changes and
administrators should receive an alert in such cases.
5 The solution should support multicast protocols too, if the overall project solution
offered includes multicast.

6.15.15.2. Server Monitoring System


# Minimum Specifications Compliance
1 The solution should be capable of tracking device history for networked end
devices including the following details
 When device was first connected to the network
 If and when it was removed from the network
 If and when it was moved from one physical location to another

Page 313 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

 How long it has been active or inactive


2 Tool must provide SDK/Rest API for North bound and South Bound Integrations
E.g. Forwarding specific metric data to third party database, Notifications to third
party systems
3 We should have a inbuilt device certification engine, so that new devices in rack
can be inducted easily. Tool should support Mib-II, enterprise MIB, SNMPv1, v2, v3
& traps for performance management. All alarm/event messages shall be
automatically time and date-stamped.
4 Capacity Planning - Total Rackspace and occupied Rackspace visibility
Solution should be able to do capacity planning for installing new equipment in the
rack on the basis of power and rack space & should be able to suggest the best
suitable racks for deployment of new equipment. The tool should be able to
proactively Identify potential areas which may need to be upgraded/downgraded
(network bandwidth, cooling, power, storage, etc.).Viz Real time temperature
measurement for equipments on the racks should reflect on the central dashboard.
5 Trend analysis and instant drill down capability to know the peaking issues, which
could hurt the operations of the infrastructure at any point of time.
6 The tool should provide a GUI which should show the rack status upfront. We
should get the information of health parameters being monitored of every
equipment in the rack by just hovering the mouse on the equipment. Right from
the make of the equipment to the equipment type. Power input to any equipment
should be visible upfront. The temperature & humidity maintained across the racks
should be visible on the GUI.

6.15.15.3. Storage Monitoring


# Minimum Specifications Compliance
1 Support for various storages type like NAS, SAN, etc. and should be able to monitor
& showcase following parameters:

Fault in hardware components, Cache Utilization, Host Port Utilization, Disk


utilization, List of Active sessions with history, Overall database health status in
single dashboard
2 Solution should depict the device status with different colors where each color will
be an indicator of the current state. E.g. Red- Critical, Yellow- Warning etc.
3 Should show both real time details and historical details in form of charts with
option to choose the time periods
4 Should supports creation of full set of event classification, severity classification,
setting upper and lower thresholds, Asset modification & changes, etc
5 Should show capacity, allocation, usage and forecasting at all level of storage
environment
6 Should show statistics like Total IO/sec, service time, IO response time, queue length
etc.

Page 314 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.15.15.4. Integrated Building Management System

# Minimum Specifications Compliance

It should be an inclusive tool. Solution provided should be able to manage


2 the building in entirety. 1. The building, 2. The facilities (LT panel, Lifts,
Pumps, DG, etc) in the building and 3. Effectiveness of IT infrastructure.

Inventory management should be a key component in the tool. We


should be able to keep a physical count of all the equipments by type. But
more importantly we should know, which few equipments are
3
dependant on each other, affecting the overall performance.
Performance data of each equipment in the datacentre should be
available for analysis
The solution should be ready to be integrated with a third party element
manager whenever required. The integration should be possible via
5 XML, Web Service, SNMP V1, V2, V3). ). It should also allow gateway level
integration with 3rd party interfaces like Bacnet and Modbus RTU,
whenever needed.
Visibility – Proactive monitoring and management is required for all IT
and Non-IT equipments. The tool's GUI, look and feel should give a real
7
feel of the equipments exactly as they are placed on the racks. They
should be able to be identified by their make and model.
Salient Facility Dependencies - Monitor & Control salient
11
interdependencies between safety and security systems.
Root-Cause Analysis - Isolate and pinpoint the problem area before it
13 impacts the overall DC operations & business continuity while
suppressing down the unwanted events.
The integrated system should keep an eye on the amount of energy used
14
by individual racks, vis a vis the total power allocated for the DC/Aisles
Energy sources should always be kept in check. Rated power
16 consumption vs the power available for consumption. Since one of the
big reasons for fire is higher load than the Rated load
The system should be capable enough to store the raw data or as polled
data, for at-least for 365 days. It should also have the facility to automate
18
the backup process or allow us to take manual backup, in case if it is
required.
There should be a mechanism to take the backup of the threshold
19 policies, based on the groups of devices or on any single individual
device.

Page 315 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance

The system should be administered at various levels. The system should


provide individual privileges or group rights as need be. Few users might
21
have read access only, whereas very few would have all access to all
servers
Support for eMail and SMS both (integration with SMS-gateway
22
communication).

6.15.15.5. Centralized Helpdesk & Operations Management System


# Minimum Specifications Compliance
1 The solution should have following modules : CMDB, Incident, Request, Problem
and Change Management.
The Solution should be able to generate & manage tickets for both IT & Facility
infrastructure. Should provide minimum 10 user licenses for management.
2 Support the creation, modification and closure of Incident records for both IT &
Facility Infrastructure. Tool should be capable to log the Incidents both
automatically (on threshold breach) and manually (by the service personnel)
3 Tool should be capable to update on incident resolution progress. Restrict the
ability to open, modify and close Incident records to authorized staff only.
Notification should be sent via email, SMS at each milestone.
4 Support the automated alerting of Incidents to selected support staff or groups
based on multiple parameters e.g. Network team should get tickets of network
issues only. Also support load balancing between the team members on the
basis of workload while assigning the tickets
5 Solution should be capable of automatic escalation of Incidents based on pre-
defined time intervals or milestones. Also, should have the ability to generate
reports on closed Incidents and notification of closure should be sent to the
stakeholders.
6 Self Service: Support for full automation of service requests and integration to
workflow engines thereby reducing calls to the service desk.
7 Should have the ability to distinguish between an Incident, Problem, and Known
Error
8 Helpdesk system should provide incident management, problem management
templates along with helpdesk SLA system for tracking SLA’s pertaining to
incident resolution time for priority / non-priority incidents.

Page 316 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


9 System should also automatically create tickets based on alarm type.
10 The proposed helpdesk solution must provide flexibility of logging, viewing,
updating and closing incident via web interface for issues related to the project.
11 IT Asset database should be built and managed by the bidder, in order to carry
out the scope of work items.
12 Solution should have the capability of creation, modification, and closure of
Problem records. Automatic time and date stamping for new Problem records.
13 Support the ability to route and assign Problem records to predefined support
staff or groups & progress tracking, escalation & monitoring of Problems.
14 Provide SLA compliance reporting and real time notifications on SLA violation.
Ability to manage the whole life cycle of SLAs
15 Facilitate the recording and storage of request for change (RFC) in an easily
accessible format for various type of changes like Normal, Urgent changes.
Should support routing of RFCs to the appropriate authorization levels as
defined.
16 Facilitate the monitoring and tracking of the life cycle of a Change request.
Support notification and escalation throughout the Change lifecycle.
17 CMDB should be there to Integrate people, process & technology. Can
communicate across people responsible (part of the IT/facilities) to keep the
SLAs and Asset Lifecycle with IMAC process. A definite inventory management
tool should be part of the solution.
18 A configuration management database shall be established which stores unique
information about each type Configuration Item CI (IT & Non IT both) or group
of CI.
19 Information from the CMDB shall be provided to the change management
process and the changes to the CI shall be traceable and auditable.
20 Should have the capability to showcase the impact of one CI on another and vice
versa to help in predictive analysis and faster resolution.
21 A stakeholder/owner should be mapped with each CI for faster notification &
resolution.

6.15.15.6. Centralized Reporting for IT related Incidents


# Minimum Specifications Compliance
1 Solution should provide a comprehensive centralized dashboard for health
monitoring of IT & facility Infrastructure components like: Routers, Switches,
Servers, Firewalls, IPS, UPS, IPDU, TH sensors etc.

Page 317 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


2 Web-based interactive reporting for business users, Rich graphical report
designer for power users, Parameterized reports with powerful charting,
Output in popular formats: HTML, CSV, PDF.
3 Facilitate flexible report generation based on selected filtering parameters
such as location, incident type, priority, escalation, SLA breach and enable
reports to be viewed, printed or exported to other file formats
4 Tool should support: KB creation, Analysis of Incident to identify trends, report
generation for resolved & unresolved Incidents of both IT & facility
infrastructure separately, report generation for maximum number of incidents
logged for both IT & facility equipments

6.15.16. Security Information and Event Management (SIEM) System

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Minimum Specifications Compliance


1 The Proposed solution should be an appliance based solution. The solution
should consist of complete hardware, OS, Database and storage any other
license to support the SIEM solution including scalability with no additional cost
to be borne by the customer.
2 The SIEM platform should be based on a Hardened Operating System Based
solution with a clear physical separation of the collection engine, the logging
engine and the co-relation engine. The solution should have a scalable
architecture, catering multi-tier support and distributed deployments.
3 The proposed SIEM solution should be deployed to collect and correlate data
from multiple locations spread across locations.
4 The SIEM Correlation solution should be able to handle a minimum of 15,000
Sustained EPS and should be scalable up to 20,000 Sustained EPS over a period
of 5 years. The proposed solution should take into account upgrades of
hardware, software, licenses as applicable over the 5 Years at no additional cost.
5 The SIEM solution licensing should be by the number of events per second and
not based on number of assets/devices forwarding the logs to the SIEM Solution.

Page 318 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


6 For assets not natively supported, the SIEM solution should provide the
collection of events through customization of connectors or similar integration;
Must support event collection using at least the following industry standards:
syslog, OPSEC, WMI, ODBC, FTP, SCP, HTTP, text file, CSV, XML file, etc.
7 The SIEM receiver or log collection component must store the data locally if
communication with centralized correlators is unavailable.
8 Receiver appliance should have the capability to collect flows. If
receiver/collector does not have the capability to collect flows, third party
product can be utilized.
9 Receiver appliances /Log collector should be able to work in high availability
without the need for any third party solution for High Availability.
10 The proposed SIEM solution should be able to ingest Indicators of Compromise
information thus enabling the SIEM to know when files in the bad list are
executed and their associated IP within the environment.
11 The proposed solution should provide a minimum log compression of 75% for
ensuring log compression to reduce overall log storage space for the raw log
format.
12 The solution should be able to collect data from new devices added into the
environment, without any disruption to the ongoing data collection.
13 The solution should use an adaptable and intuitive rules based interface for
correlation.
14 The solution should provide pre-defined report templates. The reports should
also provide at least the following reports out of the box or customized for: ISO
27001-2, PCI DSS, Basel II. Etc. without any additional license from the OEM.
15 The SIEM solution should provide content aware correlation both rule based
and rule less correlation against data collected from multiple devices across the
network.
16 The SIEM Solution should provide real time threat intelligence from Own or
other third party trusted feed vendors.
17 The SIEM solution should provide a formula of threat which should be
customized to allow increasing or decreasing the level of risk with at least the
following types of correlation:
A. Geo Location Based correlation
B. Historical Based Correlation
C. Vulnerability Based Correlation

Page 319 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


18 The solution should be able to decode an entire application session up to Layer
7, providing a full analysis of everything from the underlying protocols and
session integrity all the way up to the contents of the application (such as the
text of an email or its attachments) at the central site only.
19 The solution should include pre-built detection rules for regulated and sensitive
data.

6.15.17. Antivirus Solution

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Minimum Specifications Compliance


1 The proposed solution should scan files and identifies infections based on
behavioral characteristic of viruses (Trojan/ Worm, Joke, Hoax, Virus, other).
2 Ability to scan through all file types and various compression formats. Ability to
scan for HTML, VBScript Viruses, malicious applets and ActiveX controls.
3 The proposed solution should be able to record critical endpoint data- even
while devices are offline or outside your corporate network to quickly detect
infected systems.
4 The proposed solution should provide real time active protection.
The proposed solution should auto-quarantine spyware or adware without end-
user interaction.
5 The proposed solution should have ability to quarantine undetonated malicious
executables within the environment with the ability to hunt for such malicious
executables
6 The proposed solution should be able to block on certificate basis such that only
trusted certificates are allowed to execute.
7 The solution should provide the capabilities to log administrative activities such
as changes to policies, agent override activities, agent termination and agent
uninstall key generation in the management console.

Page 320 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


8 Must update itself over internet for virus definitions, program updates etc.
(periodically as well as in push-updates in case of outbreaks).
9 Shall provide Real-time product Performance Monitor and Built-in Debug and
Diagnostic tools, and context- sensitive help.
10 The solution must provide protection to multiple remote clients.
11 Shall provide for virus notification options for Virus Outbreak Alert and other
configurable Conditional Notification.

6.15.18. Data Loss Prevention

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Minimum Specifications Compliance


1 The solution can be proposed as either hardware or software based. However For
software based solution, Supplier has to provide appropriate hardware keeping
overall design and functional requirement under consideration and must not affect
overall application performance.
2 The DLP Solution must have capability to integrate with 3rd party Proxy solution
for content inspection using ICAP channel or must have DLP engine on OEM
provided Proxy itself
3 The proposed solution should cover both Active and passive FTP including fully
correlating transferred file data with control information.
4 The proposed solution Should have the ability to monitor popular IM protocols
(AIM, Yahoo, MSN, IRC) and properly classify tunneled IM traffic (HTTP).
5 The proposed solution should be able to interface with an institution’s employee
or staff directories (e.g., Active Directory, LDAP)
6 The proposed solution must have Identity and Role Based policy capabilities that
integrate with AD/LDAP/HR database.

Page 321 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


7 The proposed solution should be capable of doing discovery on data residing on
file server , endpoint machines from day 1 and should be able to extend the
capability to the cloud in future if required via addition of the licenses.
8 The proposed solution should enforce defined policies on endpoint, email and web
channel.
9 The proposed solution must be able to apply different policies to different
employee groups.
10 The proposed solution should have ability to quarantine mails and should support
workflow approval where mail should received by the data owner to release it
directly via mail without opening any separate link
11 The proposed solution should have various methods to monitor quarantine and
block e-mails that violates the company's DLP policies (existing).
12 The proposed solution should provide encryption capabilities if the data is getting
transferred to a usb drive where it should get open with a password set at the time
of transferring the data.
13 The proposed solution should have integration with comprehensive Information
Classification tool and should have multiple predefined templates for identifying
the sensitive information. Templates should include Indian names , Aadhaar
number and malware driven data leaks.
14 DLP solution should protect slow and low volume data leakage and should support
optical character recognition to extract text if data is getting out in the form of
image file.
15 The proposed solution should have ability to create and manage policies that can
be deployed across all components (Network and Endpoints)
16 The proposed solution MUST have a central manager which should be able to
manage DLP and proxy policies from the same console to protect on the web
channel when data is getting transferred via malwares
17 The proposed solution should have built-in templates for identifying data such as
credit card information/Aadhaar/India Names etc
19 The proposed solution should have Built-in templates on International PII and PCI-
DSS capabilities and has the ability to add or customized new policies to cater to
specific Government or Defense parameters and should support GDPR The
solution should have a comprehensive list of pre-defined policies and templates
with over 1700+ patterns to identify and classify information pertaining to
different indutry like Energy, Petroleum industry vertical etc and India IT Act.

Page 322 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


20 The proposed solution should have discovery capabilities and applying the
remediation on the same such as moving the sensitive data to another destination
.
21 The proposed solution should have ability to Detect based on fully customizable
regular expressions
22 The proposed solution should have Ability to detect and protect confidential
unstructured & structured data based on the data categorization
23 The proposed solution should have Ability to detect and protect new or unseen
documents, which content is simlar via partial or full match.
24 The proposed solution should have Ability to detect scanned documents, which
contains sensitive data in text form
25 The proposed solution should have Ability to detect screen captures or picture
formats, which contain sensitive data in text form.
26 The proposed solution should have Ability to learn to categorize data via providing
a set of sample documents to improve accuracy of detection or to have machine
learning detection which works via uploading positive & negative samples
27 The proposed solution should have Ability to detect new unstructured documents
by defined policies.
28 The proposed solution should have Redaction of certain data such as sender
identity information (email address, username, file owner, etc.) that may need to
be kept confidential from certain users to protect employee privacy.
29 The proposed solution should have Ability to configure and send multiple
automated responses .
30 The proposed solution should have Ability to release quarantined email from
notification received by the data owner
31 On-screen/ pop-up/ e-mail notification delivered to users during a rule/ policy
violation and escalation workflow to ICT Security team or immediate manager.
32 User’s ability to conduct self-remediation (such as on-screen/pop-up/e-mail
notification prompting user to confirm whether to continue or cancel confidential
data transfer). Ability to capture justification for DLP rule/policy violation as part
of logs capturing.
33 All relevant incident details on a single screen/ page to allow quick user decision-
making and immediate action.
34 Ability to customize the dashboard layout and to see the top priority incidents

Page 323 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


35 Store and display in the dashboard interface the original message or file that
generated the incident.
36 Ability for an incident to be correlated to other incidents by subject, sender,
recipient, filename, file owner, user name, and policy.
37 The proposed solution should support incident search functionality:
a. Time
b. Keyword
c. Employee Name/Staff ID
d. Department Unit
e. Violated Policies
f. Multiple parameters (example: by Time + Keyword + Staff ID)
38 The proposed solution should have methods to ensure fast search response with
large amount of data
39 The proposed solution should have ability to support real-time incident analysis
40 Limit access to incident details for a role-based by policy, by department or
business unit, by severity or remediation status, or by any user-defined custom
attribute.
41 The proposed solution should have Integration with external directory for incident
workflow assignment:
a. Active Directory
b. Others, please state
42 Ability to create/ update/ delete/ manages work flow processes such as changing
severity, status, escalation, via e-mail notification response suitable for XXX
BANK’s environment.
43 Support centralized administration. Ability to support network, storage , email and
endpoint DLP from single console.
44 Describe administration method supported by the proposed solution :
a. Client server or
b. Web Based
45 Support for role-based access and delegated administration.
46 Integration with Active Directory or other directory
47 Support real-time incident management & dashboard display. Describe and attach
screenshot:
a. Type of display

Page 324 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


b. Type of Information
c. Incident Status
48 Provide detailed and summarized daily traffic statistics
a. Overall incidents
b. Number of message
c. Number of incidents on a per protocol basis
49 Should have customizable dashboard
50 Ability to support sending the logs to a SIEM device for correlation
51 Ability to support automatic updates (signatures/ rules/ etc.) and manual
firmware upgrades
52 The proposed solution should have a list of pre-defined template reports
53 The proposed solution should Support ad-hoc and scheduled report generation
54 The proposed solution should Support report customization
55 The following reporting format must be supported but not limited to:
a. CSV

c. PDF
56 The end point solution should inspect data leaks from all portable storage and to
keep track of what data users are taking from and to their work computers on any
kind of portable storage device
57 the end point solution must monitor and control various storage devices including
USB flash drives, CD/DVD, external HDD, card readers, Zip drives, digital cameras,
smartphones, PDA, MP3 players, Bluetooth devices etc.
58 The endpoint solution should be able to monitor data copied to USB storage
devices and should enforce trusted device policy
59 The endpoint solution should Blocking of non-Windows CD/DVD burners, it should
also Inspect and optionally block Explorer writes to WPD class devices
60 End point DLP agent should support protection when network is offline when a
client computer is disconnected from a network still structured or unstructured
data should be protected
61 The endpoint solution should encrypt information copied to removable media

Page 325 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


62 end point DLP agent should support protection features such as client uninstall and
client stop in order to ensure client is running all the time and user should not have
authority to uninstall or stop the services
63 The proposed solution work as a MTA to receive mails from mail server and inspect
content before delivering mails to next hop and should quarantine emails that are
in violation of company policy.
The solution should have more than 50 pre-defined applications and multiple
application groups and allow each application/application group to monitor
operations like Cut/Copy, Paste, File Access and Screen Capture or Download. Also
solution should have the capability to define the third party application.The
solution should be able to define the policies for the inside and out of office
endpoint machines. The endpoint solution should have capabilities to monitor
applications and ensure unauthorized applications do not have access to sensitive
files. The endpoint solution should be able to perform discovery only when the
endpoint is connected to external power or Machine is Idle
64 Solution should be Equipped with a powerful reporting tool that makes auditing
easy and straight forward.
65 DLP for Endpoints – Proposed solution should addresses the a use of confidential
/sensitive data on laptops and desktops across organization. It should prevent
confidential/sensitive files from downloading copying to removable media.
Proposed solution should monitor data being copied and pasted from the clipboard
to prevent confidential/sensitive data from being pasted to specific application.
66 DLP for Web – Proposed solution must block or remove sensitive data from
outbound web communications if they violate security policy.
67 DLP for Network – Proposed solution must passively inspect network traffic for
confidential data that is being sent in violation of security policy.
68 DLP for Files shares, Databases and Document Repositories (Storage) – Proposed
solution must discover stored confidential data throughout the enterprise;
monitor the ownership and use of stored data; and protect sensitive data according
to centrally administered policies. The system should support incremental
scanning during discovery to reduce volumes of data to be scanned.
69 Proposed solution is expected to be deployed in HA (High Availability) mode for all
analysis component

Page 326 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.15.19. Data Classification

Sl. Specification Compliance


No. (Yes/ No)
1. Should be able to do the full customisation of user experience with a variety of
UI supported to meet the user and classification needs. This should consistent
across all applications (OWA, MS Office , CAD).
2. The solution should also be able to classify in Mac versions of MS Office (Word,
PowerPoint, Excel)
3. Should be able to scan the documents for content at the point they are saved
or printed, the solution then suggests or automatically sets the label based on
the content identified. Also the printing of documents can be prevented only
when a specific classification label(s) has been selected
4. The solution should provide the functionalities like Audit only, warn user,
prevent or put up a challenge response while changing the classification or not
choosing the right classification.
5. The user should not be able to save/ print without providing the classification.
6. Reporting should be fully customisable.
7. The solution should be able to extend to MS Exchange to provide the ability to
track incoming and outgoing messages for classification labels. The
application of a label should be supported at the Exchange level (i.e. incoming
messages from 3rd party companies can be labelled automatically before they
reach the end-user mailbox)
8. Solution should provide the ability to mask specific classification labels so that
they are only visible to authorised personal.
9. Rules can be tailored for different departments or hierarchy i.e. visible
markings do not appear on a file when it's printed if the user is in Marketing
10. The solution should be able to Integrate with centralized log management
solutions (SIEM) and interoperable with CASB vendors, Rights Management
solutions, monitoring, reporting and analytics solutions, with other Data
Discovery solutions, Access Control Solutions and Email Filtering and Anti-
spam Solutions

6.15.20. Web Proxy Gateway

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

Page 327 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Sl. Specification Compliance


No. (Yes/ No)
1.1 The solution should have complete license for web security, Antivirus, SSL,
and content inspection and Cloud application control should be built in
solution for user base from the first day in same appliance. The Solution
should intercepts user requests for web destinations (HTTP, HTTPs and
FTP) for web security and in-line AV scanning.
1.2 The solution should provide proxy, caching, on box malware inspection,
content filtering, SSL inspection, protocol filtering and inline AV in block
mode on the same Appliance with the visibility to provide the sanctioned
and unsanctionioned application visibility and control. The appliance
should be capable to handle 1500 users from day 1 scalable to 2500.
1.3 Proposed solution should be able to inspect malicious information leaks
even over SSL by decrypting SSL natively .
1.4 Solution should provide the visibility and protection for the information
leaks over the data theft via the textual data in image over HTTP/HTTPs
1.5 The solution should provide the SSL offloading cability within the appliance
and can be decrypted within the box and support upto 2500 users.
1.6 The Solution should be designed for user base reequest to server in active-
active mode with the appliance , managed through centralized management
console on server platform.
1.7 The solution should provide a Web UI to manage Internet usage policies, it
should also support delegated administration and reporting capabilities so
different roles can be created to manage policies and view reports.
1.8 The solution should be capable of dynamically blocking a legitimate website
which has become infected and unblock the site in real time when the
threat has been removed for below mentioned security categories and
vulnerabilities.
1.9 Solution should provide the detection and proctetcion for the malware
based information leaks in slow and low volume.
2 Solution should provide the ibuilt templates to proivide the information
leaks via malcious dissemination , encrypted uploads and many more.
2.1 The solution should have ability to block anonymizer sites or proxy
avoidance tools. Below mentioned tools should be blocked from first day
and should be provided in default protocol database Ghost surf, Google web
accelerator, Hoopster, Jap, Real tunnel, Socks online, Tongtongtong, Toonel,
Tor, Yourfreedom.
2.2 The solution should have an application program interface (API) is
provided to create categories and populate them with URLs and IP
addresses for use in policy enforcement. The solution also support all
decrypted HTTPS traffic to a physical network interface to allows a trusted
service device to inspect and analyze the decrypted data for its own
purpose, without adding extra decryption products
2.3 The solution should supports credential caching (for transparent and
explicit proxy) to reduce load on domain controllers.

Page 328 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Sl. Specification Compliance


No. (Yes/ No)
2.4 The propose solution should be appliance based. Solution should provide
the details and reports for the data exfilteration happening in the password
and encrypted files uploads over the web.
2.5 Solution vendor should ensure to provide below mentioned security
categories from day1 with automatic database updates for security
categories- Advanced malware command and control, Advanced malware
payloads, Bot networks, Compromised websites, key loggers, Phishing and
other frauds, Spywares
2.6 The solution should have ability to protect the sensitive data exfiltration
based on geo-location.
2.7 The solution should have at least 40+ million websites in its URL filtering
database and' should have pre-defined URL categories and application
protocols along with YouTube, Facebook and linked-in controls. Solution
vendor should ensure that 120+ predefined categories & 150+ pre-defined
protocols should be available on product from day-1. Also in-addition
solution should have ability to configure custom categories for organization.
2.8 The solution should have partnerships or third party inputs for web threat
ratings from Virus total or Facebook
2.9 The solution must detect and block outbound Botnet and Trojan malware
communications. The solution must log and provide detailed information on
the originating system sufficient to enable identification of infected units for
mitigation
3 The solution should provide, Expanded Internet access for off-site users in
realtime for the Hybrid Offiste Roaming user with the license upgrade.
3.1 The solution should support (with license upgrade) same policy
enforcement in real time policy sync for users even when they access
Internet outside the corporate network, this should be enforced through an
agent deployment on roaming endpoints ( (MAC and Windows) . And this
solution should be on premises or with the help of SAAS i.e. mobile user
traffic should redirect to on-cloud solution for policy checks.
3.2 The agent on the roaming user machines should be tamperproof, for
example, the agent cannot be uninstalled by the user even with admin
rights to the system or the user cannot stop the services. The solution
should allow off-site users to access URLs that would otherwise be blocked
means to exclude roaming users from certain policy restrictions, giving
them wider Internet access when not in the office.
3.3 Solution should provide separate Management server which can push
policies for centralized management and reporting in case of multiple site
solution deployment. Management console should provide automatic policy
sync to all the remote boxes when the change is made to central console.
Centralized management and centralized reporting console can be
appliance based or software server hardware based but no VM should be
used for the same.
3.4 Roaming user and Onsite user policy access management will be done from
single Policy Management console.

Page 329 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Sl. Specification Compliance


No. (Yes/ No)
3.5 MAC OS X 10.x and MS Windows 10 support for mobile laptop users web
filtering client. The solution should also support for certain scenario like A
geographical firewall prevents proxy use.
3.6 The solution should have cloud application usage and associated risk
visibility and blocking the malicious cloud app.
3.7 The solution should apply security policy to more than 100 protocols in
multiple categories more than 15. This includes the ability to allow, block,
log, and assign quota time for IM, P2P, and streaming media and solution
should provide at least below mentioned security categories as below
RIGHT FROM FIRST DAY: 1) Advanced Malware Command and Control
category 2) Advanced Malware payload detection category 3) Malicious
embedded links and iframe detection category 4) Mobile malware category
5) Key logger and Spyware category 6) P2P software database from day 1 to
control/block the below P2P protocols.
3.8 The solution should filter out embedded objectionable or unproductive
content, this includes examination of the source server, URL, page content,
and active content. The solution should have functionality to control web
2.0 and real time content categorization.
3.9 The solution should have granular control over popular social web
applications like Facebook, LinkedIn, Twitter, YouTube, and others. The
solution should have social control Video UPLOADS to Facebook and
YouTube applications.
4 The solution must provide below mentioned categories or similar to
functionally for Facebook control from day 1 Facebook Posting: Facebook
function that enables a user to share a post, status or link, Facebook
Commenting, Facebook Friends, Facebook Photo Upload, Facebook Mail,
Facebook Events, Facebook Apps, Facebook Chat, Facebook Questions,
Facebook Video Upload, Facebook Groups etc.
4.1 The solution should have built-in or custom policies for identifying and
segregate You Tube traffic for Education only and Other irrelevant non-
compliance video, It should simplify design and implementation of policy to
ensure user compliance.
4.2 The solution should provide geo-location awareness for security incidents.
The solution should provide inbuilt capability malicious content of
password and unknown encryption files.
4.3 The solution should be able to manage the complete solution through
centralized management and reporting console which should be software
or appliance based.
4.4 The solution should support to have capability to differentiate between
YouTube educational and entertainment videos through default categories
and should have separate default categories for the same.
4.5 The solution should have authentication options for administration, the
specific permissions available depend on the type of administrator and
Administrator activity is logged and available for auditing or
troubleshooting.

Page 330 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Sl. Specification Compliance


No. (Yes/ No)
4.6 The solution should have authentication options for users/groups, It should
supports authentication of users via Integrated Windows Authentication
(Kerberos), NTLM (NTLM v1 and v2 in Session Security), and LDAP.
4.7 The solution should have support of multiple domains, the administrators
can specify the sequence (Domain controllers checked first, second, next,
etc.) used to authenticate users who login from different locations.
4.8 The solution should have Multi-Domain authentication to allow the admin
to create rules that authenticate against multiple domain controllers in a
sequence
4.9 The solution should support real time graphical and chart based dashboard
for the summary of web filtering activities. The solution should pre-built
report templates which the administrator can use for generating reports.
5 The solution should be able to consolidate reports from multiple boxes for
centralized logging and reporting. The solution should provide detailed
information on security incidents to comprehensively investigate individual
threat events
5.1 The solution should be integrated to third-party SIEM applications like
syslog/CEF (Arc Sight), syslog key-value pairs (Splunk and others), syslog
LEEF (QRadar), and Custom.
5.2 The solution should provide native system health monitoring, alerting and
troubleshooting capabilities. The solution should provide reports based on
hits, and bandwidth.
5.3 The Solution should have inbuilt reporting feature like real time
monitoring, reporting templates and investigation drill down report. The
solution should have reporting on the user agent strings of applications to
provide details on application usage and version details including browser
version reports.
5.4 The solution must provide malware, anti-virus, anti-bot etc. scanning
though in-built AV scanning engine in appliance also Solution should
provide on cloud APT (apt feature should be enabled through license
upgrade as required), Advanced threat protection capabilities over web
channel with sandboxing functionality enabled through license upgrade.
5.5 The solution should support Client Certificate Authentication (Content
Gateway) Certificate authentication for use with mobile and other personal
devices.
5.6 The solution should support advance malware detection through
Sandboxing either on premise or on cloud for advance threat detection with
license upgrade in future.
5.7 The solution should have capabilities to automatically deliver reports based
on schedule to selected recipients. The solution should support custom
report creation in Excel and PDF.
5.8 The solution should support configuring scheduled automatic backup of
system configuration. The solution should support automatic download of
available patches or fixes

Page 331 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Sl. Specification Compliance


No. (Yes/ No)
5.9 The OEM should have own TAC center in India.

6.15.21. End Point Zero Day Malware Protection

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Minimum Specifications Compliance


The solution should be advanced endpoint protection offering that has multi-
method prevention including a proprietary combination of malware and exploit
prevention methods that pre-emptively blocking both known and unknown
1 threats.
The security solution should support prevention of cyber breaches by
preemptively blocking known and unknown malware, exploits and zero-day
2 threats.
The security solution should support protection and enables users to conduct
their daily activities and use web-based technologies without concern for
3 known or unknown cyber threats.
Should automates prevention by autonomously reprogramming itself using
4 threat intelligence.
The proposed solution must prevent exploitation of unpatched OS like Windows
5 XP vulnerabilities.
Should support protection against legacy systems with a lightweight agent that
6 does not rely on signatures or scanning.
7 Should support various operating systems.
Should support static analysis via machine learning for an instantaneous verdict
for any unknown executable file before it is allowed to run. It should examine
hundreds of the file’s characteristics in a fraction of a second, without reliance
8 on signatures, scanning or behavioral analysis.

Page 332 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


Should support inspection and analysis to rapidly detect unknown malware and
automatically reprogram to prevent known malware by transforming it into
9 known in about 5-10 minutes.
Should support trusted publisher execution restrictions to identify executable
files that are among the “unknown good” because they are published and
10 digitally signed by trusted publishers.
Should support Exploit Kit Fingerprinting Protection to protect Windows
11 endpoints from fingerprinting, a common technique used by exploit kits.
Should support Child Process Protection for Windows endpoints for prevention
12 against script-based attacks used to deliver malware such as ransomware.
Should block malicious macros from running when launched from a Microsoft
office process on Windows endpoints for the file formats: Microsoft Office 2003
to Office 2007—doc, xls Microsoft Office 2010 and later releases—docm, docx,
13 xlsm, xlsx
14 Should support protection of Mac endpoints from dylib hijacking attack.
Should support Policy-Based Execution Restrictions to restrict specific
15 execution scenarios, thereby reducing the attack surface of any environment.
Should support admin override policies to define policies, based on the hash of
an executable file, to control what is allowed to run in any environment and
what is not. This fine-grained whitelisting (or blacklisting) capability controls
the execution of any file, based on user-defined conditions that tie into any
16 object that can be defined with Active Directory.
Should support Memory Corruption Prevention to prevent the exploitation
techniques that manipulate the operating system’s normal memory
management mechanisms for the application that opens the weaponized data
17 file containing the exploit.
Should support Logic Flaw Prevention that recognizes and blocks the
exploitation techniques that allow an exploit to manipulate the operating
18 system’s normal application process and execution mechanisms.
Should prevent execution of attacker’s commands that are embedded in the
exploit file to recognize the exploitation techniques that allow the attacker’s
19 malicious code to execute and blocks them before they succeed.
The Management software should be provided with the solution to manage the
20 advance endpoint solution.

Page 333 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.15.22. Threat Analysis Tool

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Minimum Specifications Compliance


Web based service should provide the intelligence, analytics, and context
required to understand which attacks require immediate response, as well as
1 the ability to make indicators actionable and prevent future attacks.
This service should enable you to distinguish the important threats from
everyday commodity attacks by matching events on your network. In case of
malicious event, it should help immediately know the context around an attack,
such as the malware family, campaign, or malicious actor targeting your
organization. When identified, it will alert your security team about high-
2 priority events, enabling you to take swift action to mitigate their impact.
It should provide unprecedented visibility into unknown threats, with the
collective insight of thousands of global enterprises, service providers, and
3 governments feeding the service.
It should be capable of gaining intelligence from sandbox, Third-party feeds and
4 correlate.
It should be capable of integrate with Third-party open-source application that
5 streamlines the aggregation, enforcement and sharing of threat intelligence.
On identifying high-priority attacks, It should enable Analyst to find related
indicators of compromise and export them from the service so take immediate
and decisive action to prevent threats and mitigate potential impact can be
6 taken.
Should be able to present unique, targeted attacks which are automatically
prioritized with full context, allowing security teams to respond to critical
7 attacks faster, without additional IT security resources.
Should automatically transform threats into actionable controls that prevent
future attacks and should simplify workflows to create and enforce new
8 controls, from fully automated to user directed to the asked security platform.
Should help understand attacks targeting your peers or industry as well as
9 global.

Page 334 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


10 Should help gain insight from a global community of security experts.
11 Should be supplied with atleast 2 administrator access rights.

6.15.23. Anti DDoS

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Minimum Specifications Compliance


The Anti DDoS module is expected to constantly monitor the behavior of
1 the application visitors and prevent common application layer attacks.
The proposed solution should detect and mitigate both traditional network-
2 layer DDoS attacks and more advanced application layer attacks.
The proposed solution should have the capability to be configured in detect
3 as well as protect mode.
The proposed solution should prevent suspicious outbound traffic for
4 threats and blocking malicious traffic.
The proposed solution must support the ability to blacklist a host, country,
5 domain, URL.
The proposed solution must provide the ability to automatically block bot-
originated traffic according to system- supplied signatures, machine
6 learning and data analysis.
The proposed DDOS solution should have the capability to define a global
DDOS policy for the entire network and a granular DDOS policy for an
7 application.
The proposed DDOS solution should have capability of BOT detection and
Protection beyond signatures and reputation to accurately detect malicious
and benign bots using client behavioral analysis, server performance
8 monitoring, and escalating JavaScript and CAPTCHA challenges

Page 335 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Minimum Specifications Compliance


Anti DDoS should be a dedicated appliance (not a part of Router or
Application Delivery Controller) and must provide L3-L4, DNS and SSL
9 DDOS protection on the same appliance
Dedicated appliance based Anti DDOS (not a part of Firewall or UTM or
Router or ADC ) with DoS Flood Attack Mitigation Throughput of atleast
130Gbps with 2 x 100G ports populated from day 1 and scalable upto 4 x
100G. Automatic Real Time Signature generation within few seconds,
10 without human intervention.

6.15.24. Layer 3 Gigabit Manageable Switch

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Parameter Minimum Specifications Compliance


Ports
1. a) 24 or 48 (as per requirements) 10/100/1000 Base-TX
Ethernet ports and extra 2 nos of 10G ports loaded with
required SFP+ modules.
b) All ports can auto-negotiate between 10Mbps/ 100Mbps/
1000Mbps, half-duplex or full duplex and flow control for
half-duplex ports.
2. Switch type Layer 3
3. MAC Support 32K MAC address.
4. Backplane Switching fabric capacity should support non-blocking
architecture back plane for numbers of ports of switch (as per
network configuration to meet performance requirements)
5. Forwarding Packet Forwarding Rate should be 70.0 Mpps or better.
rate
6. Port Must support Port Mirroring, Port Trunking and 802.3ad LACP
Features Link Aggregation port trunks.
7. Flow Control Support IEEE 802.3x flow control for full-duplex mode ports.
8. Protocols Support 802.1D, 802.1S, 802.1w, Rate limiting
Support 802.1Q VLAN encapsulation, IGMP v1, v2 and v3
snooping
802.1p Priority Queues, port mirroring, DiffServ

Page 336 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameter Minimum Specifications Compliance


Support based on 802.1p priority bits with at least 8 queues
DHCP support & DHCP snooping/relay/optional 82/ server
support
Shaped Round Robin (SRR) or WRR scheduling support.
Support for Strict priority queuing & Sflow
Support for IPV6 ready features with dual stack,Support upto
255 VLANs and upto 4K VLAN IDs
9. Access Support port security
Control Support 802.1x (Port based network access control).
Support for MAC filtering.
Should support TACACS+ and RADIUS authentication
10.VLAN Support 802.1Q Tagged VLAN and port based VLANs and Private
VLAN
The switch must support dynamic VLAN Registration or
equivalent
Dynamic Trunking protocol or equivalent
11.Protocol and  Network Time Protocol or equivalent Simple Network Time
Traffic Protocol support
 Switch should support traffic segmentation
 Traffic classification should be based on user-definable
application types: TOS, DSCP, Port based, TCP/UDP port
number
12.Management  Switch needs to have console port for management via PC
 Must have support SNMP v1,v2 and v3
 Should support 4 groups of RMON
 Should have accessibility using Telnet, SSH, Console access,
easier software upgrade through network using TFTP etc.
Configuration management through CLI, GUI based software
utility and using web interface

6.15.25. Structured Cabling Components

# Parameter Minimum Specifications Compliance


1. Standards ANSI TIA 568 C for all structured cabling components
2. OEM OEM Certification and Warranty of 15-20 years as per OEM
Warranty standards
3. Certification UL Listed and Verified

6.15.26. Electrical cabling component

# Parameter Minimum Specifications Compliance


1. Standards All electrical components shall be design manufactured and tested
in accordance with relevant Indian standards IEC’s

Page 337 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.15.27. Link load Balancer

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Minimum Specifications Compliance


1 Link load balancer shall be an appliance based solution with minimum 64 bit
speed core architecture and purpose built hardware for overall high
performance. It shall have minimum of 10 Gbps throughput. Shall support
security features like reverse-proxy firewall, sync-flood and denial of service
attack protection from day one. It shall support multiple Internet links in
active-active load balancing and active-standby failover mode.
2 It shall support built-in failover decision/health-check conditions. It shall
also support failover and High Availability (HA) requirements. It shall have
redundant power supplies. Shall support script based functions support for
content inspection, traffic matching and monitoring of HTTP, SOAP, XML,
diameter, generic TCP, TCPS.
3 The proposed device should be a dedicated purpose built hardware Load
Balancer appliance.
4 It should not be a part of UTM, Firewall module or Router functionality.
5 Protection from DNS based attacks originated from Botnets of connected
IOT devices like sensors, CCTV cameras, parking sensors, thermostat etc.
6 The proposed solution must support global server load balancing between
DC and on-premise/cloud based DR and should support following DNS
Record type for LLB - All (A, AAAA, A6 ,CNAME, DNAME, HINFO, KEY, MX,
NS, NXT, PTR, SIG, SOA, SRV, TXR)
7 The offered solution should provide DNS Firewall functionality by detection
and mitigation of DNS refelction or amplification DDoS attacks, DNS Flood,
protocol violations, bad request types attacks and other DNS threats
8 The offered appliance should provide DNS Caching , high-speed
authoritative DNS and Resolving capabilities.

Page 338 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.15.28. Tape Library

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

# Parameter Minimum Specifications Compliance


1 Technology LTO 7
Number Two drives (LTO 7)
2 Drives
Medium Minimum 48 slots
3 Slots
4 Interface Minimum 4 Gbps FC interface
Power Redundant Hot Swap Power supply
5 Supply
Scalability Tape Library shall be scalable to quad number of LTO-7
6 drives
Speed Offered LTO-7 drive shall support 300MB/sec in Native
7 mode
Offered Tape Library shall provide native FC connectivity to
8 Connectivity
SAN switches
Offered Tape Library shall have at-least two partition
9 Partitioning support so that drives can be configured in a partition with
dedicated slots.
Offered Library shall be provided with a hardware device
Encryption
10 like USB key, separate appliance etc. to keep all the
device
encrypted keys in a redundant fashion.
11 Management Tape Library shall provide web based remote management.
12 Fans Redundant Hot Swap cooling fans
13 Software Security and Remote Management Software
Supported Should support industry leading backup software such as
backup Symantec Net Backup
14 Software
Barcode Tape library shall support Barcode reader and mail slot.
Reader and
15 Mail slots
Other 1. Tape Library shall have GUI Panel
16 Features 2. Shall be rack mountable.

Page 339 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameter Minimum Specifications Compliance


3. Shall have option for redundant power supply
4. Tape Library shall be supplied with software which can
predict and prevent failures through early warning and shall
also suggest the required service action.
5. Offered Software shall also have the capability to
determine when to retire the tape cartridges and what
compression ratio is being achieved.
Accessories With all required cables and accessories to install and
17 configure in standard 19” rack and to connect to Server/SAN
switch.

6.15.29. Backup Software

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

S. Compliance
Specifications
No.
The Proposed backup solution should be available on various OS platforms
such as Windows, Linux and Unix platforms and be capable of supporting
SAN based backup/restore from various platforms including Unix, Linux
1 and Windows. It should able to integrate with virtualization software
(such as VMware, Hyper-V and Nutanix Acropolis) and should be able to
take both agent based and agent-less back-up of virtual servers.

The proposed solution should be able to backup end user's desktop &
2
laptops
Proposed solution should support Central web based Management Console
3 that simplifies the process of managing and reporting on multiple backup
servers & Desktops in distributed across an environment.
The proposed backup solution should be present in India for more than 12
4
years.
The proposed backup solution should be capable of taking backup of SAN
5 environment as well as LAN based backup.
The proposed solution should have inbuilt asynchronous server based
replication allowing replication of data to DR sites without any additional
6 cost. It should have data rewind capability and should also be able to
replicate across the hypervisors (for like VMware to Hyper-V and vice-
versa.

Page 340 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S. Compliance
Specifications
No.
Prposed backup software should be capable of Bare metal recovery option
7 for instant recovery of servers & desktops/laptops.
Granular restoration along with BMR option for quick recovery of deleted
8 files. For DB & Mail applications expected granular restoration at
application aware manner
The proposed backup solution should have in-built media management
and supports cross-platform device and media sharing in SAN
9
environment. It provides centralized scratch pool thus ensuring backup
never fails for media
The proposed solution should provide variable length data deduplication
(minimum 4K blocks for better deduplication ratio) at global and source
10 side along with compression. It should be able to throttle network
bandwidth for effective utilization of network resources.
Backup software should be able to rebuild the Backup/database catalog
11 from tapes in the event of catalog loss/corruption
The proposed backup solution shall offer Open File support for Windows,
12 Linux based Servers.
Backup Clients should be updated automatically using the client push
13 or/and update feature and install backup agent in the laptop , desktop and
server from a single console.
The proposed backup solution should support online backup solutions for
different types of databases such as Oracle, MS SQL, Sybase, SQL, HANA,
14
Informix etc. on various OS. A combination of backup solution is
acceptable
The Proposed backup solution should have been implemented at atleast 10
15 government oragnizations.
Proposed solution should support universal recovery to restore from P2P,
16 P2V and V2V without having to wait to extract the full backup to
production storage
Proposed solution should have capability to take consistent snapshot of all
17 Microsoft Application i.e. MSSQL, Exchange, Oracle and SharePoint
Proposed solution should provide granular email recovery (single mailbox,
18 single mail) to an outlook client or pst & file-level recovery for Exchange
and SharePoint without additional cost.
19 Proposed solution should be licensed in processor and capacity based.
The software should be able to use USB drives/Network file share/block
20 storage / and native file server volumes for keeping the backup copies
The software should be able to create Standby server on virtualized
systems (VMWare/Hyper-V Server/EC2) and should monitor the
21
heartbeat of the source to enable recovery during production server
failure

Page 341 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S. Compliance
Specifications
No.
The software must allows administrators to back up a server as frequently
22 as every 15 minutes. The software must allow Administrator to backup of
servers , desktop and laptop from a single console .
The software should be able to generate logs & report e.g. de-duplication,
23 Data growth analysis report, Compute utilization report during backup etc.
The software should support clustered environment of VMWare/Hyper-V
24 at the hypervisor level
The proposed backup solution should have Global dashboard with
25 Infrastructure Visualization capability to launch Dashboard Reports on a
backup node
The proposed backup software should have Integrated block-level
replication capability to replicate the backup sets from backup server at
26 one site to backup server on another site. In case of failures, it should be
able to resume the replication from point of failure.
The proposed solution should have the capability to take Backup of
27 Network Shares and UNC path.
The proposed solution should be able to perform cross platform Instant
28 VM Recovery. The solution should be capable of Instantly restoring VM
running on ESX on Hyper V and vice versa.
The proposed solution should provide assured recovery mechanism for
29 testing backup integrity.
The proposed backup and replication solution should be capable of taking
30 backup from Hardware snapshots (e.g. Netapp, Nimble, HP-3PAR ).
The proposed software should provide inbuilt capability to integrate with
cloud from 3-2-1 prespective and should also allow to perform Instant VM
31
Recovery/ Virtual Stand by operation on on-premise infrastructure and
cloud.
The proposed software should be able to create Standby server on
virtualized systems (VMWare/Hyper-V/EC2) and should monitor the
32
heartbeat of the source to enable recovery during production server
failure
33 The proposed solution should provide D2D2T,D2T and D2D2C capabilities.
Proposed solution should support universal recovery to restore from P2P,
34 P2V, V2V without having to wait to extract the full backup to production
storage
The proposed Backup and replication software should provide role based
35 access control for security and audit purpose.
The proposed software should provide capability of full system replication
36 and migration of Windows and linux based servers and should provide
assured recovery mechanism for non-disruptive DR testing.

Page 342 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S. Compliance
Specifications
No.
The proposed backup and replication software should be able to
37 automatically switchover/failover the VMs from production datacenter to
DR datacenter in case of failures/disaster and vice-versa.

6.16. City GIS platform with Property & Utility details


6.16.1. GIS Enterprise Software

S. No. Description of Functionality Compliance


The basic dashboard will have departmental GIS module links, which
will be added as a part of post implementations phase. In addition,
1.
there will be a common GIS module on the dashboard where below
mentioned generic GIS functionalities will be available.
The solution available enterprise wide will be based and shall have
capacity to manage layers by switching on or off layers. In addition,
2.
transparency and visibility scale shall be fixed for each layer. The
proposed platform should support both 2Dand 3D environment.
The Attribute Viewer allows you to view the attribute fields of selected
3.
features
Select features in a layer using a SQL-based expression against their
4.
attributes or any other equivalent
Predefined query to make it easier for users to view particular subsets
of a map's data from an end-user perspective, executing the query is
5.
simple and is performed with a single button click. It is designed to
work on a single layer.
Map contents list all the layers on the map and shows what the
6. features in each layer represent. The check box next to each layer
indicates whether its display is currently turned on or off.
7. Navigating the map
It creates a zone around a map feature (Point & Line) measured in
8.
units of distance or time. This buffer is useful for proximity analysis
9. There should be a tool to identify the spatial error in the database
GIS Web Portal/Mobile Application
1 To locate citizens’ current location, display nearby utilities & distance
between current location and searched utility
2 Facility to Print, Bookmark & perform Measurement (Find Distance,
Area & Latitude/Longitude)
3 Searching services or utilities like Education, Emergency, Government
offices, Health service, etc.
4 A legend window explaining all the symbology used in the map
5 It will have common queries for citizens: Locate Toilet, locate building
based on construction type, locate building by total number of floors,
Locate Garbage disposal bins, locate building by Usage type, locate
building by no. of floors, locate slums, Locate hotels/bus stop/ATMs, etc.

Page 343 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S. No. Description of Functionality Compliance


6 The tool should basically allow citizen to draw the shapes like Point,
Line, Polygon, Triangle, extent, freehand polyline, circle, ellipse,
freehand & save & share it in .pdf, .jpg or another format
7 Ward details, zone details, officers, educational institutes, health
facilities, hotel, entertainment, grievances etc.
8 Description of site information
9 Any announcements made by SSCL for citizens is to be displayed here
10 Help regarding functionalities of all the features of the portal is to be
found here
11 It should be compatible with mobile

6.16.2. Server specifications for Database & Application Software for GIS

Sr.No. Name of Item OEM/ Make Exact Part No. Quantity


Model / License Complianc
Count e
Offered
Server specifications for Database & Application Software for GIS
1 GIS Platform License
(Enterprise server
based)
4 Servers (Database/
Application / Web /
Staging, etc)

6 Any other software or


licences to achive the
achieve the functionality
(please specify)

6.16.3. Development of Property Tax Survey Mobile Application

S. Type of
Description of Functionality Compliance
No. Functionality

1 Mobile 1. It should be compatible with android 5.1 and above OS


Application 2. It should geotag each survey sheet
3. Alpha numeric data collected via survey should be stored in
.xls or .dbs or any other format for better computing
4. Apart from alpha numeric input as answers to questions, the
mobile application should accept input in the following forms
too (they should also be geo located/ geo tagged):

Page 344 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S. Type of
Description of Functionality Compliance
No. Functionality
a. Images – stored in .jpeg format or any equivalent
b. Videos clips – stored in .mp4 or .3gp format
c. Audio clips – stored in .mp3 or .wma format
The selected bidder must design, develop, deploy and end user
training of GIS database and a customized Mobile based GIS
application for geotagging all the properties within SMC
jurisdiction. The scope of work is as follows:
 Mobile app android-based surveyor module for GPS
enabled handheld device with good accuracy for
effective and real time geospatial property tax survey.
 Provide documented functional requirements, as and
when gathered throughout the period, for validation
with the SSCL’s stakeholders, or persons appointed
thereby.
 Develop wireframes for new UI or existing UI revamps,
wherever required, upon written request by the SSCL or
representatives thereof. Please note that this includes
creation of new UI or enhancements or adjustments to
be made to existing UI, in response to external events,
change in functionality or other factors.
 Provide robust design and solutions considering the
integration with backend systems and the integration
with existing systems.
 Provide web services and APIs for the mobile
applications, on written request by the SSCL or
representatives thereof.
 Design, development, testing, deployment and end user
training of the mobile application developed. End user
training may be required more than once.

Deliver and provide handover for the source code and any
additional software components that are developed to fulfil the
project requirements
 Provide technical documentation: requirements, design,
architecture, installation, configuration, testing related
documents.
 Suggest UI and UX improvements based on current
trends and technology available.
 Integrate the latest developments from the mobility
space into the mobile application, as and when deemed
suitable by the SSCL or representatives thereof.

The mobile application should be cyber secured and should


provide a security audit report for the same. Vendor shall be
required to submit security audit certificates of all the
deliverables.

Page 345 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S. Type of
Description of Functionality Compliance
No. Functionality

2 Login Module User Role based login


New Property Property locations tagging,
3. Geotagging Pictures, new polygons creation, etc.
Modules
Old Property Identification of property assessed or non-assessed. Property
4. Geotagging locations tagging, Pictures, new polygons creation
Module
Rejected Details for properties submitted, reasons of rejections
5. Properties
Module
Duplicate Duplicate properties records details, provision to delete or
6. properties merge these duplicate records
module
Alerts & Alerts for rejection, duplications and notifications of reassigned
7. Notifications Properties

Reports Users can view and customize the reports as per his/her role
8. and requirements., Reports auto generated by system

User User administration module


9. Management

10 Data Mobile Application has to be integrated with Property


Requirement Management System managed by Property Tax Department.
s  Data must flow seamlessly between mobile application
to Property Tax application
 Data exchange between application and Property
Management System must be secure and encrypted.

11 Data Transfer Uploaded photos, signature and details need to be light weight
and Size of for quick data transfer and also provision need to be provided
Content for surveyors facing technical problem in data transfer through
cellular data network should be able to transfer the collected
data to server over internet as a package

6.16.4. Geo enabled door-to-door Property tagging survey

S.
Functionality Description Compliance
No.

1. A Survey to be conducted of all properties including vacant sites (All


residential, Commercial, Industrial, Educational, Religious Buildings, etc.).

Page 346 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.
Functionality Description Compliance
No.
2. Bidder should conduct Geo-enabled tagging survey of all already assessed and
yet to be assessed properties, Private Properties, Government Properties,
Properties owned by SSCL, Mobile towers, religious properties, all type of
properties etc. under SMC jurisdiction, ground truth of location on map and real
time updates in the database of property tax assessment system.

3. Bifurcation of property and verification of ground realities of Residential / non-


residential and open Plot.

4. Bidder should use Mobile devices for property tax geotagging survey which will
help in effective property tax survey completion and real time updates in
centralize GIS database.

5. The Mobile device shall have a data dictionary developed by the surveyor for
geo-enabled field survey. Bidder has to ensure that the survey is carried out by
the same Mobile device and same data dictionary is used for data collection on the
field.

6. Bidder needs to purchase scaled survey maps from City Survey Office for
allotted before going for any kind of survey. In addition, pre-scanned documents
from property tax department need to be attached to each property which is
being surveyed before the survey activity takes place.

7. In case of any deviation / change of use / unassessed properties identified by


the selected bidder, the information of this change must be informed to the
Department through Mobile Application

8. The surveyor team will have to follow the details as per the workflow
mentioned in Annexure VI.

9. The selected bidder will be responsible for loading the reference map in the
Mobile device.

10. It is selected bidder’s responsibility to bring the Mobile handheld devices as


per the number of surveyors’ bidder chooses to put on field.

11. The Mobile device should have camera with active data connection and having
good minimum 3G internet connectivity during the period of survey.

12. The cost of handheld Mobile device, service provider Sim Card and data
connection for every device will have to be borne by selected bidder.

13. The survey team will have to maintain decorum while carrying out the survey
activity keeping citizen’s convenience at prime. In case of any activity that is out
of acceptable limits, SSCL may take legal actions against the selected Bidder.

Page 347 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.
Functionality Description Compliance
No.
14. Any complaints related to device and device network connection will not be
entertained by SSCL and selected bidder will have to resolve it without hampering
the ongoing survey work. Any such delay will not be attributable to SSCL.

The bidder can perform survey work all days including public holidays from
SUNRISE until SUNSET.

16. The captured property tagging details should be sent to higher levels of
hierarchy for further addition of office level data. The indicative list of fields that
will have to be surveyed from the field is as shown in section 9.2

17. 5% to 10% of each ward properties will be randomly selected as sample for
the accuracy.

Page 348 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.16.5. Web GIS Software

S.No Minimum Requirements


Compliance
1. Web GIS Application Software to operate on Windows and or any other
Operating Systems and support concurrent users to view the datasets in
web environment
2. Web based GIS Software must allow to implement a centrally managed GIS
providing the facility through centrally managed database and GIS
applications
3. Facility for display of spatial layers, query management like have various
query tools for queries based on attributes, location, etc.
4. Facility for basic Navigation tools like the software should have tools to
Pan, Zoom, and Rotate the Map according to user requirements
5. Facility for spatial data classification based on specific attribute value and
report generation
6. Ability to search and to zoom into the user specified x, y, z coordinates
7. Support Predefined Geographic Coordinate Systems, Projected Coordinate
Systems, Predefined Vertical Coordinate Systems
8. Provision for definition of map projection system and geodetic datum to
set all the maps in a common projection and scale.
9. Facility to click on any feature of the map and return a select set of
attributes for feature
10. Facility to perform the spatial intersection analysis like plot area with
buffer zone to calculate road widening impact on adjacent land.
11. Allow user to open raster images, or satellite images of various standard
format.
12. Ability to import / export data from / to various formats like shape (shp),
MIF, dxf etc.
13. Allow users to export query results to various file formats like bmp, Tiff,
Jpeg, pdf, etc.
14. Support printing spatial data at different scales and at adjustable print
quality.
15. Support fully automatic and semi-automatic raster to vector conversion
tools.
16. Facility to define joins between the two tables (graphic / nongraphic)
of the database to get integrated information in the table and perform GIS
analysis
17. Provision of hyper linking the GIS feature as well as its attribute
fields with existing documents, drawing files or scanned maps related to
that feature
18. Ability to add data from internet or intranet users to the existing
map data so that data from other sources can also be utilized by SSCL
19. Simple and feature like XML view of a single table, Interoperability relies
on simplicity and customization, Collection of related identifiable objects
etc.

Page 349 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.No Minimum Requirements


Compliance
20. Facility to create and organize user desired number of Spatial Bookmarks
and should be able to share the same
21. The software should support Map Services, Open Geospatial Consortium,
Inc. (OGC) services like WMS, WFS etc.

6.16.6. Indicative Fields Property Tax Survey

Municipal Corporation, Saharanpur Property Tax Survey Proforma

S.NO Particular Details


1. Name
2. Property ID
3. Gas line No.
4. Survey ID
5. Property No.
6. Landmark
7. Ward No.
8. Property Type
9. Property Usage
10. Effective Date
11. No. of Tenants
12. Owner Date of Birth
13. Electricity Customer No.
14. Electricity Meter No
15. Total floors
16. Address of the Property
17. Mobile No.
18. Email ID
19. Aadhar Card No.
20. Longitude
21. Latitude
22. Water Connection Exists

Above Indicated list will be modified according to client’s requirements.

6.17. Artificial Intelligence & Analytics System

The edge analytics and AI/ML will be used for below use cases :

1. Redlight Violation Detection


2. Riding without helmet
3. Triple riding on two wheelers
4. Defective number plate alert

Page 350 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

MSI has to provide above use cases and other use cases as per the locations/channels mentioned
in Annexure-IX

6.17.1. Edge Analytics

The proposed Edge Analytics should have following mentioned minumim specifications:

1. Should deliver 7 teraFLOPS of FP16 performance or better


2. Support Wi-Fi, Bluetooth, 3G/LTE connectivity options
3. Should have 100Mbps/1GbE management network link
4. Should support 1GbE (via RJ45) or 10GbE (SFP+)
5. Should have minimum operating temperature to withstand outdoor operating environment as
per city conditions

6.17.2. Artificial Intelligence

Artificial Intelligence with Continuous Learning & Improvement system:

1. Should deliver processing units’ performance of 1 petaFLOPS on FP16 or better


2. Should have software tools for achieving the following tasks- Resource allocation, queueing of
jobs, performance monitoring and creating software containers
3. Should support commonly used Deep Learning based AI frameworks like TensorFlow, CNTK
etc.
4. Should have minimum 512GB system memory per system or batter
5. Should have dual 10GbE and 4 IB EDR per system.
6. Should have minimum power consumption requirements
7. Should have dual 20-core Intel Xeon E5-2698 or better per system.
8. Should support parallel computing architecture.
9. Should support software libraries for continuous learning and improvement for betterment of
Intelligent video analytics software installed in edge/field devices using Deep Learning based
AI methodologies.

6.18. Non-IT Requirements & Specifications

The functional requirements and technical specifications provided in the below sections and at other
sections in this RFP are indicative and carry guiding rule. The MSI is free to offer products and
solutions which meet requirements of the RFP focusing on the outcome, future scalability, security,
reliability and adherence to specified SLA under this RFP, in line with applicable standards & best
practices adopted in the industry. The MSI is encouraged to design an Optimised solution which is
technically superior, innovative, proven, better in terms of functionality and is cost effective. Any
specified parameters mentioned in the scope/technical requirement in the RFP may be considered if
it is required for meeting current & future requirements during the contract period. The MSI is fully
responsible for the specified outcome to be achieved. It is essential that Fire Proof material be used
as far as possible and Certification from Fire Department be taken for Command Centres before Go-
Live.

Page 351 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.18.1. Civil and Architectural Work

# Description Compliance
A. False Ceiling (at Command Centers)
1 Providing and fixing metal false ceiling with powder coated 0.5mm thick
hot dipped galvanised steel tiles 595 x 595 mm with regular edge (10mm)
suitable for 25mm grid supported on suitable powder coated galvanised
steel grid as per manufacturer specification. The same shall be inclusive of
cut outs for lighting, AC grills, Fire detectors, nozzles, etc.
2 Providing and fixing 12 mm thick fire line Gypsum false ceiling and lighting
troughs 300 mm as per design including 100 mm high cornices as lighting
pelmets on G.I. frame work, in G.I. vertical supports at every 450mm c/c
and horizontal runners at every 900mm c/c self-taping metal screws to
proper line and level. The same shall be inclusive of making holes and
required framing for fixing electrical fixtures, A.C. grills etc. GI vertical
supports to be anchored to slab by means of anchor fasteners.
B. Furniture and Fixture Compliance
1 Bidder should submit the below certificates / documents at the time of
BID submission for Console Manufacturer, in light of absence of the
documents BID can be rejected.
a) ANSI / BIFMA Certificate for Consoles
b) ISO 9001, ISO 14001 & OHSAS 18001 Certificate
c) Green Guard Certificate for low emissions
d) ROHS Compliance
e) Seismic Zone 5
f) ASTM E84
2 Structure
Console System must be of modular design. The Console design shall
address the functional, ergonomic and aesthetic requirements of the
particular working environment while complying with accepted human
factor design and ergonomic standards for viewing distance, angle,
keyboard height, and knee space requirements.
 Standard top height of modular control desk shall be 750 mm. The
Console Table Top / Working Surface should be made of 25mm
MDF Board with 1mm Laminate to be wrapped around the Table
top.
 The Basic Structure should consist of Extruded AL Profiles
(6063T6 grade) binded by Top & Bottom (min 2mm) MS Frames
formed in such a way as to provide maximum buckling and torsion
resistance. The Front & Back Panels should be openable /
removable (with Push Lock Mechanism) made of laminated MDF
Board in min thickness of 18mm. The Side Panels should be fixed
type, made in 26mm MDF Board Claded on 18mm MDF Board. All
panels must be attached to the frame with concealed fasteners.
Console access panels (Front & Rear Panels) must be removable
without the use of tools. The Front panel should be positioned in
such a way that there should be sufficient leg space (min of 400mm
from the front edge of the Table Top).

Page 352 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Description Compliance
 All sheet metal / aluminum parts must be finished with
electrostatic powder coating with average of min 80 microns over
all surfaces.
 The console frame shall have provisions for leveller legs to be
incorporated into the frame.

3 Work Surface
The Console Table Top should be made of 25mm MDF Board with
wrapped around Laminate, with no sharp Edges. The work surface
platform shall have smooth edges and transitions, thus avoiding
sharp corners or potential rib catchers for operator safety.

Modular Rear Wall (Slat Wall)


 Wall should be of min 86 mm (Height) and approx 200-300 mm
high from the Monitor Base.
 Modular walls shall be made of 2mm thick Extruded Aluminum
(6063T6 aluminum alloy).
 It should have high Load bearing capacity. Minimum weight
carrying capacity has to be 20 KGs per Meter.

Monitor Arms
 It shall be capable for mounting all type of existing LCD monitor
with dimensions between 17” to 27” using suitable
adopter/additional base plate, if required any.
 Vendor shall provide the suitable adopter/additional base plate
for mounting the existing LCD monitors.
 It shall allow the rotate/ tilt/ raise/the monitors as well as fix their
adjustment.
The monitor arm should be Articulating monitor arm
4 Miscellaneous: -
 There shall be a closed cabinet below the modular control desk for
placing of CPU. Cabinet should have proper cooling system. CPU
needs to be accessible from front as well as rear side of control
desk for easy working and maintenance.
 The cabinet shutters shall be of Butt Hinged type with 18mm thick
MDF.
 Rear shutters of each console should have provision of Airflow
opening for cooling and heat dissipation effect.
 Rear panel shall have ventilation fans mounted on it.
 It shall have proper arrangement for flow of cables i.e. LAN Cable,
Power cable, VGA cable, Mouse cable, Keyboard etc.
 Design of control desk shall allow cables from the floor cable
channel.
 Control desk shall be equipped with individual power distribution
unit (PDU) (06 no for one Modular Control Desk) and capable of
being switched on/off individually. Power supply socket should be
dual type i.e. Universal type.
 All bolts must be of SS material to avoid rust due to environment.

Page 353 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Description Compliance
5 Providing, making & fixing an enclosure for gas cylinder of Shutters and
Partitions along with wooden support and 18 mm thick MDF board along
with 1.5 mm approved laminate colour outside and 2 coat of enamel paint
inside the shutter. The same should be provided with all the required
accessories including the handle, lock, loaded hinges, tower bolt and
necessary hardware etc. complete with French polish.
C. Partitions (wherever required as per approved drawing)
1 Providing and fixing in position full height partition wall of 125 mm thick
fire line gyp-board partition using 12.5 mm thick double fire line gyp-
board on both sides with GI steel metal vertical stud frame of size 75 mm
fixed in the floor and ceiling channels of 75 mm wide to provide a strong
partition. Glass wool insulation inside shall be provided as required. Fixing
is by self-tapping screw with vertical studs being at 610 mm intervals. The
same should be inclusive of making cut-outs for switch board, sockets, grill
etc. It shall also include preparing the surface smoothly and all as per
manufacture’s specification etc. finally finishing with one coat of approved
brand of fire resistant coating.
2 With glazing including the framework of 4" x 2" powder coated aluminium
section complete (in areas like partition between server room & other
auxiliary areas).
3 Providing & fixing Fire Rated Wire Glass minimum 6 mm thick for all
glazing in the partition wall complete. (External windows not included in
this).
4 All doors should be minimum 1200 mm (4 ft.) wide.
D. Flooring (wherever required as per approved drawing)
1 The MSI shall procure and install a raised floor to match the floor height
and room aesthetic in accordance with the approved final layout and
design. The MSI shall consider standard parameters for developing the
final height, width, point of load, and uniform distribution load of the
raised floor for the rooms based on type of furniture and overall load.
2 The MSI shall ensure the following features and parameters are
considered while designing and commissioning the raised floor:
1. Point of Load (PoL) shall be considered 20% more than the
actual load
2. Uniform Distribution Load shall be calculated according to the
final Point of Load
3. Noise-proof
4. Fireproof
5. Maintenance window for easy access to under the raised floor
6. Separate electrical and data cable tray under the raised floor
7. Face of floor tiles shall conform to the aesthetic part of the
approved design
3 The MSI shall perform load test and noise test of the constructed raised
floor.
4 The MSI shall complete the following requirements for the raised flooring
panels:
1. Floor shall be designed for standard load conforming to BIS
875-1987.

Page 354 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Description Compliance
2. Panels shall be made up of 18-gauge steel of 600 mm × 600 mm
size treated for corrosion and coated with epoxy conductive
paint (minimum thickness 50 Micron).
3. Raised flooring covering shall be antistatic, high-pressure
laminate, two (2) mm thick in approved shade and color with
PVC trim edge. It shall not make any noise while walking on it
or moving equipment. Load and stress tests on floor panels
shall be performed as part of acceptance testing.
E. Painting
1 Providing and applying Fire retardant paint of pre-approved make and
shade to give an even shade over a primer coat as per manufacturers’
recommendations after applying painting putty to level and plumb and
finishing with 2 coats of fire retardant paint. Base coating shall be as per
manufacturer’s recommendation for coverage of paint.
2 For all vertical Plain surface.
3 For fire line gyp-board ceiling.
4 Providing and laying POP punning over cement plaster in perfect line and
level with thickness of 10 - 12 mm including making good chases, grooves,
edge banding, scaffolding pockets etc.
5 Applying approved fire retardant coating on all vertical surfaces, furniture
etc. as per manufacturer's specification.

6.18.2. Generator 200 KVA - Functional & Technical Specifications

Proposed Make :

Proposed Model :

Page Nos of Bid for


Technical compliance :

Sr# Parameters Functional & Technical Specifications Compliance


1 Rating 200 KVA
2 O/p power 128 KW
3 Voltage 415 V / 3 Phase
4 BHP 200 Minimum
5 Power Facctor 0.8 Lagging
6 Noise Level < 75 dBA (Meeting Emission & Noise Compliant CPCB II)
7 Frequency 50 Hz
8 No. of cylilinders 4 (Minimum)
Rated Speed of
9 Alternator (RPM) 1500
Standard control
10 pannel Required
11 AMF Required

Page 355 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Sr# Parameters Functional & Technical Specifications Compliance


Emission & Noise
12 Compliance CPCB-II or Higher
13 Engine Cooling Radiator cooled
14 Acoustic Enclosure Required As per CPCB Norms
15 Make KIRLOSKAR/ CUMMINS or equivalent
Bidder need to consider the platform and roofing as
16 Platform & Roofing required for Generator installation
Bidder to consider the exhaust piping up to three floors
17 Exhaust Piping levels
Electrical wiring / Bidder need to consider the required electrical wiring
18 Earthing and earthing as required for generator installation
Electrical
Inspectorate Bidder need to coordinate the electrical inspectorate
19 approval approvals as required for generator usage

6.18.3. PVC Conduit

# Description Compliance
1. The conduits for all systems shall be high impact rigid PVC heavy-duty type and
shall comply with I.E.E regulations for non-metallic conduit 1.6 mm thick as per
IS 9537/1983.
2. All sections of conduit and relevant boxes shall be properly cleaned and glued
using appropriate epoxy resin glue and the proper connecting pieces, like
conduit fittings such as Mild Steel and should be so installed that they can
remain accessible for existing cable or the installing of the additional cables.
3. No conduit less than 20mm external diameter shall be used. Conduit runs shall
be so arranged that the cables connected to separate main circuits shall be
enclosed in separate conduits, and that all lead and return wire of each circuit
shall be run to the same circuit.
4. All conduits shall be smooth in bore, true in size and all ends where conduits
are cut shall be carefully made true and all sharp edges trimmed. All joints
between lengths of conduit or between conduit and fittings boxes shall be
pushed firmly together and glued properly.
5. Cables shall not be drawn into conduits until the conduit system is erected,
firmly fixed and cleaned out. Not more than two right angle bends or the
equivalent shall be permitted between draw and junction boxes. Bending radius
shall comply with I.E.E regulations for PVC pipes.
6. Conduit concealed in the ceiling slab shall run parallel to walls and beams and
conduit concealed in the walls shall run vertical or horizontal.
7. The chase in the wall required in the recessed conduit system shall be neatly
made and shall be of angle dimensions to permit the conduit to be fixed in the
manner desired. Conduit in chase shall be hold by steel hooks of approved
design of 60cm center the chases shall be filled up neatly after erection of
conduit and brought to the original finish of the wall with cement concrete
mixture 1:3:6 using 6mm thick stone aggregate and course sand.

Page 356 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.18.4. Wiring

# Description Compliance
1. PVC insulated copper conductor cable shall be used for sub circuit runs
from the distribution boards to the points and shall be pulled into
conduits. They shall be stranded copper conductors with thermoplastic
insulation of 650 / 1100 volts grade. Colour code for wiring shall be
followed.
2. Looping system of wring shall be used, wires shall not be jointed. No
reduction of strands is permitted at terminations.
3. Wherever wiring is run through trunking or raceways, the wires emerging
from individual distributions shall be bunched together with cable straps
at required regular intervals. Identification ferrules indication the circuit
and D.B. number shall be used for sub main, sub circuit wiring the ferrules
shall be provided at both end of each sub main and sub-circuit.
4. Where, single phase circuits are supplied from a three phase and a neutral
distribution board, no conduit shall contain wiring fed from more than one
phase in any one room in the premises, where all or part of the electrical
load consists of lights, fans and/or other single phase current consuming
devices, all shall be connected to the same phase of the supply.
5. Circuits fed from distinct sources of supply or from different distribution
boards or M.C.B.s shall not be bunched in one conduit. In large areas and
other situations where the load is divided between two or three phases,
no two single-phase switches connected to difference phase shall be
mounted within two meters of each other.
6. All splicing shall be done by means of terminal blocks or connectors and
no twisting connection between conductors shall be allowed.
7. Metal clad sockets shall be of die cast non-corroding zinc alloy and deeply
recessed contact tubes. Visible scraping type earth terminal shall be
provided. Socket shall have push on protective cap.
8. All power sockets shall be piano type with associate’s switch of same
capacity. Switch and socket shall be enclosed in a M. S. sheet steel
enclosure with the operating knob projecting. Entire assembly shall be
suitable for wall mounting with Bakelite be connected on the live wire and
neutrals of each circuit shall be continuous everywhere having no fuse or
switch installed in the line excepting at the main panels and boards. Each
power plug shall be connected to each separate and individual circuit
unless specified otherwise. The power wiring shall be kept separate and
distinct from lighting and fan wiring. Switch and socket for light and power
shall be separate units and not combined one.
9. Balancing of circuits in three phases installed shall be arranged before
installation is taken up. Unless otherwise specified not more than ten light
points shall be grouped on one circuit and the load per circuit shall not
exceed 1000 watts.

Page 357 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

6.18.5. Cable Work

# Description Compliance
1. Cable ducts should be of such dimension that the cables laid in it do not
touch one another. If found necessary the cable shall be fixed with clamps
on the walls of the duct. Cables shall be laid on the walls/on the trays as
required using suitable clamping/ fixing arrangement as required. Cables
shall be neatly arranged on the trays in such manner that a criss-crossing
is avoided and final take off to switch gear is easily facilitated. Cable shall
be laid as per the IS standard
2. All cables will be identified close to their termination point by cable
number as per circuit schedule. Cable numbers will be punched on 2mm
thick aluminium strips and securely fastened to the. In case of control
cables all covers shall be identified by their wire numbers by means of PVC
ferrules. For trip circuit identification additional red ferrules are to be
used only in the switch gear / control panels, cables shall be supported so
as to prevent appreciable sagging. In general distance between supports
shall not be greater than 600mm for horizontal run and 750mm for
vertical run.
3. Each section of the rising mains shall be provided with suitable wall straps
so that same the can be mounted on the wall.
4. Whenever the rising mains pass through the floor they shall be provided
with a built-in fire proof barrier so that this barrier restricts the spread of
fire through the rising mains from one section to the other adjacent
section.
Neoprene rubber gaskets shall be provided between the covers and
channel to satisfy the operating conditions imposed by temperature
weathering, durability etc.
5. Necessary earthling arrangement shall be made alongside the rising mains
enclosure by Mean of a GI strip of adequate size bolted to each section and
shall be earthed at both ends. The rising mains enclosure shall be bolted
type.
6. The space between data and power cabling should be as per standards and
there should not be any criss-cross wiring of the two, in order to avoid any
interference, or corruption of data.

6.18.6. Earthing

All electrical components are to be earthen by connecting two earth tapes from the frame of the
component ring and will be connected via several earth electrodes. The cable arm will be earthen
through the cable glands. Earthling shall be in conformity with provision of rules 32, 61, 62, 67 & 68
of Indian Electricity rules 1956 and as per IS-3043. The entire applicable IT infrastructure in the
Control Rooms shall be earthed.

Page 358 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Description Compliance
1. Earthing should be done for the entire power system and provisioning
should be there to earth UPS systems, Power distribution units, and AC
units etc. so as to avoid a ground differential. State shall provide the
necessary space required to prepare the earthing pits.
2. All metallic objects on the premises that are likely to be energized by
electric currents should be effectively grounded.
3. The connection to the earth or the electrode system should have sufficient
low resistance in the range of 0 to 25 ohm to ensure prompt operation of
respective protective devices in event of a ground fault, to provide the
required safety from an electric shock to personnel & protect the
equipment from voltage gradients which are likely to damage the
equipment.
4. Recommended levels for equipment grounding conductors should have
very low impedance level less than 0.25 ohm.
5. In case of a UPS and Transformer equipment, the Earth resistance shall be
automatically measured on an online basis at a pre-configured interval
and corrective action should be initiated based on the observation. The
automatic Earthing measurements should be available on the UPS panel
itself
6. There should be enough space between data and power cabling and there
should not be any cross wiring of the two, in order to avoid any
interference, or corruption of data.
7. The earth connections shall be properly made.
8. A complete copper mesh earthing grid needs to be installed for the server
farm area, every rack need to be connected to this earthing grid. A separate
earthing pit needs to be in place for this copper mesh.
9. Provide separate earthing pits for servers, UPS & generators as per the
standards.

6.18.7. Fire Detection and Control Mechanism

Fire can have disastrous consequences and affect operations of a Control Room. It is required that
there is early-detection of fire for effective functioning of the Control Room.

# Description Compliance
A. System Description
1 The Fire alarm system shall be an automatic 1 ton (e.g. 8) zone single loop
addressable fire detection and alarm system, utilizing conventional
detection and alarm sounders.
2 Detection shall be by means of automatic heat and smoke detectors
located throughout the Control Room (ceiling, false floor and other
appropriate areas where fire can take place) with break glass units on
escape routes and exits.

Page 359 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Description Compliance
B. Control and Indicating Component
1 The control panel shall be a microprocessor based single loop addressable
unit, designed and manufactured to the requirements of EN54 Part 2 for
the control and indicating component and EN54 Part 4 for the internal
power supply.
2 All controls of the system shall be via the control panel only.
3 The system status shall be made available via panel mounted LEDs and a
backlit 8 line x 40-character alphanumeric liquid crystal display.
4 All system controls and programming will be accessed via an
alphanumeric keypad. The control panel will incorporate form fill menu
driven fields for data entry and retrieval.
5 The system will include a detection verification feature. The user shall
have the option to action a time response to a fire condition. This time shall
be programmable up to 10 minutes to allow for investigation of the fire
condition before activating alarm outputs. The operation of a manual call
point shall override any verify command.
C. Manual Controls
1 Start sounders
2 Silence sounders
3 Reset system
4 Cancel fault buzzer
5 Display test
6 Delay sounder operation
7 Verify fire condition
8 Disable loop
D. Smoke detectors
1 Smoke detectors shall be of the optical or ionisation type. Devices shall be
compatible with the CIE conforming to the requirements of EN54 Part 7
and be LPCB approved. The detectors shall have twin LEDs to indicate the
device has operated and shall fit a common addressable base.
2 Heat detectors
3 Heat detectors shall be of the fixed temperature (58° C) or rate of
temperature rise type with a fixed temperature operating point.
4 Devices shall be compatible with the CIE conforming to the requirements
of EN54 Part 5 and be LPCB approved.
5 The detectors shall have a single LED to indicate the device has operated
and shall fit a common addressable base.
E. Addressable detector bases
1 All bases shall be compatible with the type of detector heads fitted and the
control system component used. Each base shall comprise all necessary
electronics including a short circuit isolator.
2 The device shall be automatically addressed by the CIE on power up of the
loop without the need of the insertion of a pre-programmed EPROM or
setting of DIL switches.
3 Detector bases shall fit onto an industry standard conduit box.
F. Audible Alarms
1 Electronic sounders shall be coloured red with adjustable sound outputs
and at least 3 sound signals. The sounders should be suitable for operation

Page 360 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Description Compliance
with a 24V DC supply providing a sound output of at least 100dBA at 1
meter and 75 dBA min, for a bed head or sounder base type device. The
sounder frequency shall be in the range of 500Hz to 1000Hz.
G. Commissioning
1 The fire detection and alarm system will be programmable and
configurable via an alpha numeric keypad on the control panel.

6.18.8. Access Control System

The Access Control System shall be deployed with the objective of allowing entry and exit to and from
the premises to authorized personnel only. The system deployed shall be based on Biometric
Technology. An access control system consisting of a central PC, intelligent controllers, power
supplies and all associated accessories is required to make a fully operational on line access control
system. Access control shall be provided for doors. These doors shall be provided with electric locks,
and shall operate on fail-safe principle. The lock shall remain unlocked in the event of a fire alarm or
in the event of a power failure. The fire alarm supplier shall make potential free contacts available
for releasing the locks in a fire condition especially for staircase and main doors. Entry to the
restricted area shall be by showing a proximity card near the reader and exit shall be using a push
button installed in the secure area. The system shall monitor the status of the doors through magnetic
reed contacts. The system should be designed and implemented to provide following functionality:

# Description Compliance
1 Controlled Entries to defined access points
2 Controlled exits from defined access points
3 Controlled entries and exits for visitors
4 Configurable system for user defined access policy for each access point
5 Record, report and archive each and every activity (permission granted
and / or rejected) for each access point.
6 User defined reporting and log formats
7 Fail safe operation in case of no-power condition and abnormal condition
such as fire, theft, intrusion, loss of access control, etc.
8 Day, Date, Time and duration based access rights should be user
configurable for each access point and for each user.
9 One user can have different policy / access rights for different access
points.

Page 361 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

7. Annexure II: Detailed Scope of Work & Considerations

7.1. Scope of Work


7.1.1. Inception Phase

The MSI will be responsible for preparation of detailed project plan. The plan shall address at the
minimum the following:

i. Define an organized set of activities for the project and identify the interdependence between
them.
ii. Resource planning and loading for each phase/activity. This must also indicate where each
resource would be based during that phase, i.e. onsite at the SSCL office or off site at MSI
premises.
iii. Establish and measure resource assignments and responsibilities
iv. Highlight the milestones and associated risks
v. Communicate the project plan to stakeholders with meaningful reports.
vi. Measure project deadlines and performance objectives.
vii. Project Progress Reporting. During the implementation of the project, the MSI should present
weekly reports. This report will be presented in the steering committiee meeting to SSCL.
The report should contain at the minimum the under mentioned:

a. Results accomplished during the period (weekly)


b. Cumulative deviations from the schedule date as specified in the finalized Project Plan
c. Corrective actions to be taken to return to planned schedule of progress
d. Plan for the next week
e. Proposed revision to planned schedule provided such revision is necessitated by
reasons beyond the control of MSI
f. Support needed
g. Highlights/lowlights
h. Issues/Concerns
i. Risks/Show stoppers along with mitigation
j. Details of Manpower deployed
k. Procurement and Delivery Status
l. Construction Site Progress

viii. Identify the activities that require the participation of client personnel (including SSCL, the
Program Management Unit etc.) and communicate their time requirements and schedule
early enough to ensure their full participation at the required time.

7.1.2. Requirement Phase

The MSI must perform the detailed assessment of the business requirements and IT Solution
requirements as mentioned in this RFP. Based on the understanding and its own individual
assessment, MSI shall develop & finalize the Functional Requirement Specification (FRS) and System
Requirement Specifications (SRS) in consultation with SSCL and its representatives. While doing so,
MSI at least is expected to do following:

Page 362 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

i. MSI shall study and revalidate the requirements given in the RFP with SSCL and submit as an
exhaustive FRS document.
ii. MSI shall develop the FRS and SRS documents.
iii. MSI shall develop and follow standardized template for requirements capturing and system
documentation.
iv. MSI must maintain requirement traceability matrix from FRS/SRS stage for the entire
implementation.
v. MSI must get the sign off from user groups formed by SSCL.
vi. For all the discussion with SSCL team, MSI shall be required to be present at SSCL office with
the requisite team members.
vii. Prior to starting the site clearance, the MSI shall carry out survey of field locations as specified
in Annexure VIII, for buildings, structures, fences, trees, existing installations, etc.
viii. The infrastructure of existing traffic signal and other street ICT infrastructure may need to be
dismantled and replaced with the new systems which are proposed and required under the
scope of the project. The infrastructure like poles, cantilevers, cabling, aspects etc. should be
reused to derive economies for the project with prior approval of SSCL. The dismantled
infrastructure shall be delivered at the SSCL designated location without damage at no extra
cost.
ix. All existing road signs which are likely to be effected by the works are to be carefully taken
down and stored. Signs to be re-commissioned shall be cleaned, provided with new fixings
where necessary and the posts re-painted in accordance with SSCL guidelines. Road signs,
street name plate, etc. damaged by the MSI during their operation shall be repaired or
replaced by MSI at no additional cost.
x. The MSI shall directly interact with electricity boards for provision of mains power supply at
all desired locations for field solution. SSCL shall facilitate the same. The recurring electricity
charges will be borne by SSCL as per actual consumption.

7.1.3. Design Phase

The MSI shall build the solution as per the Design Considerations detailed in Section 5. The solution
proposed by MSI should comply with the design considerations requirements as mentioned therein.

MSI shall design and implement the Security procedures/policies including, but not limited to:

a. Asset management
b. Change management
c. User access management
d. Patch management
e. Back up management
f. Incident management
g. Communications security
h. Supplier relationship
i. Cryptography
j. Secure software development
k. Physical and environmental security
l. Business Continuity and Disaster Recovery
m. Minimum security baseline (hardening) documents for:

Page 363 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

o IT systems and databases (e.g., windows operating system, Linux, databases)


o Network and security devices (e.g., firewall, switches, routers)
o IOT devices ( e.g. sensors, actuators)
o Other systems (e.g. CCTV, OT, etc)
o Integration between various components

7.1.4. Development Phase

The MSI shall carefully consider the scope of work and provide a solution that best meets the project’s
requirements. Considering the scope set in this RFP, the MSI shall carefully consider the solutions it
proposes and explicitly mention the same in the technical proposal. The implementation of the
application software will follow the procedure mentioned below:

a. Software Products (Configuration and Customization): In case MSI proposes software


products the following need to be adhered:

i. MSI will be responsible for supplying the application and licenses of related software
products and installing the same so as to meet project requirements.
ii. MSI shall have provision for procurement of licenses in a staggered manner as per the
actual requirement of the project.
iii. The MSI shall perform periodic audits to measure license compliance against the
number of valid End User software licenses consistent with the terms and conditions of
license agreements, volume purchase agreements, and other mutually agreed upon
licensed software terms and conditions. The MSI shall report any exceptions to license
terms and conditions at the right time to SSCL. However, the responsibility of license
compliance solely lies with the MSI. Any financial penalty imposed on SSCL during the
contract period due to license non-compliance shall be borne by MSI.
iv. MSI shall also supply any other tools & accessories required to make the integrated
solution complete as per requirements. For the integrated solution, the MSI shall
supply:

 Software & licenses.


 Supply tools, accessories, documentation and provide a list of the same. Tools and
accessories shall be part of the solution.
 System Documentation: System Documentation both in hard copy and soft copy to
be supplied along with licenses and shall include but not limited to following.
Documentation to be maintained, updated and submitted to SSCL regularly :

o Functional Requirement Specification (FRS)


o High level design of whole system
o Low Level design for whole system / Module design level
o System Requirements Specifications (SyRS)
o Any other explanatory notes about system
o Traceability matrix
o Technical and product related manuals
o Installation guides
o User manuals
o System administrator manuals

Page 364 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

o Toolkit guides and troubleshooting guides


o Other documents as prescribed by SSCL
o Quality assurance procedures
o Change management histories
o Version control data
o SOPs, procedures, policies, processes, etc developed for SSCL
o Programs :

 Entire source codes


 All programs must have explanatory notes for understanding
 Version control mechanism
 All old versions to be maintained

o Test Environment :

 Detailed Test methodology document


 Module level testing
 Overall System Testing
 Acceptance test cases

These documents need to be updated after each phase of project and to be maintained updated
during entire project duration. The entire documentation will be the property of SSCL.

7.1.5. Integration Phase

The Command and control center should be integrated with feeds of all tracks/component under the
ICCC Project. The MSI shall provide the testing strategy including traceability matrix, test cases and
shall conduct the testing of various components of the software developed/customized and the
solution as a whole. The testing should be comprehensive and should be done at each stage of
development and implementation.

The broad scope of work to be covered under Integration Phase will include the following, but is not
limited to:

Departmen
S. No. Minimum Integration Requirements
ts/Systems

1) City  Integrates with existing cameras and new cameras. Should support
Surveillance multiple video sources from multiple locations. Platform should have
& ITMS no limitation in displaying the number of CCTV video sources
 Integrate and assess inputs from different sources such as CCTV,
ANPR, RLVD, Speed detection systems, Traffic Violation cameras,
Emergency Call Box/Panic Buttons, PA Systems, Video Analytics, and
other sensors further to assist with actionable intelligence.
 CCTV, Video Analytics, and sensors further to assist with actionable
intelligence.
 Should use dynamic channel coverage specifically for video stream

Page 365 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Departmen
S. No. Minimum Integration Requirements
ts/Systems

function for efficient bandwidth usage for multiple Remote Control


center
 Display module should have capability to control multi-screened
display wall in sync with operator console
 Should support Fixed type and PTZ camera. Control PTZ function from
the screen to control the camera But with changing tile configuration
each camera should be viewed with much lower resolution.
 The system should dynamically reduce the bit rate and bandwidth for
each stream based on the viewing resolution at the remote location.
 Integration with GIS map
2) Smart  Integrate the portal for displaying birth and death data via APIs
Governance(  Integrate with master data and other modules for information validity
ERP) Birth &  MIS Reports on Birth/Death information per location/age/gender etc.
Death viz.,
Module,  Online Birth Certificates printed today
Assets  Online Death Certificates printed today
Managemen,  Total Birth Certificates printed
Vanue  Total Death Certificates printed
Booking etc..  Birth Registrations – Today
 Birth Registrations – Total
 Death Registrations – Today
 Death Registrations – Total
 Re-print requests per day/month
 Verification requests per day/month
 Pending Certificates issuance
 Location/Hospital wise birth/death registrations
 Age group wise death registrations
 Gender wise birth/death registrations
 Analytics on Population vs Birth/Death
 KPI’s on birth and death certificate issuance by location per location
 Integration with GIS map
3) Smart LED  The ICCC should aggregate various data feeds from light sensors and
Street Lights systems further process information out of these data feeds to provide
(for future interface /dashboards for generating alert and notifications in real
integration) time.
 Provide single dashboard of various brand of lighting solution.
 ICCC should support lighting control like diming, switch on/off, group
control etc.
 ICCC should provide reports of various brand of lighting solution
 Integration with GIS map

Page 366 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Departmen
S. No. Minimum Integration Requirements
ts/Systems

4) GPS  ICCC should integrate with Vehicle tracking


 ICCC should Garbage vehicles, C&D Waste, Municipal sweepers, water
tankers etc.
 Actionable alerts
 Summary of distance travelled by each vehicle.
 Violations
 Integration with GIS map

5) GIS Based  The Property Tax module should be integrated into ICCC
Property  ICCC uses an ESB or IoT API Adapter for consuming the web services
Tax from Property Tax application
 ICCC Integration Engine stores auth and other historic data for
generating reports
 ICCC initially makes call to get the authentication tokens for calling
web services
 ICCC makes calls to get the required data from Urban Local Bodies
(ULB) viz., City Corporation, City Municipal Council, Town Municipal
etc.,
 ICCC expects the following services viz., Property Details per Location,
 ICCC displays the analytical information of property tax collections
across the in a GIS map
 All the below services can be integrated into ICCC
 Create New Property
 Get Property details
 Get Property Bill
 Make Payment
 Get Receipt
 Following reports can be displayed on ICCC, if required
 Demand / Collection Register
 Assessment Register
 Ward-wise / Zone-wise Recovery reports
 Top Defaulters Report
 Occupancy wise / Flat wise report'
 Tax-wise Recovery Details
 Tax-wise Demand Details
 Advance Payment Reports
 Objection / Hearing Details
 Integration with GIS map
6) Mobile App  Provides unified northbound API to abstract diverse sensors and its
attributes by single northbound API to allow interfacing and

Page 367 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Departmen
S. No. Minimum Integration Requirements
ts/Systems

integration with existing systems.


 The platform should be able to normalize the data coming from
different devices of same type (i.e. Different lighting sensor from
different OEMs, different energy meters from different OEMs etc.) and
provide secure access to that data using data API(s) to application
developers.
 Provides Query-based language to access sensor parameter from
sensor cloud
 Provides mechanism to translate and map business logic to sensor
functionality
 Integration with GIS map

Following are the minimum use cases identified for integration for above mentioned integrations.
The bidder is expected to propose more use cases based on the global leading practices and project
experiences:

Departments/ Data Feed


S. No. Relevant ICCC Use Cases Dataset Required
Systems Frequency
Categorized information of
Display type of fleet vehicle
1. Solid Waste (SMC garbage Collector)
Batch various fleet types available in
the city
Management Receive and Display Real-time/Near real-time feed
2. Real-time
Surveillance Feed of Surveillance Cameras
Location coordinates of
Show location of traffic
3. Batch traffic light installations at
lights
junctions
Real-time/Near real-time
Show Status of Traffic Real-
4. status of traffic lights
Lights time
downtime
Location coordinates of
Show location of CCTV
5. Batch CCTV Cameras installations
Cameras
at junctions
Real-time/Near real-time
Show Status of CCTV Real-
6. ITMS & City status of CCTV Cameras
Cameras time
Surveillance downtime
Location coordinates of
Show location of
7. Batch Enforcement System
Enforcement System
installations at junctions
Real-time/Near real-time
Show Status of Real-
8. status of Enforcement
Enforcement System time
System downtime
Location coordinates of
Show location of VMD
9. Batch VMD Boards installations
Boards
at junctions
10. Show Status of VMD Real- Real-time/Near real-time

Page 368 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Departments/ Data Feed


S. No. Relevant ICCC Use Cases Dataset Required
Systems Frequency
Boards time status of VMD Boards
downtime
Energy usage across 5
11. Forecast Demand Batch
previous years
Identify location of Location coordinates of
12. Batch
Street Lights Street Lights
Real-time/Near real-time
Control Street Lights Real-
13. status of street lights
Street Lights status time
functioning
Real-time/Near real-time
Show Status of Street Real-
14. status of street lights
Lights time
functioning
Show the Properties on Location geo-fenced
15. Batch
GIS map coordinates of Properties
Property Tax
Display heat map of tax Tax collections data by
16. Batch
collections by each ward each ward
Show Population by Base Population data
17. Batch
each ward based on latest census
Birth and Death data at a
18. Batch
regular frequency
Transmit information to Data/Information that has to
19. citizens
Real-time
be broadcast to citizens
Show status of Grievances by
20. E-Governance Batch Details of Grievances received
Ward
Show location of Public Location coordinates of Public
21. Advertisement Boards
Batch
Advertisements
Show Public Advertisements Booking status of Public
22. Batch
availability status Advertisements
Display heat map of
Tax collections data by each
23. advertisement tax Batch
ward
collections by each ward
Identify Disaster Impact Coordinates to Geo-fence the
24. Disaster Real-time
Area on map Disaster Zone
Management
Respond to Disaster Documented Standard
25. Situation
Real-time
Operating Procedures
Identify Location of Fire Location coordinates of Fire
26. Batch
Hydrants Hydrants
Show position of Fleet on the Real-time/Near real-time
27. city map
Real-time
location of the Fleet
Categorized information of
28. Display type of fleet vehicle Batch various fleet types available in
the city
Emergency
Respond to Emergency Documented Standard
29. Management Situation
Real-time
Operating Procedures
Receive and Display Real-time/Near real-time feed
30. Real-time
Surveillance Feed of Surveillance Cameras
Receive and Display Real-time/Near real-time feed
31. Environmental Sensor Feed
Real-time
of Environmental Sensors
Message to be broadcast on
32. Broadcast message on PAS Real-time
PAS

Page 369 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Departments/ Data Feed


S. No. Relevant ICCC Use Cases Dataset Required
Systems Frequency
Music tracks to be played on
33. Play music on PAS Real-time
PAS
Receive and Send messages
34. through Panic Real-time Not Applicable
Button/Emergency Call Box

7.1.6. Go-Live Preparedness and Go-Live

a. MSI shall prepare and agree with SSCL, the detailed plan for Go-Live (in-line with SSCL’s
implementation plan as mentioned in RFP).
b. The MSI shall define and agree with SSCL, the criteria for Go-Live.
c. The MSI shall ensure that all the data migration is done from existing systems.
d. MSI shall submit signed-off UAT report (issue closure report) ensuring all issues raised
during UAT are being resolved prior to Go-Live.
e. MSI shall ensure that Go –Live criteria as mentioned in User acceptance testing of Project is
met and MSI needs to take approval from SSCL team on the same.
f. Go-live of the application shall be done as per the finalized and agreed upon Go-Live plan.

7.1.7. Operations and Maintenance

Success of the Project would lie on how professionally and methodically the entire Project is managed
once the implementation is completed. From the MSI perspective too this is a critical phase since the
quarterly payments are linked to the SLA’s in the post implementation phases. MSI thus is required
to depute a dedicated team of professionals to manage the Project and ensure adherence to the
required SLAs. MSI shall provide operations and maintenance services for the software, hardware
and other IT and Non-IT infrastructure installed as part of the project after Go-Live for a period of 5
years. Warranty period of the product supplied under project i.e hardware, software, IT/Non-IT etc.,
will be considered after phase wise Go-Live. The scope of work for the Operations & Maintenance
Phase can be categorized under 8 service categories.

7.1.7.1. Project Management & Facilities Management Services

The MSI will be required to provide facilities management services to support the SSCL and
stakeholder department officials in performing their day-to-day functions related to this system.

MSI is required to depute a dedicated, centralised project management and technical team for the
overall project management and interaction with SSCL and stakeholder departments.

7.1.7.2. Provision of the Operational Manpower & Contact Center Manpower to view the
various data feeds and call center operations at ICCC

The MSI is required to provide suitable manpower to monitor the data feeds ICCC and support SSCL,
Traffic Police and other stakeholder departments for operationalization of smart solutions of the
project. The exact role of these personnel and their responsibilities would be defined and monitored
by SSCL and respective departmental personnel. MSI shall be required to provide such manpower
meeting following requirements:

Page 370 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

1. All such manpower shall be minimum graduate pass


2. All such manpower shall be without any criminal background / record.
3. SSCL reserves the right to carry out background check of the personnel proposed on the
Project for verification of criminal record, at the beginning of deployment or during
deployment.
4. MSI shall have to replace any person, if not found suitable for the job.
5. All the manpower shall have to undergo training from the MSI for at least 15 working days
on the working of project. Training should also cover dos & don’ts and will have few sessions
from SSCL and Stakeholders/End User Department officers on right approaches for
monitoring the feeds & providing feedback to SSCL, Stakeholders/End User Department
officers and other associated government agencies.
6. Each person shall have to undergo compulsory 1 day training every month
7. Operational Manpower shall work in 3 shifts, with no person being made to see the data feeds
for more than 8 hours at a stretch.

Detail operational guideline document shall be prepared during implementation which shall specify
detail responsibilities of these resources and their do’s & don’ts.

The Current estimation of the man-power required from the MSI is as follows:

# Description Quantity
1. Contact Centre & ICCC Operators for operationalization of the systems 10 + 10

The remaining operational manpower and supervisors required for operationalization of the project
will be provided by SSCL, as per requirements.

7.1.7.3. Basic Infrastructure Services

Following services shall be provided by the MSI under the basic infrastructure services:

1. Ensure availability of the infrastructure (both physical and IT) including but not limited to
Power, Cooling, Racks, Storage and other peripheral equipment installed at the time of
Project commissioning as per the SLAs.
2. Ensure scalability in terms of availability of racks and supporting infrastructure.
3. Proactive and reactive maintenance, repair and replacement of defective components
(physical and other peripheral IT infrastructure) installed for the Project through this RFP.
The cost for repair and replacement shall be borne by the MSI.
4. Any component (Physical & IT installed at the time of Project commissioning) that is
reported to be faulty / non-functional on a given date should be either fully repaired or
replaced by temporary substitute (of equivalent configuration) within the time frame agreed
upon in the Service Level Agreement (SLA).
5. Proactive monitoring of the entire basic infrastructure installed.
6. MSI shall maintain records of the maintenance of the basic infrastructure and shall maintain
a logbook on-site that may be inspected by the SSCL, Police department and other
stakeholder departments/end users at any time.

Page 371 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

7.1.7.4. Network Monitoring Services

The activities shall include:

1. MSI shall provide services for management of ICCC Project to maintain performance at
optimum levels on a 24 x 7 basis.
2. MSI shall monitor and administer the network.
3. MSI shall create and modify VLAN, assignment of ports to appropriate applications and
segmentation of traffic.
4. MSI shall carry out break fix maintenance of the LAN cabling or maintenance work requiring
civil work.

7.1.7.5. Integration Testing

This shall be a black-box testing role primarily to ensure that the application to be deployed does not
disrupt the Saharanpur operations and affect other Saharanpur infrastructure in terms of
performance and security. The technical tasks to be carried out shall be as follows:

1. Functional Testing: Ensuring that the application functionality as described by the SSCL,
Police department and other stakeholder departments/end users. The functional testing of
application will necessarily be minimal as this is a core responsibility of the Supplier.
2. Performance Testing: Ensuring that the application meets expressed performance
requirements on the Saharanpur servers by using performance test tools and performance
monitoring tools.
3. Security Testing: Testing for exploitable application security weaknesses that undermine
the application security or the security of the infrastructure.

7.1.7.6. Vendor Management Services

The activities shall include:

1. Coordination with all the project stakeholders to ensure that all Saharanpur activities are
carried out in a timely manner.
2. MSI shall coordinate and follow-up with all the relevant vendors to ensure that the issues
are resolved in accordance with the SLAs agreed upon with them.
3. MSI shall also ensure that unresolved issues are escalated to respective departments.
4. MSI shall maintain database of the various vendors with details like contact person,
telephone nos., escalation matrix, response time and resolution time commitments etc.
5. MSI shall draw a consolidated quarterly SLA performance report across vendors for
consideration of the SSCL, Police department and other stakeholder departments/end users.

7.1.7.7. Network Management

The objective of this service is to ensure continuous operation and upkeep of the Network
infrastructure of the project including all active and passive components. The selected MSI shall be
responsible to coordinate with Network Service Provider for network related issues between ICCC,
DC, DR and other sub systems. The services to be provided for Network Management include:

Page 372 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

1. Ensuring that the network is available 24x7x365 as per the prescribed SLAs for the 6 years
of operations
2. Attending to and resolving network failures and snags.
3. Support and maintain the overall network infrastructure including but not limited to LAN
passive components, routers, switches etc.
4. Configuration and backup of network devices including documentation of all configurations.
5. 24x7x365 monitoring of the network to spot the problems immediately.
6. Provide information on performance of Ethernet segments, including capacity utilization
and error statistics for the segment and the top-contributing hosts, WAN links and routers.
7. Ensuring timely information to the SSCL, Police department and other stakeholder
departments/end users pertaining to issues of Network Backbone

7.1.7.8. Physical Infrastructure Management and Maintenance Services

All the devices that will be installed in the Project as part of the physical infrastructure should be
SNMP enabled and shall be centrally and remotely monitored and managed on a 24x7x365 basis.
Industry leading infrastructure management solution should be deployed to facilitate monitoring
and management of the Infrastructure on one integrated console. The physical infrastructure
management and maintenance services shall include:

1. Proactive and reactive maintenance, repair and replacement of defective components (IT
and Non-IT/ Hardware and Software). The cost for repair and replacement shall be borne
by the MSI.
2. The MSI shall have to stock and provide adequate onsite and offsite spare parts and spare
component to ensure that the uptime commitment as per SLA is met. To provide this service
it is important for the MSI to have back to back arrangement with the OEMs. The MSI needs
to provide a copy of the service level agreement signed with the respective OEMs.
3. Component that is reported to be down on a given date should be either fully repaired or
replaced by temporary substitute (of equivalent configuration) within the time frame
indicated in the Service Level Agreement (SLA). In case the selected MSI fails to meet the
above standards of maintenance, there will be a penalty as specified in the SLA.
4. The selected MSI shall also maintain records of all maintenance of the system and shall
maintain a logbook on-site that may be inspected by the SSCL, Police department and other
stakeholder departments/end users at any time.

7.1.8. Exit Management

a. This sets out the provisions, which will apply on expiry or termination of the Master Service
Agreement, the Project Implementation, Operation and Management SLA.
b. In the case of termination of the Project Implementation and/or Operation and Management,
the Parties shall agree at that time whether, and if so during what period, the provisions of
this Schedule shall apply.
c. The Parties shall ensure that their respective associated entities carry out their respective
obligations set out in this Exit Management Schedule.

7.1.8.1. Cooperation and Provision of Information

During the exit management period:

Page 373 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

a. The MSI will allow the SSCL or its nominated agency access to information reasonably
required to define the current mode of operation associated with the provision of the
services to enable the SSCL to assess the existing services being delivered;
b. Promptly on reasonable request by the SSCL, the MSI shall provide access to and copies of
all information held or controlled by them which they have prepared or maintained in
accordance with this agreement relating to any material aspect of the services (whether
provided by the MSI or sub-contractors appointed by the MSI). The SSCL shall be entitled
to copy of all such information. Such information shall include details pertaining to the
services rendered and other performance data. The MSI shall permit the SSCL or its
nominated agencies to have reasonable access to its employees and facilities, to understand
the methods of delivery of the services employed by the MSI and to assist appropriate
knowledge transfer.

7.1.8.2. Confidential Information, Security and Data

a. The MSI will promptly on the commencement of the exit management period supply to the
SSCL or its nominated agency the following:

 information relating to the current services rendered and customer and performance
data relating to the performance of sub-contractors in relation to the services;
 documentation relating to Intellectual Property Rights;
 documentation relating to sub-contractors;
 all current and updated data as is reasonably required for purposes of SSCL or its
nominated agencies transitioning the services to its Replacement MSI in a readily
available format nominated by the SSCL, its nominated agency;
 all other information (including but not limited to documents, records and
agreements) relating to the services reasonably necessary to enable SSCL or its
nominated agencies, or its Replacement MSI to carry out due diligence in order to
transition the provision of the Services to SSCL or its nominated agencies, or its
Replacement MSI (as the case may be).

b. Before the expiry of the exit management period, the MSI shall deliver to the SSCL or its
nominated agency all new or up-dated materials from the categories set out in Schedule
above and shall not retain any copies thereof, except that the MSI shall be permitted to
retain one copy of such materials for archival purposes only.

7.1.8.3. Transfer of Certain Agreements

On request by the SSCL or its nominated agency the MSI shall effect such assignments, transfers,
licences and sub-licences SSCL, or its Replacement MSI in relation to any equipment lease,
maintenance or service provision agreement between MSI and third party lessors, vendors, and
which are related to the services and reasonably necessary for the carrying out of replacement
services by the SSCL or its nominated agency or its Replacement MSI.

7.1.8.4. General Obligations of the MSI

a. The MSI shall provide all such information as may reasonably be necessary to effect as
seamless handover as practicable in the circumstances to the SSCL or its nominated agency

Page 374 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

or its Replacement MSI and which the MSI has in its possession or control at any time during
the exit management period.
b. For the purposes of this Schedule, anything in the possession or control of any MSI,
associated entity, or sub-contractor is deemed to be in the possession or control of the MSI.
c. The MSI shall commit adequate resources to comply with its obligations under this Exit
Management Schedule.

7.1.8.5. Exit Management Plan

a. The MSI shall provide the SSCL or its nominated agency with a recommended exit
management plan ("Exit Management Plan") which shall deal with at least the following
aspects of exit management in relation to the MSA as a whole and in relation to the Project
Implementation, and the Operation and Management SLA.

 A detailed program of the transfer process that could be used in conjunction with a
Replacement MSI including details of the means to be used to ensure continuing
provision of the services throughout the transfer process or until the cessation of the
services and of the management structure to be used during the transfer;
 plans for the communication with such of the MSI's sub-contractors, staff, suppliers,
customers and any related third party as are necessary to avoid any material
detrimental impact on the SSCL’s operations as a result of undertaking the transfer;
 (if applicable) proposed arrangements for the segregation of the MSI's networks from
the networks employed by SSCL and identification of specific security tasks necessary
at termination;
 Plans for provision of contingent support to SSCL, and Replacement MSI for a
reasonable period after transfer.

b. The MSI shall re-draft the Exit Management Plan annually thereafter to ensure that it is kept
relevant and up to date.
c. Each Exit Management Plan shall be presented by the MSI to and approved by the SSCL or
its nominated agencies.
d. The terms of payment as stated in the Terms of Payment Schedule include the costs of the
MSI complying with its obligations under this Schedule.
e. In the event of termination or expiry of MSA, and Project Implementation, each Party shall
comply with the Exit Management Plan.
f. During the exit management period, the MSI shall use its best efforts to deliver the services.
g. Payments during the Exit Management period shall be made in accordance with the Terms
of Payment Schedule.
h. This Exit Management plan shall be furnished in writing to the SSCL or its nominated
agencies within 90 days from the Effective Date of this Agreement.

7.1.8.6. Compliance to Standards & Certifications

a. For a large and complex set up such as the Project, it is imperative that the highest standards
applicable are adhered to. In this context, the MSI will ensure that the entire Project is
developed in compliance with the applicable standards.
b. During project duration, the MSI will ensure adherence to prescribed standards as provided
below:

Page 375 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Component/Application/System Prescribed Standard


1. Information Security ISO 27001
2. IT Infrastructure Management ITIL specifications
3. Service Management ISO 20000 specifications
4. Project Documentation IEEE/ISO/CMMi (where applicable)
specifications for documentation

c. The MSI should be responsible for submission of undertaking/declaration certifying that the
above mentioned quality standards has been followed while preparation and submission of
milestone deliverables as mentioned in Section 5.8 (Project Deliverables) and this
undertaking/declaration should be signed by MSI’s Quality Head.
d. Apart from the above the MSI need to ensure compliance of the project with Government of
India IT security guidelines including provisions of:

 The Information Technology Act, 2000” and amendments thereof and


 Guidelines and advisories for information security published by Cert-In/DeitY
(Government of India) issued till the date of publishing of tender notice. Periodic
changes in these guidelines during project duration need to be complied with.

e. While writing the source code for application modules the MSI should ensure high-quality
documentation standards to improve the readability of the software module. An illustrative
list of comments that each module contained within the source file should be preceded by is
outlined below:

 The name of the module


 The date when module was created
 A description of what the module does
 A list of the calling arguments, their types, and brief explanations of what they do
 A list of required files and/or database tables needed by the module
 Error codes/Exceptions
 Operating System (OS) specific assumptions
 A list of locally defined variables, their types, and how they are used
 Modification history indicating who made modifications, when the modifications were
made, and what was done.

f. Apart from the above, MSI needs to follow appropriate coding standards and guidelines
inclusive of but not limited to the following while writing the source code -

 Proper and consistent indentation


 Inline comments
 Structured programming
 Meaningful variable names
 Appropriate spacing
 Declaration of variable names
 Meaningful error messages

g. Quality Audits

Page 376 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

 SSCL, at its discretion, may also engage independent auditors to audit any/some/all
standards/processes. The MSI shall support all such audits as per calendar agreed in
advance. The result of the audit shall be shared with the MSI who has to provide an
effective action plan for mitigations of observations/non-compliances, if any.

7.1.9. Project Management and Governance

7.1.9.1. Project Management Office (PMO)

A Project Management office will be set up during the start of the project. The PMO will, at the
minimum, include a designated full time Project Manager from MSI. It will also include key persons
from other relevant stakeholders including members of SSCL and other officials/representatives by
invitation. The operational aspects of the PMO need to be handled by the MSI including maintaining
weekly status, minutes of the meetings, weekly/monthly/project plans, etc.

PMO will meet formally on a weekly basis covering, at a minimum, the following agenda items:

i. Project Progress
ii. Delays, if any – Reasons thereof and ways to make-up lost time
iii. Issues and concerns
iv. Performance and SLA compliance reports;
v. Unresolved and escalated issues;
vi. Project risks and their proposed mitigation plan
vii. Discussion on submitted deliverable
viii. Timelines and anticipated delay in deliverable if any
ix. Any other issues that either party wishes to add to the agenda.

During the development and implementation phase, there may be a need for more frequent meetings
and the agenda would also include:

i. Module development status


ii. Testing results
iii. IT infrastructure procurement and deployment status
iv. Status of setting up/procuring of the Helpdesk, DC hosting
v. Any other issues that either party wishes to add to the agenda.

Bidder shall recommend PMO structure for the project implementation phase and operations and
maintenance phase.

7.1.9.2. Helpdesk and Facilities Management Services

The MSI shall be required to establish the helpdesk and provide facilities management services to
support the SSCL and stakeholder department officials in performing their day-to-day functions
related to this system.

The MSI shall setup a central helpdesk dedicated (i.e. on premise) for the Project, which shall be
supported by individual smart city command centres, implemented and proposed to be setup under
Saharanpur Smart City Programme. This helpdesk would be operational upon implementation of the

Page 377 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Project. Providing helpdesk/support services from a shared facility of any other party/provider is
not permitted.

Functional requirements of the helpdesk management system, fully integrated with the enterprise
monitoring and network management system. The system will be accessed by the stakeholder
department officials for raising their incidents and logging calls for support. The detailed service
levels and response time, which the MSI is required to maintain for provisioning of the FMS services
are described in the Service Level Agreement of this Tender.

MSI shall deploy Manpower during implementation and O&M phases. The deployed resource shall
report to SSCL’s Project In-charge for Smart City Project and work closely with Program Management
Office of the project. Following are the minimum resources required to be deployed in the Project,
however MSI may deploy additional resources based on the need of the Project and to meet the
defined SLAs in this RFP:

On-Site
Man-months
# Type of Resource Deployment
Required
during O&M

Project Manager 60 95%


1.
IBMS & Command and Control Expert (Distributed 12 95%
2. effort for 5 years)
Solution Architect (Distributed effort for 5 years) 16 95%
3.
ITMS Expert (Distributed effort for 5 years) 16 90%
4.
Security & Surveillance Expert (Distributed effort for 16 90%
5. 5 years)
SWM Expert (Distributed effort for 5 years) 16 90%
6.
Cyber Security Expert (2 resources for 12 months 24 90%
7. each distributed for 5 years)
Mobile App/Software Developer (2 resources for 12 24 90%
8. months each distributed for 5 years)
Network & Infrastructure Expert (Distributed effort 30 90%
9. for 5 years)
Server Storage/Database Expert (Distributed effort 30 90%
10. for 5 years)
GIS Expert (2 resources for 12 months each 24 90%
11. distributed for 5 years)
ERP Expert (Distributed effort for 5 years) 12 90%
12.
Pantry Staff (2 resources) 120 100%
13.
Electrical and Plumbing team (2 resources) 120 100%
14.
Security Staff (3 resources) 180 100%
15.
Housekeeping staff (3 resources) 180 100%
16.

Page 378 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

On-Site
Man-months
# Type of Resource Deployment
Required
during O&M
Admin and support (2 resources) 120 100%
17.
Contact Center Operators (10 resources) (Call 600 100%
18. Center)*
Viewing Center Operators (ICCC) (10 resources) 600 100%
19.

**20 Resources for ICCC and Contact Centre Operators are required in three shifts (shift distribution
shall be decided by SSCL)

7.1.9.3. Steering Committee

The Steering Committee will consist of senior stakeholders from SSCL, its nominated agencies and
MSI. MSI will nominate its Smart City vertical head to be a part of the Project Steering Committee

The MSI shall participate in monthly Steering Committee meetings and update Steering Committee
on Project progress, Risk parameters (if any), Resource deployment and plan, immediate tasks, and
any obstacles in project. The Steering committee meeting will be a forum for seeking and getting
approval for project decisions on major changes etc.

All relevant records of proceedings of Steering Committee should be maintained, updated, tracked
and shared with the Steering Committee and Project Management Office by MSI.

During the development and implementation phase of the project, it is expected that there will be at
least fortnightly Steering Committee meetings. During the O&M phase, the meetings will be held at
least once a quarter.

Other than the planned meetings, in exceptional cases, SSCL may call for a Steering Committee
meeting with prior notice to the MSI.

7.1.9.4. Project Monitoring and Reporting

The MSI shall circulate written progress reports at agreed intervals to SSCL and other stakeholders.
Project status report shall include Progress against the Project Management Plan, status of all risks
and issues, exceptions and issues along with recommended resolution etc.

Other than the planned meetings, in exceptional cases, project status meeting may be called with
prior notice to the Bidder. SSCL reserves the right to ask the bidder for the project review reports
other than the standard weekly review reports.

7.1.9.5. Risk and Issue management

The MSI shall develop a Risk Management Plan and shall identify, analyse and evaluate the project
risks, and shall develop cost effective strategies and action plans to mitigate those risks.

Page 379 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

The MSI shall carry out a Risk Assessment and document the Risk profile of SSCL based on the risk
appetite and shall prepare and share the SSCL Enterprise Risk Register. The MSI shall develop an
issues management procedure to identify, track, and resolve all issues confronting the project. The
risk management plan and issue management procedure shall be done in consultation with SSCL.

The MSI shall monitor, report, and update the project risk profile. The risks should be discussed with
SSCL and a mitigation plan be identified during the project review/status meetings. The Risk and
Issue management should form an agenda for the Project Steering Committee meetings as and when
required.

7.1.9.6. Governance procedures

MSI shall document the agreed structures in a procedures manual.

7.1.9.7. Planning and Scheduling

The MSI will prepare a detailed schedule and plan for the entire project covering all tasks and sub
tasks required for successful execution of the project. The MSI has to get the plan approved from SSCL
at the start of the project and it should be updated every week to ensure tracking of the progress of
the project.

The project plan should include the following:

1. The project break up into logical phases and sub-phases;


2. Activities making up the sub-phases and phases;
3. Components in each phase with milestones;
4. The milestone dates are decided by SSCL in this RFP. MSI cannot change any of the milestone
completion dates. MSI can only propose the internal task deadlines while keeping the overall
end dates the same. MSI may suggest improvement in project dates without changing the end
dates of each activity.
5. Key milestones and deliverables along with their dates including those related to delivery and
installation of hardware and software;
6. Start date and end date for each activity;
7. The dependencies among activities;
8. Resources to be assigned to each activity;
9. Dependency on SSCL

7.1.9.8. License Metering / Management

The MSI shall track software usage throughout the IT setup so as to effectively manage the risk of
unauthorized usage or under-licensing of software installed at the ICCC. This may be carried out
through the use of standard license metering tools.

Page 380 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

7.1.10. Change Management & Control

7.1.10.1. Change Orders / Alterations / Variations

a. The MSI agrees that the requirements given in the Bidding Documents are minimum
requirements and are only indicative. The MSI would need to fetch out the details at the
time of preparing the design document prior to actual implementation. It shall be the
responsibility of the MSI to meet all the requirements of technical specifications
contained in the RFP and any upward revisions and/or additions of quantities,
specifications sizes given in the Bidding Documents required to be made during execution
of the works, shall not constitute a change order and shall be carried out without a change
order and shall be carried out without any time and cost effect to Purchaser.
b. Further upward revisions and or additions required to make MSI’s selected equipment
and installation procedures to meet Bidding Documents requirements expressed and to
make entire facilities safe, operable and as per specified codes and standards shall not
constitute a change order and shall be carried out without any time and cost effect to
Purchaser.
c. Any upward revision and/or additions consequent to errors, omissions, ambiguities,
discrepancies in the Bidding Documents which the MSI had not brought out to the
Purchaser’s notice in his bid shall not constitute a change order and such upward
revisions and/or addition shall be carried out by MSI without any time and cost effect to
Purchaser.

7.1.10.2. Change Order

a. The Change Order will be initiated only in case (i) the Purchaser directs in writing the
MSI to include any addition to the scope of work covered under this Contract or delete
any part of the scope of the work under the Contract, (ii) MSI requests to delete any part
of the work which will not adversely affect the operational capabilities of the facilities and
if the deletions proposed are agreed to by the Purchaser and for which cost and time
benefits shall be passed on to the Purchaser, (iii) the Purchaser directs in writing the MSI
to incorporate changes or additions to the technical specifications already covered in the
Contract.
b. Any changes required by the Purchaser over and above the minimum requirements given
in the specifications and drawings etc. included in the Bidding Documents before giving
its approval to detailed design or Engineering requirements for complying with technical
specifications and changes required to ensure systems compatibility and reliability for
safe operation (As per codes, standards and recommended practices referred in the
Bidding Documents) and trouble free operation shall not be construed to be change in the
Scope of work under the Contract.
c. Any change order as stated in Clause 2 a. comprising an alteration which involves change
in the cost of the works (which sort of alteration is hereinafter called a “Variation”) shall
be the Subject of an amendment to the Contract by way of an increase or decrease in the
schedule of Contract Prices and adjustment of the implementation schedule if any.
d. If parties agree that the Contract does not contain applicable rates or that the said rates
are inappropriate or the said rates are not precisely applicable to the variation in
question, then the parties shall negotiate a revision of the Contract Price which shall
represent the change in cost of the works caused by the Variations. Any change order
shall be duly approved by the Purchaser in writing.

Page 381 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

e. Within ten (10) working days of receiving the comments from the Purchaser or the
drawings, specification, purchase requisitions and other documents submitted by the MSI
for approval, the MSI shall respond in writing, which item(s) of the Comments is/are
potential changes(s) in the Scope of work of the RFP document covered in the Contract
and shall advise a date by which change order (if applicable) will be submitted to the
Purchaser.

7.1.11. Testing and Acceptance Criteria

a. MSI shall demonstrate the following mentioned acceptance criteria prior to acceptance
of the solution as well as during project operations phase, in respect of scalability and
performance etc. The MSI may propose further detailed Acceptance criteria which the
SSCL will review. Once SSCL provides its approval, the Acceptance criteria can be
finalized. In case required, parameters might be revised by SSCL in mutual agreement
with bidder and the revised parameters shall be considered for acceptance criteria. A
comprehensive system should be set up that would have the capability to log & track the
testing results, upload & maintain the test cases and log & track issues/bugs identified.
b. The following table depicts the details for the various kinds of testing envisaged for the
project:

Type of Testing Responsibility Scope of Work


System Testing MSI 1. MSI to perform System testing
2. MSI to prepare test plan and test cases and
maintain it. SSCL may request the MSI to share the
test cases and results
3. Should be performed through manual as well as
automated methods
4. Automation testing tools to be provided by MSI.
SSCL doesn’t intend to own these tools
Integration Testing MSI 1. MSI to perform Integration testing
2. MSI to prepare and share with SSCL the Integration
test plans and test cases
3. MSI to perform Integration testing as per the
approved plan
4. Integration testing to be performed through
manual as well as automated methods
5. Automation testing tools to be provided by MSI.
SSCL doesn’t intend to own these tools
Performance and  MSI 1. MSI to do performance and load testing.
load Testing  SSCL / Third 2. Various performance parameters such as
Party Auditor transaction response time, throughput, page
( to monitor loading time should be taken into account.
the 3. Load and stress testing of the Project to be
performance performed on business transaction volume
testing) 4. Test cases and test results to be shared with SSCL.

Page 382 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Type of Testing Responsibility Scope of Work


5. Performance testing to be carried out in the exact
same architecture that would be set up for
production.
6. MSI need to use performance and load testing tool
for testing. SSCL doesn’t intend to own these tools.
SSCL if required, could involve third party auditors
to monitor/validate the performance testing. Cost
for such audits to be paid by SSCL.
Security Testing  MSI 1. The solution should demonstrate the compliance
(including  SSCL / Third with security requirements as mentioned in the RFP
Penetration and Party Auditor including but not limited to security controls in the
Vulnerability ( to monitor application, at the network layer, network, data
testing) the security centre(s), security monitoring system deployed by
testing) the MSI
2. The solution shall pass vulnerability and
penetration testing for rollout of each phase. The
solution should pass web application security
testing for the portal, mobile app and other systems
and security configuration review of the
infrastructure.
3. MSI should carry out security and vulnerability
testing on the developed solution.
4. Security testing to be carried out in the exact same
environment/architecture that would be set up for
production.
5. Security test report and test cases should be shared
with SSCL
6. Testing tools if required, to be provided by MSI.
SSCL doesn’t intend to own these tools
7. During O&M phase, penetration testing to be
conducted on yearly basis and vulnerability
assessment to be conducted on half-yearly basis.
8. SSCL will also involve third party auditors to
perform the audit/review/monitor the security
testing carried out by MSI. Cost for such auditors to
be paid by SSCL.
User Acceptance  SSCL or SSCL 1. SSCL / SSCL appointed third party auditor to
Testing of Project appointed perform User Acceptance Testing
third party 2. MSI to prepare User Acceptance Testing test cases
auditor 3. UAT to be carried out in the exact same
environment/architecture that would be set up for
production

Page 383 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Type of Testing Responsibility Scope of Work


4. MSI should fix bugs and issues raised during UAT
and get approval on the fixes from SSCL / third
party auditor before production deployment
5. Changes in the application as an outcome of UAT
shall not be considered as Change Request. MSI has
to rectify the observations.

Note:

a. Bidder needs to provide the details of the testing strategy and approach including details of
intended tools/environment to be used by MSI for testing in its technical proposal. SSCL does
not intend to own the tools.
b. The MSI shall work in a manner to satisfy all the testing requirements and adhere to the testing
strategy outlined. The MSI must ensure deployment of necessary resources and tools during the
testing phases. The MSI shall perform the testing of the solution based on the approved test plan,
document the results and shall fix the bugs found during the testing. It is the responsibility of
MSI to ensure that the end product delivered by the MSI meets all the requirements specified in
the RFP. The MSI shall take remedial action based on outcome of the tests.
c. The MSI shall arrange for environments and tools for testing and for training as envisaged. Post
Go-Live; the production environment should not be used for testing and training purpose. If any
production data is used for testing, it should be masked and it should be protected. Detailed
process in this regard including security requirement should be provided by the MSI in its
technical proposal. The process will be finalized with the selected bidder.
d. All the Third Party Auditors (TPA) as mentioned above will be appointed and paid by SSCL
directly. All tools/environment required for testing shall be provided by the MSI.
e. STQC/Other agencies appointed by SSCL shall perform the role of TPA. MSI needs to engage with
the TPA at the requirement formulation stage itself. This is important so that unnecessary re-
work is avoided and the audit is completed in time. The audit needs to be completed before Go-
Live of different phases. MSI needs to prepare and provide all requisite information/documents
to third party auditor as per their requirements and ensure that there is no delay in overall
schedule. Any delay in submission of required documentation to the TPA engaged by SSCL would
be attributable to MSI and could impose penalties on the MSI as per the terms and conditions of
the Master Service Agreement (MSA).
f. The cost of rectification of non-compliances shall be borne by the MSI.

7.1.11.1. Factory Testing

The MSI shall have to submit Factory Test Certificate for all IT hardware items before the actual
supply of the items. An authorized representative or a team from SSCL may visit the manufacturing
plant of the product at the cost of MSI. Authorized representative will check the testing process.

7.1.11.2. Final Acceptance Testing

The final acceptance shall cover 100% of the ICCC Project, after successful testing by the SSCL, Police
Department, other stakeholders/end user department or its PMU; a Final Acceptance Test Certificate
(FAT) shall be issued by the SSCL to the MSI.

Page 384 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Prerequisite for Carrying out FAT activity:

1. Detailed test plan shall be developed by the MSI and approved by SSCL. This shall be
submitted by MSI before FAT activity to be carried out.
2. All documentation related to ICCC Project and relevant acceptance test document
(including IT Components, Non IT Components etc.) should be completed & submitted
before the final acceptance test to the SSCL.
3. The training requirements as mentioned should be completed before the final acceptance
test.
4. Successful hosting of Application, NMS and MIS Software.
5. For both IT & Non-IT equipment’s / software manuals / brochures / Data Sheets / CD /
DVD / media for all the Saharanpur Project supplied components.

The FAT shall include the following:

1. All hardware and software items must be installed at respective sites as per the
specification.
2. Availability of all the defined services shall be verified.
3. The MSI shall be required to demonstrate all the features / facilities / functionalities as
mentioned in the RFP.
4. The MSI shall arrange the test equipment required for performance verification, and will
also provide documented test results.
5. The MSI shall be responsible for the security audit of the established system to be carried
out by a certified third party as agreed by SSCL.

Any delay by the MSI in the Final Acceptance Testing shall render him liable to the imposition of
appropriate Penalties. However, delays identified beyond the control of MSI shall be considered
appropriately and as per mutual agreement between SSCL and MSI. In the event the MSI is not able
to complete the installation due to non-availability of bandwidth from the bandwidth service
providers, the Supplier and SSCL may mutually agree to redefine the Network so the MSI can
complete installation and conduct the Final Acceptance Test within the specified time.

MSI shall perform Information security assessment of the Smart City services and related
applications before Go-Live and on a regular basis (half-yearly) after the Go-Live to ensure continuity
of cybersecurity for the Smart City. The assessment shall be performed in line with defined policies
and procedures, Cyber security model framework, international standards, Government of India
guidelines and Regulations. The assessment will include the following:
1. Security network architecture
2. Network Topology and placement of security products in the network
3. High Level Design (HLD) and Low-Level Design (LLD) documents
4. Zoning and network segregation
5. Security operations review including change management, incident management, back-up
management
6. Vulnerability assessment and penetration testing of all the applications and IT infrastructure
7. Source Code review for Customized Applications
8. Configuration review of servers, databases, and network devices

Page 385 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

An independence shall be maintained during the assessment, and the team carrying out the
assessment exercise shall be different from the implementation team. Systematic actionable need to
be derived post assessment and necessary changes shall be performed in a prioritized and timely
manner to enhance the cybersecurity maturity.

Page 386 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

8. Annexure III: Payment Schedule and Milestones

The total payment shall be paid separately for Capex and Opex. For payment release purpose, Capex
value will not be considered more than 70% of total bid value at any stage, balance will be considered
as Opex. Capex payment shall be released based on below mentioned milestones. Opex payment will
be released in twenty (20) equal quarterly instalments spread across 5 years Post Final Go-Live.
Other recurring/non-recurring expenses like for Electricity/Water connections & consumtion bills,
Fees for PUC/ROW/etc. to be paid to Government Departments for Project Execution will be released
on actuals by SSCL (These expenses need not to be mentioned in Price Bid).

The payment schedule and milestones are divided into three phases:

1. Implementation & Integration Phase-1


2. Integration Phase
3. Operations and Maintenance Phase

8.1. Milestones and Payment Schedules for Implementation Phase

Based on findings of the site survey activity done by the MSI, the MSI may propose a change in the
number of sites or individual units to be deployed in each phase as well as overall scope and a
consequent change in phasing. SSCL also retains the right to suo-moto change the number of sites or
individual units to be deployed for each scope item. The final decision on change in phasing and
related change in payment schedules shall be at the discretion of SSCL.

MSI should complete all the activities within the defined timelines as indicated above. The timeline
will be reviewed regularly during implementation phase and may be extended incase SSCL feels that
extension in a particular Request Order/Integration or any track is imperative, for the reason beyond
the control of the bidder. In all such cases SSCL’s decision shall be final and binding. The MSI will be
eligible for the payment based on the completion of activities and approval of the relevant
deliverables.

D = Effective Date of Issuance of Work Order

Payment
Milestones for the
Implementation Payment Schedule Time
Milestones Deliverable
% Payment of Schedule
Time Schedule
Phase

M1 Work Order/ NA D
Contract
M2 Project Kickoff Value commensurate to D + 7 days NA
the discovered quote for
site survey activity as per
commercial format

Page 387 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Payment
Milestones for the
Implementation Payment Schedule Time
Milestones Deliverable
% Payment of Schedule
Time Schedule
Phase

M3 Site Survey 5% of the Capex Cost D+1 1. Inception Report


month 2. Project Plan
3. Risk Management
and Mitigation Plan
4. Site Survey report
5. Final BoQ

M4 Requirement Phase 10% of the Capex Cost D+2 1. CONOPS document


Completion months 2. Functional
Design Phase Requirement
Completion Specification
document
3. System Requirement
Specification
document
4. Requirements
Traceability Matrix

M5 Delivery and 35% of the Capex Cost D+4 1. HLD documents


Receipt of months 2. LLD documents
Hardware and 3. Application
Software at site architecture
and after documents.
Verification of such 4. Technical
items by Architecture
SSCL/SSCL documents.
authorized agency 5. Network
Architecture
documents.
6. Logical and physical
database design.
7. Data dictionary and
data definitions.
8. GUI design (screen
design, navigation,
etc.).
9. Test Plans
10. Change management
Plan

Page 388 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Payment
Milestones for the
Implementation Payment Schedule Time
Milestones Deliverable
% Payment of Schedule
Time Schedule
Phase

M6 Power-up (for 10% of the Capex Cost D+5 1. IT and Non IT


hardware), months Infrastructure
Installation, Installation Report
configuration and 2. Completion of UAT
Application and closure of
deployment observations report
3. Training Completion
report
4. Application
deployment and
configuration report

M7 Completion of 20% of the Capex Cost D+6 1. Integration Testing


Integration of months Report
Smart Features and 2. Go-Live Report
Go- Live
M8 Three months of 20% of the Capex Cost D+9
successful months
operation and
Maintenance after
Project Acceptance

Note 1: If successful bidder requests for Interest-free Mobilization advance, following conditions shall be
applicable:

a. Mobilization advance can be maximum of 10% of capex value


b. Mobilization advance shall be released only after receipt of Bank Guarantee of 110% of the
requested amount. This Advance Bank Guarrantee (ABG) shall be returned to the Bidder, without
any interest, post recovery of the entire advance amount paid to the Bidder during execution of
the project.
c. Mobilization advance shall be adjusted proportionately among all Phases’ Payment Release.

Note 2:

a. All payments to the Master Systems Integrator (MSI) shall be made upon submission of
invoices along with necessary approval certificates from concerned Authorities.
b. The above payments are subject to meeting of SLA’s failing which the appropriate deductions
as mentioned in the SLA document of this RFP.
c. Payment for Integration with Individual sub system can be released after 3 months of given
timeline of each phase in case of the any of the sub systems of that phase is not ready

Page 389 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

8.2. Milestones and Payment Schedules for Operations and Maintenance Phase

The Operations and maintenance phase will start as soon as Go-Live for the each phase occurs. The
MSI will be required to adhere to the SLA and provide post implementations support of warranty and
O&M for a period of 5 years after implementation/Phase wise Go-Live.

Payment Milestones for the


Milestones Implementation % Payment of Time Payment Schedule Time Schedule
Schedule Phase
M9 Year 1 payment for O&M after Go-Live Equal Quarterly Payment of Year 1
O&M Payments
M10 Year 2 payment for O&M after Go-Live Equal Quarterly Payment of Year 2
O&M Payments
M11 Year 3 payment for O&M after Go-Live Equal Quarterly Payment of Year 3
O&M Payments
M12 Year 4 payment for O&M after Go-Live Equal Quarterly Payment of Year 4
O&M Payments
M13 Year 5 payment for O&M after Go-Live Equal Quarterly Payment of Year 5
O&M Payments

Payment of Operations and maintenance phase will be made on quarterly basis (at completion of
each quarter) based on the adherence to SLA, for the amount quoted for each respective year.

Page 390 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

9. Annexure IV- Common guidelines regarding compliance of


systems/equipment

1. The specifications mentioned for various IT / Non-IT components are indicative


requirements and should be treated for benchmarking purpose only. MSIs are required to
undertake their own requirement analysis and may propose higher specifications that are
better suited to the requirements.
2. Any manufacturer and product name mentioned in the Tender should not be treated as a
recommendation of the manufacturer / product.
3. All IT Components should support IPv4 and IPv6
4. All IT/Electronics components shall be in compliance to the IEC/ISI/BSI standards as
applicable
5. All systems will be designed to ensure accessibility to the disabled hence all the components
related to IT, electronics and/or digital technology should be in accordance to the latest
version of WCAG and the European Standards - EN 301 549 or an equivalent standard as
approved
6. MSI should adhere with the open standard oneM2M wherever applicable during solution
design and implementation
7. The specifications provided in this RFP are indicative and carry guiding rule. The MSI is free
to offer products and solutions which meet requirements of the RFP focussing on the
outcome, future scalability, security, reliability and adherence to specified SLA under this
RFP, in line with applicable standards & best practices adopted in the industry. The MSI is
encouraged to design an Optimised solution which is technically superior, innovative,
proven, better in terms of functionality and is cost effective. Any specified parameters
mentioned in the scope/technical requirement in the RFP may be considered if it is required
for meeting current & future requirements during the contract period. Necessary
justification should be given in Technical solution accordingly.The MSI is fully responsible
for the specified outcome to be achieved.
8. Bidders should provide complete make, model, for all equipment/software quoted, in the
Technical Bid. Technical Bid should also be accompanied by OEM’s product brochure /
datasheet and MAF for each line item (wherever applicable).
9. Bidder should ensure that only one make and model is proposed for one component in
Technical Bid for example all cameras must belong to a single OEM and must be of the same
model for particular use.
10. Bidders should ensure warranty and support for all equipment from OEMs during the
contract period. All the back-to-back service agreements should be submitted along with the
Technical Bid.
11. All equipment, parts should be original and new.
12. The user interface of the system should be a user friendly Graphical User Interface (GUI).
13. Critical core components of the system should not have any requirements to have
proprietary platforms and should conform to open standards.
14. For custom made modules, industry standards and norms should be adhered to for coding
during application development to make debugging and maintenance easier. Object oriented
programming methodology must be followed to facilitate sharing, componentizing and
multiple-use of standard code. Before hosting the application, it shall be subjected to
application security audit (by any of the CERTIN empanelled vendors) to ensure that the
application is free from any vulnerability; and approved by the SSCL.
15. All the Clients Machines / Servers shall support static assigned IP addresses or shall obtain
IP addresses from a DNS/DHCP server.

Page 391 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

16. The indicative architecture of the system is given in this volume. The Successful Bidder must
provide the architecture of the solution it is proposing.
17. The system servers and software applications will be hosted in Data Centers as specified in
the Bid. It is important that the entire set of Data Center equipment are in safe custody and
have access from only the authorized personnel and should be in line with the requirements
& SLAs defined in the RFP .
18. The Servers provided should meet industry standard performance parameters (such as CPU
Utilisation of 60 percent or less, disk utilisation of 75 percent or less). In case any non-
standard computing environment is proposed (such as cloud), detail clarification needs to
be provided in form of supporting documents, to confirm (a) how the sizing has been arrived
at and (b) how SLAs would be met.
19. MSI is required to ensure that there is no choking point / bottleneck anywhere in the system
(end-to-end) and enforce performance and adherence to SLAs. SLA reports must be
submitted as specified in the Bid without fail.
20. All the hardware and software supplied should be from the reputed Original Equipment
Manufacturers (OEMs). SSCL/or any other authorized agency as nominated by the Authority
reserves the right to ask replacement of any hardware / software if it is not from a reputed
brand and conforms to all the requirements specified in the RFP documents.
21. Cameras and the Video Management / Video Analytics Software should be ONVIF Core
Specification ‘2.X’ or ‘S’, ‘G’ compliant and provide support for ONVIF profiles such as
Streaming, Storage, Recording, Playback, retrieval of local stored video and Access Control.
22. System Integrator shall place orders on various OEMs directly and not through any sub-
contractor / partner.
23. All licenses should be in the name of the Saharanpur Smart City Limited (SSCL).

NOTE: For all supply equipment’s, registered service/support center of the respective OEM should
be existing or established in India within 30 days of award of contract. The Bidder should submit an
undertaking from the OEM to that effect.

Page 392 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

10. Annexure V - Status of the Systems to be integrated in ICCC in


Saharanpur City
Status of current
# ICT Systems Future Roadmap
Automation

1 Solid Waste Management No Yes

SCADA based Water


(including tubewells),
2 Partial Yes
Electricity and Sewerage
solutions

3 Smart Poles No Yes

4 Smart Parking No Yes

4 Health Management Services No Yes

5. Smart Street Lights Partial Yes

Page 393 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

11. Annexure VI – Smart City Guidelines for ensuring Universal Access


IT Systems to empower citizens with disability to access ICT systems
with ease
# Parameters Minimum Requirements
Provide text alternatives for any non-text content so that it can
1 Text Alternatives be changed into other forms people need, such as large print,
braille, speech, symbols or simpler language.
All images, form image buttons, and image map hot spots have
appropriate, equivalent alternative text.
Images that do not convey content, are decorative, or contain
content that is already conveyed in text are given null alt text
2 Non-text Content (alt="") or implemented as CSS backgrounds. All linked images
have descriptive alternative text.
Equivalent alternatives to complex images are provided in
context or on a separate (linked and/or referenced via longdesc)
page.
3 Time-based Media Provide alternatives for time-based media.
Audio Description or
A descriptive text transcript OR audio description audio track is
4 Media Alternative
provided for non-live, web-based video
(Prerecorded)
Create content that can be presented in different ways (for
5 Adaptable
example simpler layout) without losing information or structure.
Semantic markup is used to designate headings (<h1>), lists
(<ul>, <ol>, and <dl>), emphasized or special text (<strong>,
<code>, <abbr>, <blockquote>, for example), etc. Semantic
markup is used appropriately.
Info and
6 Tables are used for tabular data. Where necessary, data cells are
Relationships
associated with their headers. Data table captions and
summaries are used where appropriate.
Text labels are associated with form input elements. Related
form elements are grouped with fieldset/legend.
Meaningful The reading and navigation order (determined by code order) is
7
Sequence logical and intuitive.
Color is not used as the sole method of conveying content or
distinguishing visual elements.
Color alone is not used to distinguish links from surrounding
8 Use of Color text unless the luminance contrast between the link and the
surrounding text is at least 3:1 and an additional differentiation
(e.g., it becomes underlined) is provided when the link is
hovered over or receives focus.

Page 394 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameters Minimum Requirements


A mechanism is provided to stop, pause, mute, or adjust volume
9 Audio Control for audio that automatically plays on a page for more than 3
seconds.
The page is readable and functional when the text size is
10 Resize text
doubled.
If the same visual presentation can be made using text alone, an
11 Images of Text
image is not used to present that text.
Keyboard
12 Make all functionality available from a keyboard.
Accessible
All page functionality is available using the keyboard, unless the
functionality cannot be accomplished in any known way using a
keyboard (e.g., free hand drawing).
13 Keyboard
Page-specified shortcut keys and accesskeys (accesskey should
typically be avoided) do not conflict with existing browser and
screen reader shortcuts.
Keyboard focus is never locked or trapped at one particular page
14 No Keyboard Trap element. The user can navigate to and from all navigable page
elements using only a keyboard.
Automatically moving, blinking, or scrolling content that lasts
longer than 5 seconds can be paused, stopped, or hidden by the
user. Moving, blinking, or scrolling can be used to draw attention
to or highlight content as long as it lasts less than 5 seconds.
15 Pause, Stop, Hide
Automatically updating content (e.g., automatically redirecting
or refreshing a page, a news ticker, AJAX updated field, a
notification alert, etc.) can be paused, stopped, or hidden by the
user or the user can manually control the timing of the updates.
16 Seizures Do not design content in a way that is known to cause seizures.
Three Flashes or
17 No page content flashes more than 3 times per second.
Below Threshold
Provide ways to help users navigate, find content, and determine
18 Navigable
where they are
A link is provided to skip navigation and other page elements
that are repeated across web pages.
If a page has a proper heading structure, this may be considered
a sufficient technique instead of a "Skip to main content" link.
19 Bypass Blocks
Note that navigating by headings is not yet supported in all
browsers.
If a page uses frames and the frames are appropriately titled,
this is a sufficient technique for bypassing individual frames.
20 Page Titled The web page has a descriptive and informative page title.

Page 395 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameters Minimum Requirements


The navigation order of links, form elements, etc. is logical and
21 Focus Order
intuitive.
Page headings and labels for form and interactive controls are
Headings and informative. Avoid duplicating heading (e.g., "More Details") or
22
Labels label text (e.g., "First Name") unless the structure provides
adequate differentiation between them.
It is visually apparent which page element has the current
23 Focus Visible keyboard focus (i.e., as you tab through the page, you can see
where you are).
24 Readable Make text content readable and understandable
The language of the page is identified using the HTML lang
25 Language of Page
attribute
The language of page content that is in a different language is
26 Language of Parts
identified using the lang attribute.
27 Predictable Make Web pages appear and operate in predictable ways.
When a user inputs information or interacts with a control, it
does not result in a substantial change to the page, the spawning
28 On Input of a pop-up window, an additional change of keyboard focus, or
any other change that could confuse or disorient the user unless
the user is informed of the change ahead of time.
Maximize compatibility with current and future user agents,
29 Compatible
including assistive technologies.
Significant HTML/XHTML validation/parsing errors are avoided.
In content implemented using markup languages, elements have
complete start and end tags, elements are nested according to
30 Parsing
their specifications, elements do not contain duplicate attributes,
and any IDs are unique, except where the specifications allow
these features.
Markup is used in a way that facilitates accessibility. This
includes following the HTML/XHTML specifications and using
forms, form labels, frame titles, etc. appropriately.
For all user interface components, the name and role can be
31 Name, Role, Value
programmatically determined; states, properties, and values
that can be set by the user can be programmatically set; and
notification of changes to these items is available to user agents,
including assistive technologies.
A descriptive text transcript (including all relevant visual and
Audio-only and auditory clues and indicators) is provided for non-live, web-
32 Video-only based audio (audio podcasts, MP3 files, etc.).
(Prerecorded) A text or audio description is provided for non-live, web-based
video-only (e.g., video that has no audio track).

Page 396 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameters Minimum Requirements


Captions Synchronized captions are provided for non-live, web-based
33
(Prerecorded) video (YouTube videos, etc.)
Synchronized captions are provided for all live multimedia that
34 Captions (Live) contains audio (audio-only broadcasts, web casts, video
conferences, Flash animations, etc.)
Audio descriptions are provided for all video content
Audio Description
35 NOTE: Only required if the video conveys content visually that is
(Prerecorded)
not available in the default audio track.
Instructions do not rely upon shape, size, or visual location (e.g.,
"Click the square icon to continue" or "Instructions are in the
Sensory
36 right-hand column").
Characteristics
Instructions do not rely upon sound (e.g., "A beeping sound
indicates you may continue.").
Make it easier for users to see and hear content including
37 Distinguishable
separating foreground from background.
Text and images of text have a contrast ratio of at least 4.5:1.
Contrast
38 Large text - at least 18 point (typically 24px) or 14 point
(Minimum)
(typically 18.66px) bold has a contrast ratio of at least 3:1.
39 Enough Time Provide users enough time to read and use content.
If a page or application has a time limit, the user is given options
to turn off, adjust, or extend that time limit. This is not a
40 Timing Adjustable requirement for real-time events (e.g., an auction), where the
time limit is absolutely required, or if the time limit is longer
than 20 hours.
The purpose of each link (or form image button or image map
hotspot) can be determined from the link text alone, or from the
Link Purpose (In link text and its context (e.g., surrounding paragraph, list item,
41
Context) table cell, or table headers).
Links (or form image buttons) with the same text that go to
different locations are readily distinguishable.
Multiple ways are available to find other web pages on the site -
42 Multiple Ways at least two of: a list of related pages, table of contents, site map,
site search, or list of all available web pages.
When a page element receives focus, it does not result in a
substantial change to the page, the spawning of a pop-up
43 On Focus
window, an additional change of keyboard focus, or any other
change that could confuse or disorient the user.
Consistent Navigation links that are repeated on web pages do not change
44
Navigation order when navigating through the site.

Page 397 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Parameters Minimum Requirements


Elements that have the same functionality across multiple web
Consistent
45 pages are consistently identified. For example, a search box at
Identification
the top of the site should always be labeled the same way.
46 Input Assistance Help users avoid and correct mistakes.
Required form elements or form elements that require a specific
format, value, or length provide this information within the
element's label.
47 Error Identification If utilized, form validation errors are presented in an efficient,
intuitive, and accessible manner. The error is clearly identified,
quick access to the problematic element is provided, and user is
allowed to easily fix the error and resubmit the form.
Sufficient labels, cues, and instructions for required interactive
Labels or
48 elements are provided via instructions, examples, properly
Instructions
positioned form labels, and/or fieldsets/legends.
If an input error is detected (via client-side or server-side
49 Error Suggestion validation), provide suggestions for fixing the input in a timely
and accessible manner.
Error Prevention
If the user can change or delete legal, financial, or test data, the
50 (Legal, Financial,
changes/deletions can be reversed, verified, or confirmed.
Data)
Alternative mode of authentication should be offered to inorder
51 Visual Captcha
to be authenticated
Mandatory use of
52 Unicode for regional Unicode facilitates assistive technology to access content.
language

Page 398 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

12. Annexure VII – Cyber Security Requirements for Saharanpur


Smart City Project

12.1. Cyber Security Framework

The Bidder shall develop Cyber Security Framework aimed at building a secure and resilient
cyberspace for citizens and stakeholders of Smart City. The Framework shall be designed to protect
cyberspace information and infrastructure; build capabilities to prevent and respond to cyber-
attacks; and minimize damages through coordinated efforts of institutional structures, people,
processes, and technology. Framework shall cover smart city cyber security architecture with
reference to the cyber security framework suggested by National Institute of Standards and
Technology (NIST), CSA (Cloud Security Alliance) and ISO27001. Framework shall also comply with
MoUD guidelines vide circular K- 1s016/6U2016-SC-1.

12.2. Cyber Security Policy

The Bidder shall ensure creation and implementation of Smart City Cyber Security Policy and related
procedures in line with relevant international standards. The policy shall address security of
hardware and software, along with the connectivity between the field device and the respective
application software. The bidder shall ensure to develop and implement Standard Operating
Procedures for smooth Operations and Maintenance of IT infrastructure.

12.3. Cyber Security Governance

1. The Bidder shall conduct Risk Assessment and prepare Risk Treatment Plan for the IT
applications and infrastructure deployed in smart city ecosystem.
2. The Bidder shall facilitate management reporting in form of dashboard covering Risk
Assessment results along with risk treatment plan and timeline to the smart city
management.
3. The Bidder shall implement all the controls as identified during the Risk assessment and
treatment plan as per the agreed timelines.

12.4. Cyber Security Organization Structure

1. The Bidder shall clearly define Organization structure for Smart City Cyber Security with
skilled personnel and adequate representation from Senior Management. The organization
structure shall also include the roles and responsibilities of personnel deployed for cyber
security of smart city.
2. The smart city cyber security resources shall be deployed as part of the team during the
complete contract period i.e. implementation and operation stage.

12.5. Smart City IT Asset Management

1. The Bidder shall utilize automated asset management tools to prepare the information asset
register (IAR) for all IT assets deployed in the Smart city. The IAR shall capture criticality,
rating, classification, owner and custodian of the Asset.

Page 399 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

2. The Bidder shall develop and implement an appropriate set of procedures for information
labeling and handling in accordance with the classification scheme proposed in the cyber
security policy of smart city.

12.6. Physical & Environmental Security

1. The bidder shall implement and manage physical security of IT assets of smart city, which
shall include, as a minimum: locks, alarms, surveillance equipment, sensors, access control
systems (biometrics), etc. The bidder shall also design processes and procedures for same.
2. The Bidder shall ensure that all the equipment, information or software shall not be taken
off-site without appropriate authorization.

12.7. Access Control

1. The Bidder shall ensure that users shall be provided single sign on functionality if required
for the applications and solutions deployed in Smart City.
2. The smart city solution should support multiple authentication methods such as Username
password, two factor authentication, digital certificate and biometric based authentication.
3. 2FA solution should be capable of being deployed on mobile devices deployed for smart city
4. Solution should have the capability to define access based on time of day, day of week or by
group or user defined access.
5. The smart city solution should have the functionality to provide authentication based on the
role.
6. Remote access to all smart city IT users shall be securely managed.
7. The smart city solution should be able to deploy and configure the approved password
policy and should provide the feature to configure the logs.
8. The smart city solution should have the option of blocking multiple sessions for the user.
9. All smart city applications should support role based access control to enforce separation of
duties.
10. The application deployed in smart city should display the last login status
(successful/unsuccessful, time) to the user and should not store authentication credentials
on client computers after a session terminates
11. All smart city solution should be compliant with Indian IT Act, 2000 and Amended IT Act,
2008

12.8. Communications and Operations Management

1. Bidders must ensure that the IT systems in the smart city infrastructure are open, scalable
and interoperable. The deployed systems must operate within 4 layers – Sensory layer,
communication layer, data layer and application layer adhering to relevant security controls
as mandated by the MoUD guidelines.
2. Bidders shall ensure that all the interfaces between IoT devices, field sensors, device
applications and storage deployed in smart city are encrypted using appropriate protocols,
algorithm and key pairs.
3. All transport link communication must be encrypted and sensitive data both in rest and
transit is to be secured using encryption.
4. Bidders must ensure that all the changes made to the smart city infrastructure incl. of IoT
field devices, sensors and related applications should be tracked and recorded in order to
enable security monitoring of the infrastructure. The maintained logs should be

Page 400 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

systematically collated, enabling the access of critical information as per date, fortnight,
month, quarter, year etc.
5. Bidders should ensure that separate environments are maintained for production, test and
development for smart city infrastructure and solutions to reduce the risks of unauthorized
access or changes.
6. Bidders must ensure that smart city IT systems are designed in such a way that only
authenticated users have access to the smart city database. Also, the provision of access has
to be routed only through designated applications.
7. Bidders must ensure that sensitive data is stored in the smart city database in an encrypted
format thereby curtailing the database administrator from reading or modifying the stored
sensitive data.
8. Bidders must ensure that the smart city architecture should include a VPN solution enabling
designated users to access necessary applications and functions from remote applications.
9. Bidders must enable for the maintenance of an audit trail to record all the administrator,
user level activities including the failed attempts thereby enabling a robust high level
security monitoring of the smart city security infrastructure.
10. Bidders must ensure that the smart city components – Network elements, Operating system,
Applications etc. are in sync and adhere to a singular master clock. Thereby ensuring an
appropriate logging/ time stamping of incidents and bolstering smooth operation of the
smart city.
11. Bidders must ensure that adequate security controls are deployed against the tampering of
log information and unauthorized access to the smart city infrastructure such as the data
center, IoT device control room etc.
12. Bidders must ensure that platforms hosted in the central data center support multi-tenancy
with adequate authentication and role based access. This can be achieved by utilizing
Authentication and privilege management technology thereby controlling the access of data
as per user privileges.
13. Bidders must ensure that the smart city architecture accounts for latency issues for the flow
of data between devices. Suitable protocols should be utilized to minimize data flow latency
upon management of heterogeneous data.
14. Bidders must strictly make sure that the communication between IoT field devices and their
respective management applications happens only over a data layer (digital platform).
Thereby enabling this designated layer to be the one true source of data abstraction,
normalization and correlation.
15. Bidders must ensure that the smart city IT infrastructure including the Wi-Fi network
adheres to relevant and applicable security standards and protocols. Also, bidders must
make sure that the Application Program Interfaces (APIs) are published and the IT systems
run on standard protocols.
16. Bidders must ensure that the smart city architecture end-to-end has adequate security
controls to enforce safety, privacy and integrity of confidential data. Necessary controls must
be deployed to protect the integrity of data flowing into the control systems and other
critical infrastructure.
17. Bidders must enable for wireless/ broadband architecture used in the smart city
infrastructure to interface with other/citywide wireless networks thereby enabling
interoperability.
18. Bidders must ensure that IoT field devices and sensory equipment operating within the
smart city periphery connect only to authorize wireless networks. Secure Wi-Fi guidelines
as prescribed by the Department of Telecom must be followed.
19. Bidders must make sure that the wireless layer of the smart city network is appropriately
segmented, bifurcating the network into various trusted zones. Thereby segregating public

Page 401 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

and utility networks via VPN (Virtual private networks), ensuring that the traffic from
internet users is not routed into sensor networks and vice versa.
20. Bidders must enable for the authentication of the sensory equipment during the
provisioning of the sensors and connection into the smart city infrastructure.
21. Bidders must ensure that the data aggregators used for enabling the interoperability
between field IoT devices and sensors functioning on different protocols incorporate
appropriate authentication and encryption at the aggregator gateway when field devices are
not capable of authenticating /encrypting critical information.
22. Bidders must ensure that the IoT field devices and sensory equipment deployed in smart
city periphery must not have a physical interface for administration. System and Network
monitoring should be only performed remotely thereby ensuring local cyber-attacks/
tampering of field devices is curtailed.
23. Bidders must ensure appropriate network segregation. The smart city data center must be
systematically segmented into multiple zones. Each zone must have a dedicated
functionality. IoT field devices and sensory equipment must be connected to a completely
separate network isolated from public networks and other private networks.
24. Bidders must make sure that the internet facing segment of the data center must incorporate
a DMZ (Demilitarized zone), where customer application servers would be located.
Predefined ports must be assigned for enabling the communication between the customer
application servers and utility application servers to facilitate the access/transfer of data.
25. Bidders must ensure that Smart city data centers are well equipped with adequate security
controls to protect the confidentiality, integrity and accessibility of critical data. The center
should consider including cyber security systems such as firewalls, Intrusion detection &
Intrusion prevention systems, Web Application Firewalls, Behavioral analysis systems for
anomaly detection, Correlation engine, Denial of Service prevention device, Advanced
Persistent Threat notification mechanism, Federated identity, access management system
etc.
26. Bidders must ensure that the Smart city cyber security infrastructure incorporates high level
security and monitoring controls such as SIEM (Security Information and Event
Management) tools on all networks, field devices and sensors to identify malicious traffic.
27. Bidders must ensure all smart city applications must be hosted within India and must
undergo static and dynamic security testing before deployment. Also, the applications must
be periodically (at least once a year) tested for adequate security control.
28. Bidders must ensure that the proposed smart city architecture provides for:

a. Automatic and secure firmware updates


b. Device logging and auditing capabilities
c. Vendor self-certification for non-existence of backdoors, undocumented and hard
coded accounts.

29. Bidders must ensure that all the information on security incidents is regularly shared with
Indian Computer Emergency Response Team (CERT-ln) and NCIIPC (National Critical
Information Infrastructure Protection Centre) and their help is sought for appropriate
mitigation and recovery from the security incidents.
30. Bidders shall ensure that Data encryption at rest shall be implemented using departments
managed keys, which are not stored in the cloud.
31. The bidder shall setup Cyber Security Continuous Monitoring process to monitor - physical
environment, External service provider activity etc. to detect potential cyber security
incidents.

Page 402 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

12.9. Information Systems Acquisition, Development and Maintenance

1. The Bidder shall prepare the detailed technical security requirement as part of the ‘Software
Requirement Specification’ document with secure coding guidelines for development of
applications for smart city.
2. The Bidder shall incorporate validation checks into smart city applications to detect any
corruption of information through processing errors or deliberate acts.
3. The Bidder shall obtain information about technical vulnerabilities of information systems
being used in smart city, evaluate the exposure to such vulnerabilities, and take appropriate
measures to address the associated risk.
4. The bidder shall implement maintenance and repair process of smart city IT assets in timely
manner, with approved and controlled tools.

12.10. Business Continuity Planning and Disaster Recovery

1. The Bidder shall implement and operate Disaster Recovery site for the Smart city
infrastructure and related IT & OT applications. IT & OT applications and processes should
be supported from the disaster recovery site.
2. The Bidder shall define Business Continuity and Disaster Recovery plan and will perform
the testing on a half yearly basis

12.11. Information Security Audits

The bidder shall ensure Information security audits of the smart city infrastructure and related
applications by a CERT-In empaneled vendor. VA/PT (Vulnerability assessment and Penetration
Testing) activities, audits and application security testing must be carried out on twice-a-year basis
ensuring optimal operation and security of the smart city infrastructure and applications. Teams
carrying out the audit exercise must be different from the implementation teams. Systematic
actionable need to be derived post audits and necessary changes need to be made periodically.

12.12. Security Operations Center

The bidder shall set up Security Operations Centre to ensure continuous monitoring and manage all
kinds of cyber security operations related to smart city such as Incident Management, Logging and
Monitoring, Anti-virus Management, Threat Intelligence Support, Secure Technology Disposal and
other cyber security support activities to ensure secured smart city ecosystem.

12.13. Awareness Training

The bidder shall deploy appropriate resources to support periodic awareness training based on latest
standards of ISMS. The trainings must focus on educating relevant employees (including privileged
users, third party, senior management etc.) on necessary security practices and processes to be
followed in order to maintain the Confidentiality, Integrity and Availability of critical data.

12.14. Security Controls for Cloud Services

The security controls for creating and managing cloud services shall comply with the following
guidelines.

Page 403 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Empanelment of Cloud Service Offerings CSPs facilities/services shall be compliant with regulative
directives and industry best practices. The SLA shall be based on the guidelines issued by
Government Departments on contractual terms related to Cloud Services (MeitY guideline dated
31/03/17). The security controls should include the following:

a. The CSP should be empaneled by MeitY for providing cloud services. The CSPs
facilities/services shall be certified to be compliant to the following standards: ISO 27001,
ISO 27017, ISO 27018, ISO 20000-9, ISO/IEC 20000-1 & PCI DSS.
b. The CSP/Service Provider shall comply or meet any security requirements applicable to
CSPs/Service Providers published (or to be published) by MeitY or any standards body setup
/ recognized by Government of India from time to time and notified to the CSP/Service
Providers by MeitY as a mandatory standard.
c. The CSP/Service Provider shall meet all the security requirements indicated in the IT Act
2000, the terms and conditions of the Provisional Empanelment of the Cloud Service
Providers and shall comply with the audit criteria defined by STQC.
d. Incident Management shall be managed by CSP / third party.
e. Periodic secure code review shall be performed for cloud applications.
f. Data encryption at rest / transit depending on sensitivity of data shall be implemented using
departments managed keys, which are not stored on the cloud.
g. The CSP will undertake to treat information passed on to them as classified. Such
Information will not be communicated / published / advertised by the CSP to any
person/organization without the express permission of the Department.
h. CSP shall inform all security breach incidents to Smart City management on real time.
i. CSP shall ensure data confidentiality and mention Sub-contractual risk shall be covered by
CSP.
j. E-Discovery shall be included as clause in SLA with CSP. It is the process of locating,
preserving, collecting, processing, reviewing, and producing Electronically Stored
Information (ESI) in the context of or criminal cases/proceedings or investigation. Logging
and reporting (e.g., audit trails of all access and the ability to report on key
requirements/indicators) must be ensured.
k. The Law Enforcement Agency as mandated under any law for the time being in force may
seek access to information stored on cloud as provided by the Service Provider. The onus
shall be on the CSP to perform all due diligence before releasing any such information to any
such law enforcement agency.
l. CSP must ensure location of all data related to smart cities in India only.
m. The Cloud Service Provider’s services offerings shall comply with the audit requirements
defined under the terms and conditions of the Provisional Empanelment of the Cloud Service
Providers (or STQC /MEITY guidelines. The Audit, Access and Reporting Requirements
should be as per the terms and conditions of the Provisional Empanelment of the Cloud
Service.
n. CSP’s exit Management Plan shall include - Transition of Managed Services & Migration from
the incumbent cloud service provider’s environment to the new environment and shall
follow all security clauses for smooth transition.
o. SLA with CSP shall cover performance management & dispute resolution escalation.
Guidelines on Service Level Agreement issued by MeitY lists out the critical SLAs for cloud
services.
p. Identification and problem resolution (e.g., helpline, call center, or ticketing system)
mechanism must be defined.
q. Change-management process (e.g., changes such as updates or new services) must be
defined.

Page 404 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

r. Appropriate segregation of Virtual Private Cloud (VPC) security rules defined as part of
firewall to restrict access, Role based access management, Logging and monitoring shall be
ensured.
s. VPN gateway must be setup to ensure controlled access, appropriate security rules must be
employed to encrypt outward data flow, IDS, IPS, API Gateways to be setup and ELB logs to
be maintained for any activities and access and exceptions to carried out in the cloud setup,
Database logs to be routed as part of the Logging VPC setup.
t. Digital Certificate shall be implemented for secure access.
u. Web Application Firewall must be provided, Host IPS must be setup on all the Web servers,
Web servers must be configured as per the CIS hardening guidelines and baseline security
requirements, logging and monitoring should be enabled.
v. Application access between hosted smart city applications shall be segregated, internal
infrastructure and external traffic, Role based access must be defined, hardening of database
instances as per the CIS baselines configuration guidelines in the cloud setup must be
ensured, Logging and monitoring must be enabled.
w. For SLAs to be used to steer the behavior of a cloud services provider, imposition of financial
penalties is to be incorporated.
b. Monitor Vendor Service level agreement for annual end-to-end service availability of 99.5
percent. The end to end service agreement should be in place for minimum period of six
years form the date of operations of the systems.

Page 405 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

13. Annexure VIII- List of Locations

13.1. Location of Integrated Command and Control Center

Figure 2 Location of ICCC, Saharanpur

Figure 3: Floor Layout of ICCC

Page 406 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

Figure 4: 3D layout of 1st floor (illustrative)

Figure 5: 3D layout of 2nd floor (illustrative)

13.2. Location of Camera for City Surveillance System


13.2.1. Locations for Fixed Box Camera

# Area Location Name Latitude Longitude Location Fixed


Type Box
SADAR RAJENDRA RANA 29.940849 77.548247 COLONY GATE 3
1 BAZAR WALI GALI GATE
SADAR SARASWATI 29.942011 77.547674 SOCIETY 3
BAZAR VIHAR SCHOOL KE
PAS VIVEK NAGAR
2 SOCIETY
SADAR VINOD VIHAR KE 29.938882 77.549351 TIRAHA 3
BAZAR DHALAN WALA
TIRAHA
3 MALHIPUR ROAD
SADAR DHARIA BUILDERS 29.932497 77.540468 COMMERCIAL 2
4 BAZAR RAJWAHA PATRI
SADAR RITI ASHRAM KE 29.93766 77.547332 TIRAHA 3
5 BAZAR PAS TIRAHA
SADAR MOHAN PANDEY 29.939468 77.540309 ROAD 2
BAZAR HOSPITAL KE
SAAMNE WALA
6 ROAD

Page 407 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Area Location Name Latitude Longitude Location Fixed


Type Box
SADAR SOUTH CITY 29.94004 77.538407 TIRAHA 3
BAZAR EXTENSION WALA
TIRAHA THEKE KE
7 PAS ITC ROAD
SADAR HARI MANDIR 29.943012 77.544977 TIRAHA 3
8 BAZAR TIRAHA
SADAR AAYUKT NIWAS 29.941555 77.543692 PARK 2
9 BAZAR PARK KE SAAMNE
SADAR PNB BANK, DELHI 29.945506 77.545452 BANK 2
10 BAZAR ROAD
SADAR BALWAN DAIRY 29.942021 77.543779 DAIRY 3
11 BAZAR KE PAS
SADAR JAIN COLLEGE 29.940139 77.546972 COLLEGE 4
12 BAZAR CHOWK
SADAR GILL COLONY MOD 29.951974 77.549413 SOCIETY 2
13 BAZAR
SADAR NARAYAN 29.955651 77.548549 TEMPLE 4
14 BAZAR MANDIR
SADAR HOSPITAL INDIRA 29.9547 77.548901 HOSPITAL 4
BAZAR BHARGAV CHOWK
15 GILL COLONY
SADAR HATHI GATE 29.955515 77.547142 COLONY GATE 3
16 BAZAR
SADAR COURT ROAD PUL 29.958424 77.54728 BRIDGE 2
17 BAZAR
SADAR CHURCH 29.955978 77.545055 CHURCH 4
BAZAR CHAURAHA
MISSION
18 COMPOUND
SADAR SAINT MARY 29.955041 77.541479 SCHOOL 2
19 BAZAR SCHOOL
SADAR RAILWAY 29.952767 77.540443 TIRAHA 3
20 BAZAR GROUND TIRAHA
SADAR ASHA MODERN 29.952435 77.542958 TIRAHA 3
BAZAR TIRAHA MISSION
21 COMPOUND
SADAR CHANDER NAGAR 29.950794 77.542188 PARK 2
22 BAZAR PARK
SADAR PARSVNATH 29.954336 77.547072 COMMERCIAL 2
BAZAR PLAZA KE UTTAR
23 MEIN
SADAR KACHEHRI KE 29.952217 77.547314 COMMERCIAL 2
24 BAZAR DAKSHIN MEIN
SADAR ROADWAYS 29.956788 77.547093 BUS 2
25 BAZAR WORKSHOP WORKSHOP
SADAR MODEL SHOP KE 29.957507 77.546632 THEKA 2
26 BAZAR SAAMNE HOTEL

Page 408 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Area Location Name Latitude Longitude Location Fixed


Type Box
KE BARABAR
MEIN
SADAR VISHWAKARMA 29.952526 77.552298 TIRAHA 3
27 BAZAR CHOWK
SADAR PUL KE NICHHE 29.953705 77.554242 BRIDGE 3
28 BAZAR BRAJESH NAGAR
SADAR PUL KE NICHHE 29.953885 77.554787 THEKA 2
29 BAZAR TIRAHA(THEKA)
SADAR PNB ATM 29.951217 77.556706 BANK 1
30 BAZAR
SADAR RAJ VIHAR 29.946715 77.560353 COLONY GATE 1
BAZAR COLONY GATE NO
31 2
SADAR CHAURI WALI 29.943174 77.562129 ROAD 2
BAZAR GALI HIMMAT
NAGAR(SUNAR KI
32 DUKAN)
SADAR NAVAL CHOWK 29.941635 77.56229 TIRAHA 3
33 BAZAR HIMMAT NAGAR
SADAR VINAY VIHAR 29.939899 77.562865 CHAURAHA 4
34 BAZAR CHOWK
SADAR INDIRA COLONY 29.935451 77.564677 TIRAHA 3
BAZAR CHOWK(SHIV
35 MANDIR KE PAS)
SADAR SHARAB THEKA 29.94072 77.564797 THEKA 1
36 BAZAR HIMMAT NAGAR
SADAR RAMU GATE 29.937387 77.568136 COLONY GATE 2
37 BAZAR
SADAR IIT ROORKEE 29.939265 77.565932 COLLEGE 2
38 BAZAR
SADAR NEW KAPIL VIHAR 29.951064 77.553841 TEMPLE 1
39 BAZAR MANDIR KE PAS
SADAR BRAHMAPURI 29.948269 77.557253 TIRAHA 3
40 BAZAR CHAURAHA
SADAR BHATTA COLONY 29.93302 77.571286 CHAURAHA 1
41 BAZAR CHAURAHA
SADAR CHUNA BHATTI 29.957436 77.529752 ROAD 2
42 BAZAR
SADAR CPPRI 29.93881 77.563216 COLLEGE 2
43 BAZAR
SADAR ANMOL VIHAR 29.938532 77.560649 TIRAHA 3
44 BAZAR CHAURAHA
SADAR SHEKHPURA JANE 29.935814 77.568198 ROAD 2
45 BAZAR WALA ROAD
SADAR HAKIKAT NAGAR 29.948844 77.551585 TIRAHA 3
46 BAZAR TIRAHA

Page 409 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Area Location Name Latitude Longitude Location Fixed


Type Box
SADAR HANUMAN 29.949625 77.551262 TIRAHA 3
BAZAR MANDIR TIRAHA
47 HAKIKAT NAGAR
SADAR BANK OF BARODA 29.948826 77.55043 BANK 1
BAZAR POLICE LINE KE
48 SAAMNE
SADAR COLLECTORATE 29.949208 77.547578 TIRAHA 3
49 BAZAR TIRAHA
SADAR CHOWKI CIVIL 29.948441 77.547614 TIRAHA 3
50 BAZAR LINES
SADAR SBI COURT ROAD 29.951796 77.547597 BANK 1
51 BAZAR
SADAR DIWANI TIRAHA 29.952763 77.547411 TIRAHA 3
52 BAZAR
SADAR SABJI MANDI 29.946961 77.546413 TIRAHA 3
53 BAZAR TIRAHA
SADAR POLICE LINE MAIN 29.948752 77.549927 POLICE 3
54 BAZAR GATE STATION
SADAR BADA CHOWK 29.94812 77.551773 TIRAHA 3
55 BAZAR HAKIKAT NAGAR
SADAR DIG OFFICE KE 29.947263 77.547794 GOVT 3
56 BAZAR PAS BUILDING
SADAR SARAFFA MARKET 29.950651 77.547598 COMMERCIAL 6
57 BAZAR COURT ROAD
SADAR RAJNI 29.948654 77.546948 TUTION 2
BAZAR MANCHANDA CENTRE
TUTION CENTRE
KE PAS AHMED
58 BAGH
SADAR AGRASEN CHOWK 29.962219 77.541901 TIRAHA 3
59 BAZAR
SADAR ROADWAYS BUS 29.96269 77.542302 BUS STAND 2
BAZAR STAND(DEHRADU
60 N)
SADAR GANDHI PARK 29.963505 77.542395 PARK 2
61 BAZAR GATE
SADAR JANMANCH 29.963561 77.542502 JANMANCH 2
62 BAZAR SABHAGAR GATE
SADAR AMBEDKAR 29.965075 77.541633 STADIUM 2
63 BAZAR SPORTS STADIUM
SADAR AMBALA 29.965319 77.544283 BUS STAND 2
BAZAR ROADWAYS BUS
64 STAND GATE
SADAR HANUMAN 29.963807 77.546034 TEMPLE 1
BAZAR MANDIR
GHANTAGHAR
65 CHOWK

Page 410 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Area Location Name Latitude Longitude Location Fixed


Type Box
SADAR SAM INTER 29.962448 77.549419 ROAD 2
BAZAR COLLEGE KE PAS
WALI GALI
66 PATHANPURA
SADAR GOVIND NAGAR 29.959713 77.549219 PARK 4
67 BAZAR PARK
SADAR GPO TIRAHA 29.95996 77.546424 TIRAHA 3
68 BAZAR
SADAR RAILWAY 29.960154 77.54125 RAILWAY 2
BAZAR STATION LAKDI STATION
KE PUL WALA
69 RAASTA
SADAR MASJID 29.963686 77.546542 MASJID 1
70 BAZAR PATHANPURA
SADAR HASANPUR 29.938209 77.53911 CHAURAHA 4
71 BAZAR CHOWK
SADAR MAVI KALAN 29.920372 77.522774 BUS STAND 4
BAZAR ADDA DELHI
72 ROAD
SADAR ITC ROAD MOLHU 29.951345 77.532761 KOTHI 4
73 BAZAR KI KOTHI
SADAR GALIRA CHOWK 29.944596 77.530814 TIRAHA 3
74 BAZAR
SADAR MPS KI PULIYA ITC 29.961765 77.527443 PULIYA/CULV 2
75 BAZAR ROAD ERT
SADAR TYAGI DAIRY 29.930756 77.540709 DAIRY 3
76 BAZAR RAJWAHA PATRI
SADAR PANT VIHAR GATE 29.942098 77.537374 COLONY GATE 3
77 BAZAR ITC ROAD
SADAR KASHIRAM 29.925353 77.526285 TIRAHA 3
78 BAZAR TIRAHA
SADAR JEJPURAM KI 29.946143 77.535309 PULIYA/CULV 2
79 BAZAR PULIYA ITC ROAD ERT
SADAR KASHIRAM 29.922565 77.529171 CHAURAHA 4
BAZAR COLONY BADE
80 PUL KE PAS
SADAR NAWADA ROAD 29.940985 77.519643 COLLEGE 2
BAZAR FATEHPUR JATT
SHALU INTER
81 COLLEGE KE PAS
SADAR PANT VIHAR 29.942353 77.534869 SOCIETY 2
BAZAR COLONY MAYOR
KE AWAS WALI
82 GALI
SADAR MOTHER TERESA 29.930486 77.533542 SCHOOL 2
BAZAR SCHOOL STATE
83 BANK COLONY

Page 411 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Area Location Name Latitude Longitude Location Fixed


Type Box
SADAR SHIVALIK VIHAR 29.939209 77.53462 SOCIETY 2
84 BAZAR PRIVATE ITC
SADAR BALIYAKHERI 29.935268 77.535904 SOCIETY 3
85 BAZAR DELHI ROAD
SADAR GNG MALL 29.924356 77.525115 MALL 3
86 BAZAR
SADAR SOPHIA SCHOOL 29.951634 77.538246 SCHOOL 4
87 BAZAR GATE
SADAR CHHOTI LINE 29.96018 77.539447 TIRAHA 3
88 BAZAR TIRAHA
SADAR DPS TIRAHA 29.91557 77.519874 TIRAHA 3
89 BAZAR
SADAR AAYUKT AWAS 29.942253 77.542492 CHAURAHA 4
90 BAZAR CHAURAHA
91 HAZA BAND FATAK 29.945755 77.563776 TIRAHA 3
HAZA AAYKAR 29.949654 77.561882 GOVT 2
AAWASIYA BUILDING
PARISAR(SBD SE
92 AAGE)
HAZA SHIV MANDIR 29.950186 77.561635 COLONY GATE 3
NEW BHAGAT
SINGH COLONY
93 GATE
HAZA ZILLA HOSPITAL 29.958182 77.559453 TIRAHA 3
AND REMOUNT
DEPO KE BEECH
WALI SADAK
TRANSFORMER KE
94 PAS
HAZA ZILA HOSPITAL KE 29.954243 77.559136 HOSPITAL 3
95 SAAMNE
96 HAZA SBD CHAURAHA 29.955623 77.558213 CHAURAHA 4
HAZA TIKONI KOTHI KE 29.957244 77.559675 KOTHI 2
97 DONO KONO PE
HAZA AMBEDKAR 29.960451 77.55766 CHAURAHA 4
98 CHAURAHA
HAZA AARYA SAMAJ 29.961669 77.557038 GOVT 3
JANAKNAGAR BUILDING
99 GATE LINK ROAD
HAZA TEACHERS 29.962217 77.556708 TIRAHA 3
COLONY TIRAHA
100 LINK ROAD
HAZA KABAB CORNER 29.964203 77.555804 FAST FOOD 4
101 LINK ROAD
HAZA LINK ROAD 29.965445 77.554851 TIRAHA 3
TIRAHA BALMIKI
102 MANDIR KE PAS

Page 412 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Area Location Name Latitude Longitude Location Fixed


Type Box
HAZA DHAWAN TIRAHA 29.967787 77.555739 TIRAHA 3
103 BERIBAGH ROAD
HAZA GEETA MANDIR 29.967278 77.557833 TEMPLE 3
104 BERIBAGH
HAZA PAHALVAN PIR 29.966908 77.561296 TEMPLE 3
105 TIRAHA
HAZA SHANTI NAGAR 29.966385 77.562831 THEKA 3
DHAMOLA PUL
TIRAHA SHARAB
106 KE THEKE KE PAS
HAZA SHANTI NAGAR 29.968103 77.564558 COMMERCIAL 3
MUKUL MEDICAL
107 STORE TIRAHA
HAZA SHANTI NAGAR 29.968855 77.567038 TEMPLE 3
SHIV MANDIR
108 TIRAHA
HAZA DEHRADUN ROAD 29.965581 77.565898 POSTMORTE 3
POSTMORTEM M HOUSE
109 HOUSE
HAZA JAIL CHUNGI 29.965458 77.564711 CHAURAHA 4
CHAURAHA
110 DEHRADUN ROAD
HAZA RAVIDAS 29.966727 77.571807 COLLEGE 3
CHHATRAVAS
111 DEHRADUN ROAD
HAZA EXECUTIVE 29.959449 77.55593 GOVT 2
ENGINEER PWD BUILDING
OFFICE GATE KE
112 SAAMNE
HAZA DEHRADUN 29.958751 77.554869 CHAURAHA 4
113 CHOWK
HAZA SAPNA PUL 29.962028 77.550998 PULIYA/CULV 4
114 TAKIYA MOD ERT
HAZA MGM SCHOOL 29.960682 77.551409 SCHOOL 3
115 TAKIYA
HAZA SHANKAR MANDIR 29.956879 77.5541 TEMPLE 2
HOMEGUARD
116 WALI GALI
HAZA CHURCH 29.955293 77.556396 CHURCH 4
COMPOUND
CHURCH KE FOUR
117 SIDES
HAZA BUNDU KA 29.960493 77.554971 CHAURAHA 3
CHOWK,KHANALA
118 MPURA

Page 413 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Area Location Name Latitude Longitude Location Fixed


Type Box
TP NAGAR TRANSPORT 29.969707 77.58193 COLONY GATE 3
NAGAR GATE
119 DEHRADUN ROAD
TP NAGAR TRANSPORT 29.969275 77.584939 COLONY GATE 3
NAGAR GATE
120 JANTA ROAD
TP NAGAR MAHIPURA 29.970952 77.573065 TIRAHA 3
TIRAHA JANTA
121 ROAD
TP NAGAR CHAKEHRETI 29.97664 77.577182 PULIYA/CULV 3
PULIYA JANTA ERT
122 ROAD
TP NAGAR CHAKEHRETI 29.982059 77.579702 SOCIETY 1
BLOCK KE PAS
123 JANTA ROAD
TP NAGAR KHURD ADDA 29.996455 77.585001 TIRAHA 2
124 JANTA ROAD
TP NAGAR PREET VIHAR 29.984016 77.579657 COLONY GATE 2
125 GATE JANTA ROAD
TP NAGAR ASHA MODERN 29.998833 77.587347 SCHOOL 2
SCHOOL KE PAS
126 JANTA ROAD
TP NAGAR AABID CHAI WALE 29.972453 77.588599 TEA STALL 2
KI DUKAAN SADAK
127 DUDHLI
RAKESH GRAM 29.97471 77.615847 GRAM 2
CHEMICAL CHHAZPURA MEIN
S MOHAMMADPUR
128 GADA MOD PAR
RAKESH DEHRADUN ROAD 29.972705 77.615589 TIRAHA 3
CHEMICAL PAR CHHAZPURA
129 S MOD
RAKESH NAUGAZAPIR PAR 29.973077 77.61175 TEMPLE 2
CHEMICAL
130 S
RAKESH CHANDAN PALACE 29.972466 77.601636 WEDDING 2
CHEMICAL DEHRADUN ROAD PAACE
131 S
RAKESH KHALSA PUBLIC 29.971885 77.5978 SCHOOL 3
CHEMICAL SCHOOL
132 S
RAKESH JAMALPUR 29.972209 77.600118 TEA STALL 3
CHEMICAL ROAD(SHIVSHAKT
133 S I TEASTALL)
RAKESH SADAK 29.97065 77.59115 FAST FOOD 3
CHEMICAL DUDHLI(RAJA
134 S SWEET CORNER)

Page 414 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Area Location Name Latitude Longitude Location Fixed


Type Box
RAKESH JANTA ROAD 29.969049 77.583766 TIRAHA 3
CHEMICAL TIRAHA
135 S
RAKESH AMARDEEP AND 29.971054 77.57196 SOCIETY 2
CHEMICAL GOVIND VIHAR
136 S MOD
MANDI DHOBIGHAT 29.981038 77.550348 TIRAHA 3
137 CHOWKI TIRAHA
MANDI BHAGAT SINGH 29.977413 77.548121 BANK 1
CHOWK PUNJAB
NATIONAL BANK
138 KE SAAMNE
MANDI BEHAT BUS 29.980915 77.55493 BUS STAND 3
139 STAND
140 MANDI TOTA CHOWK 29.985139 77.552851 CHAURAHA 4
MANDI MOONGA GARH 29.982585 77.554464 GROUND 3
RAMLEELA
GROUND KE
141 PICHHE
MANDI HANUMAN 30.01224 77.558168 CHAURAHA 4
CHOWK
SHAKLAPURI
142 ROAD
MANDI VISHWAS NAGAR 29.999617 77.552614 TIRAHA 3
JULAMGARH
143 TIRAHA
MANDI PRATAP NAGAR 29.978567 77.540844 TIRAHA 3
144 TIRAHA
145 MANDI ARBI MADARSA 29.979837 77.546878 MASJID 4
MANDI GOTESHAH KI 29.979759 77.536406 MASJID 3
146 CHUNGI
MANDI JHANDA CHOWK 29.976917 77.543226 TIRAHA 3
PATALESHWAR
147 MANDIR
MANDI HALWAI HATTA 29.975845 77.545164 TIRAHA 3
148 TIRAHA
MANDI RAIWALA BALAJI 29.975253 77.546122 TIRAHA 3
MANDIR RACHNA
149 SAREE TIRAHA
MANDI TIRAHA MISHR 29.976015 77.544363 TIRAHA 3
150 MURAR
MANDI HARNATHPURA 29.977835 77.543931 CHAURAHA 4
151 CHOWK
MANDI MAIN ROAD ARBI 29.979379 77.546847 ROAD 3
152 MADARSA
MANDI PURANA 29.981746 77.544978 BUS STAND 3
153 CHILKANA ADDA

Page 415 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Area Location Name Latitude Longitude Location Fixed


Type Box
154 MANDI GOL KOTHI 29.984139 77.541512 KOTHI 3
MANDI RAMKRISHNA 29.982041 77.541228 TIRAHA 3
PARAMHANS
155 TIRAHA
156 MANDI FAWARRA CHOWK 29.972778 77.546185 CHAURAHA 4
MANDI MANDI SAMITI 29.984314 77.538589 MANDI 2
157 GATE
MANDI PRATAP NAGAR 29.978925 77.541002 CHAURAHA 4
158 CHAURAHA
MANDI SAMRAT VIKRAM 29.987936 77.538286 COLONY GATE 4
159 GATE
MANDI SARASWATI 29.983679 77.548671 TEMPLE 4
VIDHYA MANDIR
BABA LALDAS
160 ROAD
MANDI NAYA CHILKANA 29.988779 77.537603 BUS STAND 4
161 ADDA
MANDI CHANDIGARH 29.975841 77.541951 WEDDING 4
162 PALACE PAACE
MANDI CHOWKI 29.991691 77.543195 CHAURAHA 4
163 KHATAKHERI
MANDI KALSIYA ROAD 29.984445 77.546361 COLLEGE 3
NAV INTER
164 COLLGE TIRAHA
MANDI PATHAR WALA 29.99042 77.548384 ROAD 3
165 SALI WALI GALI
166 MANDI BHANGI COLONY 29.997528 77.550833 SOCIETY 3
MANDI MUZZAFARI 29.994913 77.543263 MASJID 2
167 MASJID
168 MANDI KAMBOH PUL 29.973581 77.53999 CHAURAHA 4
169 MANDI BANJARAN PUL 29.971655 77.53997 CHAURAHA 4
MANDI MOHALLA LAKHI 29.97376 77.540721 TIRAHA 3
170 GATE TIRAHA
MANDI MOHALLA 29.972859 77.542643 TEMPLE 3
SANGYAN JAIN
171 MANDIR
MANDI BHARAT KANGAN 29.974261 77.541882 COMMERCIAL 3
172 STORE
MANDI DINNANATH 29.978569 77.546628 TIRAHA 3
173 TIRAHA
MANDI HOLI CHOWK 29.97555 77.54302 CHAURAHA 4
174 KAYSIN
MANDI CHHATA 29.975206 77.54333 COLLEGE 4
JAMBUDAS KANYA
175 INTER COLLEGE

Page 416 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Area Location Name Latitude Longitude Location Fixed


Type Box
MANDI SEHBELOL 29.975243 77.540378 CHAURAHA 4
CHOWK KE
176 SAAMNE
MANDI JAMBUDAS RO 29.975108 77.542656 SOCIETY 2
177 MOD
MANDI MOHALLA 29.972142 77.54065 CHAURAHA 4
BANJARAN
178 CHOWK
MANDI MOHALLA 29.971872 77.543312 CHAURAHA 4
ANSARIYAN
179 CHOWK
180 MANDI AALI KI CHUNGI 29.977254 77.534963 CHAURAHA 4
MANDI CHOWKI NIRYAT 29.977041 77.534858 POLICE 2
181 NIGAM CHOWKI
MANDI KAMELA PULIYA 29.974259 77.524557 PULIYA/CULV 2
182 ERT
183 MANDI INDRA CHOWK 29.978492 77.531637 TIRAHA 3
MANDI PEERWALI GALI 29.976927 77.530056 ROAD 2
184 16
MANDI BARELIYON KA 29.97772 77.529001 MASJID 3
185 MADARSA
MANDI KAMELA 29.97354 77.532418 CHAURAHA 4
186 CHAURAHA
MANDI SIRAJ COLONY 29.996796 77.543691 SCHOOL 2
PRIMARY SCHOOL
187 KE PAS
MANDI KHAJURTALA 29.975073 77.538836 TIRAHA 3
188 TIRAHA
189 MANDI PAKKA BAGH 29.97782 77.540259 CHAURAHA 4
MANDI GADHO KA 29.97487 77.538478 CHAURAHA 4
190 CHOWK
MANDI MOHALLA 29.973653 77.539556 CHAURAHA 4
MACHHIYARAN
191 BHAIYABAGH
KOTWALI BALMIKI BASTI 29.971642 77.569065 TEMPLE 2
192
KOTWALI BATRA TIRAHA 29.97339 77.558906 TIRAHA 3
193 POLE PAR
KOTWALI SD INTER 29.973816 77.557011 COLLEGE 2
194 COLLEGE KE PAS
KOTWALI BAGESHWAR 29.972855 77.552767 TEMPLE 3
195 MANDIR
196 KOTWALI SARAI CHOWK 29.969802 77.544643 TIRAHA 3
KOTWALI NOOR BASTI 29.977952 77.5564 CHAURAHA 4
197 PULIYA
198 KOTWALI GADHI MALOOK 2 29.973805 77.560057 ROAD 2

Page 417 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Area Location Name Latitude Longitude Location Fixed


Type Box
199 KOTWALI GADHI MALOOK 1 29.975349 77.560052 ROAD 2
KOTWALI DHAMOLA PUL 29.971808 77.568349 PULIYA/CULV 2
200 ERT
KOTWALI BHARAT MATA 29.972447 77.563932 CHAURAHA 4
201 CHOWK
KOTWALI SHREERAM 29.967178 77.545747 TIRAHA 3
202 CHOWK
203 KOTWALI NALA PATRI 29.973684 77.547684 COMMERCIAL 2
KOTWALI HIRANMARAN/GU 29.973299 77.548325 TIRAHA 3
CHHA MARKET
204 TIRAHA
KOTWALI HANUMAN 29.975537 77.547807 TEMPLE 2
MANDIR
205 CHAUNTALA
KOTWALI LOHA BAZAR 29.974743 77.546709 TIRAHA 3
SWATANTRATA
206 SENANI TIRAHA
KOTWALI MACHHLI PUL 29.969868 77.545775 PULIYA/CULV 2
207 ERT
KOTWALI SABJI MANDI PUL 29.972357 77.546737 PULIYA/CULV 2
208 ERT
KOTWALI LOHANI SARAI 29.966442 77.542662 TIRAHA 3
209 TIRAHA
KOTWALI SARAFFA 29.974437 77.544953 TIRAHA 3
BAZAR/SHIVMURT
210 I TIRAHA
KOTWALI MORGANJ/GOVIN 29.974197 77.546985 TIRAHA 3
211 D ATAR TIRAHA
KOTWALI NAWABGANJ 29.9709 77.551589 CHAURAHA 4
212 CHAURAHA
KOTWALI INDRACAMP/LINK 29.965658 77.55298 SOCIETY 2
213 ROAD
KOTWALI MATIA 29.972893 77.549054 COLLEGE 3
MAHAL/ARYA
KANYA INTER
214 COLLEGE TIRAHA
KOTWALI INDIAN OVERSEAS 29.973816 77.557011 BANK 1
& SHIVALIK KE
215 SAAMNE
KOTWALI LINK ROAD 29.969445 77.55007 TIRAHA 3
TIRAHA/VIJAY
TALKIES KE
216 SAAMNE
KOTWALI JWALA NAGAR 29.968368 77.554126 SOCIETY 4
217 GALI NO 1 SE 5
KOTWALI RAKESH MANDI 29.965374 77.549951 PULIYA/CULV 3
218 TIRAHA ERT

Page 418 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Area Location Name Latitude Longitude Location Fixed


Type Box
219 KOTWALI SAMADAR CHOWK 29.970238 77.547952 CHAURAHA 4
KOTWALI PETROL PUMP KE 29.968354 77.547901 PETROL 2
SAAMNE ROAD PUMP
220 PAR
KOTWALI BARTAN BAZAR 29.974827 77.544941 TIRAHA 3
221 CHOWK SARAFFA
KOTWALI KABADI BAZAR 29.976921 77.546995 TEMPLE 2
CHOWK NIKAT
222 JAIN MANDIR
KOTWALI KAKKARGANJ/SHI 29.973706 77.546513 COMMERCIAL 3
VSHAKTI SAREE
223 CENTRE KE PAS
KOTWALI SAPNA PUL 29.962463 77.549886 ROAD 1
TIRAHA
224 PATALNAGRI
KOTWALI KISHANPURA 29.964022 77.550688 ROAD 2
NALA PATRI
DHAMOLA NADI
225 KE PAS
KOTWALI GAS GODAAM KALI 29.982209 77.559342 TEMPLE 2
MANDIR NOOR
226 BASTI
KOTWALI INDIAN OVERSEAS 29.997727 77.566884 BANK 3
BANK TIRAHA
227 BEHAT ROAD
228 KOTWALI GHANTAGHAR 29.964052 77.546367 COMMERCIAL 5
KOTWALI JOGIYAN PUL KE 29.96837 77.547139 PULIYA/CULV 2
229 PAS ERT
KOTWALI KHUMRAN PUL 29.97668 77.549027 PULIYA/CULV 2
230 ERT
231 KOTWALI PURANI CHUNGI 29.97469 77.553374 CHAURAHA 4
KOTWALI BHAGAT SINGH 29.976873 77.548209 CHAURAHA 4
232 CHOWK
KOTWALI FARRUKHI MASJID 29.97387 77.543599 MASJID 2
233 TIRAHA
234 KOTWALI NAKHASA TIRAHA 29.973463 77.544764 TIRAHA 3
KOTWALI ASHA MODERN 29.965454 77.545007 SCHOOL 2
SCHOOL KE
SAMNE ORIENTAL
235 BANK PAR
KOTWALI PNB BANK 29.964977 77.544821 BANK 2
236 AMBALA ROAD
KOTWALI DENA BANK 29.962782 77.54888 BANK 2
237 DEHRADUN ROAD
KOTWALI GURUNANAK 29.964767 77.545107 HOTEL 2
238 HOTEL

Page 419 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Area Location Name Latitude Longitude Location Fixed


Type Box
KOTWALI KALI MANDIR 29.980337 77.566193 TEMPLE 2
239 RADHA VIHAR
KOTWALI GADHI WALI 29.980081 77.557275 MASJID 2
240 MASJID KE PAS
KOTWALI NOOR BASTI 29.982069 77.557678 CHAURAHA 4
241 CHAURAHA
KOTWALI COMPANY 29.971156 77.552206 PARK 2
GARDEN KE GATE
242 PE
KOTWALI MAHARAJA SINGH 29.97425 77.555864 COLLEGE 2
DEGREE COLLEGE
243 KE PAS
KOTWALI AMBEDKAR PARK 29.976755 77.557006 PARK 3
244 KE PAS
KUTUBSHE LOHANI SARAI 29.968311 77.543566 CHAURAHA 4
245 R CHAURAHA
KUTUBSHE RANGDO KA PUL 29.969435 77.540099 COMMERCIAL 6
246 R
KUTUBSHE BUDHHI MAI 29.970795 77.538366 CHAURAHA 5
247 R CHOWK
KUTUBSHE NEW ERA PUBLIC 29.983055 77.524967 SCHOOL 4
248 R SCHOOL
KUTUBSHE REHMANI 29.98564 77.53286 TIRAHA 2
R CHOWK(HABIBGA
249 RH ROAD)
KUTUBSHE HABIBGARH 29.987072 77.530625 CHAURAHA 3
R CHOWK(MOHALLA
HABIBGARH DR
SATISH MEDICAL
250 KE PAS)
KUTUBSHE MIGLANI 29.969622 77.536511 CHAURAHA 3
251 R BUILDING PULIYA
KUTUBSHE MANAKMAU KI 29.961768 77.509895 PULIYA/CULV 2
252 R PULIYA ERT
KUTUBSHE MOHALLA 29.971936 77.53615 CHAURAHA 4
R MACHHIYARAN
253 CHAURAHA
KUTUBSHE KHURJA MIL 29.967821 77.537794 CHAURAHA 3
254 R COLONY GATE
KUTUBSHE SABDALPUR 29.97528 77.506856 TIRAHA 3
R TIRAHE PAR
PETROL PUMP KE
255 SAAMNE
KUTUBSHE KAPDA MIL 29.966546 77.520256 TIRAHA 2
R TIRAHA GANGOH
256 ROAD

Page 420 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Area Location Name Latitude Longitude Location Fixed


Type Box
KUTUBSHE SHARDA NAGAR 29.963565 77.532186 CHAURAHA 4
R KA CHOWK
FLYOVER KE
257 NICHHE
KUTUBSHE KARGIL GATE 29.971008 77.5314 CHAURAHA 4
R MANDI SAMITI
258 ROAD
KUTUBSHE GUGHAAL GATE 29.969171 77.526008 TIRAHA 3
259 R BHAIRO MANDIR
KUTUBSHE NADEEM COLONY 29.971964 77.529673 SOCIETY 4
260 R
KUTUBSHE CHANDRAVIHAR 29.966352 77.519433 TIRAHA 3
261 R TIRAHA
KUTUBSHE ANSARI CHOWK 29.972641 77.534514 CHAURAHA 4
262 R IDGAH ROAD
KUTUBSHE PRAKASHLOK 29.959926 77.52246 CHAURAHA 4
R COLONY
263 CHAURAHA
KUTUBSHE LABOUR COLONY 29.963195 77.525696 CHAURAHA 4
R MUKHYA
264 CHAURAHA
KUTUBSHE LABOUR 29.963027 77.524798 GOVT 4
R COMMISION BUILDING
OFFICE
265 CHAURAHA
KUTUBSHE PURANI LABOUR 29.961854 77.525079 SOCIETY 4
266 R COLONY
KUTUBSHE RADHA KRISHNA 29.962299 77.522797 CHAURAHA 3
R COLONY
267 CHAURAHA
KUTUBSHE CHANDRABHAN KI 29.984543 77.534023 CHAURAHA 4
R PULIYA(HABIBGA
268 RH GRAM ROAD)
KUTUBSHE TRIKUTI TIRAHA 29.970754 77.529237 TIRAHA 3
269 R
KUTUBSHE CHOWK 29.971002 77.541113 CHAURAHA 4
270 R BAJDARAN
KUTUBSHE DHOLI KHAL 29.967533 77.540848 CHAURAHA 4
R CHAURAHA NEAR
271 AMBALA ROAD
KUTUBSHE FIRE STATION 29.966614 77.542243 TIRAHA 3
R TIRAHA/LOHANI
272 SARAI TIRAHA
KUTUBSHE KUTUBSHER 29.967356 77.540373 CHAURAHA 4
273 R CHOWK

Page 421 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Area Location Name Latitude Longitude Location Fixed


Type Box
KUTUBSHE ALLITE PETROL 29.969948 77.522934 PETROL 4
R PUMP AMBALA PUMP
274 ROAD
KUTUBSHE KALPANA TIRAHA 29.96898 77.531407 TIRAHA 3
275 R
KUTUBSHE NAKUR 29.973591 77.51326 TIRAHA 3
R TIRAHA(AMBALA
276 ROAD)
KUTUBSHE DARPAN TIRAHA 29.968635 77.535384 TIRAHA 6
277 R
KUTUBSHE SHARDA NAGAR 29.965128 77.532576 BRIDGE 2
278 R PUL KE NICHHE
KUTUBSHE LABOUR COLONY 29.967965 77.523572 CHAURAHA 4
R CHOWKI
279 CHAURAHA
KUTUBSHE THANA 29.971754 77.532891 TIRAHA 3
R KUTUBSHER
AAVASIYA
280 PARISAR TIRAHA
KUTUBSHE CHOWKI 29.965439 77.517159 CHAURAHA 4
281 R MANAKMAU
KUTUBSHE MALGODAAM 29.962468 77.539799 TIRAHA 2
282 R TIRAHA
KUTUBSHE GANDHI MAIDAN 29.964423 77.541322 GROUND 4
R AMBEDKAR
STADIUM KE
283 KONE PE
KOTWALI HALALPUR RANA 30.001 77.528 KOTHI 2
284 DEHAT KI KOTHI
KOTWALI SALMAN KI DAIRY 29.999 77.529 DAIRY 2
285 DEHAT KE PAS HALALPUR
KOTWALI BALPUR TIRAHE 29.993 77.534 TIRAHA 2
DEHAT PAR GANESHI
TRADES SHAMIM
286 KI DUKAN
KOTWALI AJAJ PUTRA ZINDA 29.992 77.536 SOCIETY 2
DEHAT HASAN AHMED
COLONY KE
287 SAAMNE
KOTWALI VARDHMAN 29.99 77.537 COLONY GATE 2
DEHAT COLONY
CHILKANA ROAD
DIVIDER POLE
288 PAR
KOTWALI PNB CHAURAHA- 29.93 77.55 CHAURAHA 4
289 DEHAT MALHIPUR ROAD

Page 422 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Area Location Name Latitude Longitude Location Fixed


Type Box
KOTWALI SHARAB THEKE 29.932 77.55 THEKA 2
DEHAT KE PAS -
290 MALHIPUR ROAD
KOTWALI RAMNAGAR 29.992 77.551 CHAURAHA 4
291 DEHAT CHAURAHE PAR
KOTWALI SHEKHPURA 29.93 77.574 MASJID 3
DEHAT KADEEM BAND
DERA NAWAZ
292 SHARIF
KOTWALI NAZIRPURA 30.006 77.571 GRAM 4
DEHAT CHAURAHA
293 BEHAT ROAD
KOTWALI RASOOLPUR 29.999 77.567 GRAM 4
294 DEHAT BEHAT ROAD
KOTWALI RAM NAGAR 29.917 77.551 GRAM 2
DEHAT EXIT(MALHIPUR
295 ROAD)
KOTWALI SEC 99 29.922 77.542 GRAM 4
DEHAT RAMNAGAR SE
296 AAGE CHAURAHA

13.2.2. Locations for PTZ Camera

# Area Location Lat Long Type of


location
1 SADAR BAZAR JAIN COLLEGE CHOWK 29.940139 77.546972 college
PUL KE NICHHE
2 SADAR BAZAR TIRAHA(THEKA) 29.953885 77.554787 Theka
BADA CHOWK HAKIKAT
3 SADAR BAZAR NAGAR 29.94812 77.551773 Chauraha
SARAFFA MARKET
4 SADAR BAZAR COURT ROAD 29.950651 77.547598 Market
AMBEDKAR SPORTS
5 SADAR BAZAR STADIUM 29.965075 77.541633 Stadium
AMBALA ROADWAYS BUS
6 SADAR BAZAR STAND GATE 29.965319 77.544283 Bus Stand
7 SADAR BAZAR GPO TIRAHA 29.95996 77.546424 Tiraha
8 SADAR BAZAR GALIRA CHOWK 29.944596 77.530814 Chauraha
9 SADAR BAZAR GNG MALL 29.924356 77.525115 Mall
10 SADAR BAZAR DPS TIRAHA 29.91557 77.519874 School
JAIL CHUNGI CHAURAHA
11 HAZA DEHRADUN ROAD 29.965458 77.564711 Jail
BUNDU KA
12 HAZA CHOWK,KHANALAMPURA 29.960493 77.554971 Chauraha

Page 423 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Area Location Lat Long Type of


location
RAKESH
13 CHEMICALS JANTA ROAD TIRAHA 29.969049 77.583766 Tiraha
DHOBIGHAT CHOWKI
14 MANDI TIRAHA 29.981038 77.550348 Tiraha
15 MANDI HALWAI HATTA TIRAHA 29.975845 77.545164 Tiraha
16 MANDI CHOWKI KHATAKHERI 29.991691 77.543195 Chauraha
17 MANDI KAMBOH PUL 29.973581 77.53999 Puliya
18 MANDI AALI KI CHUNGI 29.977254 77.534963 Chauraha
19 MANDI GADHO KA CHOWK 29.97487 77.538478 Chauraha
20 KOTWALI SARAI CHOWK 29.969802 77.544643 Chauraha
21 KOTWALI BHARAT MATA CHOWK 29.972447 77.563932 Chauraha
22 KOTWALI SHREERAM CHOWK 29.967178 77.545747 Chauraha
HIRANMARAN/GUCHHA
23 KOTWALI MARKET TIRAHA 29.973299 77.548325 Market
COMPANY GARDEN KE Public
24 KOTWALI GATE PE 29.971156 77.552206 Garden
LOHANI SARAI
25 KUTUBSHER CHAURAHA 29.968311 77.543566 Chauraha
26 KUTUBSHER RANGDO KA PUL 29.969435 77.540099 Puliya
27 KUTUBSHER BUDHHI MAI CHOWK 29.970795 77.538366 Chauraha
KAPDA MIL TIRAHA
28 KUTUBSHER GANGOH ROAD 29.966546 77.520256 Tiraha
SHARDA NAGAR KA
CHOWK FLYOVER KE
29 KUTUBSHER NICHHE 29.963565 77.532186 Bridge
CHANDRABHAN KI
PULIYA(HABIBGARH
30 KUTUBSHER GRAM ROAD) 29.984543 77.534023 Puliya
DHOLI KHAL CHAURAHA
31 KUTUBSHER NEAR AMBALA ROAD 29.967533 77.540848 Chauraha
NAKUR TIRAHA(AMBALA
32 KUTUBSHER ROAD) 29.973591 77.51326 Tiraha
33 KUTUBSHER CHOWKI MANAKMAU 29.965439 77.517159 Chauraha
KOTWALI RAMNAGAR CHAURAHE
34 DEHAT PAR 29.992 77.551 Chauraha
ITMS
35 KOTWALI GHANTAGHAR 29.964052 77.546367 Junction
ITMS
36 SADAR BAZAR DIWANI TIRAHA 29.952763 77.547411 Junction
ITMS
37 SADAR BAZAR VISHWAKARMA CHOWK 29.952526 77.552298 Junction

Page 424 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

# Area Location Lat Long Type of


location
ITMS
38 HAZA SBD CHAURAHA 29.955623 77.558213 Junction
ITMS
39 HAZA DEHRADUN CHOWK 29.958751 77.554869 Junction
ITMS
40 KUTUBSHER KALPANA TIRAHA 29.96898 77.531407 Junction
ITMS
41 SADAR BAZAR CHOWKI CIVIL LINES 29.948441 77.547614 Junction
ITMS
42 HAZA AMBEDKAR CHAURAHA 29.960451 77.55766 Junction
ITMS
43 SADAR BAZAR COLLECTORATE TIRAHA 29.949208 77.547578 Junction
ITMS
44 SADAR BAZAR SADAR TIRAHA 29.951974 77.549413 Junction
ITMS
45 SADAR BAZAR HASANPUR CHOWK 29.938209 77.53911 Junction
ITMS
46 KOTWALI PURANI CHUNGI 29.97469 77.553374 Junction
ITMS
47 KOTWALI NAWABGANJ CHAURAHA 29.9709 77.551589 Junction
ALLITE PETROL PUMP ITMS
48 KUTUBSHER AMBALA ROAD 29.969948 77.522934 Junction
DARPAN TALKIES ITMS
49 KUTUBSHER CHOWK 29.968635 77.535384 Junction
ITMS
50 MANDI MANDI SAMITI GATE 29.984314 77.538589 Junction
BEHAT BUS STAND ITMS
51 MANDI TIRAHA 29.980915 77.55493 Junction
ITMS
52 KOTWALI JOGIYAN PUL 29.96837 77.547139 Junction
ITMS
53 MANDI FAWARRA CHOWK 29.972778 77.546185 Junction
ITMS
54 KOTWALI BHAGAT SINGH CHOWK 29.976873 77.548209 Junction
ITMS
55 SADAR BAZAR AGRASEN CHOWK 29.962219 77.541901 Junction
ITMS
56 KUTUBSHER KUTUBSHER CHOWK 29.967356 77.540373 Junction

13.2.3. Locations for ANPR Camera

ANPR camera are to be installed at 9 city entry/exit points.

1. Ambala road
2. Delhi Road
3. Star paper mill road

Page 425 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

4. Dehradun road
5. Chilkana Road
6. Behat Road
7. Gangoh Road
8. Bajoria Road
9. Malhipur Road

13.3. Location of Road Junctions for Traffic Management System and Automatic
Traffic Enforcement System

S.No. Name of Intersection No. of Arms No. of effective lanes


Priority – I

1. Ghantagar 5 10

2. Diwani Tiraha 3 5

3. Vishwakarma Chowk 3 4

4. Hospital Chowk 4 7

5. Dehradun Chowk 3 6

6. Kalpana Tiraha 3 5

7. Civil Lines Tiraha 3 5

8. Ambedkar Chowk 4 8

9. Collectorate Tiraha 3 5

10. Sadar Tiraha 3 5


11. Hassanpur Chowk 4 8
Priority- II

12. Purani Chungi Chauraha 4 6

13. Nawabganj Chouraha 4 6

14. Darpan Talkies Chowk 4 6

15. Mandi Samiti Tiraha 3 6

16. Behat Adda Tiraha 3 5

17. Pul Jogiyan 4 6

13.4. Locations of Road Junctions for Public Address System & Emergency Call Box

1. Ghantagar
2. Diwani Tiraha
3. Vishwakarma Chowk
4. Hospital Chowk

Page 426 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

5. Dehradun Chowk
6. Kalpana Tiraha
7. Civil Lines Tiraha
8. Ambedkar Chowk
9. Collectorate Tiraha
10. Sadar Tiraha
11. Hassanpur Chowk
12. Purani Chungi Chauraha
13. Nawabganj Chouraha
14. Allied Petrol Pump Intersection
15. Darpan Talkies Chowk
16. Mandi Samiti Tiraha
17. Behat Adda Tiraha
18. Pul Jogiyan
19. Chowk Fawarah
20. Bhagat Singh Chowk
21. Agrasen Chowk
22. Qutub Shehar Chowk

13.5. Location of Environmental Sensors

1. Railway Station
2. Collectorate office
3. Jubilee park
4. Paodhoi River
5. Mandi Samiti
6. Ghantaghar Chauraha

13.6. Location of E-Governance Kiosks

1. Saharanpur Nagar Nigam


2. Saharanpur Development Authoriy
3. Collectorate
4. Diwani Court

Page 427 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

14. Annexure IX- Analytics Use Cases Required


The MSI shall implement all the use cases in such a way that the required video analytics can be
deployed on any commercial off the shelf camera/device/computer/server. The AI functionality
could be achieved through Camera (and other edge devices) and/or Server systems (VMS, ITMS, third
party analytics etc) & ICCC or their combinations in any manner to achive the result.
S.
Video Analytics Use Location/
No Remarks
case Channels
.
Vehicle Related
At 9 City
Vehicle of Interest
1 Entry/Exit
Classification
Points As per ITMS Specifications
Unwanted / Banned / At 9 City
2 Stollen Vehicle Entry/Exit
Detection Points As per ITMS Specifications
At all 17
3 Red Light Violation
Junctions As per ITMS Specifications
At all 17 As per ITMS Specifications.
4 No Helmet Detection
Junctions
Tripple riders on two At all 17 1. Detection of violation and flagging it to the Control room.
5
wheeler Junctions 2. Provision to e-challan the defaulter once confirmed by the
operator
Illegal Parking in No 40 3. Predictive analytics to know the probability of violations
6
Parking Zone Channels in a given geography and time, so that Traffic police can be
directed to challan the violators.
Surveliance Related at Property of interest (Bus Stop, Important Buidings, Monuments, Parks,
Stadium, Tourist Locations, Education Institutes, etc.)
1.Getting % occupancy by people or crowd in a given scene
Overcrowding 30 of interest.
7
Detection Channels 2. Flagging incident in case the crowd level is above defined
threshold.
20 Detection of intruder entering/exiting a given area of
8 Intrusion Detection
Channels interest.
1.Loitering detection in a given area of interest.
2. Upon verified and confirmed by operator that it is a
20 suspicious person, the system shall be able to track the
9 Loittering detection
Channels person across various cameras and to find the origin of such
person. The track/trace of the person shall be shown on the
map.
1. Tracking of person based on image captured from the
proposed CCTV footage, e.g. - pause the video and track the
person of interest in multiple CCTV cameras and stored
People Tracking /
100 video footage of 30 days.
10 Suspect Search across
Channels 2. Tracking of person based on verbal clues given to the
cameras
central control room e.g., man having beard, dark skin, with
white shirt and blue jeans and black jacket. The system shall
trigger search and tracking based on attribute-based search.

Page 428 of 429


REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND AND CONTROL CENTRE IN SAHARANPUR SMART CITY

S.
Video Analytics Use Location/
No Remarks
case Channels
.
3. Tracking of people based on Full body photographs
received by the police control room.
4. Tracking and detection of people based on Facebook or
social media profiles on camera footage as well as recorded
video footage
1. Alert to be generated when camera tampering is
detected due to change of initial field of view of camera,
blurring of view, blocking of view by cloth or obstruction,
camera disconnection and blinding of camera by laser or
All
flashlights.
11 Camera Tempering Surveyallan
2. Once the camera tampering alert is generated, the
ce Cameras
incident should be flagged and system should have the
capability to trace the person responsible for the sabotage
across non-overlapping security cameras The track/trace of
the person shall be shown on the map.

Page 429 of 429


REQUEST FOR PROPOSAL (RFP)
For
Selection of Master System Integrator for Implementation of
Integrated Command and Control Centre & Smart Components in
Saharanpur City
Volume III: Master Service Agreement
Invited by
Saharanpur Smart City Limited
Saharanpur Nagar Nigam, Gurudwara Road,
Saharanpur, Uttar Pradesh, India

Page 1 of 61
Table of Contents
A. PART A – GENERAL CONDITIONS OF CONTRACT ........................................................................................ 5
1. Definition of Terms ............................................................................................................................................. 5
2. Interpretation .................................................................................................................................................... 11
3. Conditions Precedent...................................................................................................................................... 11
4. Scope of work ..................................................................................................................................................... 12
5. Key Performance Measurements ............................................................................................................... 13
6. Commencement and Progress .................................................................................................................... 13
7. Standards of Performance ............................................................................................................................ 13
8. Approvals and Required Consents ............................................................................................................ 13
9. Constitution of Consortium .......................................................................................................................... 14
10. MSI’s Obligations .............................................................................................................................................. 15
11. Selection of MSI’s Key Personnel: .............................................................................................................. 15
12. Changes in MSI’s Key Personnel:................................................................................................................ 15
13. Exit of MSI’s Key Personnel: ......................................................................................................................... 16
14. Services provided by OEMs:......................................................................................................................... 16
15. Software, Licenses obtained by MSI ......................................................................................................... 16
16. Powers of MSI’s representative(s)/Key Personnel: ........................................................................... 17
17. Setting up of Project Office: .......................................................................................................................... 18
18. Access to Data Center Site ............................................................................................................................. 18
19. Commencement of Installation ................................................................................................................... 18
20. Reporting Progress .......................................................................................................................................... 19
21. Inspection by the Authority: ........................................................................................................................ 19
22. Monitoring of MSI’s performance: ............................................................................................................. 19
23. Knowledge of Data Center’s Server Room and ICCC .......................................................................... 20
24. Project Plan ......................................................................................................................................................... 20
25. Adherence to safety procedures, rules regulations and restriction ............................................ 21
26. Statutory Requirements ................................................................................................................................ 21
27. Authority’s Obligations .................................................................................................................................. 22
28. Payments.............................................................................................................................................................. 22
29. Intellectual Property Rights ......................................................................................................................... 23
30. Taxes ...................................................................................................................................................................... 24
31. Indemnity............................................................................................................................................................. 25
32. Representations and Warranties: .............................................................................................................. 26
33. Term and Extension of the Contract ......................................................................................................... 28
34. Dispute Resolution ........................................................................................................................................... 28
35. Conflict of interest ............................................................................................................................................ 29
36. Publicity................................................................................................................................................................ 30
37. Force Majeure .................................................................................................................................................... 30

Page 2 of 61
38. Delivery................................................................................................................................................................. 30
39. Insurance ............................................................................................................................................................. 31
40. Transfer of Ownership ................................................................................................................................... 31
41. Exit Management Plan .................................................................................................................................... 32
42. Performance Security ..................................................................................................................................... 34
43. Liquidated Damages ........................................................................................................................................ 34
44. Limitation of Liability: .................................................................................................................................... 34
45. Ownership and Retention of Documents ................................................................................................ 35
46. Information Security ....................................................................................................................................... 35
47. Records of contract documents .................................................................................................................. 36
48. Security and Safety........................................................................................................................................... 36
49. Confidentiality ................................................................................................................................................... 36
50. Events of Default by MSI ................................................................................................................................ 37
51. Termination ........................................................................................................................................................ 38
52. Consequence of Termination ....................................................................................................................... 39
53. Miscellaneous ..................................................................................................................................................... 39
54. Change Control Note (CCN) .......................................................................................................................... 42
B. PART B – SERVICE LEVELS.................................................................................................................................. 43
55. Purpose of Service Levels.............................................................................................................................. 43
56. Service Level Agreements & Targets ........................................................................................................ 43
57. General principles of Service Level Agreements ................................................................................. 43
58. Service Level Agreements (SLA) ................................................................................................................ 43
59. Measurement of SLA ....................................................................................................................................... 44
60. Pre Implementation SLA................................................................................................................................ 45
61. SLA Matrix for Post Implementation SLAs ............................................................................................. 46
62. SLA for issue resolution ................................................................................................................................. 50
63. Miscellaneous SLAs .......................................................................................................................................... 51
64. Operational SLAs .............................................................................................................................................. 52
65. Definitions: .......................................................................................................................................................... 52
66. Conditions for No Penalties .......................................................................................................................... 53
67. Reporting Procedures ..................................................................................................................................... 53
68. Issue Management Procedures ................................................................................................................... 53
69. Service Level Change Control ...................................................................................................................... 54
ANNEXURES..................................................................................................................................................................... 55

Page 3 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

PREAMBLE

This RFP document comprises of the following three parts:

Part A: General Conditions of the Contract


Part B: Service Levels

Part A: General Conditions of the Contract

This part comprises of the general conditions which will govern the Contract to be executed
between the MSI and the Saharanpur Smart City Limited.

Part B: Service Levels

This part comprises of the general procedures with respect to the service level agreements,
reporting, issue management, service level change control etc.

Page 4 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

A. PART A – GENERAL CONDITIONS OF CONTRACT


1. Definition of Terms

In this RFP, the following words and expressions shall, unless repugnant to the context or
meaning thereof, have the meanings hereinafter respectively assigned to them:

1.1. “Acceptance of System” means the System, including the hardware, software,
solution or any Deliverable accepted or deemed to have been accepted by the
Authority, subsequent to its installation, rollout and deployment of trained manpower,
when all the activities as defined in Scope of Work have been successfully executed
and completed to the satisfaction of Authority and the Authority has given its
acceptance by signing the Acceptance Certificate. For further details, refer to Section 5
& 7 of the RFP Volume II;
1.2. “Acceptance Certificate”- means that document/certificate issued by the Authority
signifying acceptance of a hardware, software, solution, or any other Deliverable
pursuant to the successful completion of the Acceptance Test of the System;
1.3. “Acceptance Test” or “User Acceptance Test” - means the test, standard procedure,
trial runs to be conducted by the MSI as per this RFP or as per Contract in relation to
the Works.
1.4. “Affiliate(s)” means, with respect to any Person, any other Person, directly or
indirectly controlled by, controlling or under common control with such Person. For
purposes of this Agreement, the term "control" means the power to direct the
management and policies of a Person, whether through the ownership of voting
securities, by agreement or otherwise. An Affiliate shall remain an Affiliate only as long
as such control exists.
1.5. “Agreement” means this Master Service Agreement including the Annexures hereto
and any amendments thereto made in accordance with the provisions contained in
this Agreement and includes the documents specified in Clause 3.7 hereinafter;
1.6. “Applicable Law(s)”means all laws in force and effect as of the date hereof and/or
laws which may be promulgated or brought into force and effect after the date of
execution of the Agreement and includes any statute, law, ordinance, notification, rule,
regulation, judgment, order, decree, injunctions, by-laws, approval, directive,
guideline, policy, requirement or other governmental restriction or any similar form
of decision applicable to the relevant Party and all judgments, decrees, injunctions, and
orders of any court, tribunal or any quasi-judicial authority, as may be in force and
effect during the subsistence of the Project;
1.7. “Applicable Permits” / “Approvals” means all clearances, licenses, permits,
authorizations, no objection certificates, consents, approvals and exemptions under or
pursuant to any of the Applicable Laws or from any Government Agency or third party,
required to be obtained and/or maintained by the MSI or its Sub Contractor(s)in order
to implement the Project and for undertaking, performing or discharging the
obligations contemplated under the Agreement, including but not limited to
clearances required for importing equipment, exemption of tax/duties/levies/work
permits/clearances for MSI/MSI’s Team;

Page 5 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

1.8. “Approved Plan” shall mean the approval given by the Authority to the plan
submitted by the MSI for executing the Works under the Contract.
1.9. “Authority”/ “SSCL” means the Saharanpur Smart City Limited. The Project shall be
executed in Saharanpur and shall be owned by Saharanpur Smart City Limited.
1.10. “Bank Guarantee” means an irrevocable and unconditional bank guarantee payable
on demand and issued by a bank in favor of the Authority and furnished by the MSI or
its Sub Contractor(s) to Authority for guaranteeing the due performance of its
obligations under the Agreement;
1.11. “Bid” means the documents in their entirety comprised in the bid submitted by the
Bidder in response to the NIT number and date as mentioned in the Vol 1 of the RFP
1.12. “Bidder” shall mean Person, organization or consortium submitting the proposal in
response to this RFP;
1.13. “Business Day” means the working day in the city of Saharanpur.
1.14. “Change Control Note” shall have the meaning as set forth under Clause and in the
format specified under Annexure I of this RFP.
1.15. “Commercial Off-The-Shelf (COTS)” refers to software products that are ready-made
and available for sale, lease, or license to the general public;
1.16. “Conditions Precedent” shall have the meaning set forth in Clause [3] of this RFP;
1.17. “Confidential Information” means all information including any information
(whether in written, oral, electronic or other format) which relates to the technical,
financial and business affairs, dealers, suppliers, products, developments, operations,
processes, data, trade secrets, design rights, know-how, plans, budgets and
information and data which is proprietary to SSCL and which is disclosed to or
otherwise learned by MSI in the course of or in connection with the Contract but does
not include information (i) which is available lawfully in the public domain; (ii)
publicly known through no fault of the MSI; (iii) already known to the MSI from
someone other than the Authority who is not bound by confidentiality restrictions; or
(iv) independently developed by the MSI without access to or use of the Confidential
Information disclosed.
1.18. “Consortium” means a group of Persons/entities who have jointly formed a
consortium for submitting a joint bid/proposal in accordance with this RFP for the
Project. The Consortium shall be represented/headed by a Prime Bidder and shall be
the entity/Person named in the Contract for any part of the Work and/or who has been
sublet with the consent in writing of the Authority and shall include it’s successors,
representatives (approved by SSCL), heirs, executors, administrators and permitted
assigns, as the case may be, unless excluded by the terms of the Contract
1.19. “Consortium Member(s)” means each entity/member who have come together to
form the consortium for the purposes of submitting a joint bid in response to this RFP;
1.20. “Contract” means the contract entered into by the Parties for executing and
implementing the Works/Project as envisaged in the present RFP and includes (a) the
complete RFP documents being Volumes I, II and III of the RFP and Corrigendum and
addendum, (b) MSI’s offer, (c) letter of acceptance or letter of award or letter of intent

Page 6 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

issued by the Authority, (d) the acceptance of letter of award from MSI, (e) notice to
proceed with the Work, and (f) any other document listed in the Contract data;
1.21. “Contract Value” means the amount quoted by the MSI in its commercial Bid and
which has been duly accepted by SSCL for the full and proper performance of its
obligations under the Contract;
1.22. “Date Center”/“DC”/“Data Center Site”/“DC Site”/ “Server Room” means the data
center sites including their respective data center space, wherein the delivery,
installation, integration, management and maintenance services as specified under the
Scope of Work are to be carried out for the purpose of this Contract. The DC Site will
be located at premise along with Control and Command Centre.
1.23. “Deliverable(s)” shall mean all of the equipment, sub-systems, hardware, software,
products accessories, software, source code, documentation, reports and/or other
material/items which MSI is required to supply, install and maintain under the scope
of the contract.
1.24. “Developed Materials” shall have the meaning ascribed to it in Clause 27.3;
1.25. “Document” means any embodiment of any text or image however recorded and
includes any data, text, images, sound, voice, codes, databases or any other electronic
documents /records as contemplated as per Information Technology Act 2000 and the
rules framed under the said Act;
1.26. “Effective Date” means the date on which the Contract is signed or letter of intent is
issued by Authority, whichever is earlier and executed by the Parties hereto. If the
Contract is executed in parts, then the date on which the last of such Contracts is
executed shall be construed to be the Effective Date;
1.27. “Fixes” means product fixes that are either released generally (such as commercial
product service packs) or that are provided to MSI or their Subcontractor when
performing services (such as workarounds, patches, bug fixes, beta fixes and beta
builds) and any derivatives of the foregoing.
1.28. “Force Majeure” or “Force Majeure Event” shall have the meaning set forth in as per
Clause [21●];
1.29. “Goods” means all of the equipment, sub-systems, hardware, software, products
accessories, components, software and/or other material/items and includes their
user manuals, technical manuals, operating manuals, service mechanisms, policies and
guidelines (such as security related, data migration related) and all its modifications
which MSI is required to supply, install and maintain under the Contract;
1.30. “Good Industry Practice” means the practices, methods, techniques, designs,
standards, skills, diligence, procedure, efficiency, reliability and prudence which
would reasonably and ordinarily be expected from a skilled and experienced
contractor engaged in activities of a similar scope and complexity to those that are the
subject of the Contract and as envisaged under this RFP and under the same or similar
circumstances, where such contractor is seeking to comply with its contractual
obligations and all Applicable Laws and regulatory requirements. It would include
good engineering practices in the design, engineering, construction and project
management and acting generally in accordance with the provisions of this RFP and

Page 7 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

would include which would be expected to result in the performance of its obligations
by the MSI in accordance with the Contract, this RFP, Applicable Laws and Applicable
Permits in reliable, safe, environment protected, economical and efficient manner;
1.31. “Go- Live” means installation, testing, commissioning of Project, and commencement
of all smart city components, including training as per Scope of Work mentioned in the
Contract or this RFP. MSI should have the approval from Authority for carrying out
User Acceptance Test.;
1.32. “Government Instrumentality” / “Government Agency”/ “Government
Authority” means any department, division or sub-division of the Government of
India or the Uttar Pradesh Government or any other State Government, including but
not limited to the Saharanpur Municipal Corporation, Saharanpur Development
Authority, Saharanpur Smart City Limited, as may be applicable, including any
commission, board, body, bureau, authority, agency, instrumentality, court or other
judicial or quasi-judicial or administrative body, at central, state or local level, or
municipal and other local authority or statutory body including Panchayat under the
control of the Government of India or the Uttar Pradesh Government, as the case may
be, and having jurisdiction over the MSI, MSI’s Sub Contractor the Project or any
portion thereof or the performance of all or any of the Services or obligations of the
MSI or MSI’s Sub Contractor under or pursuant to this RFP or under the Contract;
1.33. “Integrated Command and Control Center” OR “ICCC” means the
integrated/centralized operation center as contemplated under this RFP to implement
holistic and integrated solution for multiple (existing and future) IT initiative for SSCL.
The IT initiative may be of any department approved by SSCL, such as Saharanpur
Municipal Corporation/Saharanpur Police department or any other authority/body
which would conduct inter-alia activities like surveillance on security and civil issues
through IOT based network on the entire Saharanpur Smart City;
1.34. “Intellectual Property Rights” means all rights pertaining to patent, trademarks,
copyrights, trade secrets, service marks, logos, brands, trade names, internet domain
names, formulae, designs, software (whether in object code or source code), know-
how, processes, techniques, methods, technical data, databases, proprietary
information, utility models, rights in know- how and other intellectual property rights,
whether existing as of the Effective Date or arising thereafter, and all of the goodwill
associated with the use of, and symbolized by, any of the foregoing, all rights of
indemnification with respect to any of the foregoing, the right to prosecute and sue for
past, present and future infringements, dilutions, violations or misappropriations with
respect to any of the foregoing, all rights corresponding to any of the foregoing
throughout the world, and all proceeds of any the foregoing, including licenses,
royalties and proceeds of suit, and any right to any of the foregoing granted under any
License.
1.35. “Key Personnel” means employees of MSI whether employed directly on rolls of MSI
or engaged indirectly, providing services to MSI through a contractor and the key
personnel of MSI as referred in Section 3.6.3 of the RFP Volume I proposed.
1.36. “Milestone” or “Project Timeline(s)”: means the stipulated time period fixed under
the Contract or under the RFP for completion of Works or part of the Works by the
MSI.

Page 8 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

1.37. “MSI” shall mean the successful bidder (Person, organization, Consortium) who is
selected by the Authority at the end of the RFP process for execution of the Project and
shall be deemed to include the MSI’s successors, agent(s), agency, representatives
(approved by SSCL), heirs, Affiliates, executors, administrators and permitted assigns,
as the case may be, unless excluded by the terms of the Contract.
1.38. “MSI’s Team” means the team established/formed by MSI for executing the Works
under the present RFP and the Contract and shall include any and/or all of the
employees of MSI, agent(s), agency, authorized service providers/partners and
representatives or other Personnel employed or engaged either directly or indirectly
by MSI for the purposes of the Contract;
1.39. “Notice” means a written notice, consent, approval or other communication required
to be sent to the parties under the Contract;
1.40. “OEM” means the original equipment manufacturer of any
equipment/system/software/product who is/are providing such Goods to the
Authority under the scope of this RFP or the Contract;
1.41. “O & M”: shall mean operation and maintenance.
1.42. “Person” includes any individual, company, corporation, partnership, joint venture,
trust, unincorporated organization, government or Governmental Authority or
Government Agency or any other legal entity;
1.43. “Performance Bank Guarantee”/“PBG” means performance bank guarantee as
defined under Annexure 5 of the RFP Volume I
1.44. “Prime Bidder” means the member of the Consortium who is heading/representing
the Consortium and who shall bid on behalf of the Consortium and represent the
Consortium before the Authority and shall act as the interface between the Consortium
and the Authority
1.45. “Project” means the project of implementation of ICCC in Saharanpur City by the MSI
or by its Sub Contractor(s) in pursuance of the terms and conditions of this
RFP/Contract.
1.46. “Project Location(s)” shall mean the location(s)/ site(s) where the Works are to be
executed by the MSI.
1.47. “Project Manager”/ “Authority’s Representative” shall mean the person appointed
by the Authority for supervising and managing the affairs in relation to the Project.
1.48. “Project Office” means the site office to be set up by the MSI for the execution of the
Project. The Project office shall be set up by the MSI at a location to be suggested by
the Authority;
1.49. “Project Report(s)” shall mean the report(s) or the updates to be submitted by the
MSI in relation to the Works at regular intervals;
1.50. “Project Team” means the MSI’s Key Personnel, team members or any other person
duly authorized by the Authority for the execution of the Works and the Project.
1.51. “Project Plan” or “Plan” or “Revised Plan” or “Work Plan” or “Program of
Work(s)”: means the plan/ schedule, methodology, design documents, specifications,

Page 9 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

or any other document submitted by the MSI to the Authority for executing the Works
under the Contract or for the fulfillment of its various obligations under the Contract.
1.52. “Replacement Service Provider” means the organization or agency replacing MSI or
its Sub Contractor in case of termination of the Contract for any reasons whatsoever;
1.53. “RFP” means this Request for Proposal for the selection of MSI for implementation of
the Project;
1.54. “Scope of Work” shall have the meaning as set forth in Clause [4.] of this RFP;
1.55. “Service Levels”: shall mean the level of service to be provided/rendered by MSI for
executing/completing the Works and for meeting it’s various obligations under the
Contract and shall include the meaning set forth in Part C of this RFP;
1.56. “Service(s)” or “Activity” or “Activities” : shall means the Works/Services to be
carried out or rendered by the MSI and or its Sub Contractor pursuant to this RFP and
the Contract or any other specific assignment awarded by the Authority to MSI;
1.57. “Service Specifications” shall mean the specifications as set out in PART C-SERVICE
LEVELS of this RFP;
1.58. “Schedule of Requirements” or “Scheduled Requirement(s)” or “Schedule
Requirement(s): shall have the meaning as set forth under__________________;
1.59. “Steering Committee” or “High Powered Committee” or “Project Information
Committee” shall mean a committee formed to supervise/monitor the work of the
Project Management Committee and also the Project Manager. It shall consist of ____
number of members and shall act as the appellate body over the decision rendered by
the Project Management Committee;
1.60. “Sub-Contractor” shall mean the entity or agency working on behalf of MSI and who
is named in the Contract for any part of the Scope of Work or any Person to whom any
part of the Contract has been sublet with the consent in writing by the Authority and
shall include the heirs, legal representatives, successors and assignees of such Person;
1.61. “Work(s)” or “Program of Work(s)” means the entire work or a part of it to be
undertaken by MSI for implementation of the ICCC and other Smart Components in
Saharanpur City as envisaged in the present RFP and the Contract together with all
Annexures, Schedules, referenced documents and all amendments, corrigendum,
addendums and changes thereto.

Page 10 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

2. Interpretation

2.1 In this RFP unless a contrary intention is evident:


a. “Party” shall mean MSI or SSCL individually and “Parties” shall mean MSI and SSCL
collectively;
b. the clause headings are for convenient reference only and do not form part of the
Contract;
c. unless otherwise specified a reference to a clause number is a reference to all of
its sub-clauses;
d. the word “include” or “including” shall be deemed to be followed by “without
limitation” or “but not limited to” whether or not they are followed by such
phrases;
e. unless otherwise specified a reference to a clause, sub-clause or section is a
reference to a clause, sub-clause or section of the Contract including any
amendments or modifications to the same from time to time;
f. a word in the singular includes the plural and a word in the plural includes the
singular;
g. a word importing a gender includes any other gender;
h. a reference to a person includes a partnership and a body corporate;
i. a reference to legislation includes legislation repealing, replacing or amending that
legislation;
j. Where a word or phrase is given a particular meaning it includes the appropriate
grammatical forms of that word or phrase which have corresponding meanings.
k. In the event of an inconsistency between the terms of the Contract and the RFP
and the Bid, the terms of the RFP shall prevail.
l. In case there is a contradiction between the clauses mentioned in the RFP, the
below hierarchy of clauses in order of precedence shall be applicable:
i. Pre-bid clarification and Corrigendum, if any
ii. Volume III of RFP
iii. RFP volume II
iv. RFP volume I

3. Conditions Precedent

3.1 The payment and other obligations of SSCL under the Contract shall take effect upon
fulfillment of the following conditions precedent by MSI:
3.1.1 Furnishing by MSI, an unconditional and irrevocable Performance Bank
Guarantee (PBG) as per (Annexure 5 of the RFP Volume I) from a nationalized
bank and in a form and manner which is acceptable to the Authority, which
would remain valid until such time as stipulated by the Authority;

Page 11 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

3.1.2 Obtaining of all statutory Approvals and Permits required for the performance
of the Services under the Contract; this may include Approvals/clearances,
wherever applicable, that may be required for execution of the Contract e.g.
clearances from Government authorities for importing equipment, exemption
of tax/duties/levies, work permits/clearances for Bidder/Bidder’s team, etc.
3.1.3 Furnishing by MSI, the notarized copies of any/all contract(s) duly executed
by MSI and its OEMs existing at the time of signing of the Contract in relation
to the Project. Failure to do so within stipulated time of signing of Contract
would attract penalty
3.1.4 Furnishing of such other documents by MSI as the Authority may
specify/demand.
3.2 The Authority reserves the right to waive any or all of the conditions specified in
Clause 3.1 above in writing and no such waiver shall affect or impair any right, power
or remedy that the Authority may otherwise have.
3.3 In the event that any of the conditions set forth in Clause 3.1 hereinabove are not
fulfilled within 1(one) month from the date of the Contract, or such later date as may
be mutually agreed upon by the Parties, the Authority may terminate the Contract and
upon such termination, MSI shall have no right to claim any damages from the
Authority on such account.

4. Scope of work

4.1 The Scope of the Work under the Contract shall be as defined in RFP Volume II and
Annexures thereto of the said RFP.
4.2 The Authority has engaged MSI to provide services related to implementation of ICCC
and Smart Components in Saharanpur City, using which the Authority intends to
perform its business operations. MSI with prior written approval of the Authority
would have the right to appoint a Sub Contractor for subcontracting any part of the
Works/Services to such nominated Subcontractor. The Sub Contractor to be appointed
and the subcontract shall be in a form and manner acceptable to the Authority. The
Subcontractor shall fully abide by the terms and conditions of the Contract. It is a
fundamental term of the Contract that appointment of a Sub Contractor would not
absolve MSI of any obligations to be performed by the Sub Contractor under the
Contract, and MSI shall be responsible for all acts of the Sub Contractor and indemnify
the Authority for losses, damages, claims suffered by the Authority due to any acts of
omission and commission by the Sub Contractor while performing its obligations
under the subcontract.
4.3 In addition to the above scope of work mentioned in Clause 4.1 of this RFP, Authority
may require MSI to provide such Goods, Products, Services and support as the
Authority may deem fit and proper and necessary, during the Term of the Contract,
and may include all such processes and activities which are consistent with the
proposals set forth in the Bid, the Tender and the Contract and are deemed necessary
by the Authority, in order to meet its business requirements related to the Project.

Page 12 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

5. Key Performance Measurements

5.1 Unless specified by the Authority to the contrary, MSI shall deliver the Goods, perform
the Services and carry out the Scope of Work in accordance with the terms of the RFP
and the Contract.
5.2 If the Contract, Scheduled Requirements, Service Specification includes more than one
Document, then unless the Authority specifies to the contrary, the later in time shall
prevail over a Document of earlier date to the extent of any inconsistency.
5.3 The Authority may propose to amend any of the terms and conditions in relation to
the Contract/Service Specifications which shall be amended in consensus and mutual
consent of MSI and may issue any such directions which are not necessarily stipulated
therein if it deems necessary for the fulfilment of the Schedule of Requirements and if
such directions are resulting in extra time/fund requirement on part of MSI/
consortium members; accordingly Authority shall by way of issuing a change request
or otherwise extend the timelines and/or increase the price.

6. Commencement and Progress

6.1 Subject to the fulfillment of the Conditions Precedent under Clause 3.1 above, MSI shall
commence the performance of its obligations in a manner as per the Scope of Work
specified under Clause 4 above.
6.2 MSI shall proceed to carry out the Activities/Services with diligence and efficiently in
accordance with any stipulation as to the time, manner, mode, and method of
execution contained in the Contract.
6.3 MSI shall be responsible for and shall ensure that all Activities/Services are performed
in accordance with the Contract, Scope of Work, Scheduled Requirements and Service
Specifications and that MSI’s Team complies with such Service Specifications and all
other standards, terms and other stipulations/conditions set out in this RFP and or the
Contract.

7. Standards of Performance

7.1 MSI shall perform the Activities/Services and carry out its obligations under the
Contract with due diligence and in accordance with Good Industry Practices. MSI shall
employ appropriate advanced technology and engineering practices, shall maintain
high safety standards, safe and effective equipment, machinery, material and methods
and shall always act, in respect of any matter relating to this Contract, as faithful
advisors to the Authority and shall, at all times, support and safeguard the Authority’s
interests in any dealings with third parties.

8. Approvals and Required Consents

8.1 The Authority shall extend all necessary support to MSI to obtain, maintain and
observe all Applicable Permits/Approvals as may be necessary for MSI to fulfill all its
obligations under the Contract and/or for providing Goods and Services to the
Authority. The costs of such Applicable Permits/Approvals shall be solely borne by

Page 13 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

MSI. Authority shall provide all reasonable co-operation, support and information
available with it for obtaining such Approvals.
8.2 In the event, despite the support provided by the Authority, the Applicable
Permit/Approval could not be obtained by MSI, MSI and the Authority shall discuss
and co-operate with one another for achieving a reasonable alternative arrangement
at the earliest, so that there is minimal disruption of Work or business operations, until
such Approval(s) is/are obtained. However, if for any reason, no alternative
arrangement could be achieved, Parties shall mutually decide the further course of
action, however, until then, MSI shall not be relieved of its obligations to provide the
Services and to achieve the Service Levels.

9. Constitution of Consortium

9.1 A group of Persons/entities may form a Consortium for submitting a bid under the
present RFP. The Consortium shall be headed and represented through a Prime Bidder
who shall act as the interface between the Consortium and the Authority. Unless the
Authority deems fit and the Contract requires otherwise Prime Bidder shall be solely
and absolutely accountable to the Authority for the performance of all obligations
under the Contract.
9.2 The Consortium Members have agreed that Prime Bidder is the prime point of contact
between the Consortium Members and the Authority and it shall be primarily
responsible for the discharge and administration of all the obligations contained
herein. The Authority, unless it deems necessary shall deal only with the Prime Bidder.
However, the Lead bidder and consortium members shall be jointly and severally
liable to the Authority. Notwithstanding the foregoing, the Lead Bidder would have the
sole responsibility of ensuring the delivery of products and services mentioned in all
volumes of this RFP and each consortium member will only be responsible/liable for
their scope of work.
9.3 Without prejudice to the obligation of the Consortium Members to adhere to and
comply with the terms of the Contract, the Consortium Members have executed and
submitted a power of attorney in favor of the Prime Bidder authorizing him to act for
and on behalf of such members of the Consortium and to do all acts as may be
necessary for fulfillment of obligations under the Contract.
9.4 No agreement/contract executed within the consortium members be amended,
modified and/or terminated without the prior written consent of the Authority. An
executed copy of each of such agreements/contracts shall, immediately upon
execution be submitted by SI to the Authority.
9.5 Where, during the term of the Contract, Prime Bidder terminates any
contract/arrangement or agreement relating to the performance of Services, Prime
Bidder shall be responsible and severally liable for any consequences resulting from
such termination. Prime Bidder shall in such case ensure the smooth continuation of
Services by providing a suitable replacement to the satisfaction of the Authority at no
additional charge and at the earliest opportunity.

Page 14 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

10. MSI’s Obligations

10.1 MSI’s obligations shall include performance of all the Services as specified in the Scope
of Work under Clause 4 of this RFP and also under the other clauses of the RFP
(Volume I, II and III), the Contract and any amendments/changes thereof to enable the
Authority to meet the objectives and operational requirements in the Contract. It shall
be MSI’s responsibility to ensure the proper and successful implementation,
performance and continued operation of the proposed solution in accordance with
and in strict adherence to the terms of its Bid, the RFP and the Contract. In addition to
the aforementioned, MSI shall provide Services to manage and maintain the said
system and infrastructure as mentioned in RFP Volume II.
10.2 MSI shall ensure that the Services are performed through the efforts of MSI’s
Team/Key Personnel and are in accordance with the terms hereof and to the
satisfaction of the Authority. Nothing in this RFP or the Contract will relieve MSI from
its liabilities or obligations under the RFP or the Contract to provide the Services in
accordance with the Authority’s directions and requirements and as stated in the
Contract and the Bid to the extent acceptable by the Authority and MSI shall be liable
for any non-performance, non-compliance, breach or other loss and damage resulting
either directly or indirectly by or on account of its team.
10.3 MSI shall be fully responsible for deployment/installation/development and
integration of all the software and hardware components and for resolving any
problems/issues that may arise due to integration of components.
10.4 In addition to the aforementioned, MSI shall provide Services to manage and maintain
the said system and infrastructure as mentioned in Section 1 of RFP Volume II.

11. Selection of MSI’s Key Personnel:

11.1 MSI shall ensure that MSI’s Team/Key Personnel is/are competent, professional and
possesses the requisite qualifications, skills and experience appropriate to the task
they are required to perform under the Contract.
11.2 The Authority reserves the right to interview and reject, if found unsuitable, the Key
Personnel proposed by MSI that shall be deployed as part of the Project team. .
11.3 MSI shall submit profiles of only those Key Personnel who are to be deployed on the
Project.

12. Changes in MSI’s Key Personnel:

12.1 The Authority reserves the right to require changes in MSI’s Key Personnel, which
shall be communicated to MSI.
12.2 With the prior approval of the Authority, MSI may make additions to the Project team.
MSI shall provide the Authority with the resume of the proposed Key Personnel and
provide such other information as the Authority may reasonably require.
12.3 In case of change in MSI’s Key Personnel/team members, for any reason whatsoever,
MSI shall also ensure that the exiting team members are replaced with at least equally
qualified and professionally competent members.

Page 15 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

12.4 In case of change in its team members and for ensuring a smooth transition between
an outgoing team members with a new team member, MSI shall ensure a reasonable
amount of time overlap in activities to ensure proper knowledge transfer and
handover/takeover of documents and other relevant materials between the outgoing
and the new member.

13. Exit of MSI’s Key Personnel:

13.1 MSI shall ensure that none of the Key Personnel and manpower exit from the Project
during the first 6 (six) months of the beginning of the Project. In cases where such exit
is unavoidable, MSI shall replace such Key Personnel and manpower with a suitable
replacement with prior written approval from the Authority. In case the Authority is
not satisfied with the replacement provided, MSI shall have to compensate the
Authority by paying a compensation of INR 2 lacs per such replacement

14. Services provided by OEMs:

14.1 MSI shall ensure that the OEMs supply all Goods, including associated accessories and
software required for the execution of the Works and shall support MSI in the
installation, commissioning, integration and maintenance of these components during
the entire period of Contract.
14.2 MSI shall ensure that the COTS supplied by the OEMs support MSI in the
installation/deployment, integration, roll-out and maintenance of the software
applications during the entire period of Contract. It must clearly be understood by MSI
that warranty and O & M of the System, Products and Services incorporated as part of
System would commence from the day of Go-Live of the respective phase including all
the solutions proposed.
14.3 MSI would be required to explicitly display that it/they have a back to back
arrangement for provisioning of warranty/O&M support till the end of Contract period
with the relevant OEMs. The annual maintenance support shall include patches and
updates of the software, hardware components and other devices.

15. Software, Licenses obtained by MSI

15.1 All the software licenses that MSI proposes to obtain or use for the purposes of
fulfilling its various obligations under the Contract have to be genuine and should be
perpetual in nature. The software licenses shall not be pirated or restricted based on
location and the Authority should have the flexibility to use them for other
requirements if necessary. All Applicable Permits/Approvals/software licenses shall
be obtained by MSI in the name of Authority only unless the Authority expressly agrees
to give its consent in writing to do otherwise.
15.2 All the OEMs that MSI proposes should have dealer possession licenses.
15.3 The Authority reserves the right to review the terms of the warranty and annual
maintenance agreements entered into between MSI and OEMs and no such
agreement/contract shall be executed, terminated and/ or amended / varied to the
detriment of the Authority, without the prior written consent of the Authority. An

Page 16 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

executed copy of each of such agreements/contracts and any amendments thereto


shall, immediately upon execution be submitted by MSI to the Authority
15.4 MSI shall ensure that none of the components and sub-components is declared end-
of-sale or end-of-support by the respective OEM at the time of submission of Bid. If the
OEM declares any of the products/solutions end-of-sale subsequently, the MSI shall
ensure that the same is supported by the respective OEM for Contract period.
15.5 If a product is de-supported by the OEM for any reason whatsoever, from the date of
Acceptance of System till the end of Contract, MSI shall replace the products/solutions
with an alternate that is acceptable to the Authority at no additional cost to the
Authority and without causing any performance degradation.
15.6 MSI shall ensure that the OEMs provide the support and assistance to MSI in case of
any problems/issues arising due to integration of components supplied by it with any
other component(s)/product(s) under the purview of the overall solution. If the same
is not resolved for any reason whatsoever, MSI shall replace the required
component(s) with an equivalent or better substitute that is acceptable to Authority
without any additional cost to the Authority and without impacting the performance
of the solution in any manner whatsoever.
15.7 MSI shall ensure that the OEMs shall provide for all hardware servers/equipment
supply and/or installation of all types, updates, patches, fixes and/or bug fixes for the
firmware or software from time to time at no additional cost to the Authority.
15.8 MSI shall ensure that the OEMs for hardware servers/equipment or Bidders trained
engineers conduct the preventive maintenance on a quarterly basis and break-fix
maintenance in accordance with the Good Industry Practices. MSI shall ensure that the
documentation and training services associated with the components shall be
provided by the OEM partner or OEM’s certified training partner without any
additional cost to the Authority. The training mentioned in clause 13.8 above shall be
conducted using official OEM course curriculum, mapped with the hardware/software
product(s) to be implemented in the Project.
15.9 MSI and their Personnel/representative shall not alter/change/replace any hardware
component proprietary to the Authority and/or under warranty or during operation
and maintenance of third party without prior consent of the Authority.
15.10 MSI shall keep and provide the required critical spares/components at the designated
Data Center Sites/Project locations/office locations of the Authority (Collectively
“Facilities”) for meeting any unforeseen eventuality and for ensuring the various
compliances and obligations under the Contract.

16. Powers of MSI’s representative(s)/Key Personnel:

16.1 MSI’s representative(s) shall have all the powers requisite for the execution of Scope
of Work and performance of Services under the Contract. MSI’s representative(s) shall
liaise with the Authority’s representative for the proper coordination and timely
completion of the Works and on any other matters pertaining to the Works.
16.2 MSI’s representative(s) shall extend full co-operation to Authority’s representative in
the manner required by them for supervision/inspection/observation of the

Page 17 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

equipment/goods/material, procedures, performance, progress, reports and records


pertaining to the works. MSI shall also have complete charge of MSI’s Team engaged
in the performance of the Works and to ensure compliance of rules, regulations and
safety practice. MSI's representative(s) shall also cooperate with the other service
providers/vendors of the Authority working at the Authority’s office locations & field
locations and DC Site. Such MSI’s representative(s) shall be available to the Authority’s
Representative at respective Data Center during the execution of Works.
16.3 MSI shall be responsible on an ongoing basis for coordination with other vendors and
agencies of the Authority in order to resolve issues and oversee implementation of the
same. MSI shall also be responsible for resolving conflicts between vendors in case of
borderline integration issues.

17. Setting up of Project Office:

17.1 MSI shall set up a Project Office at the location to be suggested by the Authority. The
technical manpower deployed on and necessary at the Project Office for the execution
of the Works shall work from the said Project Office. However, some work may be
carried out by MSI from its other offices during the Contract period.

18. Access to Data Center Site

18.1 Data Center Site would include Data Center’s Server Room and ICCC.
18.2 The Authority’s representative upon receipt of request from MSI intimating
commencement of activities at various locations shall give to MSI access to as much of
the DC Sites as may be necessary to enable MSI to commence and proceed with the
installation of the Works in accordance with the Program of Work or for performance
of facilities management services. Any reasonable proposal of MSI for access to DC Site
to proceed with the installation of any Works in accordance with the Program of Work
shall be considered for approval and shall not be unreasonably withheld by the
Authority. Such requests shall be made to the Authority’s representative in writing at
least 7 (seven) days prior to start of the Work.

19. Commencement of Installation

19.1 MSI shall co-ordinate with the Authority and stakeholders for the parallel setup of DC
Site along with the installation of other areas as mentioned in Vol II of the RFP.
19.2 As per guidelines of Telecom Regulatory Authority of India (TRAI), resale of
bandwidth connectivity is not allowed. In such a case tripartite agreement should be
entered into between the Authority, MSI and internet service provider(s). Tri partite
agreement to be provided later.
19.3 The plan and design documents thus developed shall be submitted by MSI for approval
by the Authority.
19.4 After obtaining the approval from the Authority, MSI shall commence the installation
of products.

Page 18 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

20. Reporting Progress

20.1 MSI shall monitor progress of all the activities related to the execution of the Contract
and shall submit to the Authority progress reports with reference to all related work,
Milestones and their progress during the implementation phase.
20.2 Formats for all above mentioned reports and their dissemination mechanism shall be
discussed and finalized along with Project Plan. The Authority on mutual agreement
between both Parties may change the formats, periodicity and dissemination
mechanism for such reports.
20.3 Periodic meetings shall be held between the representatives of the Authority and MSI
once in every 15 days during the implementation phase to discuss the progress of
implementation. After the implementation phase is over, the meeting shall be held as
an ongoing basis, as desired by Authority, to discuss the performance of the Contract.
20.4 MSI shall ensure that the respective solution teams involved in the execution of Works
are part of such meetings.
20.5 Several review committees involving representative of the Authority and senior
officials of MSI shall be formed for the purpose of the Project. These committees shall
meet at regular intervals, as decided by the Authority at a later stage, to oversee the
progress of the implementation of the Project.
20.6 All the Goods, Services and manpower to be provided/deployed by MSI under the
Contract and the manner and speed of execution and maintenance of the Work and
Services are to be conducted in a manner to the satisfaction of Authority’s
representative in accordance with the Contract.

21. Inspection by the Authority:

21.1 The Authority reserves the right to inspect and monitor/assess the
progress/performance of the Works/Services/Project at any time during the course
of the Contract. The Authority may demand and upon such demand being made, MSI
shall provide documents, data, material or any other information which the Authority
may require, to enable it to assess the progress/performance of the
Works/Services/Project.

22. Monitoring of MSI’s performance:

22.1 At any time during the course of the Contract, the Authority shall have the right to
conduct, either itself or through another agency as it may deem fit, an audit to monitor
the performance by MSI of its obligations/functions in accordance with the standards
committed to or required under the Contract and MSI undertakes to cooperate with
and provide to the Authority or to the said agency any Document(s) and other details
as may be necessary/required by them for this purpose. Such audit shall not include
’MSI’s books of accounts.
22.2 Should the rate of progress of the Works or any part of it, at any time falls behind the
stipulated time for completion of any Milestone related to the Works or is found to be
too slow to ensure completion of the Works by the stipulated time, or is in deviation

Page 19 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

to Tender requirements/standards, the Authority’s representative shall so notify MSI


in writing.
22.3 MSI shall send reply to the written notice giving details of the measures it proposes to
take to expedite the progress so as to complete the Works by the prescribed time or to
ensure compliance to RFP requirements/Contract. MSI shall not be entitled to any
additional payment for taking such steps. If at any time it should appear to the
Authority or Authority’s representative that the actual progress of the Works does not
conform to the Approved Plan, MSI shall produce at the request of the Authority’s
representative a revised Plan showing the modification to the Approved Plan
necessary to ensure completion of the Works within the time for completion or steps
initiated to ensure compliance to the stipulated requirements
22.4 The submission seeking approval by the Authority or its representative of such Plan
shall not relieve MSI of any of its obligations or responsibilities under the Contract.
22.5 In case during execution of Works, the progress falls behind schedule or does not meet
the Tender requirements, MSI shall deploy extra manpower/resources to make up the
progress or to meet the RFP/Contract requirements. Plan for deployment of extra man
power/resources shall be submitted to the Authority for its review and approval. All
time and cost effect in this respect shall be borne, by MSI within the Contract value.

23. Knowledge of Data Center’s Server Room and ICCC

23.1 The Authority shall grant MSI access to the Data Center’s Server Room and ICCC for
inspection of such facilities before commencement of installation. Upon such
inspection a plan shall be drawn up mutually by the Parties.
23.2 MSI shall be deemed to have familiarized itself with the knowledge of the Data Center’s
Server Room, /ICCC and its surroundings and information available in connection
therewith and to have satisfied itself the form and nature thereof including, the data
contained in the Bidding Documents, the physical and climatic conditions, the
quantities and nature of the Works and materials necessary for the completion of the
Works, the means of access, etc. and in general to have obtained itself all necessary
information of all risks, contingencies and circumstances affecting its obligations and
responsibilities therewith under the Contract and its ability to perform it. However, if
during pre-installation survey/during delivery or installation, MSI detects physical
conditions and/or obstructions affecting the Work, MSI shall take all measures to
overcome them.

24. Project Plan

24.1 Within 15 (fifteen) calendar days of Effective Date of the Contract/issuance of letter of
intent/ Letter of Award, MSI shall submit to the Authority for its approval a detailed
resource loaded Project Plan with details of the Project showing the sequence,
procedure and method in which it proposes to carry out the Works. The Plan so
submitted by MSI shall conform to the requirements and timelines specified in the
Contract. The Authority and MSI shall discuss and agree upon the work procedures to
be followed for effective execution of the Works, which MSI intends to deploy and shall
be clearly specified. The Project Plan shall include but not be limited to Project

Page 20 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

organization, communication structure, proposed staffing, roles and responsibilities,


processes and tool sets to be used for quality assurance, security and confidentiality
practices in accordance with Good Industry Practices and delivery schedule in
accordance with the Contract. Approval by the Authority’s Representative of the
Project Plan shall not relieve MSI of any of its duties or responsibilities under the
Contract.
24.2 If MSI’s Work Plans necessitate a disruption/shutdown in Authority’s operation, the
Plan shall be mutually discussed and developed so as to keep such
disruption/shutdown to the barest unavoidable minimum. Any time and cost arising
due to failure of MSI to develop/adhere such a Work Plan shall be to its account.

25. Adherence to safety procedures, rules regulations and restriction

25.1 MSI’s Team shall comply with the provision of all Applicable Laws including labour
laws, rules, regulations and notifications issued there under from time to time. All
safety and labour laws enforced by statutory Government Agencies and by Authority
shall be applicable in the performance of this Contract and MSI’s Team shall abide by
these Applicable Laws.
25.2 Access to the Data Center’s Server Room, ICCC shall be strictly restricted. No access to
any person except the essential members of MSI’s Team who are duly authorized by
the Authority and are genuinely required for execution of the Works or for carrying
out management/maintenance shall be allowed entry. Even if access is required to be
provided to such unauthorized personnel of MSI, the same shall be with prior approval
of Authority’s Representative and restricted to the pertaining equipment of the
Authority on a need basis only. MSI shall maintain a log of all activities carried out by
each of its team/ Key Personnel.
25.3 No staff of MSI, except the essential staff who have genuine work-related need, should
be given access to the facilities. All such access should be logged in a loss free manner
for permanent record with unique biometric identification of the staff to avoid
misrepresentations or mistakes.
25.4 MSI shall take all measures necessary or proper to protect its Key Personnel, Work
and facilities and shall observe all reasonable safety rules and instructions. MSI’s Team
shall adhere to all security requirement/regulations of the Authority during the
execution of the Work. Authority’s employees shall also be required to comply with
safety procedures/policy.
25.5 MSI shall report as soon as possible any evidence, which may indicate or is likely to
lead to an abnormal or dangerous situation related to the Works/Project and shall take
all necessary emergency control steps to avoid such abnormal situations.

26. Statutory Requirements

26.1 During the tenure of the Contract nothing shall be done by MSI or its team including
Consortium Members in contravention of Applicable Laws or any amendment thereof
governing inter-alia customs, stowaways, foreign exchange etc. and shall keep
Authority indemnified in this regard.

Page 21 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

27. Authority’s Obligations

27.1 Authority or its nominated representative shall act as the nodal point for
implementation of the Contract and for issuing necessary instructions, approvals,
commissioning, acceptance certificates, payments etc. to MSI.
27.2 Authority shall ensure that timely approvals are provided to MSI as and when
required, which may include approval of Project Plans, implementation methodology,
design documents, specifications, or any other document necessary in fulfillment of
the Contract.
27.3 The Authority’s representative shall interface with MSI, to provide the required
information, clarifications, and to resolve any issues as may arise during the execution
of the Contract. Authority shall provide adequate cooperation in providing details,
coordinating and obtaining of approvals from various governmental agencies, in cases,
where the intervention of the Authority is proper and necessary.
27.4 Authority may provide on MSI’s request, particulars/information/or documentation
that may be required by MSI for proper planning and execution of the Works and for
providing Services covered under the Contract and for which MSI may have to
coordinate with respective vendors.
27.5 Authority shall provide to MSI only sitting space and basic infrastructure, not
including, stationery, required interiors of the premises and other consumables at the
Authority’s office locations.
27.6 Authority reserves the right to procure the hardware, including devices on quarterly
basis in first year, based on actual deployment and O&M shall be applicable whenever
the devices are procured and deployed till end of the Contract.
27.7 Readiness of the Project site: Authority hereby agrees to make the Project sites ready
as per the agreed specifications, within the agreed timelines. Authority agrees that MSI
shall not be in any manner liable for any delay arising out of Authority’s failure to make
the site ready within the stipulated period.

28. Payments

28.1 Authority shall make payments to MSI at the times and in the manner set out in the
Payment schedule as specified under Payment Milestones in RFP Volume II subject to
the penalties as mentioned under Clause 42 of Section C- Service Levels of Volume 3.
Authority shall make all efforts to make payments to MSI within 45 (forty-five) days
of receipt of invoice(s) and all necessary supporting documents.
28.2 All payments agreed to be made by Authority to MSI in accordance with the Bid shall
be inclusive of all statutory levies, duties, taxes and other charges whenever
levied/applicable, if any, and Authority shall not be liable to pay any such levies/other
charges under or in relation to the Contract and/or the Services.
28.3 No invoice for extra work/change order on account of change order shall be submitted
by MSI unless the said extra work/change order has been authorized/approved by the
Authority in writing in accordance with Change Control Note (as mentioned under
Annexure I of this section of the RFP)

Page 22 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

28.4 In the event of Authority noticing at any time that any amount has been disbursed
wrongly to MSI or any other amount is due from MSI to the Authority, the Authority
may without prejudice to its rights recover such amounts by other means after
notifying MSI or deduct/adjust such amount from any payment falling due to MSI. The
details of such recovery, if any, shall be intimated to MSI. Similarly, MSI shall also be
entitled to receive the payment of any undisputed amount under subsequent invoice
for any amount that has been inadvertently omitted in previous invoice on the part of
the Authority or MSI.
28.5 All payments to MSI shall be subject to the deductions of tax at source under Income
Tax Act, and other taxes and deductions as provided for under Applicable Laws. All
costs, damages or expenses which Authority may have paid or incurred, for which
under the provisions of the Contract, MSI is liable, the same shall be deducted/set off
by Authority from any payments/dues payable to MSI. All payments to MSI shall be
made after making necessary deductions as per terms of the Contract and recoveries
towards facilities, if any, provided by the Authority to MSI on chargeable basis with a
markup of 20% of the cost.

29. Intellectual Property Rights

29.1 Except for any ownership rights in any intellectual property that have been expressly
granted to the MSI under the Framework Agreement, the Authority shall exclusively
retain all rights, title and interest in and to any third party licensed technology,
including all worldwide technology and Intellectual Property Rights which has been
used for the Project.
29.2 Preservation of notice: MSI shall not remove, efface or obscure any copyright notices
or other proprietary notices or legends from any licensed technology or materials
provided under the Contract, and shall reproduce all such notices and legends when
incorporating licensed technology or materials into any integrated products.
29.3 Authority shall exclusively own and have a right in perpetuity to use all newly created
Intellectual Property Rights which have been developed solely during execution of the
Contract, including but not limited to all processes, software, technology, processes,
methodologies, process improvements, ideas, concepts, products, specifications,
reports and other documents which have been newly created and developed by MSI
or its Subcontractor solely during the performance of Services/execution of the
Contract (hereinafter “Developed Materials”) and for the purposes of inter-alia use
during the Project. MSI shall have no rights in such Developed Materials and
undertakes to promptly disclose to the Authority all such Intellectual Property
Rights/Developed Materials created during the performance of the Services/Works.
MSI shall promptly assign, completely and in writing to Authority any such Developed
Materials and shall execute all such agreements/documents and obtain all permits and
approvals that may be necessary to perfect Authority’s rights in the Developed
Materials. It is a fundamental provision of the Contract that MSI will not violate or
breach any Intellectual Property Rights of the Authority. Should MSI use or provide
unauthorized access to the Developed Materials or breach any of the confidentiality of
these Developed Materials, the Authority shall have the right to terminate the Contract
forthwith and seek injunctive and other equitable reliefs.

Page 23 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

29.4 Pre-existing work: All Intellectual Property Rights existing prior to the Effective Date
of the Contract shall belong to the Party that owned such rights immediately prior to
the Effective Date. Subject to the foregoing, the Authority will also have rights to use
and copy all Intellectual Property Rights, process, specifications, reports and other
document, drawings, manuals etc. provided or used by the MSI / Consortium / Sub-
Contractors as part of the Scope of Works under the Contract for the purpose of the
Contract on non-exclusive, non-transferable, perpetual, royalty-free license to use
basis.
29.5 Commercially off the Shelf (COTS): / third party products: All COTS products and
related solutions and fixes provided pursuant to the Contract shall be licensed
according to the terms of the license agreement packaged with or otherwise applicable
to such products. Such licenses shall be brought on behalf of and in the name of the
Authority or mentioning the Authority as the end user of such licenses. MSI shall be
responsible for arranging any licenses associated with products. Unless otherwise
specifically restricted by the licensing terms of the COTS products, all Intellectual
Property Rights in any development/enhancement/customization etc. done on the
COTS products pursuant to the Contract shall be owned by the Authority.
29.6 Further, the MSI shall be obliged to ensure that all Applicable Permits which are, inter-
alia, necessary for use of the Deliverables, Goods, Services, applications works etc.
provided/undertaken by the MSI / Consortium / Sub-Contractors under the Contract
shall be acquired in the name of the Authority and to use such permits till the term of
such permits on behalf of the Authority solely for the purpose of execution of any of
its obligations under the terms of the Contract. However, even subsequent to the
Term/expiry of the Contract, such Approvals/Applicable Permits shall endure to the
exclusive benefit of the Authority.
29.7 MSI shall not copy, reproduce, translate, adapt, vary, modify, disassemble, decompile
or reverse engineer or otherwise deal with or cause to reduce the value of the Products
except as expressly authorized by Authority in writing.

30. Taxes

30.1 MSI shall bear all personal taxes levied or imposed on its Personnel, or any other
member of MSI’s Team, etc. on account of payment received under the Contract. MSI
shall bear all corporate taxes, levied or imposed on MSI on account of payments
received by it from the Authority for the Work done/Services provided under the
Contract.
30.2 MSI shall bear all taxes and duties as may be levied or imposed on MSI under or in
relation to the Contract and under the Applicable Laws including but not limited to
Goods & Services Tax (GST) (including any IGST,CGST & SGST) and all Income Tax
levied under Indian Income Tax Act – 1961 or any amendment thereof during the
entire Contract period and thereafter till such time the liability relates to MSI's
obligation under the Contract, i.e., on account of Goods supplied and Services rendered
and payments received by it from the Authority under the Contract. It shall be the
responsibility of MSI to submit to the concerned Indian authorities the returns and all
other connected documents required for this purpose. MSI shall also provide the
Authority such information, as it may be required in regard to MSI’s details of payment

Page 24 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

made by the Authority under the Contract for proper assessment of taxes and duties
as may be imposed under Applicable Laws. The amount of tax withheld by the
Authority shall at all times be in accordance with Indian Tax Law or any other
Government Agency and the Authority shall promptly furnish to MSI original
certificates for tax deduction at source and paid to the Tax authorities.
30.3 MSI agrees that it shall comply with the Indian Income Tax Act or any other Applicable
Laws in force from time to time and pay Indian Income Tax or other applicable taxes
and duties, as may be imposed/levied on them by the Indian Income Tax
Authorities/Government Authorities, for the payments received by them for the
Works performed under the Contract.
30.4 Bidders shall fully familiarize themselves about the taxes applicable to the Bidders
under Applicable Laws on the amounts payable by the Authority to them under the
Contract. All such taxes must be included by Bidders in their financial proposal.
(Bidder to find out applicable taxes for the components being proposed.)
30.5 Should MSI fail to submit returns/pay taxes in times as stipulated under applicable
Indian/State Tax Laws, and consequently, any interest or penalty is imposed by the
concerned authority on Authority/MSI, MSI shall bear the same. MSI shall indemnify
Authority from and against any and all claims, liabilities, losses or damages arising out
of the Contract or in connection with such taxes, including interest and penalty
levied/assessed by any such tax authority against the Authority/MSI.
30.6 The goods and services tax (GST) on Works (central or state) if levied on supplies
made from indigenous vendors for the Works shall be borne by MSI within the
Contract price. Any other tax/duty, if applicable, shall be payable extra, at actuals by
the Authority in accordance with the conditions of the Contract and upon submission
of proof of payment of such taxes.
30.7 The Authority shall if so required by Applicable Laws in force, at the time of payment,
deduct income tax payable by MSI at the rates in force, from the amount due to MSI
and pay to the concerned tax authority directly.

31. Indemnity

31.1 MSI hereby agrees to indemnify defend and hold harmless the Authority and its
Affiliates, respective officers, directors and agents and their respective successors and
assigns from and against any and all claims (including from third parties), losses,
liabilities of any kind howsoever suffered, fees (including reasonable attorneys' fees,
disbursements and costs of investigation), damages, cost and expenses (collectively
“Losses”), arising or incurred inter alia during and after
Contract period in connection with:
a) any negligence or wrongful act or omission by MSI or any third party associated
with MSI in connection with or incidental to the Contract;
b) MSI or its Sub Contractor’s actual or alleged failure occurring after the Effective
Date to observe or perform any duties or obligations required to be observed or
performed by MSI or its Subcontractor under or with respect to any obligations
under the Contract;

Page 25 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

c) the damage to or loss or destruction occurring after the Effective Date of any real
or tangible personal property in the possession or under the control of MSI, or any
Affiliate thereof;
d) the death or bodily injury occurring after the Effective Date of any agent, employee,
Subcontractor’s employee, visitor of MSI or its Subcontractor;
e) any breach of MSI's representations and warranties set forth in the Contract
occurring after the Effective Date to the extent caused by MSI or its Affiliates, or its
or their agents, employees or Subcontractors;
31.2 MSI agrees to indemnify, defend and hold harmless the Authority and/or its Affiliates
from and against all losses incurred by the Authority and/or its Affiliates as a result of
any allegations that the software, data, intellectual property or other materials
supplied by the MSI or used by MSI infringes, misappropriates, or violates any patent,
copyright, trademark or trade secret or other intellectual property of any third party.
In the event of any third party claim against the Authority and/or its Affiliates in
respect of the use of such software data, intellectual property or other materials, in
addition to the indemnification obligations set forth herein, the Authority, at its option,
may: (a) obtain a right to use such software or materials without obligation on the part
of the Authority to the owner of the allegedly infringed Intellectual Property; (b)
modify the software or materials, without materially diminishing the functionality or
performance thereof, to become non-infringing at MSI's sole expense; or (c) require
that the MSI discontinue the use of the infringing software or materials.
Notwithstanding the foregoing, the Authority will have no liability for any third party
claim of infringement based upon: (i) modifications of the software or materials that
are not made by the Authority; (ii) the use of software or materials in connection with
another product or service (the combination of which causes the infringement) if the
Authority did not approve of such use; or (iii) MSI's non-compliance with the
Authority's specific instructions. MSI shall take commercially reasonable steps to
mitigate damages arising from the liability arising under this clause.
31.3 Regardless of anything contained (except for MSI’s liability for bodily injury arising
out of gross negligence or willful misconduct for which it is legally liable and it’s
liability for infringement of any Intellectual Property Rights including of any third
party in accordance with the terms of the Contract), the total liability of MSI, is
restricted to the total value of the Contract.

32. Representations and Warranties:

32.1 MSI represents that it is a company duly organized, validly existing and in good
standing under the Applicable Laws and has full corporate power and authority to
implement the terms hereof. It is specifically agreed between the Parties that MSI has
all the Approvals and Permits required to execute the Works/provide the Services
under the Contract.
32.2 MSI warrants that it is not currently in breach of, in default under, or in violation of,
and the execution and delivery of the Contract and the performance of its obligations
thereunder will not constitute or result in any breach of, default under or violation of,
any Applicable Laws, rule or regulation of any governmental unit, or the provisions of
the MSI’s articles of association or bye-laws, or any franchise or license, or other
agreement by which it is bound to abide with.

Page 26 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

32.3 It is fundamental term of the Contract that MSI has been and shall continue to comply
with all the Applicable Laws, including all the applicable labour laws and regulations,
and shall keep the Authority indemnified from all acts of commission, breaches and/or
any claims and expenses to which the Authority may be put or involved due to MSI’s
non-compliance of the such laws and regulations.
32.4 A comprehensive warranty applicable on Goods supplied under the Contract shall be
provided by the MSI for the remaining period of Contract from the date of acceptance
of respective system by the Authority.
32.5 Technical support for software applications shall be provided by MSI/ the respective
OEMs for the period of Contract. The technical support should include all upgrades,
updates and patches to the respective software applications.
32.6 The MSI warrants that the Goods supplied under the Contract are new, non-
refurbished, unused and recently manufactured; shall not be nearing end of sale/End
of support; and shall be supported by the MSI and respective OEM along with Service
and spares support to ensure its efficient and effective operation for the entire
duration of the Contract.
32.7 The MSI warrants that the Goods supplied under the Contract shall be of the highest
grade and quality and consisted with the established and generally accepted standards
for materials of this type. The Goods shall be in full conformity with the specifications
and shall operate properly and safely. All recent design improvements in Goods, unless
provided otherwise in the Contract, shall also be made available.
32.8 The MSI further warrants that the Goods supplied under the Contract shall be free
from all encumbrances and defects/faults arising from design, material, manufacture
or workmanship (except insofar as the design or material is required by the
Authority’s specifications) or from any act or omission of the MSI, that may develop
under normal use of the supplied Goods in the conditions prevailing at the respective
Data Center Sites.
32.9 The Authority shall promptly notify the MSI in writing of any claims arising under this
warranty.
32.10 Upon receipt of such notice, the MSI shall, with all reasonable speed, repair or replace
the defective Goods or parts thereof, without prejudice to any other rights which the
Authority may have against the MSI under the Contract.
32.11 If the MSI, having been notified, fails to remedy the defect(s) within a reasonable
period, the Authority may proceed to take such remedial action as may be necessary,
at the MSI’s risk and expense and without prejudice to any other rights which the
Authority may have against the MSI under the Contract.
32.12 Any (OEM) specific warranty terms that do not conform to conditions under the
Contract shall not be acceptable.
32.13 MSI shall provide adequate supervision to ensure correct execution of the
Works/performance of the Services in accordance with the prevailing instructions
agreed upon between the Authority and the MSI. Further, MSI and its Key Personnel
shall take utmost care in the performance of the Works/Services and ensure that none

Page 27 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

of the properties of the Authority gets damaged due to any action taken or any failure
to act on its part.

33. Term and Extension of the Contract

33.1 The Contract Term/period shall commence from the date of signing of contract or
issuance of letter of intent/letter of award , whichever is earlier, and shall remain valid
for 69 (Sixty Nine) months from the date of signing of the Contract (hereinafter
“Term”). MSI shall complete all Works stipulated under the Contract within the time
period specified under this clause.
33.2 If any delay occurs due to circumstances beyond control of MSI such as strikes,
lockouts, fire, accident, defective materials, delay in obtaining Applicable
Permits/Approvals or any cause whatsoever beyond the reasonable control of MSI, a
reasonable extension of time/ Term, upon a request being made by MSI in writing at
least three months in advance shall be granted by the Authority in writing.
33.3 Notwithstanding what has been stated under Clause 31.2, the Authority shall reserve
the sole right to grant any such extension to the Term above mentioned and shall
notify in writing to MSI, at least 3 (three) months before the expiration of the Term
hereof, whether it shall grant MSI an extension of the Term or not. The decision to
grant or refuse the extension of the Term shall be at the Authority’s sole discretion and
such extension of the Contract, if any, shall be as per terms agreed mutually between
the Parties.
33.4 Where the Authority is of the view that no further extension of the Term should be
granted to MSI, the Authority shall notify MSI of its decision at least 3 (three) months
prior to the expiry of the Term. Upon receipt of such notice, MSI shall continue to
perform all its obligations hereunder till the duration of the Term. During the notice
period, the Authority shall either appoint an alternative agency/Replacement Service
Provider/reappoint MSI for a short extension or create its own infrastructure to
operate such Services as are provided under the Contract.

34. Dispute Resolution

34.1 In case, a dispute is referred to arbitration, the arbitration shall be under the Indian
Arbitration and Conciliation Act, 1996 and any statutory modification or re-enactment
thereof.
34.2 If during the subsistence of the Contract or thereafter, any dispute between the Parties
hereto arising out of or in connection with the validity, interpretation,
implementation, breach or any alleged breach of any provision of the Contract or
regarding any question, including as to whether the termination of the Contract by one
Party hereto has been legitimate/valid, the Parties hereto shall endeavor to settle such
dispute amicably through joint discussion and/or by Conciliation to be governed by
the Arbitration and Conciliation Act, 1996. However, despite such efforts, if the
dispute, differences or controversy still remains unresolved for a period of 30 days of
its having been raised, then the same shall be referred to Arbitration.
34.3 The Arbitration proceedings shall be held in the following manner:
i. The Arbitration proceedings shall be held in Saharanpur, Uttar Pradesh, India.

Page 28 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

ii. The Arbitration proceeding shall be governed by the Arbitration and


Conciliation Act, 1996 and any re-enactment(s) and/or modification(s) thereof
and of the Rules framed thereunder shall apply to arbitration proceedings.
iii. The proceedings of Arbitration shall be in English language.
iv. Any dispute, difference or question to be referred to arbitration shall be initially
referred to a mutually acceptable sole arbitrator. In case the Parties are unable
to agree upon the sole arbitrator, then each Party shall appoint one arbitrator
each and the two arbitrators so appointed shall appoint the third arbitrator, who
shall be the Presiding Arbitrator. The consortium of the three Arbitrators shall
form the Arbitral Tribunal.
v. In case, a Party fails to appoint an arbitrator within 30 days from the receipt of
the request to do so by the other Party or if the two Arbitrators so appointed fail
to agree on the appointment of third Arbitrator within 30 days from the date of
their appointment upon request of a party, the Chief Justice of the Uttar Pradesh
High Court or any person or institution designated by him shall appoint the
Arbitrator/Presiding Arbitrator upon request of one of the Parties.
vi. Any letter, notice or other communications dispatched to MSI relating to either
arbitration proceeding or otherwise whether through the post or through a
representative on the address last notified to the Authority by MSI shall be
deemed to have been received by MSI although returned with the remarks,
refused ‘undelivered’ where about not known or words to that effect or for any
other reasons whatsoever
vii. If the Arbitrator so appointed dies, resigns, incapacitated or withdraws for any
reason from the proceedings, it shall be lawful for the Authority to appoint
another person in his place in the same manner as aforesaid. Such person shall
proceed with the reference from the stage where his predecessor had left if both
Parties consent for the same; otherwise, he shall proceed de novo.
viii. It is a term of the Contract that the Party invoking arbitration shall specify all
disputes to be referred to arbitration at the time of invocation of arbitration and
not thereafter.
ix. It is also a term of the Contract that neither Party to the Contract shall be entitled
for any interest on the amount of the award.
x. The Arbitrator shall give reasoned award and the same shall be final, conclusive
and binding on the Parties.
xi. The fees of the arbitrator, costs and other expenses incidental to the arbitration
proceedings shall be borne equally by the Parties.

35. Conflict of interest

35.1 MSI shall disclose to the Authority in writing, all actual and potential conflicts of
interest that exist, arise or may arise (either for MSI or MSI’s Team) in the course of
providing Goods and performing the Works/Services as soon as practical after it
becomes aware of that conflict.

Page 29 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

36. Publicity

36.1 MSI shall not make or permit to be made a public announcement or media release
about any aspect of this Contract unless the Authority first gives MSI its written
consent.

37. Force Majeure

37.1 Force Majeure shall not include any events caused due to acts/omissions of MSI
resulting in a breach/contravention of any of the terms of the Contract and/or MSI’s
Bid. It shall also not include any default on the part of MSI due to its negligence or
failure to implement the stipulated/proposed precautions, as were required to be
taken under the Contract.
37.2 The failure or occurrence of a delay in performance of any of the obligations of either
Party shall constitute a Force Majeure event only where such failure or delay could not
have reasonably been foreseen and shall mean an occurrence beyond the reasonable
control and without the fault or negligence of either Parties affected and which the
other Party is unable to prevent or provide against by the exercise of reasonable
diligence including, but not limited to: war, or hostility, acts of the public enemy, civil
commotion, sabotage, fires, floods, vandalism (due to law & order situation),
terrorism, explosions, epidemics, quarantine restriction, strikes, lockouts or act of
God, or where despite the presence of adequate and stipulated safeguards the failure
to perform obligations has occurred at any location in scope (hereinafter referred to
as “Force Majeure Event(s)”). In such an event, the affected Party shall inform the other
Party in writing within 5 (five) days of the occurrence of such event. Any failure or
lapse on the part of MSI in performing any obligation as is necessary and proper, to
negate the damage due to projected Force Majeure Events or to mitigate the damage
that may be caused due to the above mentioned events or the failure to provide
adequate disaster management/recovery or any failure in setting up a contingency
mechanism would not constitute Force Majeure, as set out above.
37.3 In case of a Force Majeure Event, all Parties shall endeavor to agree on an alternate
mode of performance in order to ensure the continuity of the Service/ Works and
implementation of the obligations of a Party under the Contract and to minimize any
adverse consequences of Force Majeure.

38. Delivery

38.1 MSI shall bear the cost for packing, transport, insurance, storage and delivery of all the
Goods for “RFP” for Implementation of the Project in Saharanpur City” at all locations
identified by the Authority in Saharanpur City.
38.2 The Goods under the Contract shall conform to the standards mentioned in the RFP,
and when no applicable standard is mentioned, to the authoritative standards, such
standard shall be approved by Authority.
38.3 MSI shall only procure the hardware and software after approvals from a designated
committee/Authority.

Page 30 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

38.4 MSI’s Key Personnel shall have the required experience and proper qualifications to
perform the Services, and the Authority shall have the right to reject any such
Personnel if found unfit by Authority to provide the Services. MSI shall also impart the
appropriate training to its engineers and Personnel on the current and emerging
technologies, concepts and configurations in order to provide the Services in a more
efficient manner.

39. Insurance

39.1 The Goods supplied under the Contract shall be comprehensively insured by MSI at its
own cost, against any loss or damage, for the entire period of the Contract. MSI shall
submit to the Authority, documentary evidence issued by the insurance company,
indicating that such insurance has been taken.
39.2 MSI shall bear all the statutory levies like customs, insurance, freight, etc. applicable
on the Goods and also the charges like transportation charges, GST etc. that may be
applicable till the Goods are delivered at the respective sites of installation shall also
be solely borne by MSI.
39.3 MSI shall take out and maintain at its own cost, on terms and conditions approved by
the Authority, all necessary insurance against the risks, and for the coverage’s, as
specified below:
a. at the Authority’s request, shall provide evidence to the Authority showing that
such insurance has been taken out and maintained and that the current premiums
therefore have been paid; and
b. Employer’s liability and workers’ compensation insurance in respect of the
Personnel of the MSI, in accordance with the relevant provisions of the Applicable
Laws including personal accident and death in respect of its Personnel or any
other insurance as may be appropriate and the proof of such insurances shall be
provided to Authority, when so requested. Notwithstanding the above, the Key
Personnel of MSI shall be and shall remain the employees of MSI and MSI alone
shall be responsible for the payment of all dues with respect to them or meeting
any statutory obligations under the Applicable Laws with respect to such
Personnel.

40. Transfer of Ownership

40.1 All Commercially off the Shelf (COTS) products/ Open Source Solutions and related
solutions and fixes provided pursuant to this Agreement shall be licensed according to
the terms of the license agreement packaged with or otherwise applicable to such
products. Such licenses shall be brought on behalf of and in the name of SSCL or
mentioning SSCL as the end user of such licenses. MSI shall be responsible for
arranging any licenses associated with products. “Product” means any computer code,
web-based services, or materials comprising commercially released, pre-release or
beta products (whether licensed for a fee or no charge) and any derivatives of the
foregoing which are made available to the Purchaser for license which is published by
product owner or its affiliates, or a third party. “Fixes” means product fixes that are
either released generally (such as commercial product service packs) or that are

Page 31 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

provided to you when performing services (such as workarounds, patches, bug fixes,
beta fixes and beta builds) and any derivatives of the foregoing. Unless otherwise
specifically restricted by the Licensing Terms of the COTS products/ Open Source
Solutions, all intellectual property rights in any development/
enhancement/customization etc. done on the COTS products/ Open Source Solutions
pursuant to this Agreement shall be owned by SSCL. Further, the MSI shall be obliged
to ensure that all approvals, registrations, licenses, permits and rights which are, inter-
alia, necessary for use of the Deliverables, goods, services, applications, services etc.
provided by the MSI / Consortium / subcontractors under this Agreement shall be
acquired in the name of the SSCL and MSI shall have the non-exclusive, limited right to
use such licenses till the Term on behalf of the SSCL solely for the purpose of execution
of any of its obligations under the terms of this Agreement. However, subsequent to
the term of this Agreement, such approvals etc. shall endure to the exclusive benefit of
the SSCL.
40.2 Forthwith upon expiry or earlier termination of the Contract and at any other time on
demand by the Authority, MSI shall deliver to the Authority all Documents provided
by or originating from the Authority and all Documents produced by or from or for
MSI in the course of performing the Services, unless otherwise directed in writing by
the Authority at no additional cost. MSI shall not, without the prior written consent of
the Authority store, copy, distribute or retain any such Documents.

41. Exit Management Plan

41.1 An Exit Management plan shall be furnished by MSI in writing to the Authority within
90 (ninety) days from the date of signing of the Contract, which shall deal with at least
the following aspects of exit management in relation to the Contract as a whole and in
relation to the Project implementation, and Service Level monitoring:
a. a detailed program of the transfer process that could be used in conjunction with
a Replacement Service Provider including details of the means to be used to
ensure continuing provision of the Services throughout the transfer process or
until the cessation of the Services and of the management structure to be used
during the transfer;
b. plans for provision of contingent support to Project and Replacement Service
Provider for a reasonable period after transfer;
c. Exit Management Plan in case of normal termination of Contract period;
d. Exit Management Plan in case of any eventuality due to which Project is
terminated before the Contract period; and
e. Exit Management Plan in case of termination of MSI.
41.2 Exit Management Plan at the minimum shall adhere to the following:
a. 3 (Three) months of the support to Replacement Service Provider post
termination of the Contract;
b. all reasonable assistance necessary to ensure that an orderly transfer is achieved
with minimal disruption, to Replacement Service Provider, of the Services,
functions and operations that were provided prior to termination of Contract/exit
of MSI from Project, complete handover of the planning documents, bill of

Page 32 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

materials, functional requirements specification, technical specifications of all


equipment, change requests if any, sources codes, wherever applicable, reports,
documents and other relevant items to the Replacement Service
Provider/Authority; and
c. Certificate of acceptance from authorized representative of Replacement Service
Provider issued to MSI on successful completion of handover and knowledge
transfer.
41.3 In the event of termination or expiry of the Contract, Project implementation, or
Service Level monitoring, both MSI and Authority shall comply with the exit
management plan.
41.4 During the exit management period, MSI shall use its best efforts to deliver the
Works/Services.

Page 33 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

42. Performance Security

42.1 To guarantee its performance under the Contract, the MSI shall provide to Authority
in its favour a Performance Bank Guarantee (PBG) which is unconditional, unequivocal
and irrevocable for an amount equivalent to 10% of the order value of the Contract in
the format prescribed in RFP issued by any of the nationalized banks only. The
Performance Bank Guarantee shall be kept valid for the Term of the Contract and any
extension of the Term and upto a period of 6 (six) months after the termination or
expiry of the Contract. The Performance Bank Guarantee shall be encashed by the SSCL
in the event of MSI’s failure to complete obligations or breach by MSI of any of the
terms and conditions of the Contract.

43. Liquidated Damages

43.1 If MSI fails to supply, install or maintain any or all of the Goods or fails to complete the
Works or fails to provide the Services as per the Contract, within the time period(s)
specified in the RFP Vol II, the Authority without prejudice to its other rights and
remedies under the Contract, deduct from the Contract price, as liquidated damage per
week of 0.2% of the CAPEX of Contract / request order value per week for first 8
(eight) weeks and 0.3% per week for every subsequent week till such time the default
continues.
43.2 The deduction shall not in any case exceed 10 % of the Contract value.
43.3 The Authority may without prejudice to its right to effect recovery by any other
method, deduct the amount of liquidated damages from any payments due to MSI in
its hands (which includes the Authority’s right to claim such amount against MSI’s
Bank Guarantee) or which may become due to MSI at a prospective date. Any such
recovery or liquidated damages shall not in any way relieve MSI from any of its
obligations to complete the Work or from any other obligations and liabilities under
the Contract.
43.4 Delay not attributable to MSI shall be considered for exclusion for the purpose of
computing liquidated damages.

44. Limitation of Liability:

44.1 Limitation of MSI’s Liability towards the Authority:


a. Except as otherwise provided in the Contract or in cases of gross negligence or
willful misconduct on the part of MSI or on the part of any person or company
acting on behalf of MSI in carrying out the Services, in no event either Party shall
be liable to the other Party for any special, exemplary, punitive or similar damages,
indirect or consequential loss or damage (including loss of revenue and profits)
arising out of or relating to the Contract;
44.2 MSI, with respect to damage caused by MSI to Authority’s property, shall not be liable
to Authority:
a. for any indirect or consequential loss or damage; and

Page 34 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

b. For any direct loss or damage that exceeds the total payments payable under the
Contract to MSI hereunder.
44.3 This limitation of liability shall not be applicable or restrict MSI’s liability in any
manner for injury, loss of life caused to any person or damage to third party's property
or infringement of any Intellectual Property Rights caused by MSI or any Person
(including MSI's Subcontractor) acting on behalf of MSI in carrying out the Services
44.4 The Authority's liability under the Contract, tort, negligence, default etc whatsoever
shall be limited to the amount of fees remaining to be paid to the MSI under the
Contract.

45. Ownership and Retention of Documents

45.1 The Authority shall own the Document(s), prepared by or for MSI arising out of or in
connection with the Contract.
45.2 Forthwith upon expiry or earlier termination of this Contract and at any other time on
demand by the Authority, MSI shall deliver to the Authority all Documents provided
by or originating from the Authority and all Documents produced by or for MSI in the
course of performing the Services, unless otherwise directed in writing by the
Authority at no additional cost. MSI shall not, without the prior written consent of the
Authority store, copy, distribute or retain any such Documents.

46. Information Security

46.1 MSI shall not carry any written/printed document, layout diagrams, compact disk,
hard disk, storage tapes, other storage devices or any other goods/material
proprietary to Authority into/out of any Project Location without written permission
from the Authority.
46.2 MSI shall not destroy any unwanted documents, defective tapes/media present at any
location on their own. All such documents, tapes/media shall be handed over to the
Authority.
46.3 All documentation and media at any location whether at the Project Location or
otherwise, shall be properly identified, labeled and numbered by MSI. MSI shall keep
track of all such items and provide a summary report of these items to the Authority
whenever asked for.
46.4 Access to Authority’s data and systems, internet facility by MSI at any location shall be
in accordance with the written permission by the Authority. The Authority shall allow
MSI to use its facilities in a limited manner subject to availability. It is the responsibility
of MSI to prepare and equip itself in order to meet the requirements of providing the
Services.
46.5 MSI must acknowledge that Authority’s business data and other Authority proprietary
information or materials, whether developed by Authority or being used by Authority
pursuant to a license agreement with a third party (the foregoing collectively referred
to herein as “proprietary information”) are confidential and proprietary to Authority;
and MSI along with its team agrees to use reasonable care to safeguard the proprietary
information and to prevent the unauthorized use or disclosure thereof, which care

Page 35 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

shall not be less than reasonable care used by MSI to protect its own proprietary
information. MSI recognizes that the goodwill of Authority depends, among other
things, upon MSI keeping such proprietary information confidential and that
unauthorized disclosure of the same by MSI or its team could damage the goodwill of
Authority, and shall be considered as a material breach of the Contract terms and
conditions by MSI. MSI may come into possession of such proprietary information,
even though MSI does not take any direct part in or furnish the Services performed for
the creation of said proprietary information and it shall limit access of such
proprietary information thereto only such employees with a need to such access to
perform the Services . MSI and or its Key Personnel shall use such information only for
the purpose of performing the said Services.
46.6 MSI shall, upon termination of the Contract for any reason, or upon demand by
Authority, whichever is earlier, return any and all information provided to MSI by
Authority, which would include any Confidential information or any proprietary
information including any copies or reproductions, both hardcopy and electronic of
such information.
46.7 By virtue of the Contract, MSI team may have access to information of the Authority
and/or a third party which would include any Confidential Information or any
proprietary information of such parties and will use such information only with prior
approval of the Authority on a need only basis and to the extent required for
performing the Services.

47. Records of contract documents

47.1 MSI shall at all-time make and keep sufficient copies of the process manuals, operating
procedures, specifications, Contract documents and any other documentation as may
be required to fulfil the obligations under the Contract.
47.2 MSI shall keep on the DC Site at least 3 (three) copies of each and every specification
and copy of the Contract, in excess of it’s own requirement and those copies shall be
available at all times for use by the Authority’s representative and by any other person
authorized by the Authority’s representative.

48. Security and Safety

48.1 MSI shall comply with the directions issued from time to time by the Authority and the
standards related to the security and safety, in so far as it applies to the provision of
the Services.
48.2 MSI shall upon reasonable request by the Authority, or its nominee(s) participate in
regular meetings when safety and information technology security matters are
reviewed.

49. Confidentiality

49.1 MSI shall not, either during the Term or after expiration of the Contract, disclose any
proprietary or Confidential Information relating to the Services/Contract and/or
Authority’s business/operations, information, application/software, hardware,

Page 36 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

business data, architecture schematics, designs, storage media and other


information/documents without the prior written consent of the Authority.
49.2 The Authority reserves the right to adopt legal proceedings, civil or criminal, against
MSI in relation to a breach of obligation by MSI under this clause
49.3 MSI shall do everything reasonably possible to preserve the confidentiality of the
Confidential Information including execution of a confidentiality agreement with the
Authority to the satisfaction of the Authority.
49.4 MSI shall notify the Authority promptly if it is aware of any unauthorized disclosure of
the Confidential Information otherwise than as permitted by the Contract or with the
authority of the Authority.
49.5 MSI shall be liable to fully recompense the Authority for any loss of revenue arising
from breach of confidentiality.

50. Events of Default by MSI

50.1 The failure on the part of MSI to perform any of its obligations or comply with any of
the terms of the Contract shall constitute an Event of Default on the part of MSI. The
events of default are but not limited to the following:
a. MSI/MSI’s Teams failure to perform/ adhere to any instructions or directives
issued by the Authority which it deems proper and necessary to execute the Scope
of Work or provide Services under the Contract, or
b. MSI/MSI’s Teams failure to confirm/adhere to any of the key performance
indicators as laid down in the Key Performance Measures/Service Levels, or if MSI
has fallen short of matching such standards/benchmarks/targets as the Authority
may have designated with respect to the System or any Goods, task or service,
necessary for the execution of the Scope of Work and performance of Services
under this Contract. The above mentioned failure on the part of MSI may be in
terms of failure to adhere to performance, quality, timelines, specifications,
requirements or any other criteria as defined by the Authority; or
c. MSI’s failure to remedy a defect or failure to perform its obligations in accordance
with the Service Specifications as per this RFP or any other specifications issued
by the Authority, despite being served with a default notice which laid down the
specific deviance on the part of MSI/MSI’s Team to comply with any stipulations
or standards as laid down by the Authority; or
d. MSI/MSI’s Teams failure to adhere to any amended direction, instruction,
modification or clarification as issued by the Authority during the term of the
Contract and which the Authority deems proper and necessary for the execution
of the Scope of Work under the Contract; or
e. MSI/MSI’s Teams failure to demonstrate or sustain any representation or
warranty made by it in the Contract, with respect to any of the terms of the Bid,
the RFP and the Contract.

Page 37 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

f. There is a proceeding for bankruptcy, insolvency, winding up or there is an


appointment of receiver, liquidator, assignee, or similar official against or in
relation to MSI; or
g. MSI/MSI’s Team’s failure to comply with or is in breach or contravention of any
Applicable Laws.
50.2 Where there has been an occurrence of such defaults inter alia as stated above, the
Authority shall issue a notice of default to MSI, setting out specific
defaults/deviances/omissions/non-compliances/non-performances and providing a
notice of 30 (thirty) days cure period to enable MSI to rectify such default committed.
50.3 Where despite the issuance of a default notice to MSI by the Authority, MSI fails to
remedy the default within the cure period provided to the satisfaction of the Authority,
the Authority may, where it deems fit, issue to MSI either another default notice or
proceed to terminate the Contract forthwith.

51. Termination

51.1 The Authority may, terminate the Contract in whole or in part by giving MSI a prior
written notice indicating its intention to terminate the Contract under the following
circumstances:
a. Where the Authority is of the opinion that there has been such Event of Default on
the part of MSI/MSI’s Team which would make it proper and necessary to
terminate the Contract and may include failure on the part of MSI to adhere to any
part of its obligations under its Bid, the RFP or under the Contract.
b. Where it comes to the Authority’s attention that MSI (or MSI’s Team) is in a
position of actual conflict of interest with the interests of the Authority, in relation
to any of terms of MSI’s Bid, the RFP or the Contract.
c. Where MSI’s ability to survive as an independent corporate entity is threatened or
is lost owing to any reason whatsoever, including inter-alia the filing of any
bankruptcy proceedings against MSI, any failure by MSI to pay any of its dues to
its creditors, the institution of any winding up proceedings against MSI or the
happening of any such events that are adverse to the commercial viability of MSI.
In the event of the happening of any events of the above nature, the Authority shall
reserve the right to take any steps as are necessary, to ensure the effective
transition of the sites, pilot site to a successor agency, and to ensure business
continuity.
d. Termination for Insolvency: The Authority may at any time terminate the Contract
by giving written notice to MSI, without compensation to MSI, if MSI becomes
bankrupt or otherwise insolvent, provided that such termination shall not
prejudice or affect any right of action or remedy which has accrued or shall accrue
thereafter to the Authority.
e. MSI may, subject to written approval by the Authority, terminate the Contract
before the expiry of the Term by giving the Authority a prior and written notice at
least 3 (three) months in advance indicating its intention to terminate the
Contract.
f. In case of Deliverables/ milestone which is approved by the Authority and
payment is undisputed, the MSI may terminate the Contract in case of non-
payment after 90 (ninety) days of serving the notice to SSCL.

Page 38 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

52. Consequence of Termination

52.1 In the event of termination of the Contract due to any cause whatsoever, whether
consequent to the stipulated term of the Contract or otherwise the Authority shall be
entitled to impose any such obligations and conditions and issue any clarifications as
may be necessary to ensure an efficient transition and effective business continuity of
the Project which MSI shall be obliged to comply with and take all available steps to
minimize loss resulting from that termination/breach, and further allow and provide
all such assistance to the Authority and/or the successor agency/service provider,
Replacement Service Provider as may be required, to take over the obligations of MSI
in relation to the execution/continued execution of the requirements of the Contract.
52.2 Where the termination of the Contract is prior to its stipulated term on account of a
default on the part of MSI or due to the fact that the survival of MSI as an independent
corporate entity is threatened/has ceased, or for any other reason, whatsoever, the
Authority, through unilateral re-determination of the consideration payable to MSI,
shall pay MSI for that part of the Services which have been authorized by the Authority
and satisfactorily performed by MSI up to the date of termination. Without prejudice
to any other rights, the Authority may retain such amounts from the payment due and
payable by the Authority to MSI as may be required to offset any losses caused to the
Authority as a result of any acts of omissions or commission by MSI. In case of any loss
or damage due to default or inability on the part of MSI in performing any of its
obligations with regard to executing the Schedule of Requirements under the Contract,
MSI shall compensate the Authority for any such loss, damages or other costs, incurred
by the Authority. Additionally, members of its team shall continue performing all its
obligations and responsibilities under the Contract in an identical manner as were
being performed before the default occurred due to acts of MSI as described above in
order to execute an effective transition and to maintain business continuity. All third
parties shall continue to perform all/any functions as stipulated by the Authority and
as may be proper and necessary to execute the Schedule of Requirements under the
Contract in terms of MSI’s Bid, the Bid Document and the Contract.
52.3 Nothing herein shall restrict the right of the Authority to invoke the Bank Guarantee
and other guarantees furnished hereunder and pursue such other rights and/or
remedies that may be available to the Authority under the Applicable Law.
52.4 The termination hereof shall not affect any accrued right or liability of either Party nor
affect the operation of the provisions of the Contract that are expressly or by
implication intended to come into or continue in force on or after such termination.
52.5 Upon termination or after expiration of Contract, MSI shall forthwith return to the
Authority, all papers, material and other properties held by/provided to MSI during
the Term of the Contract, including all Confidential Information and proprietary
information provided to MSI for its use during the Project.

53. Miscellaneous

53.1 Under this Contract, the relationship between the Parties is that of independent
contractors and no other relationship is intended, including a partnership, franchise,
joint venture, agency, employee/employer, fiduciary, master/servant relationship, or

Page 39 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

other special relationship. Neither Party shall act in a manner, which expresses or
implies a relationship other than that of independent contractors, nor bind the other
Party. MSI and the Sub-contractor shall take care of all liabilities, statutory or
otherwise, in relation to persons employed by it or otherwise and the Authority shall
not be responsible for the same in any manner whatsoever.
53.2 MSI or any of its Affiliates shall not directly or indirectly, solicit for employment or
engagement any employees of the Authority. The provisions of this clause shall be
applicable during the Term of the Contract and shall survive the termination of the
Contract for a period of 2 years from the date of termination. In addition, MSI shall not
proceed to conduct operations/business similar to the Authority with any employee
and/or consultant of the Authority who has knowledge of the Confidential
Information, without the prior written consent of the Authority.
53.3 It is also agreed between the Parties that the Authority is under no obligation,
whatsoever, to procure Services/execute Works from MSI alone. By executing the
Contract, the Authority does not commit/guarantee any minimum amount of
payments due to MSI for the Services/Works performed by MSI and holds the right to
increase or decrease the Scope of Work provided under the Contract and in these
cases, the Parties shall mutually agree upon any amendment to the charges which are
payable to MSI for the Works/Services performed.
53.4 The Authority reserves the right to propose amendment or modification, of the terms
of the Contract or any part of it by giving MSI a notice in writing. No variation,
amendment, modification or addition to the Contract shall be effective or binding on
either of the Parties unless set forth in writing and executed by them through their
authorized representatives.
53.5 The Contract shall be governed by and construed in accordance with the laws of India.
The Parties agree to accept the non-exclusive jurisdiction of the competent courts of
Saharanpur.
53.6 The Contract sets forth the entire agreement and understanding between the Parties
as to the subject matter therein and shall supersede and override all previous
communications, negotiations, commitments, agreements, and understandings, either
oral or written, between the Parties with respect to the subject matter of the Contract.
53.7 Notice
I. Unless otherwise provided herein, all notices or other communications to be given
pursuant to the Contract shall be made in writing, in English and by letter/email
(save as otherwise stated) and shall be deemed to be duly given or made, in the
case of personal delivery of the letter, when delivered; in the case of email, when
sent, or, in the case of a letter, 3 (three) Business Days after being deposited in the
post (by registered post, with acknowledgment due), postage prepaid, to such
Party at its address or facsimile number specified herein or at such other address
or facsimile number as such party may hereafter specify for such purposes to the
other by notice in writing.
The addresses referred to above are:

a) In the case of a notice to the Authority:

Page 40 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Address : [●]
Attention : [●]
Telephone : [●]
Email : [●]
b) In the case of the MSI

Address : [●]
Attention : [●]
Email : [●]
c) In the case of the Subcontractor (if applicable):

Address : [●]
Attention : [●]
Email : [●]
II. A notice or other communication received on a day other than a Business Day, or
after business hours in the place of receipt, shall be deemed to be given on the next
following Business Day in such place.
III. The address or email address for serving notices can be changed by any Party by
properly serving notices on the other Parties informing them of the changes of
address.
IV. In the event that a Party refuses delivery or acceptance of a notice, request or other
communication, under the Contract, it shall be deemed that the notice was given
upon proof of the refused delivery, provided the same was sent in the manner
specified in the Contract.
53.8 No failure by either party to enforce any rights hereunder shall be construed as a
waiver of such right(s).
53.9 If any provision of the Contract is held to be inoperative or unenforceable as applied
in any particular case because it conflicts with any other provision hereof or any
statute, ordinance, rule of law or public policy, or for any other reason, such holding
shall not have the effect of rendering the provision in question inoperative or
unenforceable in any other case, or of rendering any other provision herein contained
inoperative or unenforceable to any extent whatsoever. The invalidity of any one or
more phrases, sentences or Clauses contained in the Contract shall not affect the
remaining portions of the Contractor any part hereof, and they shall otherwise remain
in full force and effect.
53.10 Neither MSI nor its employees or its Subcontractor shall have the right, power, or
authority to create any contract or obligation, express or implied, on behalf or, in the
name of or binding on Authority.
53.11 The rights and obligations under the Contract are personal to MSI and shall not be
assigned by it, to any third party, without the express prior written authorization of
the Authority.

Page 41 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

54. Change Control Note (CCN)

54.1 This applies to and describes the procedure to be followed in the event of any
proposed change to Contract, site Implementation, and Service levels. Such change
shall include, but shall not be limited to, changes in the scope of services provided by
MSI and changes to the terms of payment.
54.2 Change requests in respect of the Contract, the site implementation, or the Service
levels shall emanate from the Parties’ representative who shall be responsible for
obtaining approval for the change and who shall act as its sponsor throughout the
Change Control Process and shall complete Part A of the CCN (Annex I, Section 3 of the
RFP). CCNs shall be presented to the other Party’s representative who shall
acknowledge receipt by signature of the authorized representative of the Authority.
54.3 MSI and the Authority while preparing the CCN, shall consider the change in the
context of whether the change is beyond the scope of Services including ancillary and
concomitant services required. The CCN shall be applicable for the items which are
beyond the stated/implied scope of work as per the RFP document.
54.4 MSI shall assess the CCN and complete Part B of the CCN. In completing Part B of the
CCN MSI shall provide as a minimum:
a. a description of the change;
b. a list of Deliverables required for implementing the change;
c. a timetable for implementation;
d. an estimate of any proposed change; or any relevant acceptance criteria;
e. an assessment of the value of the proposed change;
f. Material evidence to prove that the proposed change is not already covered within
the scope of the RFP, Contract and Service Levels.
54.5 Prior to submission of the completed CCN to the Authority or its nominated agencies,
MSI shall undertake its own internal review of the proposal and obtain all necessary
internal approvals. As a part of this internal review process, MSI shall consider the
materiality of the proposed change in the context of the Contract, the sites, Service
levels affected by the change and the total effect that may arise from implementation
of the change.
54.6 Each Party shall be responsible for its own costs incurred in the quotation, preparation
of CCNs and in the completion of its obligations described in this process provided MSI
meets the obligations as set in the CCN. In the event MSI is unable to meet the
obligations as defined in the CCN then the cost of getting it done by third party shall
be borne by MSI. Change requests and CCNs shall be reported monthly to each Party’s
representative who shall prioritize and review progress.

Page 42 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

B. PART B – SERVICE LEVELS


55. Purpose of Service Levels

55.1 The purpose is to define/measure the levels of the Service provided by MSI to the
Authority for the duration of the Contract. The benefits of this are:
a. Implement a process to define Service level parameters or permissible threshold
within which MSI would be required to perform the Services, and failure of
performing the Services by MSI within the said acceptable parameters would be
considered as a deficiency in Services;
b. help the Authority control the levels and performance of MSI’s Services; and
c. alert MSI to improve its Services and/or remove deficiencies in Services in case
the Service Levels agreed between the Authority and MSI are breached by MSI

56. Service Level Agreements & Targets

56.1 This section is agreed to by Authority and MSI as the key performance indicator for
the Project. This may be reviewed and revised according to the procedures detailed in
Clause 69 (Service Level Change Control).
56.2 The following section reflects the measurements to be used to track and report
system’s performance on a regular basis. The targets shown in the following tables are
for the period of Contact.
56.3 The procedures in Clause 34 shall be used if there is a dispute between Authority and
MSI on what the permanent targets should be.

57. General principles of Service Level Agreements

The Service Level Agreements have been logically segregated in the following
categories:

58. Service Level Agreements (SLA)

58.1 SLA shall become the part of Contract between SSCL and the MSI. SLA defines the
terms of the MSI’s responsibility in ensuring the timely delivery of the Deliverables
and the correctness of the same based on the agreed Performance Indicators as
detailed in this section.
58.2 The MSI has to comply with service level requirements to ensure adherence to Project
Timelines, quality and availability of services, throughout the period of this Contract
i.e. for a period mentioned in the project timeline of volume 2 of this RFP. The MSI has
to supply appropriate software/hardware/automated tools as may be required to
monitor and submit reports of all the SLAs mentioned in this section.
58.3 For purposes of the SLA, the definitions and terms as specified in the Document along
with the following terms shall have the meanings set forth below:
i. “Total Time” - Total number of hours in the quarter (or the concerned period)
being considered for evaluation of SLA performance.
ii. "Uptime" – Time period for which the specified services/outcomes are
available in the period being considered for evaluation of SLA. Formulae for

Page 43 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

calculation of Uptime: Uptime (%) = {1-[(Downtime)/(Total time- scheduled


maintenance time)]}*100
iii. “Downtime”- Time period for which the specified
services/components/outcomes are not available in the concerned period,
being considered for evaluation of SLA, which would exclude downtime owing
to Force Majeure & Reasons beyond control of the successful bidder.
iv. “Scheduled Maintenance Time” - Time period for which the specified
services/components with specified technical and service standards are not
available due to scheduled maintenance activity. The successful bidder is
required to take at least 10 days prior approval from SSCL for any such activity.
The scheduled maintenance should be carried out during non-peak hours (like
post mid-night, and should not be for more than 4 hours. Such planned
downtime would be granted max 4 times a year.
v. “Incident” - Any event/abnormalities in the service being rendered, that may
lead to disruption in normal operations and services to the end user.
vi. “Response Time” - Time elapsed from the moment an incident is reported in
the Helpdesk over phone or by any applicable mode of communication, to the
time when a resource is assigned for the resolution of the same.
vii. “Resolution Time” - Time elapsed from the moment incident is reported to
Helpdesk either in person or automatically through system, to the time by
which the incident is resolved completely and services as promised are
restored.

59. Measurement of SLA

59.1 The SLA metrics provided specifies performance parameters as baseline performance,
lower performance and breach. All SLA calculations will be done on quarterly basis.
59.2 The SLA also specifies the liquidated damages for lower performance and breach
conditions.
59.3 Payment to the MSI is linked to the compliance with the SLA metrics. The matrix
specifies three levels of performance, namely:
a. The MSI will get 100% of the Contracted value if all the baseline performance
metrics are compiled and the cumulative credit points are 100;
b. The MSI will get lesser payment in case of the lower performance. (For e.g. if SLA
point score is 80 then the MSI will get 20% less on the quarterly payment – The
formula calculating the deductions is “(100 – SLA Point Score)%”)
c. If the performance of the Agency in respect of any parameter falls below the
prescribed lower performance limit, debit points are imposed for the breach.
59.4 The credit (+) points earned during the quarter will be considered for computing
penalty. The quarterly payment shall be made after deducting the liquidated damages
as mentioned above.
59.5 The aforementioned SLA parameters shall be measured as per the individual SLA
parameter requirements and measurement methods, through appropriate SLA
Measurement tools to be provided by the MSI and approved and audited by SSCL or
its appointed Consultant for accuracy and reliability.

Page 44 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

59.6 SSCL shall also have the right to conduct, either itself or through any other agency as
it may deem fit, an audit / revision of the SLA parameters. The SLAs defined, shall be
reviewed by SSCL on an annual basis after consulting the MSI, Project Management
Consultants and other experts. All the changes would be made by SSCL after
consultation with the MSI and might include some corrections to reduce undue
relaxation in Service Levels or some corrections to avoid unrealistic imposition of
liquidated damages, which are noticed after project has gone live.
59.7 Total liquidated damages to be levied on the MSI shall be capped at 10% of the total
contract value. However, SSCL would have right to invoke termination of the Contract
in case the overall liquidated damages equals 10% of total contract value. Liquidated
damages to be levied during Post Implementation period shall be capped at 10% of
the OPEX value. SSCL would also have right to invoke termination of Contract in case
cumulative debit point (breach points) are above 30 in 2 consecutive quarters.

60. Pre Implementation SLA

Timely delivery of the Scope of Work shall be as under:

Definition Timely delivery of Deliverables would comprise


entire bill of material and the application systems,
and as per successful UAT of the same.

Service Level All the Deliverables defined in the Contract has to be


Requirement submitted on-time on the date as mentioned in the
Contract with no delay.

Measurement of Service To be measured in Number of weeks of delay from the


Level Parameter timelines mentioned in the section “Project Timelines”

Penalty for non- Any delay in the delivery of the Project Deliverables
achievement of SLA (solely attributable to vendor) would attract a
Requirement liquidated damage per week of 0.2% of the CAPEX of
Contract / Request Order value per week for first 8
weeks and 0.3% per week for every subsequent week.
If the liquidated damage reaches 10% of the total
Contract value, Authority may invoke termination
clause. Liquidated Damage will be computed on Capex
value of Contract/ Request order value of the
particular phase

Page 45 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

61. SLA Matrix for Post Implementation SLAs

61.1 These SLAs shall be used to evaluate the performance of the Services on monthly basis.
61.2 Penalty levied for non- performance as per SLA requirements shall be deducted
through subsequent payments due from SSCL or through the Performance Bank
Guarantee.
61.3 The SLA parameters shall be measured for each of the sub systems’ SLA parameter
requirements and measurement methods, through appropriate SLA measurement
tools. All such required tools should be provided by the MSI. SSCL will have the
authority to audit these tools for accuracy and reliability.
61.4 The upper limit of penalty would be capped at 10% of the opex value for each quarter.
In case the calculated penalty crosses 10% penalty of the opex value in 2 subsequent
quarters, SSCL reserves the right to invoke the termination clause.
61.5 SLAs for street IT infrastructure such as Cameras, Sensors, Public Address system,
ECB, Other equipment etc.
# Uptime SLA (Monthly) Penalty Clause
1 Uptime >= 98% No Deduction
2 Uptime <98% (98%- Uptime %) of monthly
Operational Expense for the
component. For example if uptime of
component is 95%, then penalty
imposed will be 98%%-95% i.e. 3%
of operational expense.
61.6 SLAs for Network Availability for all GPRS enabled equipment and other connectivity
for equipment
# Uptime SLA (Monthly) Penalty Clause
1 Uptime >= 98% No Deduction
2 Uptime < 98% (98%- Uptime %) of monthly
Operational Expense for the
component.
61.7 SLAs for Network Quality of Service
# SLA (Monthly) Penalty Clause
1 99% throughput of No Deduction
minimum stipulated
bandwidth during
24*7 hours
2 ≥97% and <99% 1.0% deduction from Quarterly
throughput of Operational Payment
minimum stipulated
bandwidth during
24*7 hours
3 <97% throughput of 2.0% deduction from Quarterly
minimum stipulated Operational Payment
bandwidth during
24*7 hours

Page 46 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

4 Average Packet loss 0.5% deduction from Quarterly


exceeding 0.5% over a Operational Payment
month ( at Data Center
and WAN level)
5 Latency Delay > 150 0.5% deduction from Quarterly
ms (every instance) ( at Operational Payment
Data Center and WAN
level)
61.8 SLAs for IT Infrastructure including software applications, hardware, video
walls, workstations and other equipment of ICCC.
# Performance Area Baseline Lower Breach
Performance
Metric Points Metric Points Metric Points
1. Application Performance (includes any user/system application related to the project)

1 Overall application(s) 99.5% 20 >= 96.5 % to 10 < 96.5 0


availability – Command & <99% %
Control Center
2 Reports Generation Simple 5 Simple 2.5 Simple 0
Response Time query - < complexity compl
(Alerts/MIS/Logs etc.) 5secs Query = 5.01 – exity
10 secs
Medium Query
Medium
complexity complexity = > 10
query - query = 30.01 secs
<30 secs – 60 Mediu
High secs m
Complexit High compl
y Complexity exity
query
query - < query
= < 60.1 sec –
1min 2 min = > 60
secs
High
Compl
exity
query
= > 2
min
3 Maximum time for < 4 secs 5 4.01 – 6.0 secs 2.5 >6 secs 0
successful settings
modification of field
devices
2. End-User Equipment Uptime
1 Monitoring workstations at 99% 4 >= 96 % to 2 < 96 % 0
Command Centers <99%
2 IP Phones 98% 3 >= 96 % to 1.5 < 96 % 0
<98%

Page 47 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

# Performance Area Baseline Lower Breach


Performance
Metric Points Metric Points Metric Points
3 Video Wall 99% 3 >= 96 % to 1.5 < 96 % 0
<99%
3. Underlying IT Infrastructure Uptime/Availability at Data Centers
1 Production Servers Uptime 99.5% 20 >= 99.3 % to 10 < 0
<99.5% 99.3%
2 Storage System Uptime 99.5% 20 >= 99.3 % to 10 < 0
<99.5% 99.3%
4. Security /Patch Services for IT Infrastructure
1 Firewall and any other 100% 15 97 % to 7.5 < 97% 0
security appliance Uptime 99.99%
2 Security rules update 0 1 1–4 0.5 >4 0
within 2 hours of approved violations violations violati
change management of service ons
request parameter
s
3 Anti-virus, Anti-spyware, 0 1 1–4 0.5 >4 0
Anti-spam updates within violations violations violati
24 hrs. of request of service ons
parameter
s
4 Critical Patches – within 48 0 1 1–4 0.5 >4 0
hours of patch release. violations violations violati
of service ons
parameter
s
5 Non Critical Patches – Up-to 1 1 2–5 0.5 >5 0
within 15 days of patch violations violations violati
release. of service ons
parameter
s

Page 48 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

# Performance Area Baseline Lower Breach


Performance
Metric Points Metric Points Metric Points
6 Resolution of Issue <8 Hrs (for 1 <12 Hrs and 0.5 >12 0
Critical >=8 hrs(for Hrs
issue) Critical issue) (for
<24 Hrs and
<16 Hrs Critical
>=16 (for
(for Medium issue)
Medium issue) >24
issue) <8 days and Hrs
<4 days >=4 (for Low (for
(for Low issue) Mediu
issue) m
issue)
>8
days
(for
Low
issue)

Total Score 100 50 0

61.9 SLA and Penalty for Helpdesk Response and Resolution time
# Parameter Penalty Clause
1 For <= 1% of the calls not No Deduction
getting responded in less
than or equal to 60
seconds per quarter
2 For > 1% of the calls not 0.5% of the monthly opex value
getting responded in less
than or equal to 60
seconds per quarter
61.10 SLA for Change Requests or enhancements
# Parameter Metric Frequency Penalty
1 Criticality < T, Weekly 1 % of change
of Change – where T is the per request value per
Low timeframe for Occurren week for the first
completion of the ce two weeks for each
Change request occurrence,
as agreed upon 2 % of change
by SSCL and request value per
successful bidder week for every
subsequent week,
subject to a
maximum of 10%
post which SSCL may
invoke annulment of
the contract.

Page 49 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

2 Criticality < T, Weekly 1.5 % of change


of Change – where T is the per request value per
Medium timeframe for Occurren week for the first
completion of the ce two weeks for each
Change request occurrence,
as agreed upon 2.5 % of change
by SSCL and request value per
successful bidder week for every
subsequent week,
subject to a
maximum of 10%
post which SSCL may
invoke annulment of
the contract.
3 Criticality < T weeks, Weekly 2 % of change
of Change – where T is the per request value per
High timeframe for Occurren week for the first
completion of the ce two weeks for each
Change request occurrence,
as agreed upon 3 % of change
by SSCL and request value per
successful bidder week for every
subsequent week,
subject to a
maximum of 10%
post which SSCL may
invoke annulment of
the Contract.

62. SLA for issue resolution

# Parameter Metric Frequency Penalty


1 Severity 1 Resolution Time: Daily 0.1% of monthly
Issue <= 8 Hrs from the opex value per week
time the call is for the first two
logged by end weeks for each
user. occurrence,
0.2% of monthly
opex value per week
for every
subsequent week,
subject to a
maximum of 10%
post which SSCL may
invoke annulment of
the contract.
2 Severity 2 Resolution Time: Daily 0.1% of monthly opex
Issue <= 4 Days from value per week for
the time the call the first two weeks
is logged by end for each occurrence,
user. 0.2% of monthly opex
value per week for
every subsequent

Page 50 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

week, subject to a
maximum of 10%
post which SSCL may
invoke annulment of
the Contract.
3 Severity 3 Resolution Time: Daily 0.1% of monthly opex
Issue <= 10 Days from value per week for
the time the call the first two weeks
is logged by end for each occurrence,
user. 0.2% of monthly opex
value per week for
every subsequent
week, subject to a
maximum of 10%
post which SSCL may
invoke annulment of
the Contract.
4 Severity 4 Resolution Time: Daily 0.1% of monthly opex
Issue <= 20 Days from value per week for
the time the call the first two weeks
is logged by end for each occurrence,
user. 0.2% of monthly opex
value per week for
every subsequent
week, subject to a
maximum of 10%
post which SSCL may
invoke annulment of
the contract.

63. Miscellaneous SLAs

# Parameter Metric Frequency Penalty


1 Compliance in 100% as per Daily per Rs.10,000 per
document requirement occurrence occurrence per day
versioning and timelines of delay.
maintenance
(FRS, SRS,
Business Blue
Prints, User
Training Manual
etc.), application
version control,
updates &
patches etc.
2 Manpower 100% as per Daily Rs. 10,000 per day
Availability & requirement in case there is
Readiness timelines shortage in
manpower
deployment or lack
of adequate skills
3 Scheduled <= 2 times per Per Rs. 1,00,000 per
downtime for month Occurrence occurrence for

Page 51 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

System unscheduled
Maintenance per downtime or
week scheduled
downtimes
exceeding the
specified metric.
4 Resource Within 7 days Per Rs. 5,000.00 per day
Replacement of exit of Occurrence of unavailability of
resource (in resource
case of SSCL
initiated or
supplier
initiated)
5 Application Cyber Per Depending on the
Security Crime/Hacking Occurrence type of incident and
/Data its impact, a Penalty
of 10% on the entire
Theft/Fraud
contract value or in
attributable to case of severe issue
the service (as defined by SSCL)
provider such breach may
lead to termination
of contract

64. Operational SLAs

i. The proposed storage for all the production related applications should be on
latest generation technology. The latency of storage should always be less than
1ms for all transactions.
ii. The proposed solution for backup should be cost optimized to provide lowest
cost per TB of capacity. It should provide flexibility to schedule policy and
retention levels as required and mandated from time to time.
iii. The proposed backup solution should include features like deduplication,
compression and encryption. The proposed backup solution should also allow
flexibility to migrate the backups from one CSP to another CSP without needing
to de-duplicate, compress and encrypt the data again.

65. Definitions:

i. Severity 1: ICCC or Smart City applications down for more than 70% users.
ii. Severity 2: ICCC or Smart City applications down for more than 30% users.
iii. Severity 3: Modules of ICCC not functional for users.
iv. Severity 4: Minor functionality issues with ICCC or Smart City applications
v. Response Time: Response time is defined as the time the support vendor takes
to respond from the time that ticket was raised.
vi. Resolution Time: Resolution time is defined as the time the vendor takes to
resolve the issue or provide acceptable workaround for the issue.

Page 52 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

66. Conditions for No Penalties

a. Penalties shall not be levied on the Bidder in the following cases:


i. There is a Force Majeure event effecting the SLA which is beyond the control
of the MSI. Force Majeure events shall be considered in line with the clause
mentioned RFP.
ii. The non-compliance to the SLA has been due
iii. To reasons beyond the control of the successful bidder.
iv. Theft cases by default/vandalism would not be considered as “beyond the
control of MSI”. Hence, the MSI should be taking adequate anti-theft
measures, spares strategy, Insurance as required to maintain the desired
Required SLA.

67. Reporting Procedures

67.1 MSI representative shall prepare and distribute Service level Performance Reports in
a mutually agreed format by the 5th working day of subsequent month. The Reports
shall include “actual versus target” Service Level Performance, a variance analysis and
discussion of appropriate issues or significant events. Performance Reports shall be
distributed to Authority management personnel as directed by Authority.
67.2 Also, MSI may be required to get the Service Level Performance Report audited by a
third-party Auditor appointed by the Authority.

68. Issue Management Procedures

68.1 General
a. This process provides an appropriate management structure for the orderly
consideration and resolution of business and operational issues in the event that
quick consensus is not reached between Authority and MSI.
b. Implementing such a process at the beginning of the outsourcing engagement
significantly improves the probability of successful issue resolution. It is expected
that this pre-defined process shall only be used on an exception basis if issues are
not resolved at lower management levels.
68.2 Issue Management Process
a. Either Authority or MSI may raise an issue by documenting the business or
technical problem, which presents a reasonably objective summary of both points
of view and identifies specific points of disagreement with possible solutions.
b. Any unresolved issues/disputes concerning the Project/Contract between the
Parties shall first be referred in writing to the Project Manager for his
consideration and resolution. If the Project Manager is unable to resolve any
issue/dispute within 5 days of reference to him, the Project Manager shall refer
the matter to the Program Management Committee If the Program Management
Committee is unable to resolve the issues/disputes referred to them within 15
days, the unresolved issue/dispute shall be referred to Steering Committee/High

Page 53 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Powered Committee/Project Implementation Committee for resolution. The


Steering Committee or the High Powered Committee / Project Implementation
Committee within 30 days of reference to them shall try to resolve the
issue/dispute.
c. If the Steering Committee or the High Powered Committee / Project
Implementation Committee fails to resolve a dispute as per the above clause, the
same shall be referred to arbitration. The arbitration proceedings shall be carried
out as per the Arbitration procedures mentioned in Clause 34 of this of RFP.

69. Service Level Change Control

69.1 General
a. It is acknowledged that this Service levels may change as Authority’s business
needs evolve over the course of the Contract period. As such, this document also
defines the following management procedures:
i. A process for negotiating changes to the Service Levels
ii. An issue management process for documenting and resolving particularly
difficult issues.
iii. Authority and MSI management escalation process to be used in the event
that an issue is not being resolved in a timely manner by the lowest possible
level of management.
b. Any changes to the levels of service provided during the Term of the Contract shall
be requested, documented and negotiated in good faith by both Parties. Either
Party can request a change.
c. Service Level Change Process: The Parties may amend Service Level by mutual
agreement. Changes can be proposed by either Party .Unresolved issues shall also
be addressed. MSI’s representative shall maintain and distribute current copies of
the Service Level document as directed by Authority. Additional copies of the
current Service Levels shall be available at all times to authorized parties.
d. Version Control/Release Management: All negotiated changes shall require
changing the version control number. As appropriate, minor changes may be
accumulated for periodic release or for release when a critical threshold of change
has occurred.

Page 54 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

ANNEXURES
Annexure I: Change Control Note

Change Control Note CCN Number:


Part A: Initiation
Title
Originator
Sponsor
Date of Initiation
Details of Proposed Change
(To include reason for change and appropriate details/specifications. Identify any attachments
as A1, A2, and A3 etc.)
Authorized by Authority Date
Name
Signature
Received by the Bidder Date
Name
Signature
Change
Change Control Note CCN Number:
Part B: Evaluation
(Identify any attachments as B1, B2, and B3 etc.)
Changes to Services, payment terms, payment profile, documentation, training, service levels
and component working arrangements and any other contractual issue.
Brief Description of Solution:
Deliverables:
Timetable:
Charges for Implementation:
Other Relevant Information:
(including value-added and acceptance criteria)
Authorized by Authority Date
Name
Signature
Change Control Note CCN Number:
Part C: Authority to Proceed
Implementation of this CCN as
submitted in Part A, in accordance with Part B
is: (tick as appropriate)
Approved
Rejected
Requires Further Information (as follows,
or as Attachment 1 etc.)
For Authority and its nominated agencies For MSI
Signature Signature
Name Name
Title Title
Date Date

Page 55 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Annexure II: FORM OF AGREEMENT

This Agreement (hereinafter “Framework Agreement”) made on this ______________day of


____________________, 2018 BETWEEN Saharanpur Smart City Limited (hereinafter referred to as
the “Authority”, which expression shall include its successors and assigns) of the One Part;
AND
_________________ (hereinafter referred to as the “MSI” which expression shall include its
successors and assigns) of the Other Part.
AND WHEREAS, the Authority invited bids for the selection of Master System Integrator (MSI)
for implementation of Integrated Command & Control Center (ICCC) and Smart Components
in Saharanpur City.

AND WHEREAS, pursuant to the bid submitted by the MSI, vide ____________ (here in after
referred to as the “Bid or Offer”) for the execution of Works, the Authority by its Letter of
Acceptance dated ___________ accepted the offer submitted by the MSI for the execution and
completion of such Works as specified in the RFP documents and on the conditions in
accordance with the documents listed in para 2 below.

AND WHEREAS, the MSI by a deed of undertaking dated ________ has agreed to abide by all the
terms of the Bid, including but not limited to the amount quoted for the execution of Contract,
as stated in the Bid, and also to comply with such terms and conditions as may be required
from time to time.

AND WHEREAS, pursuant to the Bid submitted by the MSI vide ___________________ (hereinafter
referred to as the “the Offer”), the Authority has by its Letter of Acceptance no. _________dated
___________ accepted the Offer submitted by the MSI for the execution and completion of such
Works and the remedying of any defects therein, on terms and conditions of the Framework
Agreement;

AND WHEREAS, the MSI has agreed to undertake such Works and has furnished a
Performance Bank Guarantee / PBG pursuant to clause 40 of the Section II.

NOW THIS AGREEMENT WITNESSETH as follows:

1. In this Framework Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the conditions of Contract hereinafter referred to;
2. The following documents shall be deemed to form and be read and constructed as part of
this Framework Agreement viz. (a) Complete Request for Proposal (RFP) documents being
Volumes I, II and III of the RFP and Corrigendum and addendum, (b) MSI’s Offer, (c) Letter
of Acceptance or Letter of Award OR Letter of Intent issued by the Authority, (d) the
acceptance of Letter of Award from MSI, (e) Notice to Proceed with the Work, and (f) Any
other document listed in the Contract Data.
3. The foregoing documents shall be constructed as complementary and mutually
explanatory one with another. Should any ambiguities or discrepancy be noted then the
order of precedence of these documents shall subject to the condition of particular
application be as follows:
a) Complete Request for Proposal (RFP) documents being Volumes I, II and III of the RFP
and Corrigendum and addendum,

Page 56 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

b) Framework Agreement,
c) MSI’s Offer,
d) Letter of Acceptance or Letter of Award or Letter of Intent issued by the Authority,
e) the acceptance of Letter of Award from MSI,
f) Notice to Proceed with the Work, and
g) Any other document listed in the Contract Data.
4. In consideration of the payments to be made by the Authority to the MSI as hereinafter
mentioned, the MSI hereby covenants with the Authority to execute and complete the
Works and remedy any defects therein in conformity in all respect with the provisions of
the Contract.
5. the Authority hereby covenants to pay the MSI in consideration of the execution and
completion of the Works and the remedying of defects therein the Contract price or such
other sum as may become payable under the provisions of the Contract at the times and
in the manner prescribed by the Contract.

IN WITNESS WHEREOF, the Parties here to have caused this Framework Agreement to be
executed on the day and year first before written.
For and on behalf of For and on behalf of
Saharanpur Smart City Limited MSI (Company Name)
By……………………….. By………………………..
Signature Signature

………………………….. ………………………….
Print Name Print Name
………………………….. ………………………….
Title Title

Witness………………….. Witness…………………..
Print Name Print Name
………………………….. ………………………….
Print Address Print Address
………………………….. ………………………….

Page 57 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

Annexure III: Non-Disclosure Agreement

This Non-Disclosure Agreement ("Agreement") is made and entered into ____ day of
…………….., 2018 by and between

…………………………………………having its office at ______________(hereinafter referred to as


“Client”’)

And

…………………………………..,having its office at _______________(hereinafter referred to as :Master


System Integrator” and/or “MSI”)

“Client” and “MSI” shall be individually referred to as Party and collectively as Parties to this
Agreement.

Whereas, the Parties have entered into a Contract bearing reference number ________ dated
________ for _______provision of ________ (hereinafter referred to as ‘Contract’); and

Whereas, during the execution of the Contract, PARTIES may disclose to each other certain
information which is confidential and proprietary in nature and as such they wish to protect
such information from unauthorized disclosure and use;

NOW, THEREFORE, in consideration of the foregoing and the covenants and agreements
contained herein and in the Contract, the Parties agree as follows:
1. Definitions. As used herein:
(a) The term “Confidential Information” shall include, without limitation, all information
and materials, furnished by a Party ( “Discloser”) to another Party (Recipient) in
connection with Government/corporates/citizen/users/persons/customers data,
products and/or services, including information transmitted in writing, orally,
visually, (e.g. video terminal display) or on magnetic or optical media, and including
all proprietary information, customer & prospect lists, trade secrets, trade names or
proposed trade names, methods and procedures of operation, commercial or
marketing plans, licensed document know-how, ideas, concepts, designs, drawings,
flow charts, diagrams, quality manuals, checklists, guidelines, processes, formulae,
source code materials, specifications, programs, software packages, codes and other
intellectual property relating to such Party’s data, computer database, products
and/or services. Confidential Information shall also include results of any tests,
sample surveys, analytics, data mining exercises or usages etc. carried out by Discloser
in connection with the Recipients’ or any government department’s / Corporates
information including citizen/users/persons/customers personal or sensitive
personal information as defined under any law for the time being in force.
(b) The term, “MSI” shall include the directors, officers, employees, agents, consultants,
contractors and representatives of MSI including its affiliates, subsidiary companies
and permitted assigns and successors.
2. Protection of Confidential Information. With respect to any Confidential Information
disclosed by the Discloser to the Recipient or to which any Party has access, both the
Parties agree that it shall:

Page 58 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

(a) Use the Confidential Information only for accomplishment of the Services to be
performed under the Contract and in accordance with the terms and conditions
contained herein;
(b) Maintain the Confidential Information in strict confidence and take all reasonable
steps to enforce the confidentiality obligations imposed hereunder, but in no event
take less than reasonable care than it takes to protect the confidentiality of its own
proprietary and confidential information and that of its Clients;
(c) Not make or retain copy of any Confidential Information except as necessary, under
prior written permission from other Party in connection with the Services to be
performed under the Contract, and ensure that any such copy is immediately returned
to the other Party even without express demand from such Party to do so;
(d) Not disclose or in any way assist or permit the disclosure of any Confidential
Information to any person or entity without the express written consent of discloser
except as provided in clause 6 below; and
(e) Return to Discloser, or destroy, at Discloser’s direction, any and all Confidential
Information disclosed in a printed form or other permanent record, or in any other
tangible form (including without limitation, all copies, notes, extracts, analyses,
studies, summaries, records and reproductions thereof) immediately upon the earlier
to occur of: (i) expiration or termination of the Contract, or (ii) on request of Discloser.
(f) Not discuss with any member of public, media, press or any other person about the
nature of arrangement entered between the Parties or the nature of services to be
provided by the MASTER SYSTEM INTEGRATOR / MSI to the Authority/ CLIENT.
3. Onus. Recipient shall have the burden of proving that any disclosure or use inconsistent
with the terms and conditions hereof falls within any of the exceptions provided in clause
4 below.
4. Exceptions. The obligations of confidentiality as mentioned in this Agreement shall not
apply to any information:
(a) Which has become generally available to the public without breach of this Agreement
by Recipient; or
(b) Which at the time of disclosure to Recipient was known to Recipient free of
confidentiality restriction as evidenced by documentation in Recipient’s possession;
or
(c) Which either Party agrees in writing is free of such confidentiality restrictions.
5. Remedies. The Parties acknowledge and agree that
(a) any actual or threatened unauthorized disclosure or use of the Confidential
Information by Recipient would be a breach of this Agreement and may cause
immediate and irreparable harm to Discloser;
(b) Damages from such unauthorized disclosure or use may be impossible to measure
accurately and injury sustained by Client may be impossible to calculate and remedy
fully. Recipient acknowledges that in the event of such a breach or threatened breach
of any provision of this Agreement, Discloser shall be entitled to specific performance

Page 59 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

by Recipient of Recipient’s obligations contained in this Agreement. Recipient shall


indemnify, save, hold harmless and defend Discloser promptly upon demand and at its
expense, at any given point in time from and against any and all suits, proceedings,
actions, demands, losses, claims, damages, liabilities, costs (including reasonable
attorney’s fees and disbursements) and expenses (collectively “Losses”) to which
Discloser may become subject to, in so far as such Losses arise out of, in any way relate
to, or result from breach of obligations under this Agreement by Recipient . Such Party
shall also be entitled, without the requirement of posting a bond or other security, to
seek preliminary and final injunctive relief, as well as any and all other applicable
remedies at law or equity, including the recovery of damages.
6. Need to Know. The Parties shall restrict disclosure of Confidential Information to its
employees and/or consultants who have a need to know such information for
accomplishment of Services under the Contract provided such employees and/or
consultants have agreed to abide by the terms and conditions of this Agreement and agree
that they shall not disclose such Confidential Information to any affiliates, subsidiaries,
associates and/or third party without prior written approval of Discloser.
7. Intellectual Property Rights Protection. No license to Recipient, under any trademark,
patent, copyright, design right, mask work protection right, or any other intellectual
property right is either granted or implied by the conveying of Confidential Information
to Recipient by the Discloser.
8. No Conflict. The Parties represent and warrant that the performance of their obligations
hereunder do not and shall not conflict with any other agreement or obligation of the
respective Parties to which they are a party or by which the respective Parties are bound.
9. Authority. The Parties represent and warrant that they have all necessary authority and
power to enter into this Agreement and perform their obligations hereunder.
10. Governing Law. This Agreement shall be interpreted in accordance with and governed by
the substantive and procedural laws of India and the Parties hereby consent to submit to
the exclusive jurisdiction of Courts and/or Forums situated at Saharanpur, Uttar Pradesh,
INDIA only.
11. Entire Agreement. This Agreement constitutes the entire understanding and agreement
of the Parties, and supersedes all previous or contemporaneous agreement or
communications, both oral and written, representations and under standings among the
Parties with respect to the subject matter hereof.
12. Amendments. No amendment, modification and/or discharge of this Agreement shall be
valid or binding on the Parties unless made in writing and signed on behalf of each of the
Parties by their respective duly authorized officers or representatives.
13. Binding Agreement. This Agreement shall be binding upon and inure to the benefit of the
Parties hereto and their respective successors and permitted assigns.
14. Severability. It is the intent of the Parties that in case any one or more of the provisions
contained in this Agreement shall be held to be invalid or unenforceable in any respect,
such provision shall be modified to the extent necessary to render it, as modified, valid
and enforceable under Applicable Laws, and such invalidity or unenforceability shall not
affect the other provisions of this Agreement.

Page 60 of 61
REQUEST FOR PROPOSAL FOR SELECTION OF MASTER SYSTEM INTEGRATOR FOR IMPLEMENTATION OF
INTEGRATED COMMAND & CONTROL CENTER AND SMART COMPONENTS IN SHARANPUR CITY

15. Waiver. If either Party should waive any breach of any provision of this Agreement, it shall
not thereby be deemed to have waived any preceding or succeeding breach of the same or
any other provision hereof.
16. Survival. The Parties agree that all of their obligations undertaken herein with respect to
Confidential Information received pursuant to this Agreement and obligations of
indemnity shall survive for a period of 10 years after any expiration or termination of this
Agreement.
17. Non-solicitation. During the term of this Agreement and thereafter for a further period
of two (2) years post termination/expiry of Term of the Contract in case the Parties
execute the Contract, the Parties shall not solicit or attempt to solicit each other’s
employees and/or consultants, for the purpose of hiring/contracting with such employees
and/or consultants. In addition, MSI shall not proceed to conduct operations/business
similar to the Client with any employee and/or consultant of the Client who has knowledge
of the Confidential Information, without the prior written consent of the Client. This
section will survive irrespective of the fact whether there exists a commercial relationship
between MSI and Client.
18. Term. This Agreement shall come into force on the date first written above and, subject
to aforesaid clause 16, shall remain valid up to two (2) years from the expiry or
termination of the Contract.

IN WITNESS HEREOF, and intending to be legally bound, the Parties have executed this
Agreement to make it effective from the date and year first written above.

For CLIENT, For: Master System Integrator


Name: Name:
Title: Title:

WITNESSES:

1.

2.

Page 61 of 61

Вам также может понравиться